• No results found

Telangana State Technology Services Ltd

N/A
N/A
Protected

Academic year: 2022

Share "Telangana State Technology Services Ltd "

Copied!
20
0
0

Loading.... (view fulltext now)

Full text

(1)

----1----

Telangana State Technology Services Ltd

2nd Floor, HACA Bhavan, Near Assembly Hyderabad – 500004, Telangana, India.

CIN NO: U74900TG2015SGC101517 website: http://tsts.telangana.gov.in/

TSTS/CS/CPHYD-CCTV/2019, Dated 20.07.2021

Open Competitive Bid

Sub:

TSTS –Commissioner of Police, Hyderabad- Supply, Installation& Maintenance of CCTV

cameras along with other accessories in various locations for Hyderabad City Police– Reg.

TSTS on behalf of the Commissioner of Police-Hyderabad invites eProcurement bids from experienced and eligible bidders for supply, install and maintain of IPbased HD CCTV cameras at various locations as per Hyderabad City Police Requirement.

Bid Document Fee: Rs.3000/- (DD) and EMD: Rs. 50,000/- (DD /BG shall be drawn in favour of The Managing Director, TSTS, Hyderabad with 90 days validity.

Time Schedule :

Issue of Tender call Notice : 20.07.2021

Queries if any through email : 24.07.2021 @ 03:00 PM

Last date and time for Bid submission : 30.07.2021 @03:00 PM on eProcurement portal Opening of Bids : 30.07.2021 03:30 PM on eProcurement portal Email: rpushpa-tsts@telangana.gov.in, sridarachary-tsts@telangana.gov.in,

Any queries related to this tender should be communicated within 2 days from publishing of tender document and queries received after the mentioned period shall not be considered/entertained.

1. Bids should be submitted online on e-Procurement Website only. The Original EMD & Bid document fees to be submitted to TSTS on bid closing date.

EMD will be returned to unsuccessful bidders after issue of Purchase order to L1 bidder. The EMD of the successful bidder will be returned after submission of PBG to TSTS.

The bid security (EMD) may be forfeited: if a bidder withdraws its bid during the period of bid validity (or) Provides/submit false or manipulated or forged information.

 in the case of a successful bidder, if the bidder fails:

 to sign the contract in time; or

 to furnish performance security.

Note: This tender call is issued on e-procurement market place at https://tender.telangana.gov.in. All the terms and conditions are to be read jointly as mentioned in the e-procurement market website and in this document

2.  The Managing Director, TSTSL reserves the right to accept or reject any or all the quotations without assigning any reasons thereof and to add, modify or delete any of the terms and conditions without any notice.

 The bid should invite 2 or more Brands for participation & competition. Single brands multiple bids shall lead to disqualification of the tender.

 Bid should be valid at least for a period of 90 days from the date of bid opening.

 Any deviations in format may make the quotation liable for rejection.

 If the PQ/technical offer contains any price information the bid will be summarily rejected.

(2)

----2----

 Conditional& incomplete bids shall be liable for rejection.

 No options will be accepted. If the vendor wants to give option, he may submit it as separate bid along with Separate EMD. This will be treated as a separated bid for evaluation.

Persistent complaints from the user Department during the warranty period relating to the improper service will be sufficient ground for the TSTSL to blacklist the successful bidder from participating in future tenders

3. Bidder should submit bid for all the items mentioned below:

The detailed specification of the items to be supplied are enclosed in Form T1.

The Commercial evaluation shall be on Least Cost Method (L1) considering the lowest cost received on Grand Total of Form F1. The price quoted for above items should be valid for 6 months.

4. Bidder Eligibility :

A. Legal Entity: Registered Company in India under Company Act 1956/2013 (or) Firm . Statutory documents viz- Copy of RoC/Firm Registration, PAN card and copy of GST to be submitted.

B. Manufacturer Authorization: Bidder shall submit Manufacturer Authorization Form (MAF) for major items viz- CCTV, NVR, Switches, UPS along with product related certifications. The bidder shall submit ‘Single’ MAF for each major item. Non-submission of MAF or Multiple MAFs for same item are not allowed and the bid is liable for rejection. Original Manufacturer’s Authorization Form ( in the format prescribed & specific to this tender) from OEM should be submitted.

