Upload
hoangxuyen
View
223
Download
0
Embed Size (px)
Citation preview
Page 1 of 102
Tender Document For
Design, Supply, Installation, Integration,
Commissioning, And Maintenance of
CCTV based Security Surveillance System
For
Banas Dairy Plant at Faridabad
Page 2 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
INDEX
SECTION NO DESCRIPTION
SECTION I Tender Notice/Advertisement
SECTION ll Preface
SECTION III Instructions to Bidder for submitting tender bid
SECTION IV Eligibility Criteria
SECTION V General Terms and conditions
SECTION VI Special Contract Conditions
SECTION VII (Annexures)
Annexure I- Notification
Annexure II - Tender Enquiry Data Sheet
Annexure III- Check List
Annexure IV- Earnest Money Deposit Details
Annexure V- Commercial Bid
Annexure VI- Scope of Work, Technical Specifications and Bill of Quantities
Annexure VII-Tender Letter Form
Annexure VIII- Manufacturer’s Authority Letter
Annexure IX- Performance Bank Guarantee (Sample)
Annexure X- Deviation/Non-Compliance Statement
Annexure XI- Details of Work Executed
Annexure XII- Details of Turn Over
Annexure XIII - Vendor Registration Format
Annexure XIV- CERTIFICATE AS TO AUTHORIZED SIGNATORIES
Annexure XV- OEM Company Details
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
I. Tender Notice/Advertisement
TENDER NOTICE
Sealed Tenders (Two Bid System) are invited for Design, Supply, Installation,
Integration, Commissioning and Maintenance of CCTV Surveillance System for our
Faridabad Dairy plant from experienced and eligible bidders for:
Name of the items Tender Fees EMD
CCTV based security surveillance
System
Rs. 5000.00 (Non-Refundable)
Rs. 5,00,000/-
Tender documents containing Scope of work, Specification of items, General Terms
and Conditions and the eligibility criteria are available at our website:
www.banasdairy.coop. Tender fees and EMD must be submitted along with bids
through Demand Draft in favour of “Banaskantha District Co-operative Milk
Producers’ Union Ltd.”, payable at Palanpur. Completed tender bid as mentioned
above in sealed envelope super-scribed with the “Tender for CCTV by due date
14/08/2015”; can be submitted latest by 14/08/2015 up to 1:30 P.M. All Technical
bids shall be opened on 3:00 P.M. on 14/08/2015, in presence of all present
bidders. The undersigned reserves the right to accept or reject any or all tenders
without assigning any reason there of and there shall be no dispute on that
decision. - Managing Director
BANASKANTHA DISTRICT CO-OP. MILK PRODUCERS’ UNION LTD., BANAS DAIRY, PB NO: 20, PALANPUR: 385 001, Phone: 253881 to 253885
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
II. Preface
Banaskantha District Co-op. Milk Producers’ Union Ltd., Palanpur invites tender bids
from eligible bidders for the Design, Supply, Installation, Integration, Commissioning
and Maintenance of CCTV based Security Surveillance System for our Faridabad
Dairy Plant in NCR region (Details in Annexure for Scope of Work).
Important Points:
� Demonstration of offered Cameras at Palanpur Plant is mandatory.
� This Project shall be awarded on fixed price basis. Bidder has to visit the site,
understand the entire requirement and bid accordingly. BOQ for variable components
indicated in the Annexure for Commercial Bid is indicative in nature and bidder shall
have to quote according to their assessment of site requirement.
� Bidders who have downloaded tender form from our website are required to
notify our Purchase Department by e-mailing the notification as per format
given in Annexure-1“Notification of CCTV-Faridabad Tender Document
Download” to e-mail id [email protected]. This notification will inform
Banas Dairy about your interest for quoting against this tender and you will be
updated about various clarifications issued by Banas Dairy in reference to this
tender and also regarding any amendment in Tender Document (if any) during
its publication period at the same e-mail id from which we receive your
notification mail. In case of no timely notification submitted to Banas Dairy,
Banas Dairy will not be responsible for any lack of communication regarding
any amendment in Tender Document (if any) and other relevant
communications like clarifications.
Important Dates:
Sr. No. Events Date
1 Document Download Start Date 24-07-2015
2 Document Download End Date 14-08-2015
3 Last Date for seeking clarification 06-08-2015
4 Pre - Bid Meeting 07-08-2015
5 Last Date For Submission of Bid (up to 1:30 PM) 14-08-2015
6 Opening of Technical Bids (at 3:30 PM) 14-08-2015
7 Last Date for organising Demonstration at Palanpur 18-08-2015
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Details pertaining to Site Visit:
� Contact Person for Site Visit:
Mr. Rakesh Patel, Email: [email protected], [email protected]
Mobile: 08140017824 / 7878556767, Landline: 0129-6513885
� Faridabad Site Address:
Banaskantha District Cooperative Milk Producers' Union Limited, (AMUL PLANT)
Plot no 921-922, Sector-68, IMT-Faridabad-121004
Located on Badarpur- Palwal bypass road,
Landmark- Near NTPC Chowk on bypass road
Correspondence details for all other communications:
� Purchase Department,
Banas Dairy, Post Box – 20,
Palanpur – 385001
Email: [email protected], Landline: 02742 – 253881 to 85
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
III. Instructions to Bidder for submitting tender bid
1. “BANASKANTHA DISTRICT COOPERATIVE MILK PRODUCERS’ UNION
LTD, PALANPUR” hereafter called as “Banas Dairy, Palanpur” in this
document.
2. It is mandatory for interested bidders who have downloaded tender document
from our website to notify our Purchase Department by e-mailing the
notification as per format given in Annexure-I “Notification for Tender
Document Download” on e-mail id: [email protected]. In case of no
timely notification submitted as mentioned above, Banas Dairy will not be
responsible for lack of communication regarding any amendment in Tender
Document (if any) or any other relevant communication.
3. Bidders are also required to regularly visit our website from which this tender
document was downloaded, for any amendment published under this tender
on our website.
4. Tender should be submitted in the Main Cover (Envelope) duly sealed and
super scribed (i.e. showing legibly the tender name i.e. “Tender Bid for work
of CCTV” and due date of submission of tender as published in notice on
the top of the envelope containing the tender).
5. Tender bid should be sent by post/courier or submitted by hand at our office
by 1:30 pm on or before the last date as specified in tender notice. Tenders
received late will be rejected. For bids submitted by post or Courier, it is
bidder’s responsibility that bid reaches to our office before scheduled time.
Tenders received after this deadline will be rejected and returned to the bidder
unopened.
6. Tender Bid prepared by bidder shall comprise of:
Main Cover (envelop) comprising of following:
• A separate cover containing all Documents pertaining to qualification
and eligibility criteria (except Financial/ Commercial Bid), detailed
technical offer, Deviation Statement, Tender Fee, EMD, other requisite
Documents and Certificates, power of attorney to sign the tender and
duly signed tender document. This cover/ envelope should be sealed
and the Bidder shall mention on the cover “Technical Bid”.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Note: Bidder shall submit duly signed un-priced Bill of Quantity (BOQ)
with any additional required items and related services: refer Annexure
Commercial Bid and list of commercial deviations (if any) along with
Technical Bid.
Note: Bidder shall be required to submit detailed un-priced BOQ. All the
materials (Except Fixed Components as mentioned in Annexure for
commercial Bid) which according to assessment of bidder will required
for completion of the project in true sense should be mentioned in un-
priced BOQ also. Banas Dairy shall not be responsible for
miscalculation on the part of Bidder and no extra payment shall be
made other agreed Project Cost.
• A separate cover containing Commercial offer as per BOQ
(Rates/Prices of items with any additional required items and related
services as per Annexure and as mentioned above) duly filled & signed.
The Bidder shall mention on the cover “Commercial Bid”
Note:
• Price/ Commercial bid of only eligible bidders shall be opened.
• Both these two bids must then be packed together in single envelop
with proper superscription as mentioned above.
• Banas Dairy shall not be responsible for pre-mature opening of
Commercial bid in case bidder has failed to submit bid as instructed
above.
7. Format and Signing of Bids
The Bidder shall prepare two copies of Bid, clearly marking each “Original”
and “Copy” as appropriate. In event of any discrepancy between them the
original shall govern. Both the copies shall be duly authorized by bidder to bind
the Bidder to the Contract.
Bid shall contain no interlineations, erasures or over writing except as
necessary to correct errors made by Bidder in which case correction shall be
initialled by persons signing the Bid.
8. In case of any amendment, Banas Dairy, Palanpur may, at its discretion, on
giving reasonable notice in writing to all bidders who have already notified
Banas Dairy of having downloaded tender document from our website, extend
the tender due date, in which case all rights and obligations of Banas Dairy,
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Palanpur and the Bidder, previously subject to the tender due date, shall
thereafter be subject to the new tender due date or deadline as extended.
9. Terms and conditions of Tender bid should be enclosed along with Bid. Bidder
will be required to submit signed entire Tender Document as token of
acceptance of all Terms and Conditions. Any certificate/document not found
enclosed with the tender document as required for fulfilling the eligibility
criteria of tender bid may lead to declaring the party as non-eligible and in this
event their Tender bid may be out rightly rejected.
10. Technical bids shall be opened in the presence of intending parties/their
authorized representative who will be present at the time of bid opening as
specified in Tender Notice.
11. Bids should be kept valid for acceptation for a period of 120 days from the day
bids are opened. Offer with lesser validity period is liable to be rejected. After
the due date for submission of Tender Bid, Bidder will not be allowed to make
any changes in the offer.
12. In exceptional circumstances, the Banas Dairy may solicit the Bidders’ consent
to an extension of the period of validity. The request and the responses
thereto shall be made in writing (or by cable or telex/fax). The bid
security/EMD provided shall also have to be suitably extended. A Bidder
granting the request will not be required nor permitted to modify his bid.
13. Full details of offered items/ materials including the manufacturer’s name,
brand of items and its model number must be clearly mentioned wherever
applicable. Bidder will be required to provide detailed Technical Data Sheet
clearly mentioning all the details (technical) of the offered products/ solution.
14. In case tender opening date is declared a Holiday, tenders shall be opened on
next working day at the same time as specified above.
15. Tender form shall be filled up legibly, preferably typed giving full name and
address of the bidder. Over writing, alterations/additions etc will disqualify the
tender bid unless such overwriting, alterations/additions are attested and
signed by the bidder. Conditional/telegraphic/fax /E-mail tenders shall be out
rightly rejected.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
16. Tender Bid must be accompanied with requisite amount of Earnest Money
Deposit of Rs.5 Lakhs (EMD) as specified, without which tenders shall be out
rightly rejected.
The EMD may be forfeited either in full or in part, at the discretion of BANAS
DAIRY, Palanpur, on account of one or more of the following reasons:
• The bidder withdraws his bid during the period of bid validity specified by
him on the Bid Letter Form
• The bidder fails to co-operate in the Bid evaluation process, and
• Successful bidder, fails to furnish required Performance Security
• EMD submitted in any form other than Demand Draft will not be acceptable
and tender bid will be rejected
17. EMD of successful bidders shall be retained as security deposit without any
interest till all the activities, specified under the Contract is completed
satisfactorily (i.e. completion of Project Execution) and the same certified by
End User.
18. Earnest money of unsuccessful bidders shall be returned after finalizing the
contracts within 60 days without any interest on it.
19. Bidders will be required to organize Demonstration within 03 Days from date of
Technical Bid Opening of their offered CCTV cameras (of all types) and
offered VMS (Video Management System) at Banas Dairy. Bidders can
however undertake demonstration before the date of Technical Bid Opening.
Note: Demonstration is mandatory and in case of failure to undertake timely
demonstration, Bid shall be liable to rejected.
20. Clarification on Tender Document Bidder requiring any clarification on the Tender document may seek such
clarification from Banas Dairy, Palanpur in writing at the address indicated in
the Tender Enquiry Data Sheet. Any correspondence in this regard for seeking
clarification against this Tender, should clearly mention the name of tender in
the subject content of such communication. Banas Dairy, Palanpur will
respond in writing to any such clarification required, received not later than as
specified in T/E ( Tender Enquiry) Data Sheet. The written response of Banas
Dairy, Palanpur (with an explanation of the query but without identifying the
source of the query) will be provided to all eligible bidders who have notified
Banas Dairy of having downloaded the Tender Document from our website.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
21. Pre- Bid Meeting will be held at scheduled Date and Time as mentioned in
Tender Enquiry Data Sheet at Banas dairy, Palanpur. Bidders may attend the
same to get clarifications regarding their queries pertaining to this tender.
Note:
• Bidder will be required to send all queries pertaining to this tender to Banas Dairy one day before Pre-Bid Meeting.
• No clarifications shall be sought by Bidder after the date of Pre- Bid
meeting.
• Bidders are requested to regularly visit our website for any
amendments, in case of any bidder not visit our website, Banas Dairy
will not be responsible for such communication.
22. Bidder is advised to inspect designated site(s) and/or carryout surveys as
required to obtain all information necessary for preparing its tender. Visiting
the site(s) shall be entirely at the bidder's own risk and expense. Bidder and
any of its personnel or agents will be granted permission by Banas Dairy,
Palanpur to visit its site(s) for the purpose of such inspection, but only upon
the express condition that he releases and indemnifies Banas Dairy, Palanpur
and its personnel/representative from and against all liabilities.
23. Amendment of Tender Document
At any time prior to the deadline (or as extended by Banas Dairy) for
submission of tender bids, for any reason, whether at its own initiative or in
response to clarifications requested by prospective bidder, Banas Dairy may
modify the Tender document by issuing amendment(s).
All bidders who had notified Banas Dairy of having downloaded Tender
Document (as per Annexure-1) will be informed about such amendment(s) in
Tender Documents in writing.
In order to allow bidders a reasonable time to take such amendment(s) into
account in preparing their tender bids, Banas Dairy, at its discretion, may
extend the deadline for the submission of tenders. Such extension in deadline
for submission of tender bids will also be communicated in writing along with
respective amendment.
Note: In order to ensure receipt of every clarification/ amendment
pertaining to this tender document, bidders who have downloaded
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Tender Document from our website would be required to notify Purchase
Department as per above mentioned detail.
24. No Price Variation
Prices quoted by the Bidder shall be fixed and no request for price
amendments will be entertained. Prices quoted should remain valid for entire
validity period of 120 Days for PO generation. Supplier will be liable to execute
the Purchase Order generated during this Validity period under this particular
Contract. In case of no execution of PO generated during validity period, EMD
will be forfeited.
25. Right to vary the quantity at the time of Award
Banas Dairy reserves the right to increase or decrease the quantity of any
item(s) at the time of awarding of Purchase Order under this Contract.
Banas Dairy may place repeat orders of items/ services covered under this
contract against the acceptance of tender, within a period of six months from
the date of the Issue of LOI/PO and Bidder shall be liable to execute the same.
26. Right to accept or reject any Bid
Banas Dairy reserves the right to accept or reject any bid or part of it or reject
all the Bids at any time prior to award of Contract, without thereby incurring
any liability to the affected Bidder or Bidders or any obligation to inform the
affected Bidder or Bidders of the grounds for its action and such decisions will
be binding on the supplier.
27. Performance Security
Within 15 days of receipt of Letter of Intent (LOI)/ Purchase Order, successful
bidder shall furnish an irrevocable and an unconditional performance security
in form of Performance Bank Guarantee for an amount equivalent to 20% of
Total Order Value.
The performance security shall be in the form of Bank Guarantee and shall be
valid till six months after the completion of Comprehensive Warranty (36
months from the date of completion of entire project).Bank Guarantee should
be in favour of Banaskantha District Cooperative Milk Producers’ Union Ltd.,
Palanpur. The Bank Guarantee should allow multiple and partial drawings and
should be issued from any nationalized bank having at least one branch office
at Palanpur.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Banas Dairy, Palanpur may forfeit the Performance Bank Guarantee for any
failure on part of successful bidder to complete its obligation under the Tender/
Agreement.
In the event of delay in completion of project beyond the specified time period,
the bidder shall arrange to extend the guarantee from time to time to the
satisfaction of Banas Dairy, Palanpur. The bidder shall furnish amendment to
the PBG, if required, within 15 days of such requirement.
28. Offers should be strictly according to our specifications and our commercial
terms & conditions, failing which, it may not be considered.
In case of any Technical or Commercial deviation, it is mandatory for bidder to
mention the same in Deviation Form/ Statement. If any deviation comes to
Purchaser’s notice that has not been mentioned in the Deviation Form
submitted by bidder along with Technical Bid, in such case Purchaser
reserves the right to reject the complete bid. However enlisting deviation in
Deviation Form does not ensure its acceptance.
29. The systems to be supplied under this Tender shall conform to the standards
mentioned in the Technical Specifications. Bidder should follow International
standards in manufacturing of equipment. When no applicable standard is
mentioned, authoritative standards appropriate to the “Systems” country of
origin should be followed.
30. Banas Dairy may ask bidder(s) for additional information, may visit bidder’s
site and/or arrange discussions with their professional, technical faculties to
verify claims made in tender documentation by bidder.
31. The bidder shall be deemed to have carefully examined Tender Document to
his entire satisfaction. Any lack of information, shall not in any way relieve the
bidder of his responsibility to fulfill his obligation under the tender.
32. In order to ensure effective execution of entire project, officials of Banas Dairy,
may issue instructions (in various forms), and it shall be binding on bidder to
accept the same and incorporate the same in execution of work.
33. Use of Tender Documents and Information
The bidder shall not without prior written consent from Banas Dairy, Palanpur
disclose the tender or any provision thereof or any specification, plans,
drawings, pattern, samples or any information furnished by or on behalf of
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Banas Dairy, Palanpur in connection therewith to any person other than the
person employed by the bidder in the performance of the related job.
Disclosure to any such employee of the bidder shall be made in strict
confidence and shall extend only as far as may be necessary for such
performance.
The bidder shall not without prior written consent of Banas Dairy, Palanpur
make use of any document or information made available for the project
except for purposes of performing the job.
All project related documents issued by Banas Dairy, Palanpur shall remain
the property of Banas Dairy, Palanpur and originals and all copies shall be
returned to Banas Dairy on completion of the bidder's performance, if so
required by Banas Dairy, Palanpur.
34. Parties who have been suppliers of our union or any milk union in the past
also have to comply with all these conditions. No relaxation whatsoever shall
be given to them and also to any SSI /PSUs or any organization.
35. Banas Dairy, Palanpur reserves the right to accept either the tender in full or
part and divide the quantity amongst one or more bidders without assigning
any reasons. Bidder shall supply the same at the rate quoted.
36. If any dispute or differences arises at any time between the two parties in
respect of or concerning anything contained or arising out of contract shall be
referred to sole arbitrator our Managing Director. The decision of the arbitrator
shall be final and binding on both the parties.
37. Incomplete Tender Bid Documents may be rejected completely. The
conditional tender bid shall liable to be rejected. Banas Dairy, Palanpur further
reserves the right of accepting or otherwise any of the conditions stipulated by
Bidder in its tender.
38. Canvassing in any form will lead to disqualification of the bid.
39. For all legal matters and disputes, Palanpur court shall be the Jurisdiction. All
questions, disputes or differences arising under, out of or in connection with
the contract, if concluded, shall be subject to the exclusive jurisdiction of the
Court within the local limits of whose jurisdiction the place from which Letter of
Intent (LOI) or Purchase Order (PO) or Acceptance of Tender is issued, is
situated viz. Palanpur.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
IV. Eligibility Criteria
1. The bidder shall have to fulfill the following minimum technical eligibility criteria:
• The bidder should be in the business of supplying and installing of CCTV and
should have executed at least one project of similar nature and of value
equivalent to that of this project or should have executed at least two projects
of value not less than 60% of the estimated value of this project within last five
years
• The firm (bidder) must have a total turnover (cumulative of last three years) of
not less than 8 Crores and for this purpose the last three financial years would
be considered as the one ended on 31.03.2015
• Bidding Firm should be profit making organization (at Operating Level) since
last three financial years
• The OEM/ CCTV Camera Product Company / System Integrator should have
successfully supplied and installed at least 500 Cameras of quoted brand (in
not more than 10 Projects put together) in last 3 years.
Copies of Purchase Order(s) / Contract Agreement and Certificates of
Successful Completion from Customer should be submitted.
• In addition to above mentioned requirement, Bidder should also have following
work experience:
a) The Vendor should have minimum five years of experience in installation of
CCTV cameras and security and surveillance system projects
b) Bidder must have working office/ service Centre in NCR; attach copy of
VAT/ CST/ TIN/ PAN issued by the concerned tax department as
documentary evidence of the same. Working Office/ Service Center may
be preferred.
Note:
� Above mentioned information should be provided in tabular form along
with documentary evidence for the same
� Bidder is required to provide Audited Balance Sheets and Profit and
Loss Statement for last five years
• In case of bidder been the representative of manufacturer, bidder must attach
tender specific authorization letter (in the enclosed format as provided in the
tender document) from respective manufacturer(s).
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
2. Eligibility Criteria of OEM / CCTV Camera Product Company:
• The OEM / CCTV Camera Product Company should have registered office
and service centre in India since last 3 years (i.e. if bidder wants to quote
the “X” brand of CCTV Camera, then OEM of “X” brand of CCTV Camera
should have registered office and service center in India since last 3years).
Please attach the copies of any two of the following: Property Tax Bill of last
year/ Electricity Bills of last one year/Telephone Bills of last one year/VAT
Registration/CST Registration/Valid Lease Agreement.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
V. General Terms and conditions
1. The bidder shall submit only one solution, which is in accordance with the
specifications and requirements.
2. Technical Bid shall comprise of following:
• Power of Attorney for signing the tender
• Tender Documents duly signed in Original on all pages including Price
Schedule forms as a proof of bidder having read and understood the
complete documents/requirements.
• Bidder shall also furnish the details on nature of constitution of their firm;
names and addresses of the Partners/Proprietors/Directors and also the
details of sister / parent concerns if any. Also specific details or documents
requested in Tender Document.
• The bidder shall be registered with the office of competent authority or
under statutory bodies at the time of bid opening in the same name and
style. In order to support this bidder shall submit any of following
documents:
A copy of the Registration Certificate issued by the Registrar of Companies
and Copy of Memorandum of Association in case of firms of company
nature
OR
Copy of partnership deed in case of partnership firm
OR
Copy of registration certificate for firms registered with NSIC/Central or
State Government Department / Local bodies for similar work
• Bidder shall enclose/mention the PAN and TAN number of the firm and
to support this, he/she shall submit a photocopy of PAN& TAN
certificate.
• Bidder’s firm shall be registered with Sales Tax Department. VAT/CST
numbers shall be mentioned by the bidder and in support of this; he/she
shall submit a photocopy of Sales Tax registration certificate duly renewed
by the competent authority.
• Bidder shall also provide any document (such as excise/sales tax
document) issued by Government or Semi Government Department which
certifies/proves that the bidder is in business for the required period.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• Clause by clause compliance statement for Tender document as per
specified format in this document in separate attachment
• Un-priced BOQ in the prescribed FORMAT along with offered Make
and Model.
• All Technical Data sheets of the quoted products
• Purchase Order references for highlighting the bidder’s experience (Apart
from photo copies of such Purchase Orders, bidders will be required to
provide such information in tabular form also (as prescribed in Annexure).
• A list of all the purchase orders duly indicating the name of client, his
address, type & quantity of material and the date of supply/execution
during the last 60 months along with at least one performance certificate
along with copy of the purchase orders executed in same firm name and
style.
• Turnover of the bidder for last three years and maximum order value
executed in each financial year (to be provided in tabular form also)
• Authorization Letter from Each OEM of the Offered product
Note: Submitted documents shall be numbered and attached
serially indicating serial number. Total number of pages
enclosed shall be shown in the index.
3. Commercial Bid shall comprise of Price Bid as per BOQ.
The item wise separate rates should be quoted for Price basis at our Project
Site (destination). Prices should be inclusive of all like Insurance charges,
Central Sales Tax, Sales Tax/VAT, Excise duty, insurance, freight etc.
Prices for Installation and commissioning shall be offered separately against
each item inclusive of service tax.
Note: Evaluation to be done on the basis of total Prices of Project.
4. ISO certified company may be preferred to others. A copy of valid license/
certificate shall be attached to this effect with the offer.
5. Delivery/Work Schedule
Bidder has to complete entire project within 06 Months from the date of
issuance of LOI/ PO. In case of any delay in execution of, penalty at the rate of
0.5 % per week delayed.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
6. The officers of our Union shall be allowed to inspect the works and/or any
document referred to in the tender at any given time and if it is found that the
declarations made by the bidder in Tender Bid are false/misleading/faulty, the
bidder shall be disqualified and the earnest money deposit (EMD) submitted
shall be forfeited.
7. Items to be supplied should be strictly as per enclosed Specifications.
Note: It is mandatory for Bidder to provide the Detailed Technical Data Sheet
(as per our required specifications) including offered make and model of each
respective item quoted under this tender and its descriptive literature along
with Tender Bid. (In case of failure of the same, Bid may be rejected).
Non-compliance with even a minor technical Requirement should be clearly
stated by the bidder in the form of Deviation Statement; in case of failure to
meet this condition the Bid may be rejected. However mentioning of Deviation
in does not ensure its acceptance by Banas Dairy.
8. Demonstration of system
Demonstration is mandatory and bidders are required to organize
Demonstration within 03 (three) Days from date of Technical Bid Opening of
their offered System at Banas Dairy.
9. Supplier has to forward copy of Proof of applicable Certification and
Compliance Report as per Specifications of individual items along with delivery
of the same. Details of the same are already mentioned in the Annexure for
Scope of Work.
10. Authorization
When bidder is not a manufacturer himself he should submit a letter from the
manufacturer authorizing him to submit quotation on his behalf. Authority letter
should be in original letter head of the manufacturer with necessary seal and
signature in prescribed format. Authorization from all OEM’s of CCTV
Manufacturers; NVR; Workstations; TV; Network Switches; UPS vendors
should be taken and Bidder who don’t submit the above their Tender are liable
to rejection.
11. Responsibility for Completeness
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Any fittings or accessories which may not be explicitly/ specifically mentioned
in the specification/ BOQ but which are necessary for its normal operation in
accordance with agreed specifications in true sense are to be provided by the
bidder without extra charge, and the Systems must be complete in all
respects.
Note: BOQ of Variable components (as per Annexure for Commercial Bid) is
indicative in nature and bidder will be responsible to check the site and bid as
per their assessment of the site requirement. However it will be mandatory on
part of bidder to indicate their offered BOQ in both bids (i.e. Un-priced
proposed BOQ in Technical Bid and Priced proposed BOQ in Commercial
Bid).
12. Assurance of Unused Items and No defect items
The supplier warrants that the goods supplied, under the Contract are new,
unused, of the most recent or current models and incorporate all recent
improvements in design and materials unless provided otherwise in the
Contract.
The supplier further warrants that the goods supplied under this Contract shall
have no defect arising from design, materials or workmanship (except insofar
as the design or material is required by the Purchaser’s Specifications) or from
any act or omission of the Supplier, that may develop under normal use of the
supplied Goods in the conditions.
Note: The bidder shall warrant the “Systems” to be free of defects.
13. The Purchaser or its representative shall have the right to inspect and/or test
the Goods to confirm their conformity to the Contract. The inspections and
tests may be conducted on the premises of the Supplier or its
subcontractor(s), at point of delivery and/or at the Good's final destination.
Should any inspected or tested Goods fail to conform to the Specifications, the
Purchaser may reject them and the Supplier shall either replace the rejected
Goods or make all necessary alternations to meet specification requirements
at free of cost to the Purchaser and as per the instruction of Purchaser. Initial
acceptance of supplied items is not the Final Acceptance.
The entire materials ordered as per lot shall have to be offered for inspection
in open condition when asked for and if required and the same shall have to
be repacked in such manner so as to be suitable for transport without any
extra cost.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
14. Acceptance Test
Acceptance Test at site shall be conducted, before commissioning of each
site, by Banas Dairy and/or any Banas Dairy appointed third party (as decided
by Banas Dairy). The tests to be carried out, test procedures, test schedules,
test equipment and tools, and expected test results are to be provided by the
bidder to meet all the specified parameters/ service requirements. The tests to
be carried out test procedures, test schedules, and test results have to be
approved by Banas Dairy/ Banas Dairy appointed party. Acceptance test
procedures have to be submitted within two weeks of LOI. System shall be
offered for acceptance test by bidder only after it has been duly tested by the
vendor as per approved test procedure. The results of self-test shall be
submitted at the time of offering the system for acceptance test. The bidder
shall also submit all the As-Built-drawing along with the test result. All the test
equipment and tools will be provided by the bidder for carrying out the
acceptance test at site.
Banas Dairy, with full co-operation and assistance from the bidder, shall
conduct formal acceptance tests on the installed Systems to verify their
conformity with the requirements. The acceptance tests defined and agreed
and project plan shall establish a standard of performance, which must be met
before the Systems are accepted by Banas Dairy. Banas Dairy shall issue
written certification of acceptance of systems only after successful completion
of the Acceptance tests. Acceptance testing shall be subject to the following
provisions:
• Acceptance Test for Systems shall include running the Systems
(meeting the standards of performance) for a period of 30 (thirty)
consecutive days. During this complete period the qualified engineers
of the successful bidder shall remain present 24 hours at the site.
• Within two weeks from the end of the Acceptance Test, Banas Dairy
shall certify Acceptance / Rejection of the Systems under test. The date
on which Final Acceptance Certificate is issued shall be deemed to be
the date of successful commissioning of the Systems. The complete
system will be taken over within two weeks of commissioning and a
letter to this effect shall be issued by Banas Dairy to the successful
bidder.
• If the Systems fail to meet the standards of performance after 30 (thirty)
days from the start of Acceptance testing, Banas Dairy may, at its
option, request replacement of the faulty component(s) of the Systems,
or terminate the contract. The replacement of such faulty component
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
shall be made by bidder free of all charges at site. Freight, insurance
and other allied expenditure like customs duties, local transportation
etc. for parts/components required to be replaced shall be the liability of
the bidder.
Note: Any delay attributable to bidder in the final Acceptance Testing shall
render the bidder liable to the imposition of appropriate penalties/ damages.
15. Replacement of Parts and Components
If the Systems fail to meet the standards of performance for Acceptance
Testing and during Guarantee period due to faulty part/component, the
replacement of faulty part/component has to be carried out by the bidder free
of cost as per instruction of Banas Dairy. Freight, insurance and other allied
expenditure like customs duties etc. for such part/component shall be the
liability of the bidder. Bidder will reimburse to Banas Dairy, the cost incurred by
Banas Dairy, if any, on replacement of such faulty part / component.
If it becomes necessary for the bidder to replace or renew any defective
portion of the Systems under this clause, the provisions of this clause shall
apply to the portions of the Systems so replaced or renewed until the
expiration of six months from the date of such replacement or renewal or until
the end of the warranty period whichever may be the later.
If any defect(s) be not remedied within 15 (Fifteen) days from the date of
communication thereof or within such other specific period as may be allowed
by Banas Dairy in its discretion on application made to that effect by the
bidder, Banas Dairy, may proceed to do the work at bidder’s risk and expense,
but without prejudice to any other rights which the Banas Dairy may have
against the bidder in respect of such defects.