C. Past Experience: The bidders should have experience in execution of minimum 2 Projects involving supply, installation, operations & maintenance of IP based HD CCTV cameras (2MP or above) to any Central Govt./ State Govt. Departments/PSU in the last 3 Financial years i.e., 2018- 19, 2019-20& 2020-21 as on bid calling date. The minimum cumulative no. of cameras should be 100 nos. Copy of Purchase Orders with performance reports to be submitted. Experiences of executing projects on rental basis shall not be considered.

D. Financial Turnover: The bidder should have minimum cumulative financial turnover not less than Rs.1crorefrom last 3 Financial years 2018-19, 2019-2020& 2020-21. The bidder should submit audited balance sheets / CA certificate in the bid.

E. The Bidder should have Service Centrein Hyderabad Telangana State with Technical Support team as on bid calling date. Details of the service center should be submitted in Bid.

F. Clean Track Record: The bidder should submit declaration stating that they are not debarred/

blacklisted in any Central Govt./ State Govt. Departments/PSUs.

G. All camera makes and model nos. shall mandatorily have been registered on http://www.onvif.orgwebsite for Profile S and Profile G.

Note:

 No Consortium allowed for this project.

 Relevant supporting documents (ink signed) should be furnished without fail otherwise the bid is liable to be treated as “nonresponsive”.

 The bidder should upload all the required documents with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the service provider and may disqualify the service provider for the bidding mistakes, missing documents and for the documents that are not clear.

 Bidder must comply with the above mentioned criteria. Non-compliance of any of the criteria can entail rejection of the offer. Photocopies of relevant documents/certificates should be submitted as proof in support of the claims made for each of the above mentioned criteria. TSTS reserves the right to verify/evaluate the claims made by the vendor independently. Any misrepresentation will entail rejection of the offer.

(3)

----3---- 5. Bidding Procedure:

Bids should be submitted in two parts namely, “PQ+ Technical bid” and “Financial bid on e- procurement website. The bidder should upload all the required formats and documents as mentioned in the tender document. TSTS shall undertake paper- based evaluation and all the supporting technical papers submitted by the bidder shall be evaluated for compliance of the requirement.

PQ+ Technical Bid:

1. Bid Letter Form, EMD scanned copy & Bid Document Fee DD

2. General Information of Bidder along with Address & Contact Person Details Form P1 3. Manufacturer Authorization Form (MAF) specific to this tender

4. Turnover: Audited balance sheets / CA certificate

5. Past Experience Details in Form P3 with relevant supporting documents.

6. Service Centers details

7. Declaration regarding not black listed

8. Form T1 (Technical compliance of offered items)

9. Technical datasheets, certifications, literature etc for the offered items 10. Un-Priced Form with part numbers of proposed items - F1

11. Any other documents, if any

Financial Bid: The Financial bids of the PQ+TQ qualified bidders only shall be opened on eProcurement portal and L1 cost shall are arrived on Grand Total.

6. Bid Evaluation:

A. The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date & time, shall be opened for evaluation. The bids shall be verified prima-fascia with the tender conditions for each respective item.

B. During the Technical bid evaluation, the evaluation Committee may ask the bidders to arrange for Technical PoC of the CCTV cameras proposed for verifying the features & functionalities of the proposed Cameras. The bidders have to arrange for the same as per the schedule informed. The bidders who qualify the PQ +TQ evaluation shall be considered for financial bid evaluation. The decision of Committee is final in evaluation.

C. The Commercial bids of only PQ+TQ qualified bidders shall be opened and shall be declared on Least Quote received on Grand total of Form F1.

D. TSTS reserves it’s right in seeking clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing documents and for the documents that are not clear.TSTSL /User Department reserves their right in not considering the bid of a bidder, if such bidder was a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count.

7. Delivery:

i. Successful Bidder shall deliver & install the items within 3 weeks from the date of issue of the Purchase Order. For any delays in delivery and installation beyond delivery & installation period mentioned in the purchase order, the vendor will be liable for penalties as mentioned in this tender.

For installation 1 week time shall be provided.

ii. Address for Delivery& installation: As informed in the Tender 8. Payment Terms:

i) 80 % payment on delivery & successful installation of the items.

ii) 20 % payment on receipt of satisfactory performance report from Department duly signed by the Competent Authority, after 30days from date of installation.

iii) Incase site not ready: 70% of the contract value for that site/location.

Note: All the Delivery Challans & Installation Reports/Site Not Ready Certificate/report to be signed by the competent Authority with details on performance of the agency.