If during the progress of the work, Banas Dairy or his representative shall
decide and notify in writing to the bidder that the bidder has executed any
unsound or imperfect work or has supplied any System or material inferior in
quantity or quality to those specified, the bidder on receiving details of such
defects or deficiency shall, at his own expense, within seven days of his
receiving the notice, or otherwise within such time as may be reasonably
necessary for making in good, proceed to alter, re-construct, or remove such
work, or supply fresh materials up to the standard of the particulars and in
case the bidder shall fail to do so, Banas Dairy, Palanpur may, on giving the
bidder seven day notice in writing of his intention to do so, proceed to remove
the work or materials complained of, and at the cost of the bidder, perform all
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
such work or supply all such materials, provided that nothing in this clause
shall be deemed to deprive Banas Dairy, of or affect, any rights under the
contract which he may otherwise have in respect of such defects or
deficiencies.
16. Implementation Services
The bidder shall provide all services specified in the Tender document and the
Technical Specifications in accordance with the highest standards of
professional competence and integrity. Banas Dairy reserves the right to
demand the replacement of any bidder staff assigned to work on Banas Dairy
site by suitable qualified staff, in the event that the staffs concerned is
determined to be incompetent or loses the confidence of Banas Dairy.
The bidder shall install and commission the “Systems” at the designated
site(s) within a period as specified in Schedule of Requirements of this Tender
document.
The bidder shall provide the necessary technical support, Standard Operating
Procedures, and other information to Banas Dairy and its user organisations in
implementing the System applications.
17. Comprehensive Warranty/ Guarantee
This Comprehensive warranty/guarantee on all items/ services provided under
this contract shall remain valid for 3 years minimum after the Goods have
been delivered at site, installed and successfully tested and accepted by the
Purchaser.
During the 3 year warranty period, the bidder shall, free of charge, design
code, check, document and deliver amendments / alterations of new releases
required to correct defects, which affects the performance of the System(s) in
its normal use, in the delivered software.
During the warranty period, which is 36 months from the date of
commissioning of the System, the bidder shall repair or replace, free of charge
any defective component which will also include batteries, if any, and ensure
smooth functioning of entire system. During warrantee period, standby
arrangement within 24 hours for faulty component, replacement if needed
within 72 hours, penalty of 2% of Unit rate per day after 24 hours of notification
of downtime, will be informed by dedicated person from Banas dairy of
respective location.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
If the Supplier, having been notified, fails to remedy the defect(s) within a
reasonable period, the Purchaser may proceed to take such remedial action
as may be necessary, at the Supplier's risk and expense and without prejudice
to any other rights which the Purchaser may have against the Supplier under
the Contract.
In the event of failure on the part of the bidder to meet the warranty obligations
during the warrantee, the Banas Dairy reserves the right to invoke the PBG
and the decision of Banas Dairy, Palanpur shall be final in this regard.
These above mentioned conditions will be applicable during 3 years of
operation & maintenance (Comprehensive Warranty) after commissioning of
the system.
Bidder shall guarantee regular and timely supply for a period of seven years
after expiry of Warrantee under this tender of all the spare parts required for
the normal working of the system.
Bidder shall further guarantee that "after-sale service" shall be made available
to the purchaser upto10 years from the date of commissioning as and when
required (3 years warranty + additional 7 years after warranty)”. Authorization
of “after-sale service” should be done from OEM.
Note:
Initial acceptance of goods is not the final acceptance of quality. In case
materials are found substandard at any point of time during its functional use,
on receipt of the same we reserve our right to reject the material out rightly.
Labour Charges if any will also be recovered from you. We reserve the right to
send your material for testing at any laboratory of our choice and in case the
result is found unsatisfactory we reserve the right to take any action as
deemed fit.
18. Termination of Contract
If Bidder fail to deliver the materials/services or any part thereof, within the
contracted period of delivery or in case the materials/services are found not in
accordance with the prescribed specifications, Banas Dairy shall exercise his
discretionary powers –
a) To recover from Bidder as liquidated damages a sum not exceeding half a
percent of the total price of the material/services as aforesaid per week
subject to a maximum 10 percent.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
b) To purchase from elsewhere on Bidder account and at Bidder risk
materials so undelivered or others of a similar description without
cancelling the contract in respect of the consignment not yet due for
delivery, or to cancel the contract.
In the event of risk purchase material /services of similar description the
opinion of the Banas Dairy shall be final. The same will be exercised by
him only when material /services of exact specifications are not readily
procurable.
In the event of action taken under clause (a) or (b) above, the bidder shall be
liable for any loss which Banas Dairy may sustain on that account but Bidder
shall not be entitled to any saving on such purchases made against default.
The decision of the Banas Dairy shall be final as regards the acceptability of
material supplied by the bidder and the Banas Dairy shall not be required to
give any reason in writing or otherwise at any time for the rejection of the
material /services and for termination of contract.
19. Extension of Time
As soon as it is apparent that contract dates cannot be adhered to, an
application by bidder shall be sent to the Banas Dairy.
Without prejudice to the foregoing rights if such failure to deliver in proper time
as aforesaid shall have arisen from any cause which the Banas Dairy may
admit as a reasonable ground for an extension of the time (and Banas Dairy’s
decision shall be final) Banas Dairy may allow such additional time as it
considers to be justified by the circumstances of the case. For such extension
penalty may be charged @ 0.5% of total order value per week subject to
maximum of 10% of total order value.
20. Penalty Clause
For delay in completion of work, a late penalty @0.5% per week may be
deducted subject to a maximum of 10% of the contract price. On further delays
order shall be liable to be cancelled. However, Managing Director of our union
may waive off the penalty keeping in view the force majeure or other
exceptional circumstances beyond the control of the supplier.
a) Penalty for downtime
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
The Banas Dairy may make a complaint about the equipment/service
through letter, fax, e-mail, phone, SMS or any other means as the Banas
Dairy, Palanpur thinks convenient or appropriate.
On receiving complaint about equipment/service, the vendor will respond by
providing standby arrangement within 24 hours for faulty *component, and
replacement if needed within 72 hours. In case of failure to provide the
reasonable standby arrangement, penalty of 2% of Unit Rate (of faulty
component) or Rs 1000 per day (whichever is higher) after 24 hours of
notification of downtime shall be imposed.
*Here Component means: Items mentioned in Commercial-BOQ.
21. Delivery of Goods
Material shall be delivered at the destination as specified in the purchase order
on any working days (except Sundays & holidays) within the specified period as
mentioned in Purchase Order.
The bidder shall provide such packing of the Systems as is required to prevent
their damage or deterioration during shipment. The bidder shall promptly repair
or replace any System that is damaged in transit, as per instruction of Banas
Dairy. The packing, marking, and documentation within and outside the
packages shall also comply strictly with the requirements. The bidder shall
insert in each case a packing list, fully itemized to show case number, contents,
gross and net weight, and cubic measurement.
Note: Except in case of cable, material supplied/ delivered at site should be
installed within seven days from its delivery.
22. Storage of Goods
Separate storage space, if available at respective location, may be provided to
the Successful bidder for storing items/ equipments which will be used for
installation and commissioning. Storage of goods supplied by bidder will be at
bidder’s risk only. Bidders will be responsible for all risks associated with the
storage of all items/ equipments, and Banas Dairy will not be responsible for
any losses incurred thereof.
23. Deferring Shipments:
If Banas Dairy shall have notified the bidder in writing that the former is not
ready to take delivery, no System or materials shall be forwarded until
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
intimation in writing shall have been given to the bidder by Banas Dairy,
Palanpur that he is ready to take delivery.
24. Delivery and Documents
Delivery, installation, and acceptance of the Systems shall be carried out by the
Successful bidder in accordance with the approved schedule (if any) and at the
project sites specified in the Schedule of Requirements, which forms an integral
part of the tender.
Early or partial deliveries require the explicit written consent of the Banas Dairy.
Upon shipment of Products and Systems, bidder shall notify Banas Dairy, the
Insurance Company in writing with full details of the shipment, etc. The bidder
shall send the following documents to Banas Dairy by mail or courier with a
copy to the Insurance Company:
• two copies of the bidder’s invoice showing the Products description,
quantity, unit price, and total amount;
• usual transportation documents;
• insurance certificate, and
• certificate(s) of origin
For products from within India, upon shipment, the bidder shall notify Banas
Dairy and shall promptly send the following documents to Banas Dairy, by mail
or courier:
• two copies of the bidder’s invoice showing the Products description,
quantity, unit price, and total amount;
• delivery note, railway/truck receipt; and
• certificate(s) of origin.
The documents listed above shall be received by Banas Dairy at least one
week before arrival of the Products and Systems at the point of entry or
delivery destinations, and, if not received on time, the bidder will be responsible
for any consequent expenses.
25. Books & Records
Bidder shall maintain adequate books and records/reports in connection with
Contract and shall make them available for inspection and audit by Banas
Dairy, until expiry of the performance security.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
26. Project Duration
Entire project has to be completed within two months with delivery, installation, testing, integration and commissioning from the date of LOI/PO.
27. Taxes & Duties
Bidder will be liable for all taxes and duties etc., as applicable under this
contract. Price quoted will be inclusive of all charges and taxes. In no case any
additional amount shall be paid. Mandatory taxes/duties to be recovered /
withheld from bidder will be deducted by Banas Dairy.
Note:
� Invoice to be raise in the name of Banas Dairy, Faridabad
� Form- C shall not be issued by Banas Dairy
28. Insurance
Appropriate/ Applicable Insurance up to entire Project Completion shall be
borne by bidder.
Bidder shall dispatch the goods after proper insurance at his cost. Bidder shall
acquire and maintain insurance coverage up to the date of taking over that are
standard and customary in the industry to protect purchaser and the Systems
from any losses, damages including but not limited to the damages during
transit or claims. The cost of such insurance shall be borne by bidder. Banas
Dairy, Palanpur has the right to inspect such insurance policies.
In case of any claim, Supplier will have to arrange the Documents and other
formalities and in no case Banas Dairy will arrange for such claims.
29. Documentation
On successful completion of the project the bidder shall submit in three sets
(Hard as well as Soft Copy) of the following:
• A complete network architecture in A1 size with one copy duly framed to be
mounted in the central monitoring room.
• Product catalogue of each and every type of camera, switches, Servers,
Workstations, Desktops, Monitors
• Spare parts lists
• 01 set guarantee/ Warrantee certificates from OEM
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• 01 set of original licenses
• Operation and maintenance manuals
• Standard operating procedures
• Original Software CD, Backup CDs and other relevant items
30. Payment Terms
As per our current practices, no advance payment is permissible. However, to
ensure cash flow, commensurate with progress of the project and the
deliverables, stage payment schedule is mentioned in succeeding paragraphs.
For Equipment Supply, Installation & Commissioning and Maintenance:
• 50% of supply charges against delivery and inspection
• 40% of supply charges and 90% of installation charges after
satisfactory commissioning
• Balance 10% of supply charges and 10% of installation charges after
three months of commissioning and satisfactory working
• Payment against Annual Maintenance Charges (if any) shall be paid
quarterly after 15 Days of the quarter end
31. Performance Security
Bidder will be required to submit the Performance Security of 20% of total PO
Value valid up to six months after the end of warranty period from the date of
commissioning in form of Bank Guarantee within 15 days of the issuance of
LOI/ PO. Bank Guarantee shall be issued from any of the nationalized banks
having at least one branch at Palanpur.
32. Risk Purchase
In case of delayed supplies/erection/commissioning purchase/execution of
work may be completed at the risk, cost and responsibility of the supplier after
expiry of scheduled date without any notice. Extra amount spent on Risk
Purchase/completion of work shall be adjusted against the earnest
money/pending payments or same shall be recovered from your firm.
Banas Dairy will reserve the right to effect risk purchase/execution of the work
in case of non-fulfilment of various terms and conditions of the contract, by the
supplier at his risk & cost.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
If bidder fails to supply any material or provide any services in accordance with
the terms and conditions of tender or fails to replace any material rejected by
the Banas Dairy, Palanpur or any person on its behalf within such time as may
be stipulated, Banas Dairy, shall be entitled to purchase/procure from
elsewhere, with or without any notice to bidder on his account, such material
/service from any other source and at such price as Banas Dairy, Palanpur
shall in the sole discretion think fit. If such price shall exceed the rate set out in
the tender, bidder shall be responsible to pay the difference between the price
at which such material have been purchased by Banas Dairy, Palanpur and
the price calculated at the rate set out in the tender.
If the difference amount is required to be paid due to any reason then it will be
deducted from security deposit/performance deposit/ pending bills.
33. Import license and foreign exchange variation
No import license shall be provided by the Banas Dairy for goods offered
against this bid. Necessary clearances/licenses from the concerned
Authorities for any imported goods/items offered shall be obtained by the
bidder at his cost & responsibility.
Non-availability of or delay in obtaining license/ clearance shall not, under any
circumstances, entitle the bidder to seek any compensation/relaxation under
the contract and/or relieve the bidder from any of his obligations under the
contract. Foreign Exchange, Duties etc. variation, if any, shall also be to the
account of the bidder and no price escalation may be given.
34. Training
Bidder shall provide training to the personnel nominated by Banas Dairy,
Palanpur to enable them to have sufficient knowledge and skill to effectively
manage, maintain, use and operate System, repair/replace faulty equipment
and to change/modify programme during installation, warranty. The training
schedule, content and modalities will be defined jointly by both parties.
Class room training as well as on-site training during the installation of the
Systems shall be arranged by the bidder.
Training shall be conducted in English/Hindi/Gujarati and the contents of this
training shall be approved by Banas Dairy. Arrangement of all training
materials such as manuals, drawings, brochures etc. shall be the responsibility
of the bidder.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Bidder shall provide the time schedule of the training within 15 days of the
signing of the Contract.
Training shall be arranged at the designated sites during the installation and
commissioning of the Systems.
35. Maintaining ethical standards in business
It is highly necessary for the suppliers to ensure that business ethics are
maintained at the highest degree with all the concerned. In no case we will
tolerate any unethical practice by the supplier by way of offering either cash or
in kind or compensation in any form either to get the rejected material
accepted or to get higher volume of the business than the approved quantity.
By any chance if it comes to our notice that you or any of your
employee/representative/Agent has tried to initiate such unfair business
practices with any of our employee or any of the employee/decision maker of
Our Union even with/without any documentary evidences, the same shall be
considered as a cancellation of P.O. and we reserve our right to
terminate/suspend the P.O. during any time without assigning any reason
thereof.
36. Indemnification
The bidder shall indemnify and hold harmless Banas Dairy from any and all
damages, losses, penalties, expenses and costs arising from, based on,
related to or associated with the inaccuracy of any representation or covenant
set forth in this T/E document or the breach of or failure to perform or satisfy
any of the provisions of this T/E document or for loss of or damage to property,
death or injury to person.
Bidder shall indemnify Banas Dairy and hold it harmless from all suits, actions,
debts, accounts, costs, losses, and expenses of all kinds (including legal
expenses and professional advisory service expenses) arising from or out of
any adverse claims of any and all persons related to the execution of this
project.
Note:
• The Bidder will provide insurance cover to its resident engineers in the Banas Dairy. The engineers or their legal heirs shall not claim any insurance benefit from the Banas Dairy in case workmen/ engineers suffer any loss or damage to their life or person or property while working in any of the Banas Dairy premises.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• The Bidder shall ensure compliance to all the obligations arising under the Contract Labor (Regulations & Abolition) Act, 1970, Minimum Wages Act, Workmen’s Compensation Act, 1923 and other labor laws prevailing in the country. In the event of any liability arising on account of any breach or non-compliance of statutory requirements by the bidder, the Banas Dairy would have the right to reimburse itself by way of adjustment from the vendor’s pending bills or otherwise recover it through available legal means, to the extent of the loss suffered by it as a consequence of the same.