(4)

----4----

Any penalties/liquidated damages, as applicable for delay and non-performance, as mentioned in this bidding document, will be deducted from the payments for the respective mile stones

9. Penalty for Late Delivery & Installation:

For any delay in delivery and installation, the bidder will be liable for penalties as follows:

i. 1% of the late delivered/installed goods for One week or part thereof; 1.5%, forTwo weeks or part thereof; 2% for Three weeks or part thereof and so on up to a maximum of 10% on the value of late delivered/installed goods.

ii. If any delay is for more than 30 days, TSTSL will reserve the right to cancel the order without giving any notice and EMD and Performance Security will be liable for forfeiture.

Maximum LD for late deliveries/installations: 10% on the Total value of goods for that location/site for late delivery/installation or deemed late delivered/installed goods.

10. Other Terms & Conditions:

Performance Bank Guarantee (PBG): The Successful L1 bidder should submit PBG for an amount of 5%

of the Project Value in the name of “The Managing Director, Telangana State Technology Services”

within 1 week from issue of Purchase Order. The PBG should be valid for beyond 30 days post warranty Period for each item.

Variation in Quantities: +/- 25% of the items mentioned in this tender.

Warranty: 5 years comprehensive Onsite warranty.

REPEAT ORDER : TSTS may place repeat order, if desired, within one year of placing PO at the existing terms & conditions.

 Failure to maintain the deployed items during the warranty period, a penalty of Rs. 2500/- per day will be levied for each item/location or part there of subject to a maximum of total equipment cost.

*The penalty amount will be deducted from the amounts payable to the bidder by TSTS/User department. Once this amount is exhausted, penalty amount will be recovered from the Performance Security. Once the Performance Security also exhausted, the bidder will be required to recoup the Performance Security. If the bidder fails to recoup the Performance Security, the bidder will be debarred from participating in tenders till the time he recoups the Performance Security.

Maintenance Service:

o Free maintenance services including spares shall be provided by the Bidder during the period of warranty. User, at its discretion may ask the Bidder to provide maintenance services after warranty period, i.e. Annual maintenance and repairs of the system at the rates indicated by bidder in its proposal and on being asked so, the Bidder shall provide the same. The cost of annual maintenance and repairs cost (after warranty period), which will include cost of spares replaced, shall be paid in equal quarterly installments at the end of each quarter.

o The maximum response time for maintenance complaint from any of the destination (i.e. time required for supplier’s maintenance engineers to report to the installations after a request call/telegram is made or letter is written) shall not exceed 48 hours.

o The Bidder will accomplish preventive and breakdown maintenance activities to ensure that all hardware, and firmware execute without defect or interruption for at least required up time.

o In case up time is less than the stipulated up time, penalty as indicated in the bid document shall be imposed on the Bidder.

 The amount of penalty if any, will be recovered at source from the performance guarantee during the warranty or from annual maintenance charges payable as the case may be

Transaction fee: All the participating bidders who submit the bids have to pay an amount@ 0.03%

of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 crores and Rs.25000/- if the purchase value is above Rs.50 crores & service tax applicable as levied by Govt. of India on transaction fee through online in favour of MD, TSTS. The amount payable is non-refundable.

(5)

----5----

Corpus Fund: Successful bidder has to pay an amount of 0.04% on quoted value through demand draft in favor of Managing Director, TSTSL, Hyderabad towards corpus fund at the time of concluding agreement.

11. Bids shall be submitted online on https://tender.telangana.gov.inplatform

1. The participating bidders in the tender should register themselves free of cost on e- procurement platform.

2. The bidders who are desirous of participating in e-procurement shall submit their technical bids, price bids as per the standard formats available at the e-market place.

3. The bidders should scan and upload the respective documents in Technical bid documentation as detailed mentioned in bid document including EMD. The bidders shall sign on all the statements, documents certificates uploaded by them, owning responsibility for their correctness/authenticity.

4. The rates should be quoted in online in Indian Rupees only

12. In case of parts/equipment to be repaired or replaced are not available, the bidder may use equal or higher models. All compatibility issues are the responsibility of the bidder.

13. 1. The bidder should upload all the required documents duly signed by the Authorized person of the bidding Organization with clear visibility, avoid missing documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing documents and for the documents that are not clear.

2. An undertaking from OEM is required stating that they would facilitate the User Dept on regular basis with the technology/product updates and extend support for the warranty and AMC period as well.