• The bidder shall ensure that appropriate action shall be taken with respect to its employees to ensure that the obligations of non-use and non-disclosure of confidential information are fully satisfied.
• The bidder shall certify that the repair and maintenance services do not violate or infringe upon any patent, copyright, trade secret or other property right of any other person or other entity. The vendor shall indemnify the Banas Dairy from any claim or demand, action or proceeding, directly or indirectly resulting from or arising out of any breach or alleged breach of this warranty.
• The Banas Dairy reserves the right to claim as damages from the vendor to the extent of the loss suffered by it, if it is found that due to any commission or omissions of the vendor, damage has been caused to any asset of Banas Dairy.
37. Assignment
The Supplier shall not assign, in whole or in part, its obligations to perform
under the contract, except with the Purchaser's prior written consent. Such
assignment shall not relieve the Suppler from any liability or obligation under
the Contract.
38. Force Majeure
If a Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless
otherwise directed by the Purchaser in writing, the Supplier shall continue to
perform its obligations under the contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by
the Force Majeure event.
39. Purchaser’s Instruction
The Purchaser (Banas Dairy) may in its absolute discretion, issue from time to
time drawings and/or instructions, directions and clarifications which are
collectively referred to as Purchaser's instructions. These instructions will be
binding on the supplier.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
40. Approvals
The Supplier shall on its own obtain all the necessary legal approvals.
41. Data on firm
Please send data on your firm and information in the enclosed Annexure. The
quotations received without above information or with incorrect information
may not be considered.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
VI. Special Contract Conditions
Following Articles shall supplement the General Conditions (GC) or amend the GC
whenever there is a conflict of the provision of SCC with GCC. In that event,
provisions herein shall prevail over those in the General Conditions.
1. Eligible Bidder (Bidder)
Bidder is one who has responded to the Tender Enquiry for Design, supply,
installation, testing, integration, commissioning, Operation &Maintenance of
CCTV Surveillance System at the designated site(s) and as specified in the
T/E Data Sheet of this document. Bidder will have to submit the original
Tender document duly signed on each page as a part of the Tender. It shall be
expressly agreed herein by the Bidder that he has read and understood the
complete document/requirements and is complying with the same except what
is stated in specified Deviation/Non-Compliance statement format.
Note: Bidder is not allowed to participate through any consortium. Bidder
should submit solution as per our requirement as the main solution.
2. Warranty
The Bidder warrants that there is no intention of discontinuing production of
the Products and Systems supplied under the Tender within 36 (Thirty Six
months) from the date of the commissioning of the “Systems”. In the event that
the Bidder intends to discontinue production of any Product/System after that
period, the Bidder will have to certify that the spare parts of the system being
discontinued will be available for at least seven years after expiry of contract
under this tender.
3. O&M
The Bidder will provide free maintenance on site(s) for a Comprehensive
Warrantee period of three years after the commissioning. Bidder will be
responsible for maintenance of the “System” and services associated with this
“system” during this period
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
The price bid evaluation will include cost of maintenance under this clause. It
is responsibility of the tender to deploy project manager/ technicians at least
once in every month to check for the healthiness of the complete system and
help in smooth operation. However, during any breakdown the bidder’s
representative should reach the site within 24 hours of the intimation given by
Banas Dairy.
Relocation of camera is in the scope of supplier during the commissioning
period/prior to project completion. Cost of Relocation service within the
Guarantee/Warranty period shall be mention separately, and it will not be
considered for Bid Evaluation for awarding of Contract.
4. Bidder’s Obligations
The Bidder shall develop a final project plan within 15 days of the award of the
contract. The project plan shall include the following:
a) Definition of project implementation tasks, and identification of all major
installations, acceptance and service deliverables and milestones
b) A detailed, fully integrated project schedule covering installation,
acceptance, training, delivery of other Services, and including a graphical
representation of tasks duration’s and interdependencies (e.g. a GANTT or
PERT chart)
c) Organization of Bidder and Banas Dairy, Palanpur project implementation
and operational support teams, including identification of specific staff
resources, timings and their estimated workloads
d) Elaboration of a detailed training program outlining course contents and
minimum qualifications for participants of each training course
e) Elaboration of a detailed acceptance test plan, including identification of
the Systems to be tested, specific tests and processes to be performed,
and the respective test schedules
f) Procedure for document and specification review and approval
g) Identification and scheduling of specific resources and facilities that the Banas Dairy, Palanpur is required to provide
h) Bidder shall submit the contact details of Engineer, and four level of escalation matrix.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
5. Cable Requirement
The successful bidder shall carry out a joint survey of all locations and
ascertain the quantities of each type of cables prior to supply of the same.
6. Change in Quantity
Banas Dairy reserves the right to place up to 25 % extra quantities order within
six months from the date of LOI/PO, on the same terms and conditions.
7. Items/Equipments/Materials, which are not mentioned in BOQ (Format), but
which according to bidder’s assessment/ understanding of project are
essential for implementation of project, should be included in commercial
bid(BOQ) mentioning its required quantity and rates (as per format) and
should be included in Financial Bid.
It is assumed that bidder quoting against this tender has completely
understood the scope of work in details and is aware of all materials which will
be required to execute this project satisfactorily and timely. Hence, bidder shall
not be eligible for any additional payment except for materials which are
additionally ordered by Banas Dairy.
Note: Evaluation will be done on overall project cost.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure I- Notification
Interested Bidders who have downloaded tender form from our website will be required to
notify Purchase Department of Banas Dairy at e-mail id: [email protected].
Format of Notification
To,
Purchase Department,
Banas Dairy, Post Box- 20,
Palanpur-385001
Subject- Notification of Downloading of Tender for CCTV
Dear Sir,
In reference to above cited subject, we..... [Name and Address of Bidder]....., have
downloaded “Tender Document for Design, Supply, Installation, Integration, Commissioning
and Maintenance of CCTV based Security Surveillance System for Banas Dairy, Faridabad”
and are interested to quote for the same before the scheduled deadline.
Hence in this regard, we request you to please send us all relevant communications
(including clarification issued by Banas Dairy to various other interested Bidders and any
amendments in Tender Document) at following Contact Details:
Name of Bidder Firm:
Name of Concerned Person:
Business Address:
E-mail Address:
Contact No:
Mob No:
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure II - Tender Enquiry Data Sheet
The following specific data for this Tender Enquiry shall complement, supplement, or amend
the provisions in the Invitation in Tender and Instructions to Bidders. Whenever there is a
conflict, the provisions herein shall prevail over those in the ITB.
Name of the Purchaser:
Banaskantha District Co-operative Milk Producers’ Union Ltd., Palanpur
Name of the Project:
Design, Supply, Installation integration, testing and Commissioning, of CCTV
based Surveillance Security System for Faridabad Dairy Plant of Banas Dairy,
Palanpur
Purchaser’s Address:
PB NO :20, Palanpur-385001, Banaskantha, Gujarat, India
Submission of Queries on T/E Document:
Not later than – 06/08/2015 till 17:00 hours, to the following e-mail
Pre- Bid Meeting: Pre-Bid Meeting will be held on 07/04/2015 at 11:00 AM at
Main Administrative Building, Banas Dairy, Palanpur - 385001
Tender validity period shall be: 120 days from the date of submission
Required number of copies of the Tender:
Two (Original plus one photocopy and clearly mention ORIGINAL& COPY on
photocopy).
The address for Tender submission and Pre-Bid Meeting is:
Purchase Department,
Banaskantha District Co operative Milk Producers’ Union Limited
PB NO 20 , Palanpur : 385001, Dist : Banaskantha
Due date (Deadline) for Tender submission:14/08/2015 by 1:30 PM
Opening of Quotation:14/08/2015 at 3:00 PM at Main Administrative
Building, Banas Dairy, Palanpur - 385001
Last Date for seeking any Clarification: 06/08/2015 till 17:00 hours
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure III- Check List
FOLLOWING DOCUMENTS ARE ATTACHED WITH THE TENDER
Sr. No. Item Yes / No
1 Please give the page No. to entire set of tender and documents enclosed. The
confirmation whether paging is done or not?
Yes / No
Page No.
2 Whether literature/ catalogues/ Technical Data Sheets are attached? Yes / No
3 Authorization letter from manufacturer or OEM. Yes / No
4 Power of Attorney of authorized signatory Yes / No
5 Earnest Money Deposit Details Yes / No
6 Details of Work Executed Yes / No
7 Vendor Registration form Yes / No
8 Supporting Documents to execution of similar type of Contracts Yes / No
9 Turnover Details of last five years Yes / No
10 Profit & Loss statement of last five years Yes / No
11 Supported documents for Experience of Five years Yes / No
12 Details for more than 500 CCTV installed within last 3 years (in not more than 10 Projects)
Yes / No
13 Details of offices/service centres in INDIA & NCR with Vat/CST/TIN/PAN details Yes / No
14 Make and Model List of Equipment Yes/ No
15 Supporting/Technical Documents Yes/ No
16 Technical Compliance Sheet of Equipment Yes/ No
DECLARATION
We, solemnly declare that we have attached all the documents mentioned here above and mentioned in the
Tender. We also understand that non-compliance of any documents will be treated as non-responsive Tender
and we will lose our claim to participate in the Tender Enquiry automatically and our tender will be liable to be
rejected.
Signature of Authorized person __________________
Name of Authorized person ___________________
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure IV- Earnest Money Deposit Details
Earnest money details (Rs. 5 Lakhs)
Details of Bank draft
No.___________
Dated_______________ Drawn On (Name of Bank) ____________________
EMD Amount Rs._______________________________________________
(Rupees in words
(________________________________________________)
I/we have read the instructions carefully and accordingly submitting the tender as per
the terms and conditions as given in the tender notice for Design, Supply,
Installation, Integration, Commissioning and Maintenance of CCTV
Surveillance System for Faridabad Plant.
Date:
Signature of the Bidder
(With office stamp)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure V- Commercial Bid
[A] Fixed Cost Component: CCTV CAMERAS
Sr. No.
Item Specification
& Make UOM Qty
Basic Unit Rate (in INR) for
supply
Landed Unit Rate for Supply
Unit I&C Charges
including all
AMC Charges for 2
nd year (incl.
taxes)/ per Unit
AMC Charges for 3
rd year (incl.
taxes)/ per Unit
Total per Unit (*) (in INR)
I II III IV (I+II+III+IV)
1 2 MP, IP IR HD POE
Dome (IP66) As per
Annexure No 94
2
2 MP, IR, IP HD POE –
FIX BOX/BULLET
(IP66)
As per Annexure
No 11
3 2 MP, IP HD POE
HSDOM - PTZ (IP66) As per
Annexure No 05
Total-A
110
* Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance
charges, insurance, etc.)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
[B] Fixed Cost Component: Hardware Components
Sr. No.
Item Specification
& Make UOM Qty
Basic Unit Rate (in INR) for
supply
Landed Unit Rate for Supply
Unit I&C Charges
including all
AMC Charges for 2nd
year (incl taxes)/ per
Unit
AMC Charges for 3rd
year (incl taxes)/ per
Unit
Total per Unit (*) (in INR)
I II III IV (I+II+III+IV)
4 5 KVA UPS As per Annexure No
1
5 PC with 24” HD monitor As per Annexure No
3
6 Work Station w/o monitor As per Annexure No
8
7 42" LED Monitor As per Annexure No 2
8 32" LED Monitor As per Annexure No 8
9 64 Channel NVR As per Annexure
No 2
10 4 TB Surveillance HDD As per Annexure
No 16
Total-A
34
* Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance
charges, insurance, etc.)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
[C] Variable Cost Component: Network Component and Accessories
Sr. No.
Item Specification &
Make UOM Qty
Basic Unit Rate (in INR) for
supply
Landed Unit Rate for Supply
Unit I&C Charges including all
AMC Charges for 2nd
year (incl taxes)/ per
Unit
AMC Charges for 3rd
year (incl taxes)/ per Unit
Total per Unit (*) (in INR)
I II III IV (I+II+III+IV)
11 1 KVA UPS As per Annexure NO
04
12 CAT6 Patch Code (1 Mtr) As per Annexure Meter
240
13 CAT6-I/O As per Annexure No
120
14 24Port Gigabit Network Switch,
(24 Port+4SFP) (POE , Managed) As per Annexure No 4
15 16Port Gigabit Network Switch,
(16 Port + 2 SFP) (POE, Managed) As per Annexure
No 4
16 08Port Gigabit Network Switch,
(08 PORT+ 2SFP)(POE, Managed) As per Annexure
No 2
17
CAT 6 Ethernet cable (Approx.
Qty) As per Annexure
Meter 4000
18 Fiber Patch code (1 Mtr) As per Annexure
NO 16
19 HDPE Pipe (Approx. Qty) As per Annexure
Meter 1000
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr. No.
Item Specification &
Make UOM Qty
Basic Unit Rate (in INR) for
supply
Landed Unit Rate for Supply
Unit I&C Charges including all
AMC Charges for 2nd
year (incl taxes)/ per
Unit
AMC Charges for 3rd
year (incl taxes)/ per Unit
Total per Unit (*) (in INR)
20 JACK Panel As per Annexure
NO 9
21
LIU - 24 pair, Rack mount, fully
loaded with Adapter, Pigtail and
Core Termination
As per Annexure NO
10
22 OFC Modular As per Annexure
NO 12
23
Optic Fiber Pigtail Single Model 1
Core As per Annexure
Meter 48
24 06 Core, SM OFC- Armored As per Annexure
Meter 1000
25 Rack (42U) As per Annexure
NO 1
26 Rack (12U) As per Annexure
NO 8
27 Analytical IP Camera
Management Software / VMS As per Annexure
NO 1
28 Camera Licenses As per Annexure No
125
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr. No.
Item Specification &
Make UOM Qty
Basic Unit Rate (in INR) for
supply
Landed Unit Rate for Supply
Unit I&C Charges including all
AMC Charges for 2nd
year (incl taxes)/ per
Unit
AMC Charges for 3rd
year (incl taxes)/ per Unit
Total per Unit (*) (in INR)
29 User/Client License As per Annexure NO
15*
30 Mobile view License As per Annexure NO
5
31
CASING CAPING PATTI(2"width
and 2meter length), ELBOW &
BEND - ISI make
As per Annexure NO
300
32
CASING CAPING PATTI(1"width
and 2meter length), ELBOW &
BEND - ISI make
As per Annexure NO
1000
33 25MM PVC FLEXIBLE PIPE - ISI
mark As per Annexure
Meter 25
34 32MM FLEXIBLE PIPE - ISI Mark As per Annexure Meter
25
35
Network Rack Installation with
required accessories including,
Switch, SFP Module, Jack Panel,
etc.
As per Annexure NO
10
36 LIU Installation As per Annexure NO
10
37 Fiber Core Splicing on actual
count As per Annexure
NO 48
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr. No.
Item Specification &
Make UOM Qty
Basic Unit Rate (in INR)
for supply
Landed Unit Rate for Supply
Unit I&C Charges including all
AMC Charges for 2
nd year (incl
taxes)/ per Unit
AMC Charges for 3
rd year (incl
taxes)/ per Unit
Total per Unit (*) (in INR)
38
Laying & Mounting OFC - HDPE
with required accessories on
actual count
As per Annexure Meter
1000
39
Laying & Mounting CAT6 in Pipe,
Strip with required accessories
like saddle/tie on actual count
As per Annexure Meter
4000
40 Ethernet I/O installation n
Termination As per Annexure
NO 120
41 Ethernet I/O installation n
Termination As per Annexure
NO 120
42 Other Items ( as per
requirement)
Total
13168
* Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance charges, insurance, etc.)
Note:
• Section [C]: “Commercial Bid for Variable Cost Component: Network Component and Accessories” is indicative in nature and Bidder is required to
visit and understand the site requirement and quote accordingly as per their assessment of requirement.
• No extra payment shall be made by Banas Dairy other that as agreed upon price
• Copy of Un-priced BOQ of Section [C], as quoted by bidder, is to be submitted along with Technical Bid also
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
[D] Total Project Offer (Price Break Up)
DESCRIPTION Total PRICE (In INR)
[A] TOTAL BASIC PRICE FOR SUPPLY,INSTALATION AND COMMISSIONING OF IP BASED CAMERA WITH ACCESSORIES
[B] TOTAL BASIC PRICE FOR SUPPLY, INSTALLATION AND COMMISSIONING OF Hardware
[C] TOTAL BASIC PRICE FOR SUPPLY, INSTALLATION AND COMMISSIONING OF Network Component and accessories
TOTAL BASIC PRICE FOR SUPPLY AND I&C OF CAMERA,NETWORK WITH ACCESSORIES [A]+[B]
Total Annual Maintenance Contract for 2nd
year
Total Annual Maintenance Contract for 3rd
year
Total Packing and Forwarding (if any)
Total Excise duty (If applicable)
Total CST/VAT(Sales Tax)
Total Service Tax on I&C and AMC
Total Freight
Total Insurance
Total Other Charges (if any)
TOTAL PROJECT BID AMOUNT (INR) INCLUDING ALL
Note:
• Prices for individual components shall remain valid for next 6 Months
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• Additional Items not mentioned in BOQ and requires for installation and commissioning shall be mention separately and should be part
of Price Breakup
• Models of the camera should be selected on the bases off features mentioned against each camera.
• Supplier shall use available structure for installation/mounting of cameras and network equipment. However any additional required
supports-fixture is in the scope of supply
• Warrantee/ Guarantee shall be for the period of 36 months. This would include but not limited to periodical visits, breakdown call visits
replacement of defective parts etc.
• All other additional requirement to be mentioned as per assessment done by bidders as per SCC clause no.7 in this commercial bid. No
additional charges will be paid to bidders for any reason arising out of bidder’s fault of not including any essential material/item in
commercial bid.
We agree to demonstrate the performance of the above items in accordance with the technical specifications for a price
quoted and we are able to complete this works within 2 Months.
Price also covers the cost of all the material and services which may not be mentioned in the Tender Document but are
essential for normal functioning of supplied CCTV based security surveillance System in true sense.
Signature of Bidder……….…………………….
Name ...…………………………
Business Address: …………………………….
Place: …………………………
Date: ………………………
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure VI- Scope of Work, Technical Specifications and
Bill of Quantities
1. Brief of the Project:
Banas Dairy requires a CCTV, IP-based security surveillance System for its Faridabad
Dairy campus on turnkey basis. Refer location list for type of camera required to be
installed:
2. General Requirements:
Following are the basic requirements listed out for CCTV Surveillance at Banas Dairy
for their various locations mentioned in document-
• All the bidders must attach the point by point compliance for below
specification in their technical bid.
• The Network (IP) Video Management Software (NVMS) Surveillance solution
should be pure IP based CCTV Surveillance with all the required life time licences.
• The proposed solution shall not require proprietary computer, server, and
network or storage hardware.
• The CCTV Surveillance Software system shall be based on the latest in
software programming technology
• Preferable NVMS software and cameras of the same make. Combination of
different make for software and cameras will be considered based on optimal
solution.
• Offered NVMS should maintain the single centralized administration,
configuration and authentication database for entire system. This functionality
can either be loaded on any of the recording server or on a dedicated server. If
offered software need dedicated server for this, then the same will be in
bidder’s scope. Specifications of administration server should be same as that of
recording server except storage size.
• The complete system shall be ONVIF (Open Network Video Interface Forum). This
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
means it should be possible to connect any make of the camera/ video
management software/recorder.
• The complete system shall be designed such that it should be possible to add at
least 20% additional camera in the system. Therefore the complete system
should including switches, other network hardware and servers should have spare
capacity.
• The system software must be capable of sending alerts, and alarms from the
preferred locations of the camera. (Location of camera to be defined for such need)
• The system shall be capable to record the real time video from all the camera
and it should be possible to monitor from multiple locations. There shall also
be a centralized location dedicated solely for monitoring the system. The main
servers shall be house in this location. Presently Two No of servers, considered
with 110 cameras at Faridabad.
• A Network Aided Storage system for storing video for a period of 3 0 days
is to be considered for the system.
• The network up time should be 99.99%
• The network should be designed such that in case there is problem at any of the
switch/ node the whole system should not be affected and only that part is
affected. A real time network diagram shall also be developed which can be
monitored from the central control room. In case there is a problem with any of
the node/ switch it should be possible to diagnose the same real time network
diagram.
• Ring topology shall be followed for the network.
• The network and the server should be designed such that there is no loss of
signal being transmitted from camera to monitoring system.
• The network topology should be ring type with failsafe condition. Care must be
taken so if there is a problem at one node or Switch it will affect only that
camera/switch, all others will run smoothly.
• The camera shall be of manufacturer’s official product line; designed for
commercial/industrial 24/7/365 use. The camera shall be based upon standard
components and proven technology using open and published protocols
• The camera shall support both fixed IP addresses and dynamically assigned IP
addresses provided by a Dynamic Host Control Protocol (DHCP) server.
• All camera installation, configuration, setup, program and related work shall be
performed by electronic technicians thoroughly trained by the manufacturer in
the installation and service of the equipment provide
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• All equipment provided shall be backed by a minimum of three years
O E M / manufacturer warranty and any damage, Malfunction occurs then the
cameras/ Parts/ Accessories/ Network system should be replaced free of cost
d uring the warranty period.
• The Specified unit shall fulfill all the required certifications and Standards.
(ISO, EMS, Networking standards) and UL listed.
• The camera models should be of latest (manufactured in year 2014-2015) and
will be available for next 05 years. It should be listed on official website of the
OEM/manufacturing Company’s Indian website and available for India.
• The OEM/manufacturing company’s service center preferred to be in NCR, India.
The manufacturing company should provide letter for service Support on behalf
of Bidder/Service partner, in case of Bidder/Service partner’s failure in service
support.
3. General Features for All type of Camera:
• All the Dome, High-speed dome, Box type Camera’s should support Resolution
1920x1080 or higher. The camera should transmit crisp and clear video at
1920x1080 pixels or higher and 30FPS and the transmission on network should
happen at extremely low bandwidth and best quality. The video compression
codec should be selectable H.264, MJPEG or higher.
• All cameras, at least, & preferably software to be of same make & The housing
should also be of same make.
• All CCTV equipment / products shall have quality system compliance with the
ISO 9001 and UL Certification. Bidder to submit the certification for the same
and the Certificate should be valid in the current date and should have the name
of the offered model by the SI/OEM. No Submission of the same may lead to
rejection of the bids
• Bidder must provide reference list of at least two installations for similar
products / components / solution with order references and completion
certificates.
• All software and firmware upgrades shall be free of charge during the warranty
period.
• The CAMERA shall be capable of supporting up to ten (10) users simultaneously
over the network.
• The Camera shall have an Easy Focus function, which adjusts the camera focus
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
by using the Easy Focus button on the rear of the camera or remotely via the
GUI. When the camera is switched between day and night modes, the Easy
Focus function is automatically activated to keep the camera focused
• The Camera shall utilize MJPEG and H.264 compression.
• The supported operating systems shall be Microsoft Windows 10™, Windows
8™ 32/64bit (Ultimate/Professional), Microsoft Windows 7™ 32/64bit
(Ultimate/Professional) and DirectX® 9.0c or higher.
• The CAMERA shall incorporate a built-in web server, such that the standard web
browser Google Chrome, Mozilla Firefox, Microsoft® Internet Explorer and
others with latest version as on date can be used to access the camera
without need for special viewer software.
• The CAMERA shall have a camera tampering detection function that alerts the
operator if the camera is tampered with. Tampering can include spraying the
camera lens, covering it with a cloth, or changing the mounting direction
• The CAMERA shall support the following network protocols: TCP, IPv4, IPv6,
DNS, RTP/RTCP, RTSP, UDP, ARP, HTTP, HTTPS, ICMP, IGMPv3, SMTP, FTPs,
FTPc, DHCP, NTP and SNMP (MIB-2). Network security shall be via Password
(basic authentication) and IP filtering.
• The CAMERA shall be Power over Ethernet (Poe) capable, compliant to the IEEE
802.3af standard.
• The CAMERA shall support IP Filtering, whereby access to the camera can be
restricted to one or more groups of selected users. Up to ten (10) different
groups can be established by defining an IP address range for each group
• The CAMERA shall have a composite analog video output in addition to
streaming video via Ethernet. The composite analog video output can be used
for monitoring while installing the camera to adjust the field of view and focus.
• The video signal-to-noise ratio shall be more than 50 dB
• The CAMERA shall have up to six user level settings. The administrator shall have
complete access/control of the cameras. The other five levels of access can be set
to limit user privileges to functions such as viewing, changing image size, etc.
• The CAMERA operating temperature shall be within the range of 14°F to 122°F (-
10°C to +50°C). Cold start temperature must be greater than 32°F (0°C).
• The CAMERA storage temperature shall be within the range of -4°F to +140°F (-
20°C to +60°C).
• The CAMERA operating humidity shall be within the range of 20% to 80% (non-
condensing).
• The cameras, networks, cables, Switches, and any other Hardware/ Software
installations, commissioning should be as per standard and good engineering
practices.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
• There should be no any hidden charges for any hardware/ software
requirement for smooth and satisfactory working of the entire CCTV Surveillance
system.
• All the cameras which are located remotely at Faridabad shall be clearly visible
from present CCTV control room of Palanpur (in the group of 16 cameras) via
internet.
• There shall be two nos. LED (42’’) along with CCTV-Viewing Workstation
to be installed in CCTV-control room of Banas Dairy, Palanpur for monitoring
the system of Faridabad plant with required hardware, accessories and licenses.
• Six Monitoring station LED 32” requires at Faridabad Plant with required
hardware, accessories and licenses.
4. Documentation
The CCTV system contractor, upon completion of the commissioning activity, shall
hand over the system to the customer.
At the time of hand over, the contractor shall provide the customer with the
following documentation:
1. Copy of detailed report
2. Component and equipment list
3. Product description sheets
4. System design drawing(s)
5. System schematic diagram(s)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
6. System operating manuals
Prior to final acceptance, the installing contractor shall provide complete
operation and maintenance instruction manuals to the owner. All aspects of
system operation and maintenance shall be detailed, including wiring diagrams of all
circuits, a written description of the system design, sequence of operation and
drawing(s), illustrating control logic and equipment used in the system. Checklists
and procedures for emergency situations, maintenance operations and procedures
shall be included in the manual.
5. Training
The contractor shall provide the customer with details of the training required by
personnel to operate and maintain the CCTV system with Five days Training Schedule
for Faridabad and Two Day Training Schedule for Palanpur.
The Contractor and the customer shall jointly agree the number of staff to attend the
training courses
6. Environmental Requirements
Vendor is required to assess the environmental conditions for the equipment to be
installed under this specification. The vendor has to ensure the proper operation of
the installed equipment. The equipment and its components should work
satisfactorily under the following environmental condit ions:
Environment Operating Limits:
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Temperature Range:
Operation to
(Un controlled Environment)
-0 to +50 °C
Relative Humidity Up to 80%
7. Standards
Work shall be performed in accordance with the applicable international and local
codes or standards current at the commencement of installation.
Where more than one code or regulation is applicable, the more stringent shall apply.
8. Work Scope and Location List
The bidder has to take care while designing the solutions as it is assumed that the
bidder has surveyed the site, checked the feasibility of system installation
physically as per the site requirement, distance, Networking and Power
connectivity, locations of CCTV camera for best video coverage & full functionality.
Requirement of Installation, commissioning and support for CCTV System at
Locations mentioned below:
Faridabad, Haryana.
Viewing of CCTV of above locations will be requires at Banas Dairy, Palanpur, Gujarat at
minimum 06 existing Work Station with required licenses.
02 CCTV Work Station and 32" LED monitors will be installed at Banas Dairy, Palanpur,
Banaskantha, Gujarat.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
The bidder shall be responsible to carry out installation of the individual
components as per the design approved by Banas Dairy. Galvanized Mounting
Pole if requires, will be in bidder scope and to be mention into price bid.
Miscellaneous components, accessories, connectors, nut-bolts, anchor fastener,
bracket, jacks etc. not indicated here, but required for a successful installation
and implementation of all system in integrated manner as desired and designed by
Banas Dairy , bidder shall list out such items with adequate quantities if priced
separately.
9. Product Warrantee & Service Declaration
All Products comprehensive warranty Period will be 03 (Three) year from the date of
work Completion of the total project.
Free service Period will be 03 (Three) year from the date of work Completion of the total
project
10. Technical Specifications of IP CCTV System
Specifications for HD Megapixel IP Camera:
(Bullet/Box /High Speed Dome (PTZ)/Dome (IP66 & non IP66) Cameras)
Following are Minimum Specification, for each type of camera.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Higher models are allowed.
Data Sheet to be submitted along with Bid.
10.1. 2 Mega Pixel Vandal proof Dome IR Network Camera:
Sr Description Technical parameters Compliance
Yes / No Deviation
1 Sensor
The camera should be equipped with a minimum of 1/3"
CMOS sensor applying progressive scan technology to
record more fluid footage and avoid distortion created by
moving objects.
2 Resolution Minimum 1920x1080 for high definition video quality
3 Frame Rate
The camera should capture images at a frame rate of
60fps@1080p so as to give a swift video output even in case
of fast moving objects.
4 Video Compression H.264, H.264_High Profile & MJPEG
5 Audio Compression G.711
6 Lens The camera should be provided with an OEM fitted 3-9mm
motorized zoom and motorized focus lens
7 Focus
Auto. The camera should provide the capability to control
the zoom lens from a remote location using the
VMS/browser
8 Minimum Illumination Color @ 0.07 lux, B/W @ 0 lux
9 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10 IR Distance 20 Mtr or above
11 Dual-Streaming The camera should output a master and a slave stream that
are individually configurable
12 ROI Support
Camera should allow at least 2 sections of the camera view
to be streamed seperately for distinguished viewing and
recording. Further more it should give the capability to
configure these streams individually .
13 Backlight
Compensation
BLC should allow adjusting the gain of the camera to
improve exposure of the subjects that are in front of a
bright light source
14 Wide-Dynamic-Range The camera should give a WDR range of minimum 104dB
15 Noise Reduction 3D
16 Camera Tampering The camera shall provide real time tampering protection by
means of alerts generated at the software.
17 Defog
Defog can be used to help improve the captured image in
poor weather conditions such as smog, fog, or smoke. The
visibility of the cameras can be enhanced in any weather
condition.
18 Pan/Tilt
The camera should be equipped with built in Motorized Pan
and Tilt feature. It should have a 350 Degree Pan and 60
Degree Tilt with provision to control via Web Browser and
VMS Software.
19 EIS
If the device sensors detect camera shake, EIS responds by
slightly moving the image so that it remains in the same
place on the imager
20 Pre/Post Event
Buffering
The camera should support a least of 3 seconds of pre &
post event buffering.