3. The price quoted should be valid for a period of one year and the price quote should not be higher than the prevailing market price or the price at which sold for the previous order. If found to be higher, the bidder is liable for legal proceedings & penalties.

The quality of the items being supplied by the bidder must adhere to the specifications mentioned and the bidder should submit a compliance statement declaring the matching of the specifications. For each item a quality certificate also to be enclosed along with the bid.

14. General Conditions of Bidding:

1. Authentication of Bid

The original and all copies of the bid shall be typed or written in indelible ink. The original/copies shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of authorization shall be supported by a written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be signed and stamped by the person or persons signing the bid.

2. Validation of Interlineations in Bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the BIDDER, in which case such corrections shall be counter signed by the person or persons signing the bid.

3. Contract Finalization and Award

TSTS will award the contract/Purchase Order to the BIDDER whose bid has been determined to be substantially responsive and has been determined as the best value bid (as per Overall Evaluation Process), provided further that the BIDDER has demonstrated that it is qualified to perform services required for the project satisfactorily.

The notification of the award shall constitute signing of the agreement. The signing of agreement will amount to award of contract and BIDDER will initiate the execution of the wok as specified in the agreement. At the same time as TSTS notifies the successful BIDDER that its bid has been accepted, TSTS will send the Bidder the proforma for contract, incorporating all agreements between the parties. Within 7 days of receipt of the contract, the successful BIDDER shall sign and date the contract and return it to TSTS.

4. Modification and withdrawal of bids

i) No bid can be modified subsequent to the deadline for submission of bids.

ii) No bid can be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the

(6)

----6---- forfeiture of its bid security (EMD).

6. Force Majeure

i) The Bidder shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the State Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the TSTS in writing of such condition and the cause thereof. Unless otherwise directed by the TSTS / User Dept. in writing, the Bidder/bidder 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.

7. Terminate the Contract

i) Retain such amounts from the payment due and payable by User Dept to the Bidder as may be required to offset any losses caused to User Dept as a result of such event of default and the Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default.

ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to User Dept under law.

8. Application of LD

Liquidated damages shall be assessed as per the millstones as per schedule, submission of deliverables and its acceptance”.

9. Governing Language

The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages.

10. Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

11. No Interest for Performance Guarantee

No interest shall be paid on the earnest money, security deposit and the amount retained against performance guarantee.

12. Notices

i) Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other party’s address.

ii) A notice shall be effective when delivered or tendered to other party whichever is earlier.

13. Taxes and Duties

The Bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery of the contracted services to the User department or as per the terms of tender document if specifically mentioned.

Any increase or decrease in the rates of the applicable taxes or any new levy on account of changes in law shall be to the account of User Department.

Yours Sincerely,

Managing Director, TSTS

(7)

----7----

Bill of Material (BoM)

# Item UoM Qty

1. IP HD Fixed Dome Indoor Camera with SD Slot Nos 9

2. IP HD Fixed Camera with Motorized Varifocal SD Card Nos 30

3. 16 channel network video recorder Nos 5

4. 32 GB SD Memory Card Nos 38

5. 4 Port POE Switch without console port Nos 15

6. 1-pair (2-port) Mini GBIC / SFP module Nos 3

7. 21”/ 22” Desktop monitor Nos 5

8. 2c x 2.5sqmm Flexible Cable Mtrs 590

9. 10KA Power Surge Protector Nos 14

10. 4Port Spikes Nos 20

11. 5 AMP MCB Nos 15

12. 6m GI Pole With Silver Paint Nos 5

13. 6TB Surveillance HDD Nos 10

14. Cantilever size of 1.5m Nos 6

15. Cat6 STP cable Mtrs 2550

16. Fiber Optic pigtails Nos 6

17. Fiber Termination Box Nos 8

18. Junction Boxes Nos 7

19. Network Rack 42" 24U Nos 4

20. Single Mode 6 core fiber cable Mtrs 300

21. UPS 650W Nos 12

*UPS should be supplied & installed with 1st set of batteries at the time of new installation and additional batteries (2nd set) should be supplied & installed at the end warranty period of 1st set of battery.

(8)

----8----

Formats for Bidding Bid Letter Form

(To be submitted in Bidders Letter Head) From:

(Registered name and address of the bidder) To:

The Managing Director,

Telangana State Technology Services Limited, 2nd Floor, HACA Bhavan, Near Assembly Hyderabad – 500004, Telangana, India, Sir,

Having examined the bidding documents and amendments there on, we the undersigned, offer to provide services/execute the works including supply, delivery installation of CCTV Surveillance System as the case may be, in conformity with the terms and conditions of the bidding document and amendments there on, for the following project in response to your tender call no &dated ...