21 Event Notification Through Relays, E-Mails or FTP
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
22 Network TCP/IP, UDP, HTTP, HTTPS, RTP, RTSP, DHCP, ICMP,
QoS,FTP, SMTP, NTP, ARP, SNMP v1/v2c/v3
23 Security Security Password protection, HTTPS (SSL, TLS), IP filtering,
IEEE 802.1X
24 Others Exposure Control, AGC, White Balance, Privacy Masking &
Pivot
25 Micro SD Slot Should support minimum of 32GB micro-SD (Loaded)
26 IVA
Motion detection, Tampering alarm, Face detection,
Intrusion, Crossing line, Object counting, Object removal,
Object desertion
27 Video Out 1RCA & 1 RJ-45
28 Alarm In/Out 1/1
29 Audio In/Out 1/1 so as to equip the camera with 2-way audio
30 Ethernet 10/100 Ethernet
31 Power Source PoE, DC12V, AC24V
32 Power Consumption Not to exceed 11W
33 Protection IP66 and IK10 rated
34 Operation
Temperature/Humidity -10 ºC to 50 ºC / 0 % RH to 80 % RH
35 Open Protocol ONVIF ver 2 or higher, PSIA
36 Certifications UL,FCC , CE
37 Accessories All required OEM mounting and POE accessories
10.2. 2 Mega Pixel Outdoor Vandal proof Bullet IR Network Camera:
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr Description Technical parameters Compliance
Yes / No
Remark
if any
deviation
1 Sensor
The camera should be equipped with a minimum of 1/3"
CMOS sensor applying progressive scan technology to
record more fluid footage and avoid distortion created by
moving objects.
2 Resolution Minimum 1920x1080 for high definition video quality
3 Frame Rate
The camera should capture images at a frame rate of
30fps@1080p so as to give a swift video output even in case
of fast moving objects.
4 Video Compression H.264, H.264_High Profile & MJPEG
5 Audio Compression G.711
6 Lens The camera should be provided with an OEM fitted 3-9mm
motorized zoom and motorized focus lens
7 Focus
Auto. The camera should provide the capability to control
the zoom lens from a remote location using the
VMS/browser
8 Minimum Illumination Color @ 0.07 lux, B/W @ 0 lux
9 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night
10 IR LEDs/IR Distance 30 LEDs/ 30m and above
11 Dual-Streaming The camera should output a master and a slave stream that
are individually configurable
12 ROI Support
Camera should allow atleast 2 sections of the camera view
to be streamed seperately for distinguished viewing and
recording. Further more it should give the capability to
configure these streams individually .
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
13 Backlight
Compensation
BLC should allow adjusting the gain of the camera to
improve exposure of the subjects that are in front of a
bright light source
14 Wide-Dynamic-Range The camera should give a WDR range of minimum 104Db
15 Noise Reduction 3D
16 Camera Tampering The camera shall provide real time tampering protection by
means of alerts generated at the software.
17 Defog
Defog can be used to help improve the captured image in
poor weather conditions such as smog, fog, or smoke. The
visibility of the cameras can be enhanced in any weather
condition.
18 EIS
If the device sensors detect camera shake, EIS responds by
slightly moving the image so that it remains in the same
place on the imager
19 Pre/Post Event
Buffering
The camera should support a least of 3 seconds of pre &
post event buffering.
20 Event Notification Through Relays, E-Mails or FTP
21 Network TCP/IP, UDP, HTTP, HTTPS, RTP, RTSP, DHCP, ICMP, QoS,FTP,
SMTP, NTP, ARP, SNMP v1/v2c/v3
22 Security Security Password protection, HTTPS (SSL, TLS), IP filtering,
IEEE 802.1X
23 Others Exposure Control, AGC, White Balance,Privacy Masking &
Pivot
24 Micro SD Slot Should support minimum of 32GB micro-SD (loaded)
25 IVA
Motion detection, Tampering alarm, Face detection,
Intrusion, Crossing line, Object counting, Object removal,
Object desertion
26 Video Out 1RCA & 1 RJ-45
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
27 Alarm In/Out 1/1
28 Audio In/Out 1/1 so as to equip the camera with 2-way audio
29 Ethernet 10/100 Ethernet
30 Power Source PoE, DC12V, AC24V
31 Power Consumption Not to exceed 11W
32 Protection IP66 and IK10 rated
33 Operation
Temperature/Humidity -10 ºC to 50 ºC / 0 % RH to 80 % RH
34 Open Protocol ONVIF ver 2 or higher, PSIA
35 Certifications UL,FCC , CE
36 Accessories All required OEM mounting and POE accessories
10.3. 2 Mega Pixel 30 FPS Outdoor Vandal 30X PTZ Network Camera
Sr Description Technical parameters Compliance
Yes / No
Remark
if any
deviation
1 Resolution Minimum 1920x1080 for high definition video quality
2 Frame Rate The camera should capture images at a frame rate of
30fps@1080p.
3 Video Compression H.264, H.264_High Profile & MJPEG
4 Audio Compression G.711
5 Lens The camera should be provided with a minimum of an OEM
fitted 4.3-129 mm motorized zoom and motorized focus
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
lens
6 Focus
Auto. The camera should provide the capability to control
the zoom lens from a remote location using the
VMS/browser
7 Minimum Illumination Color @ 0.5 lux, B/W @ 0.01 lux
8 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night
9 Multiple-Streaming The camera should output a master and a slave stream that
are individually configurable
10 ROI Support
Camera should allow atleast 4 sections of the camera view
to be streamed seperately for distinguished viewing and
recording. Further more it should give the capability to
configure these streams individually .
11 Backlight
Compensation
BLC should allow adjusting the gain of the camera to
improve exposure of the subjects that are in front of a
bright light source
12 Wide-Dynamic-Range The camera should give a WDR range of minimum 92 dB
13 Noise Reduction 2D+3D
14 Defog
Defog can be used to help improve the captured image in
poor weather conditions such as smog, fog, or smoke. The
visibility of the cameras can be enhanced in any weather
condition.
15 EIS
If the device sensors detect camera shake, EIS responds by
slightly moving the image so that it remains in the same
place on the imager
16 Video Motion
Detection Support
17 Pre/Post Event The camera should support a least of 3 seconds of pre &
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Buffering post event buffering.
18 Event Notification Through Relays, E-Mails, FTP or goto Preset
19 Optical Zoom/Digital
Zoom 30x/12x
20 Presets Minimum 225 preset positions required
21 Auto-Tracking Support
22 PAN Range / PAN
Speed 360⁰ / 400⁰ per second
23 Tilt Range/ Tilt Speed 0⁰ - 180⁰/ 400⁰ per second
24 Auto-PAN Atleast 6 points
25 Group Tour Minimum 8 tours
26 Patterns Minimum 4
27 Auto-Digital Zoom Support
28 Network TCP/IP, UDP, HTTP, HTTPS, RTP, RTSP, DHCP, ICMP, QoS,FTP,
SMTP, NTP, ARP, SNMP v1/v2c/v3
29 Security Security Password protection, HTTPS (SSL, TLS), IP filtering,
IEEE 802.1X
30 Others Exposure Control, AGC, White Balance,Privacy Masking
31 Micro SD Slot Should support minimum of 32GB micro-SD
32 Video Out 1RCA & 1 RJ-45
33 Alarm In/Out 2/2
34 Audio In/Out 1/1 so as to equip the camera with 2-way audio
35 Ethernet 10/100 Ethernet
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
36 Power Source PoE+, AC24V
37 Power Consumption Not to exceed 25W
38 Protection IP66
39 Operation
Temperature/Humidity -15 ºC to 50 ºC / 0 % RH to 80 % RH
40 Open Protocol ONVIF ver 2 or higher, PSIA
41 Certifications UL,FCC , CE
42 Accessories All required OEM mounting and POE accessories
10.4. Enterprise Video Management System with Storage
Sr Features Compliance
Yes / No
Remark
if any
deviation
1
The system shall be open platform supporting ONVIF with integration with at
least 100 IP camera leading brands in the world. The client OS platform shall
be able to run with Microsoft Windows and MAC platforms. (list of integrated
brands to be submitted)
2
The system shall be Windows/ Linux platform. The OS shall be embedded in
device without extra installation. The system shall at least support 550mbps
throughput.
3
The central Management Server supports unlimited cameras, 3rd party access
control systems (System tested: 1024 channels of cameras, within 32 pcs of
Recording Server)
4
Image Fusion Technology can manipulate camera views by changing its
viewing angle and image size to allow for a seamless multi-pane panoramic
view. Up to 10 independent cameras can be set up as single view
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
5
Intelligent Search: Intuitive post-event motion search for suspicious areas on
video and post-event 3rd party data keyword search then query related
camera recording. The system can also search events and double clicking
query associated recording
6
Multi-View: Client PC can duplicate the same live view video onto multiple
channels and digitally zoom in to see the details of different spots on cloned
channels without losing the original live view video
7 Individual recycle condition (IRC) for each video. Users can assign retention
days for each server based on the importance of the critical storage needs
8
Multiple event-based and schedule-based recording modes, including
continuous record, record on event, manual record, event-based and
schedule-based boosting record. It also supports pre-event and post-event
recording for continuous record to make sure ensure that the event is
captured
9 The system shall be able to carry at least 8 hard disks to archive min 32 TB
recording storage and must be loaded with 32 TB of storage
10 The system shall support dual gigabit Ethernet ports.
11 The system shall be able to synchronize time with NTP server(Internet Time
Server)
12 The system shall be able to centrally configure all devices and system settings
on one interface.
13 The system shall support system status watchdog and automatically restart
the system when abnormal event happened.
14 The system shall be Server-Client Architecture and centralizes all video data
transaction only via server to remote clients.
15 The system shall include management server, recording server, metadata
server, and client for configuring and viewing
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
16 The management server shall be able to centrally manage all servers in the
system including configuration, license management, and event monitor.
17 The system shall support more features by upgrading, without re-install or re-
configuring whole system.
18 The system shall be able to extent to unlimited recording servers and
metadata server.
19 The system shall be able to support unlimited devices include camera and 3rd
party devices.
20 The system shall support unlimited channels of live viewing for video and
metadata from 3rd party application.
21
The system shall be able to centrally distribute the activated licenses to
cameras/3rd party devices from different recording servers and metadata
servers.
22 The system shall support at least 64 channels of maximum camera license per
recording server.
23
The system shall support user priority of locking PTZ, Preset point and Patrol
control. When PTZ control lock, only user with higher or equal control priority
can unlock it.
24 The system shall be able to view event notification on e-map.
25 The system shall be able to popup associated camera video from event list.
26 The system shall support volume load balance, enabling user manually
distributes cameras recording to different target volumes
27 The system shall support individual recycle condition for every camera and
3rd party channel DB.
28 Auto-backup/export: The system shall be able to backup recorded video to a
remote FTP server according to pre-defined schedule.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
29 Manual backup/export: The system shall enable user to back up the recorded
video manually.
30 The backup system shall calculate the required size of back up video.
31 The system shall provide a verification tool to verify if a snapshot or video clip
is modified
32 The system shall support 8 bay, and each hard drive capacity shall support
1TB to 6TB
33 The system shall support RAID 0, 1, 5, 10.
34 The system shall support unified user interface for configuring, live view and
playback.
35
The system shall support viewing live video of IP cameras through operating
system including Microsoft and Mac and Microsoft Internet Explorer browser,
or Windows Firefox.
36 The system shall support up to 4 monitors through client software.
37 The system shall be able to managing all cameras from different servers by
classifying cameras to different groups.
38
The system shall provide optional layouts to display the videos - 1x1, 2x2, 3x3,
4x4, 5x5, 6x6, 7x7, 8x8, 1+5, 2+8, 1+12, 1+12(central fixed), 1+16(central
fixed), full screen and customize layout.
39 The instant playback shall enable user sync the video to playback instantly.
40 The system shall support video wall for big channels centralized display.
41 The playback system shall support up to 100 channel playback simultaneously
and it should be able to playback from different servers.
42 The system shall support digital PTZ on recorded video.
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
43 The system shall support multiple E-maps layers.
44 The system shall support various image formats for E-map: BMP, JPEG, GIF,
PNG, TIFF.
45 The Video Management Software, Server and Storage must be of the same
make.
46
The Server must be Rack mountable with Intel Core i5 or higher processor
with 2 X USB 3.0, 2 X USB 2.0, 1 X e SATA (for DAS), 8 Hot swappable HDD bay
and dual gigabit port
47 The Client software must support on windows 8.1 and MAC OS X 10.9
Mobility – Mobile Clients
Sr Features Compliance
Yes / No
Remark if any
deviation
1 VMS mobile client for iOS: The VMS mobile client support iPhone4s, iPad-mini
with iOS-6 onward
2
VMS mobile client for android: The VMS mobile client support Android 4.1.0
onwards
NVR
Sr Description Technical parameters Compliance
Yes / No
Remark if any
deviation
1 Type Rack-mount 2U
2 CPU Intel Core i5
3 Number of Drives 8xSATA II
4 Min Storage Per Drive 4TB
5 Min internal storage 32TB
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
6 RAID Level RAID 0,1, 5, 10
7 I/O Interface 2xUSB3.0, 2xUSB2.0, 1xeSATA (for DAS)
8 Voltage 100-240V
9 Power Consumption 400W
Offered Camera and NVR, VMS should support each other without any operational issue.
10.5. NETWORK REQUIREMENTS:
The system shall provide video surveillance over TCP/IP/ Fiber Optic network.
The system shall be capable of accessing a proxy server to connect cameras located outside the network. The IP address and port number of the proxy server shall be configurable.
The system shall provide email notification when the system finds any video loss caused by a network interruption.
Network Components:
1. Network Active Components: Network Active Components like Manageable Switches, Non- Manageable Switches Hubs and repeaters and other accessories like Rack, Jack Panel, Cable Managers as per the actual site requirement.
2. Network Passive Components: Network Passive Components like Fiber Cable, CAT-6 UTP Cable, STP Cable, RJ-45, any other cables and network accessories as per the actual site requirement.
3. All fiber,CAT6 cables and components must be from one OEM
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10.6. OFC – 6 Core
Sr Features Compliance
Yes / No
Remark if
any
deviation
1
6 core, Single Mode, Corrugated Steel Tape Armor, Double HDPE, direct
burial, Loose-tube, Gel filled, operating in - 30ºC to +70ºC, identification
marking at every 1 meter. Max attenuation: 0.35 dB per km@1310 nm 0.20 dB per km@
1550nm, All fiber,CAT6 cables and components must be from one OEM
10.7. LIU fully loaded with Adapter, Pigtail and Core Termination
Sr Features Compliance
Yes / No
Remark if
any
deviation
1 LIU, Rack Mounted, 24 port fully loaded with required accessories like Splice Tray,
Adapter, Pigtail, Dust caps , Core Termination etc.
.
10.8. Single Cat-6 I/o with face plate and Surface Mount Box
Sr Features Compliance
Yes / No
Remark if
any
deviation
1
Single Cat-6 I/o with Angular Shuttered Flush mount face plate and Surface Mount
Box / Back Box.
Should be ETL tested and verified (Bidder has to carry out installation/fixing)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10.9. 09U Wall mount Rack
The racks are meant for housing the switches, media converter etc. supplied
against the contract. These racks shall be placed in the identified location.
The minimum features and technical requirements for the racks are as under:
Sr Features Compliance
Yes / No
Remark if
any
deviation
1 Rack size: 09U , 600W,650D
2 Mounting: Wall Mounting.
3 Front & Rear glass doors with locks, Side panels with locks
4 Suitable accessories for mounting the rack to be provided.
5 Inbuilt power distribution unit with min 6 Nos of 230 VAC, 5A outlets.
6 Minimum 2 nos of cooling fans for proper cooling should be provided.
7 Mounting hardware should be provided for fixing switches, patch panels,
earthing kit and network components.
10.10. 24U high Floor Standing Rack
The racks are meant for housing the switches, media converter, Network Video Server,
Network Storage etc. supplied against the contract. These racks shall be placed in the
identified location in Control Room.
The minimum features and technical requirements for the racks are as under:
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr Features Compliance
Yes / No
Remark if
any
deviation
1 Rack size: 24U, 800W*1000D
2 Mounting: Floor Standing (Wheel based)
3 Front door with ventilation and lock, Rear doors with locks, Side panels
with ventilation and locks
4 Suitable accessories for mounting the rack to be provided.
5 Inbuilt power distribution unit with min 10 Nos of 230 VAC, 5/15A outlets.
6 Minimum 2 nos of cooling fans for proper cooling should be provided.
7 Mounting hardware should be provided for fixing switches, patch panels,
earthing kit and network components.