Project Title:

We undertake to provide services/execute the above project or its part assigned to us in conformity with the said bidding documents for an amount quoted in financial bid accordance with the schedule of prices attached herewith and coverage options made by TSTSL or its user organization.

If our bid is accepted, we undertake to;

a. provide services/execute the work according to the time schedule specified in the bid document, b. obtain the performance guarantee of a bank in accordance with bid requirements for the due

performance of the contract, and

c. agree to abide by the bid conditions, including pre-bid meeting minutes if any, which remain binding upon us during the entire bid validity period and bid may be accepted any time before the expiration of that period.

We understand that you are not bound to accept the lowest or any bid you may receive, nor to give any reason for the rejection of any bid and that you will not defray any expenses incurred by us in bidding.

Date & Place: Signature of Bidder &Stamp ---

(9)

----9----

Format for the Manufacturer Authorization Form

(TO BE SUBMITTED BY THE BIDDER ON OEM LETTER HEAD)

Date:

To,

The Managing Director

Telangana State Technology Services Ltd

# 5-10-103/40/206, 2nd floor, HACA Bhavan, Opp. Public Gardens, Hyderabad – 500004

Sir,

Reference No.: Dated _________________for

A. We , (name and address of the OEM) who are the original manufacturers of items --

hereby authorize ___ ______to bid, negotiate and conclude the contract with you against Tender No ____for the following goods viz- <<item & model number & part numbers to be mentioned by OEM>> which are manufactured by us . As an OEM we assure & honor to undertake timely supply and back to back support with services and spares for the offered product for a period as applicable by the comprehensive warranty terms of this tender directly through us or our channel partners, distributors, authorized service centers.

B. We also certify that_______________ are authorized by us to provide technical service support, warranty and upgrade support up to the expiry of warranty period for the goods manufactured by us.

C. We also undertake to provide or make available the required spares for the products manufactured/supplied for the said tender for a period of 03 years post warranty period mentioned in the tender.

D. We assure that regular updates/information shall be provided to the bidder and their technical personnel with relevant technical literature, training etc. on a regular basis.

E. We also certify that our company& Authorized Channel partner _________________is not blacklisted by any State/Central Government department/Agencies, Public Sector Units.

Name In the capacity of Signed Seal

Contact No:

Email Id:

(10)

----10----

Form P1 – General Information of the Bidder (To be submitted in TQ bid)

# Description Supporting Documents with

page nos.

1 Name of the Company

2 Date of Incorporation (Registration Number &

Registering Authority) PAN No. and GST ROC, PAN & GST.

3 Legal Status of the Company in India & Nature

of Business in India Public Ltd Company/ Private

4 Address of the Registered Office in India

5 Name & e-mail id, Mobile number, fax of the Contact Person

Name & Designation Mobile:

Fax:

Email:

6 Web-Site

7 Certification Details (if any) 8 EMD details

Amount:

DD No. & Date Name of the Bank:

Valid up to : 9 Proof of purchase of bid document Receipt No:

Date of purchase:

Date Signature of Bidder & Stamp

(11)

----11----

Form P2- Financial TurnoverDetails

(All values in Rs. Crore)

Sno Financial Year Total turnover Net Worth of Company

(1) (2) (5)

1 2 3

Note:

1. Turnover in areas other than mentioned above shall not be considered for evaluation.

2. Please attach audited Balance Sheets and IT return statements to confirming the figures mentioned in columns (2).

Form P3-Details of Past Project Experience

Place: Bidder’s signature

Date : and seal.

Description of Item Details

Name of the Client Department

Contact address & details of the department Value of the Project Rs.

Items supplied in the project Date of Start of Work (DD/MM/YY) Date of Completion of Work (DD/MM/YY)

Identified bidder should submit any of the following:

i. PO / Work order

ii. Work completion certificates / Performance Certificate from client dept. duly signed by the authorized signatory from the Client end.

iii. Work satisfactory certificate from the client dept.

Enclosures submitted: Yes / No

(12)

----12----

FormP4–DetailsofServiceCenters (To be submitted in TQ bid)

S.No District Full Address of service center

Contact person with phone No.