10.11. Specifications 24 Port, Layer 3, 10/100/1000, 2SFP POE Switch:
Sr Description Technical parameters Compliance
Yes / No
Remark if any
deviation
1 Ports 24 Gigabit Ethernet, 2SFP Gigabit Ethernet combo
ports
2 Layer Layer 3, switching and routing functionalities
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10.12. Specifications 16 Port, Layer 2, 10/100/1000, 2SFP POE Switch:
Sr Description Technical parameters Compliance
Yes / No
Remark if any
deviation
1 Ports 16 Gigabit Ethernet, 2SFP Gigabit Ethernet combo
ports
2 Layer Layer 2, managed/smart managed
10.13. Specifications 08 Port, Layer 2, 10/100/1000, 2SFP POE Switch:
Sr Description Technical parameters Compliance
Yes / No
Remark if any
deviation
1 Ports 08 Gigabit Ethernet, 2SFP Gigabit Ethernet combo
ports
2 Layer Layer 2, managed/smart managed
10.14. Specifications Of Desktop/PC For Camera Monitoring :
Sr Description Technical parameters Compliance
Yes / No
Remark if
any
deviation
1 CPU Intel i5 4th Generation
2 Mother Board Integrated with 4MBL2Cache,1066MHz FSB, Quick Path
Interconnect Technology, Intel Original mother Board
3 Memory 4GB(1x4GB) DDR3 expandable up to 16GB
4 Hard Drives 500GB or more, SATA@7200 or @10000 rpm
5 Keyboards USB Keyboard
6 Mouse USB Optical Mouse
7 Video Card ATI Firepro 4800 1GB/nVIDIAQuadro 1GB or higher
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
9 Network Integrated10/100/1000Base-T
10 Sound Card In-Built
11 DVD writer DVD RW drive, DVD ROM, DVD+/-RW Dual layer Super
multi, Blu-Ray
12 Monitor 24’’ LCD HD monitor
13 Ports Back: (2) USB 3.0, (4) USB 2.0, HDMI, VGA, RJ-45
(10/100/1000 Ethernet), 3-stack audio jacks
Front: (2) USB 2.0, MCR 8:1, Mic and Headphone Jacks
14 Operating system Windows 8.1 Pro (support proposed NVR &VMS client)
14 Anti-Virus Software Latest software at the time of supply. License included with
03 Year subscription.
15 Energy Certifications Energy Star 5.0 certified, EPEAT Gold Certified
10.15. Specifications Of Workstation For Camera Monitoring:
Sr Description Technical parameters Compliance
Yes / No
Remark if
any
deviation
1 CPU Intel Xeon Quad-Core(ProcessorE3-1225(6MCache,3.10
GHz) or higher, Intel C226serieschip set
2 Mother Board Integrated with 4MBL2Cache,1066MHz FSB, Quick Path
Interconnect Technology, Intel Original mother Board
3 Memory 4GB(1x4GB) DDR3 expandable up to 16GB
4 Hard Drives 500GB or more, SATA@7200 or @10000 rpm
5 Keyboards PS/2 or USB Keyboard
6 Mouse USB Optical Mouse
7 Video Card ATI Firepro 4800 1GB / 1GB nVIDIAQuadroGraphiccard, In
Built 2 Nos for connecting 2 monitors
8 RAID Raid 0,1,5 Supported
9 Network adapter-NIC Integrated10/100/1000Base-T
10 Sound Card In-Built
11 DVD writer DVD RW drive, DVD ROM, DVD+/-RW Dual layer Super
multi, Blu-Ray
12 Monitor 32’’ LED HD monitor/tv (separately mentioned in BOQ)
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
13 Port Back: (3) USB 3.0, (4) USB 2.0, HDMI, VGA, RJ-45
(10/100/1000 Ethernet), 3-stack audio jacks
Front: (2) USB 2.0, MCR 8:1, Mic and Headphone Jacks
14 Operating system Windows 8 Pro ( support proposed NVR & VMS client)
14 Anti-Virus Software Latest software at the time of supply. License included with
03 Year subscription.
15 Energy Certifications Energy Star 5.0 certified, EPEAT Gold Certified
10.16. Specifications for LED monitors (42”/32”)
Sr Description Technical parameters Compliance
Yes / No
Remark if
any
deviation
1 Display Type LED
2 Resolution 1920 * 1080
3 Display Size 32” & 42”
4 Brightness 450 Nits & Above
5 Contrast Ration 1100:01:00
6 Application 24*7 hours / day
7 Inputs HDMI / DP/DVI-D/RGB/USB/RS-232/RJ45
8 Outputs DP
9 Energy Certificate Energy Star 6.0
10 Warranty 3 Years onsite
11 Installation Standard wall mount installation free of cost
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10.13. OFC, UTP and Power Cable Laying
• Indoor/Outdoor OFC and Cat 6 UTP cabling shall be done from the area identified for
the PC/Server/NVR to the rack for housing the network elements and up to Camera.
• The Cat 6 cable should conform to CAT 6 specifications and individual cable pairs
should be separated by a PE former.
• The OFC cable should be as per International Standard like ITU G 652.
• The OFC/CAT 6 cabling shall be done using ISI marked rigid PVC casing capping and
accessories. The route for cabling is to be discussed and finalized with the Site-in
charge.
• The aesthetic appearance of the cabling within offices and other visible areas is to be
taken into consideration while planning the cable route.
• Cable routes should be planned to avoid fluorescent light fittings and power cables
and where they are run parallel to power they must be at least 60mm apart. Crossing
power cables is allowed but it must be at right angles, and some form of bridge
should be used.
• All terminating should be carried out according to the manufacturer’s instructions
and guidelines, and the standards for generic cabling systems viz. the cable sheath
should be stripped back no more than 13mm from the point of termination, the twist
rates should be maintained, maximum CAT 6 cable run to be 90 m etc.
• Care should be taken when pulling cables.
• Digging, Laying, Clamping, Filling will be in the Bidder’s scope.
• Route indicators (Metallic) for OFC cable are to be placed for every 100 mtrs.
10.14. 1 KVA UPS (Un-Interruptible Power Supply)
Sr Description Technical Specification Compliance
Yes / No
Remark if
any
deviation
1 Rating (in KVA) 1 KVA
(A) Input
1 Nominal Voltage 230 V AC
2 Nominal Frequency 50 Hz
3 Input Power Factor 0.99
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
4 Input Voltage Range 110 ~ 300 VAC
5 Frequency Range 45 to 55 Hz
6 THDi < 5%
7 OVCD Inbuilt
(B) Output
1 Invertor Design IGBT Based Technology
2 Voltage 208 V / 220 V / 230V / 240 VAC
3 Voltage Regulation < 2%
4 Waveform Pure Sine wave
5 Total Harmonic Distortion < 3% for linear load & <5 % for non linear load
6 Crest Factor 3:01
7 Overload capacity 105% ~ 110% for 1 min, 125% for 30 Sec.
8 Cold Start Required
(C ) Environmental
1 Operational Temperature 0 to 45 Deg.
2 Relative Humidity 20 ~ 90% (Non Condensing)
(D) Physical
1 Enclosure Protection IP 20
2 Cooling Forced Air Cooling
(E ) Bypass
1 Static Bypass Auto & Manual
2 Bypass Enable & disbale Facility required
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
3 Transfer No Break
(F) Battery
1 Type Sealed Maintenance Free
2 DC Voltage Vendor to specify
4 VAH Required Vendor to specify
5 Battery Backup 30 Min
6 Minimum Charger Capacity 10% of the battery AH capacity
8 Battery make Exide / Quanta / Rocket
(G) General
1 Overall Efficiency on Full
load
> 92%
2 High Efficiency mode 98%
3 Acoustic Noise (in dbA) < 50 dBA @ 1 Meter
4 Alarms Audible Alarm required for Mains Failure, Low
Battery, Inverter Trip, Over Temperature, Over Load
5 Display Panel LCD Display with Measurements (Input /
Output/BypassV & Hz, Battery Voltage & % Capacity,
time, and level indicaotr, Alaram Codes)
6 Battery Rack M.S. Angle with upper Cover
(H) Communications
1 Power Management
Software
Software CD
2 Connection type USB
3 SNMP Interface Intelligent slot for SNMP / AS400/ Modbus
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
(J) Standard
1 Standard ROHS
2 Safety IEC 62040-1
(K) Protection
1 Battery Over voltage Required
2 Battery Under Voltage Required
3 DC High Required
4 Output Over/Under Voltage Required
5 O/P short Circuit Required
6 Inv Over Temp Required
7 Surge Required
The UPS has to be supplied along with requisite Power Cable, Strip (spike suppressor extension
board), 15Amp Switch Socket ISI make, 16Amp DP ISI Make, etc
10.15. 5 KVA UPS (Un-Interruptible Power Supply)
Sr Description Technical Specification Compliance
Yes / No
Remark if
any
deviation
1 Rating (in KVA) 5 KVA
(A) Input
1 Nominal Voltage 230 V AC
2 Nominal Frequency 50 Hz
3 Input Power Factor 0.99
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
4 Input Voltage Range 180 ~ 275 VAC
5 Frequency Range 45 to 55 Hz
6 THDi < 5%
(B) Output
1 Invertor Design IGBT Based Technology
2 Voltage 208 V / 220 V / 230V / 240 VAC
3 Voltage Regulation < 2%
4 Waveform Pure Sine wave
5 Total Harmonic Distortion < 2% for linear load & <5 % for non linear load
6 Crest Factor 3:01
7 Overload capacity 105% ~ 125% for 2 min, 125% ~ 150% for 30 Sec.
8 Cold Start Required
(C ) Environmental
1 Operational Temperature 0 to 40 Deg.
2 Relative Humidity 0 ~ 90% (Non Condensing)
(D) Physical
1 Enclosure Protection IP 20
2 Cooling Forced Air Cooling
(E) Bypass
1 Static Bypass Auto & Manual
2 Maintenance Switch Facility required
3 Transfer No Break
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
(F) Battery
1 Type Sealed Maintenance Free
2 DC Voltage Vendor to Specify
4 VAH Required Vendor to Specify
5 Battery Backup 60 Min
6 Minimum Charger Capacity 10% of the battery AH capacity
8 Battery make Exide / Quanta / Rocket
(G) General
1 Overall Efficiency on Full
load
> 92%
2 High Efficiency mode 98%
3 Acoustic Noise (in dbA) < 50 dBA @ 1 Meter
4 Alarms Audible Alarm required for Mains Failure, Low
Battery, Inverter Trip, Over Temperature, Over Load
5 Display Panel LCD Display with Measurements (Input /
Output/BypassV & Hz, Battery Voltage & % Capacity,
time, and level indicaotr, Alaram Codes)
6 Battery Rack M.S. Angle with upper Cover
7 Parallel Option Yes
(H) Communications
1 Power Management
Software
Software CD
2 Connection type USB
3 SNMP Interface Intelligent slot for SNMP / AS400/ Modbus
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
(J) Standard
1 Standard ROHS
2 Safety IEC 62040-1
(K) Protection
1 Battery Over voltage Required
2 Battery Under Voltage Required
3 DC High Required
4 Output Over/Under Voltage Required
5 O/P short Circuit Required
6 Inv Over Temp Required
7 Surge Required
The UPS has to be supplied along with requisite Power Cable, Strip (spike suppressor extension
board), 15Amp Switch Socket ISI make, 16Amp DP ISI Make, Acrylic Battery Rack cover/proterctor etc
Page 83 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
10.16. Preferred Equipment Makes:
Equipment Make
Cameras Axis/Sony/Panasonic/LG/Honeywell/Samsung
Network (IP) Video
Management
software
Axis/Sony/Panasonic/LG/Honeywell/Samsung/Milestone/Icatcher
Network Video
Recorder Axis/Sony/Panasonic/LG/Honeywell/Samsung/NUUO
PC/ Work stations /
Server / NAS HP/Dell/Lenovo
LED
TV/Monitor/Display Sony/ LG / Panasonic
Power Cable Polycab/Havells/ Universal/CCI / Lapp
CAT-6, Fibre cable,
Patch Cord Molex/ Finolex
Network Switches(POE,
Managed) Cisco/Netgear/HP/Dell
Network Accessories
(passive) Digilink/Molex/Dlink
UPS APC/Emerson
HDPE Pipe Durton/Supreme
Other ISI mark
10.17 CCTV Camera Location List
Sr Area Location (Faridabad) IP HD Dome
(IP66)
IR, IP HD - FIX
BOX/BULLET
IP HD HSDOM -
PTZ
Page 84 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
1 Basement Material Store 6
2 Ground Floor Main Gate Entry 2
3 Ground Floor Main Gate Exit 2
4 Ground Floor Admin Entry / Exit 2
5 Ground Floor Weigh Bridge Entry 1
6 Ground Floor Weigh Bridge Exit 1
7 Ground Floor Tanker Reception 2
8 Ground Floor Tanker CIP 2
9 Ground Floor Lobby between CIP & Reception 1
10 Ground Floor Driver Restroom 1
11 Ground Floor Store at Tanker Site Reception 1
12 Ground Floor Crate Reception Area 7
13 Ground Floor Milk Dispatch Area 16
14 Ground Floor Milk Packaging Area 8
15 Ground Floor Buttermilk Packaging Area 1
16 Ground Floor Dahi Packaging Area 1
17 Ground Floor Cold Room 4
18 Ground Floor General Peripheral 4
19 Ground Floor Admin Block Entry 1
20 Ground Floor Canteen 3
21 Ground Floor Labour Aminity 3
22 Ground Floor Officers Aminity 2
23 Ground Floor ETP 1
24 Ground Floor Service Block Entrance 1
25 Ground Floor Boiler Control Room 1
26 Ground Floor Refrigeration Section 1
Page 85 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
27 Ground Floor Engineering Office 1
28 First Floor SMST Area 1
29 First Floor Recon Room 1
30 First Floor Fermented Milk Process 3
31 First Floor Control Room 1
32 First Floor HMST 2
33 First Floor Paneer Process 2
34 First Floor Paneer Packing 1
35 First Floor Paneer Sterilization 1
36 First Floor Paneer Control Room 1
37 First Floor Main Lab 1
38 First Floor Paneer and Whey Storage 1
39 First Floor RMST and PMST 2
40 First Floor Office First Floor 4
41 First Floor Office Floor 4
Extra 7 2 0
Total: 110 94 11 5
11. Make and Model List from Bidder with BOQ and location details:
(To be filled by Bidder)
Sr.