No. of support engineers and their details : Name,

Qualification and Experience

A B C D E

1 2 3

Date Signature of Bidder &Stamp

FormP5–DeclarationRegardingCleanTrackRecord (To be submitted in TQ bid)

To

The Managing Director,

Telangana State Technology Services Ltd

# 5-10-103/40/206, 2nd floor, HACA Bhavan, Opp. Public Gardens, Hyderabad – 500004 Sir,

I have carefully gone through the Terms & Conditions contained in the Tender Document[No. ].I hereby declare that my company has not been debarred/ black listed as on Bid calling date by any Central or State Government / Quasi Government Departments or Organizations in India for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices. I further certify that I am competent officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder) Name & Designation Seal

Date

Business Address:

(13)

----13----

FormT1

Technical Specifications Compliance Statement

(Relevant Data Sheets to be submitted)

(To be filled accurately, as any gaps in the sheet will lead to disqualification)

The specifications mentioned are minimum requirement and the bidders may offer better/equivalent/ higher models.

Item 1: IP FIXED CAMERA WITH MOTORIZED VARIFOCAL; SD MEMORY SLOT :

Parameter Minimum Specifications Compliance (Y/N)

Make & Model << To be Specified>>

Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens * Motorized Vari-focal & pixel zoom; Zoom Range - 4.2x Vari-focal

* Digital Zoom - 10x , Digital PTZ; f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris; PAL/NTSC

Shutter Time 1/5s to 1/25,000s

Min. illumination 0.08Lux@F1.2(Colour), 0.001 Lux @ F1.2 (B/W) IR Illuminators Built-in IR illuminators, effective min. 50 meters Compression H.264 v3 high profile coding; MJPEG; & MPEG-4 Multiple

Simultaneous Streaming

Dual Streaming: (Supports all streams at full frame rate) H.264 streaming over UDP, TCP, HTTP or HTTPS

MPEG-4 streaming over UDP, TCP, HTTP or HTTPS MJPEG streaming over HTTP or HTTPS

H.264 / MPEG-4 multicast streaming

Supports activity adaptive streaming for dynamic frame rate control Supports video cropping for bandwidth saving

Supports Constant Bit rate (CBR) / Variable bit rate (VBR) Frame rates:

H.264 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MPEG4 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MJPEG - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP,

IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or64GB Class 10 48/80 Mbp/s memory card Stores snapshots and video clips Image Settings * Adjustable image size, quality & bit rate, Time stamp and text

caption overlay

* Flip & mirror, Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows

* AGC, AWB, AES, WDR enhanced, Automatic, manual & scheduled day / night mode, Backlight Compensation (BLC), Configurable privacy mask zones

Compliant / Certification

CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org(S&G Profiles)

Temperature Operating Temp : - 10o C to +500 C, Storage Temp : - 100 C to +700 C Humidity : 95% or less (non-condensing)

Power * 12V DC, Power consumption: Max. 9.6 W

* 802.3af compliant Power-over-Ethernet (PoE) Class 3 Housing &

Accessories

* IP-66 / IP67 compliant weatherproof housing

* Mounting bracket with cable concealment

(14)

----14----

Date& Place: Signature of Bidder &Stamp Item 2: IP FIXED INDOOR DOME CAMERA WITH FIXED LENS:

# PARAMETER MINIMUM SPECIFICATIONS OR BETTER Compliance (Y/N)

Make & Model To be specified

1 Video Compression H.264 or Better 2 Video Resolution 1920 x 1080p

3 Frame Rate Min. 25 fps

4 S/N Ratio ≥50 db

5 Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor

6 Lens Auto IRIS, Fixed Lens; Any value between the range f= 3.6

& 12mm 7 Shutter Time 1s to 1/10,000s 8 Min. illumination 0 lux with IR

9 IR Cut Filter Automatically Removable IR-cut filter 10 Day/Night Mode Color, Mono, Auto

11 Video Stream Dual stream at full resolution (1920 x 1080) at full frame rate (Min. 25 fps) at all video compressions

12 Local Storage Slot Micro SD/SDHC/SDXC Memory Slot

13 Local Storage Card Supply with 32 GB Class 10 48/80 Mbp/s memory card

14 Image Settings

Auto adjustment & Remote Control setting of Image settings for

Color, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, privacy mask zones, Gain control

15 Wide Dynamic Range On / Off

16 Audio Two-way Audio

17 Protocol & Network

HTTP, HTTPS, FTP, SMTP, RTSP, RTP, TCP, UDP, RTCP, DHCP, UPnP, QoS, multicast, & 802.1x, 10/100 Mbps Ethernet, IEEE 802.3af PoE (RJ-45)