No. Description UOM Faridabad Palanpur
Total
Qty
(Tentativ
e Req)
Total
Qty
(Propos
ed)
Make Model
Supporting
Document
Attached
(Yes/No)
1 2 MP, IP IR HD POE Dome (IP66) No 94 0 94 NA
2 2 MP, IR, IP HD POE – FIX
BOX/BULLET (IP66) No 11 0 11
NA
Page 86 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
3 2 MP, IP HD POE HSDOM - PTZ
(IP66) No 5 0 5
NA
4 CAT6 Patch Code (1 Mtr) No 240 240
5 CAT6-I/O No 120 120
6 24Port Gigabit Network Switch,
(24 Port+4SFP) (POE , Managed) No 4 0 4
7 16Port Gigabit Network Switch,
(16 Port + 2 SFP) (POE,Managed) No 4 0 4
8 08Port Gigabit Network Switch,
(08 PORT+ 2SFP)(POE, Managed) No 2 2
9 CAT 6 Ethernet cable (Approx. Qty) Meter 4000 0 4000
10 Fiber Patch code (1 Mtr) No 16 0 16
11 HDPE Pipe (Approx. Qty) Meter 1000 0 1000
12 JACK Panel No 9 0 9
13
LIU - 24 pair, Rack mount, fully
loaded with Adapter, Pigtail and
Core Termination
No 10 0 10
14 OFC Modular No 12 0 12
15 Optic Fiber Pigtail Single Model 1
Core No 48 0 48
16 06 Core, SM OFC- Armored Meter 1000 0 1000
17 Rack (42U) No 1 0 1
18 Rack (12U) No 8 0 8
19 1KVa UPS No 4 0 4
20 5 KVA UPS No 1 0 1 NA
21 PC with 24” HD monitor No 3 0 3 NA
22 Work Station w/o monitor No 6 2 8 NA
23 Server- w/o monitor No 0 0 0
24 42" LED Monitor No 2 0 2 NA
Page 87 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
25 32" LED Monitor No 6 2 8 NA
26 64 Channel NVR No 2 0 2 NA
27 4 TB Surveillance HDD No 16 0 16 NA
28 Analytical IP Camera
Management Software / VMS No 1 0 1
29 Camera Licenses No 125 0 125
30 User/Client License No 10 5 15
31 Mobile view License No 5 0 5
32
CASING CAPING PATTI(2"width
and 2meter length), ELBOW &
BEND - ISI make
No 300 0 300
33
CASING CAPING PATTI(1"width
and 2meter length), ELBOW &
BEND - ISI make
No 1000 0 1000
34 25MM PVC FLEXIBLE PIPE - ISI
mark Meter 25 0 25
35 32MM FLEXIBLE PIPE - ISI Mark Meter 25 0 25
36
Network Rack Installation with
required accessories including,
Switch, SFP Module, Jack Panel,
etc.
No 10 0 10
37 LIU Installation 10 0 10
38 Fiber Core Splicing on actual
count No 48 0 48
39
Laying & Mounting OFC - HDPE
with required accessories on
actual count
Meter 1000 0 1000
40
Laying & Mounting CAT6 in Pipe,
Strip with required accessories
like saddle/tie on actual count
Meter 4000 0 4000
41 Ethernet I/O installation n
Termination No 120 0 120
42 10 FT MS Pole with installation No 06 0 06
Page 88 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Total 13309 9 13318
Note:
o The above mentioned quantities are estimated only and for variable components shall
quote according to his evaluation of requirement and no extra cost shall be paid.
o The Bidder may quote only one option (i.e. one products can be quoted) against each
item. Bidders are required to mention Make and Model of the product (Do not write
“OEM” against items). Bidders are expected to give make and model of the product)
o Extra Cameras indicated in the BOQ (List of Material) will also be required to install as and
when instructed by Banas Dairy during warranty period. o Ensure that all equipment including material to be installed by the Bidder shall be new and
the product should not be de-supported or declared end of life during the next 10 years
Page 89 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure VII-Tender Letter Form Date: ______________
From
(Registered name and address of the Bidder.)
To,
Banaskantha District co operative Milk Producers’ Union Limited
Banas Dairy
PB NO 20,
Palanpur- 385001
Sir,
Having examined the tendering documents, we the undersigned, offer to supply, install, test,
integrate and commission of CCTV Surveillance System as detailed in the bidding document ( as
enclosed) in response to T/E number .…………….dated ...................
we undertake to:
• maintain validity of the Tender for a period of120days from the last date of Tender
submission as specified in the bidding document or extended. The same shall remain
binding upon us and may be accepted at any time before the expiration of that period.
• supply, install, test, integrate, commission and maintain the “Systems” for a period of 36
months (warranty period) in conformity with the bidding documents (and as amended from
time to time).
• Commission the “Systems” within the time frame as defined in the Tender documents
(and as amended from time to time)
• execute all contractual documents and provide all securities & guarantees as required in
the Tender document (and as amended from time to time).
• until a formal Contract is prepared and executed, this Tender, together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract on us.
• certify that products and Systems to be supplied shall be from eligible countries as
specified in the above mentioned T/E document.
we enclosed checklist for tender duly filled.
Dated this _______ day of ____________.
Signature
………………….
(In the capacity of)
Duly authorised to sign Tender for and on behalf of
Page 90 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Witness:
(Signatures with name and designation)
Address:
Enclosure:
Check list as above
Bidding document
Page 91 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure VIII- Manufacturer’s Authority Letter
(It should be submitted on original letterhead of Manufacturer)
To
Managing Director Banaskantha District co operative Milk Producers’ Union Limited Banas Dairy PB NO 20, Palanpur: 385001. Dear Sir,
Whereas [name of the Producer] who are established and reputable producers of [name/or
description of the products] having production facilities at [address of factory] do hereby
authorize [name and address of the Supplier] to submit a Tender, and subsequently
negotiate and sign the Contract with you against T/E No.……..dated……… for the above
products produced by us.
We, M/s________________warrant all the equipments to be supplied by us against
T/E No. Hereunder shall be brand new, free from all encumbrances, defects and
faults in material. Workmanship and manufacturing shall be of the highest grade and
quality and consistent with the established and generally accepted standards. Materials of
the type ordered shall be in full conformity with the specifications, drawings or
samples, if any, and shall operate properly. The items quoted by us for this tender are not
obsolete and are still in production. The warranty for the material shall be for a period of
three years.
We, M/s.................also undertake that the spares of every equipment to be supplied by us
hereunder shall be made available to BANAS DAIRY for a period of minimum 10years
from the date of final acceptance. We shall provide the factory test report for the
equipment at the time of supply.
We hereby extend full guarantee for the products offered for supply by our firm against the
said T/E and duly authorize said firm in fulfilling all installation, technical support and
maintenance obligations required by Banas Dairy.
[Signature for and on behalf of Producer]
Note: This letter of authority must be on the letterhead of the Producer, must be signed by
a competent person and having the power of attorney to bind the Producer, and must be
included by the Bidder in its Tender.
Page 92 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure IX- Performance Bank Guarantee (Sample)
(To be stamped in accordance with Stamp Act)
Ref: Bank Guarantee No. Date:
To,
Managing Director
Banaskantha District co operative Milk Producers’ Union Limited
Banas Dairy
PB NO 20, Palanpur: 385001.
Dear Sir,
WHEREAS.............................(Name of Bidder ) hereinafter called "the Company "has undertaken, in
pursuance of Contract dated,........(herein after referred to as "the Contract") to implement the CCTV
project for Banaskantha District Co operative Milk Producers, Union Limited, herein referred as
Banas Dairy.
AND WHEREAS it has been stipulated in the said Contract that the Company shall furnish a Bank
Guarantee ("the .Guarantee") from a scheduled bank for the sum specified therein as security for the
performance of CCTV Project as per the agreement. WHEREAS we ("the Bank", which
expression shall be deemed to include it successors and permitted assigns) have agreed to give
BANAS DAIRY, Palanpur the Guarantee:
THEREFORE the Bank hereby agrees and affirms as follows:
1. The Bank here by irrevocably and unconditionally guarantees the payment of all sums due and
payable by the Company to BANAS DAIRY , Palanpur under the terms of their Agreement dated__
on account of full or partial non- implementation and/or delayed and/ or defective
implementation. Provided, however, that the maximum liability of the Bank towards BANA S DA IRY,
Pa lanpu r under this Guarantee shall not, under any circumstances, exceeding aggregate........
2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice
from BANAS DAIRY, Palanpur stating full or partial non-implementation and/ or delayed and/ or
defective implementation, which shall not be called in question, in that behalf and without delay/ demur
or set off, pay to BANAS DAIRY, Palanpur any and all sums demanded by BANAS DAIRY
Palanpur under the said demand notice, subject to the maximum limits specified in Clause 1 above. A
Page 93 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
notice from BANAS DAIRY, Palanpur to the Bank shall be sent by Registered Post (Acknowledgement Due) at the
following address: Attention Mr. ____.
This Guarantee shall come into effect immediately upon execution and shall remain in force for a period
of 42m onths from the date of Final Acceptance certificate for project as mentioned in the contract.
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever,
be modified, discharged, or otherwise affected by:
i) Any change or amendment to the terms and conditions of the Contract or the execution of any further
Agreements
ii) any breach or non-compliance by the Company with any of the terms and conditions of any
Agreements/ credit arrangement, present or future, between Company and the Bank.
5. The BANK also agrees that BANAS DAIRY at its option shall been titled to enforce this Guarantee
against the Bank as a Principal Debtor, in the first instance without proceeding against Company and not
withstanding any security or other guarantee that BANAS DAIRY may have in relation to the Company
liabilities.
6. The BANK shall not be released of its obligations under these presents by reason of any act of
omission or commission on the part of BANAS DAIRY or any other indulgence shown by BANAS
DAIRY or by any other matter or thing whatsoever which under law would, but for this provision, have
the effect of relieving the BANK.
7. This Guarantee shall be governed by the laws of India and only the courts of Palanpur, Gujarat
shall have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.
Dated this the……………….Day of……………………..2013
Witness
(Signature) (Signature)
(Name) Bank Rubber Stamp
(Official Address) Designation with Bank Stamp Plus Attorney as per Power of Attorney No.
Dated:
Page 94 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure X- Deviation/Non-Compliance Statement
(Please give all deviations and/or non-compliance clause wise statement against the said
Tender document in the format given below)
Tender No:
Sr. No. Section/Article/ Clause Statement of Deviation
Note:
• In case of any other deviation not mentioned on this page may lead to disqualifying of Bid
• Mentioning Deviation in above mentioned format does not ensure its acceptance by Banas Dairy
• Above mentioned format is indicative and supplier can furnish above required information in their own
format
Page 95 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure XI- Details of Work Executed
Details of Purchase Orders executed in last 5 year of similar works
Name of the supplier:
Supply of CCTV IP based security surveillance System:
Sr.
No.
Name of the
Organization
Address of
installation
P.O/ W.O.
Date
No. of IP
Cameras
Installed
Value of the
project in
Rupees
Document
attached or
not?
Performance
Certificate
attached or not?
1
2
3
4
Note:
Above mentioned format is indicative and supplier can furnish above required information in their own format
Purchase Order copies should be enclosed in support of the above
Page 96 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure XII- Details of Turn Over
Sr. No. Financial Year Turn Over (in Lacs) Operating Profit (in Lacs)
1 2014 -15
2 2013 - 14
3 2012 - 13
Page 97 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure XIII - Vendor Registration Format
Banaskantha District Cooperative Milk Producers' Union Ltd.,
Banas Dairy, Post Box No. 20, Palanpur: 385 001, Phone: 253881 to 253885 Fax : 02742-252723, 251835, e-mail : [email protected], web : www.banasdairy.coop
VENDOR / CUSTOMER / BROKER REGISTRATION FORM 1. Name of the Vendor/Customer/Broker: __________________________ 2. Full Address of Office & Factory : OFFICE FACTORY
FACTORY ADDRESS
Add1 Add1
Add2 Add2
City City
Location Location
District District
State State
Pin Code Pin Code
Phone (with code) Phone (with code)
Mobile No Mobile No
Fax No. Fax No.
e-mail ID e-mail ID
Contact Person: Contact Person:
For Office Use Only
Vendor / Customer / Broker No. _________________________________Date :
Page 98 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
1. Full Address of Branch / Associated Firm :
Branch / Associated Firm -1
Branch / Associated Firm - 2
Add1 Add1
Add2 Add2
City City
Location Location
District District
State State
Pin Code Pin Code
Phone (with code) Phone (with code)
Mobile No Mobile No
Fax No. Fax No.
e-mail ID e-mail ID
Contact Person: Contact Person:
4. Are you registered with MSMED Act : Yes / No. ___________________________ If yes, please give date of registration: ______________________ & Valid upto _____________(date) (Pl. enclose copy of the certificate confirming to the above) 5. Whether CST/GST is applicable? If Yes, please give the rate : Central Sales Tax No. &Date : ________________________________________________________ State Sales Tax No. &Date : _______________________________________________________ 6. Whether Central Excise Duty is applicable ? If yes, please give Excise classification No. of the item quoted (Chapter/Section/Subsection) : _________________________________ Excise heading : ______________________ Rate of excise : ______________________________ Central Excise Registration No.& Date __________________________________________________ Service Tax Registration No.& Date ____________________________________________________ 7. Bank Name ______________________Bank A/c. No.__________________ Branch _____________ Mode of Payment : Cheque/ DD /RTGS /NEFT In case DD, Payable at ___________ IFSC Code :_________________________ PAN : ____________________________________ 8. Which kind of material / service you want to supply / provide to us (Give details)
Make & Brand
Page 99 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Sr.No. Particulars
9. Status (whether an Individual / Partnership Firm / Public / Private Limited Company : i) In case Partnership Firm a) Whether it has been registered ? ______________________________________________ b) If Registered, provide copy of registration certificate issued by the Registrar of firm : ___________________________________________________________________________ c) Name of all Partners : __________________________________________________________ d) Details of Partnership deed (Pl. enclose copy of the same): ____________________________ ii) If Proprietary concern name and address of the Proprietor : __________________________________ iii) If Private / Public Limited Company, Please Enclose copy of Memorandum/Articles of the Association : __________________________________ Provide Registration No. ______________________________________________________________ 10. Year of Establishment of the company : _______________________________________ 11. Year of commencement of Commercial Production : ________________________________________
Page 100 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
12. Status of your Company (Manufacturing / Traders / Authorized Agent/Dealer) : ___________________ 13. Manufacturing Licence No. : ___________________________________________________________ 14. Annual Turnover : __________________________________________________________________ 15. Are you supplying these items to any Cooperative Dairies in Gujarat ? If so, give details with zerox copies of Purchase Order. ____________________________________________________________ 16. Is the quality of your product approved by ISI or any Institution ? ______________________________ 17. Can you arrange to send sample if called ? _______________________________________________ 18. Please state the address with telephone Number of your Office nearest Palanpur. ________________ 19. Please send technical literature, price list and other information of your production ________________ 20. Income tax clearance certificate No. __________& Date______________ (Pls. Enclose copy) 21. Whether any of your relatives is working with us or with our member unions. If so, please give details : __________________________________________________________________________________ 22. Any other information you wish to given ? ________________________________________________ 23. Please find enclosed herewith a D.D. No. ___________ dated _________ Rs. 5000/- in favour of Banaskantha District Cooperative Milk Producers’ Union Ltd., payable at Palanpur for Tender Fees (Non Refundable).
DECLARATION The above information is true in all respects and we undertake to inform you if any change in the above particulars regarding our business from time to time. We also undertake the responsibility that in no case we will employ any consultant to deal with BKDCMPU Ltd., Palanpur Place : Signature of Authorized Representative Date : of the Company under Proper Seal
For Office Use Only
Concerned Dept.Head OSD(Comm.)
Page 101 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure XIV CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am Secretary of the ……………………………………….., and that……………………………………………. who signed the above proposal
is authorized to bind the corporation by authoring of its governing body.
(Secretary)
Date
(Seal here)
Page 102 of 102
Signature of the party with office stamp
(In token of acceptance of terms & condition)
Date:
Annexure XV OEM / IP Camera Product Company Details
(Details of Office/Service Center in India and Orders executed in last 5 year of similar works)
Name of the OEM/IP Camera Product Company:
Office and Service Center in India of OEM / IP Camera Product Company:
Sr. No. Address Contact Person Contact nos. Email Type of
supporting
1
2
3
4
Supply of CCTV IP-based security surveillance System:
Sr.
No.
Name of the
Organization
Address of
installation
P.O/ W.O.
Date
No. of IP
Cameras
Installed
Value of
the
project in
Rupees
Document
attached or
not?
Performance
Certificate
attached or
not?
1
2
3
4
5
6
7
Note:
Above mentioned format is indicative and supplier can furnish above required information in their own format Purchase Order copies
should be enclosed in support of the above