18 Security Password Protection, IP Address filtering, User Access Log, HTTPS encryption

19 Temperature

Operating Temperature : - 10o C to +60o C Storage Temperature : - 10o C to +70o C Humidity : 95% or less (non-condensing)

20 Power * 12V DC; 24V AC

* 802.3af compliant Power-over-Ethernet (PoE) Class 3 21 Housing & Accessories IP 66 rated; Tamper Resistant casing for Indoor

environment

22 Software/Applications * SDK for application development & system integration

* Supports firmware upgrade 23 Certification & Standards

UL for Specific camera model (Not for series) and power Adapter, CE, FCC, EN, & RoHS; ONVIF Compliant–Model should be published on www.onvif.org (S&G)

Date& Place: Signature of Bidder &Stamp

(15)

----15---- Item 3: 16CH NVR Specifications:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model To be specified

16 Channel NVR 16ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor;

Operating System Embedded LINUX; IP Camera Input 16 channel

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768;

Display Split 1/4/8/9/16; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 16ch alarm in & 4ch relay out,RS485 Storage 8 SATA Extendable to min. SATA and each support up to 6 TB,

2 USB, RJ45(1000M); Max. User Access 20 users Storage;

Internal HDD 8 SATA ports 1 eSATA port Video Detection &

Alarm

Video Motion Detection, MD Zones: 396(22×18), Video Loss &

Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD;

Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &

Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification

CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

Date& Place: Signature of Bidder &Stamp Item 4: 32 GB Memory Cards for Camera:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model To be specified Micro SD Card Card Class 10- 32GB

Support Dependable high speed for shooting Full HD (1080p) video

Date& Place: Signature of Bidder &Stamp Item 5: 4P UTP + 2P Fibre POE Switch without console port:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model To be specified

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

Date& Place: Signature of Bidder &Stamp

(16)

----16---- Item 6: 1-pair (2-port) Mini GBIC / SFC Module

Parameter Minimum Specifications Compliance (Y/N)

Make & Model To be specified Mini GBIC/SFP

Modules

Mini GBIC/SFP GIGABIT Module of same make of Network Switch 1-pair

Date& Place: Signature of Bidder &Stamp Item 7: Desktop Monitor:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model << To be specified>>

Monitor 21”/22” Desktop monitor

Maximum Display Resolution 1920x1080

Video Inputs: VGA

Item 8: Surveillance Hard Disk:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model << To be specified>>

Capacity 6TB

Interface Sata 6GB/s

Max Sustainable Transfer Rate 180MB/s

Cache 128Mb

Bytes per sec 4096

Operating (ambient, min) 00 c Operating(drivecase,Max) 700 c Item 9: Network Equipment Rack 24U 42”:

Parameter Minimum Specifications Compliance (Y/N)

Make & Model << To be specified>>

Standards Standard EIA/NEMA rails Door Front Glass Door with Lock Fan airflow fans with adjustable power sockets 16AMP power sockets mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height Item 10: Fiber Optic Pigtails :

Parameter Minimum Specifications Compliance (Y/N)

fiber optic pigtails LC Single mode fiber optic pigtails 1.5Meters.

Item 11: Single-mode 6 Core Fiber Cable Specifications

Parameter Minimum Specifications Compliance (Y/N)

Core Fiber cable 6 Core Fiber cable shall be single mode, and graded index glass fiber.

Item 12 : Cantilever Specifications

Parameter Minimum Specifications Compliance (Y/N)

Cantilever Pole/Wall mount based galvanized cantilever with base plate fixed as per site conditions.

Item 13: GI Round Pole with silver paint Specifications

Parameter Minimum Specifications Compliance (Y/N)

GI Silver painted pole

6 Mtr round pole silver painted with an option of 2 detachable

cantilevers - Cantilevers to be fixed at the height between 5.3 & 5.5 Mtr

(17)

----17---- Item 14: UPS Power Backup for Camera

Parameter Minimum Specifications Compliance (Y/N)

UPS 650W UPS with 2 hours backup time

AC Input Voltage 160 - 270 V Output Wave Form Pure Sine Wave AC Output Voltage 230 V ± 5% 50 Hz

battery Sealed battery Maintenance free Operating Temp 0 to 50oC

Low Battery indicator LED Indicators for Low battery

Protection Overload, Output, short-circuits, over/under-voltage protection, Safety backed fuses

Item 15: Junction Box

Parameter Minimum Specifications Compliance (Y/N)

Junction Box Junction Box at Camera location - Suitable for outdoor

environment; weather proof; built-in fan with cross ventilation; JB purpose to commission network switch; UPS; fiber termination and other items as required at the camera location

Item Description Minimum Specifications

Item 16 CAT 6 SFTP Cable Standard and Popular MakeCAT 6 SFTP Cable

Item 17 2C x 2.5 Sq. mm Flexible Cable PVC Insulated2C x 2.5 Sq. mm Flexible Cable Specifications Item 18 MCB Current Rating 6 Amp, Voltage 230v, single pole mcb Item 19 Fiber Termination Box A box with PVC material for the terminate fiber inter

connections.

Item 20 Spike 4 Socket Branded 250V 4 Socket Spike , 6 Amp, minimum 3 mtrs length Item 21 10 KV Surge Protector Standard and Popular Make (minimum 3 mtrs cable length)

Form T2 - Unpriced Bill of Material (BoM)

# Item UoM Qty Make & Model

1. IP HD Fixed Dome Indoor Camera with SD Slot Nos 9

2. IP HD Fixed Camera with Motorized Varifocal SD Card Nos 30

3. 16 channel Network Video Recorder Nos 5

4. 32 GB SD Memory Card Nos 38

5. 4 Port POE Switch without console port Nos 15

6. 1-pair (2-port) Mini GBIC / SFP module Nos 3

7. 21”/ 22” Desktop monitor Nos 5

8. 2c x 2.5 sqmm Flexible Cable Mtrs 590

9. 10KA Power Surge Protector Nos 14

10. 4Port Spikes Nos 20

11. 5 AMP MCB Nos 15

12. 6m GI Pole With Silver Paint Nos 5

13. 6TB Surveillance HDD Nos 10

14. Cantilever size of 1.5m Nos 6

15. Cat6 STP cable Mtrs 2550

16. Fiber Optic pigtails Nos 6

17. Fiber Termination Box Nos 8

18. Junction Boxes Nos 7

19. Network Rack 42" 24U Nos 4

20. Single Mode 6 core fiber cable Mtrs 300

21. UPS 650W Nos 12

22. Any other item as required a.

b………..

Date& Place: Signature of Bidder &Stamp

(18)

----18----

Financial Bid Format Form F1- Detailed Cost Table

# Item

Make &

Model Proposed

UoM Qty

Unit Cost (Rs.)

Tax%

Total Cost incl.

taxes (Rs.)

A B C D E F G H =(E x (F+G))

1. IP HD Fixed Dome Indoor Camera with

SD Slot Nos

9 2. IP HD Fixed Camera with Motorized

Varifocal SD Card Nos

30

3. 16 channel network video recorder Nos 5

4. 32 GB SD Memory Card Nos 38

5. 4 Port POE Switch without console port Nos 15 6. 1-pair (2-port) Mini GBIC / SFP module Nos 3

7. 21”/ 22” Desktop monitor Nos 5

8. 2c x 2.5 sqmm Flexible Cable Mtrs 590

9. 10KA Power Surge Protector Nos 14

10. 4Port Spikes Nos 20

11. 5 AMP MCB Nos 15

12. 6m GI Pole With Silver Paint Nos 5

13. 6TB Surveillance HDD Nos 10

14. Cantilever size of 1.5m Nos 6

15. Cat6 STP cable Mtrs 2550

16. Fiber Optic pigtails Nos 6

17. Fiber Termination Box Nos 8

18. Junction Boxes Nos 7

19. Network Rack 42" 24U Nos 4

20. Single Mode 6 core Fiber cable Mtrs 300

21. UPS 650W Nos 12

22. Any other required item a.

b.………

Grand Total

Grand Total In Words : _______________________________________________________________________

Note: The L1 cost shall be arrived on Grand total and includes all contingency cost towards installation, commissioning & maintenance. The rates offered should not exceed the CCTV RC rates & previous supply rates.

Date Signature of Bidder &Stamp

(19)

----19----

List of Locations

A. DCP- South Zone, Hyderabad City Police

S.No. Part Description UoM Qty

1 Fixed Camera with Motorized Varifocal SD Card Nos 6

2 32 GB SD Memory Card Nos 6

3 16 channel network video recorder Nos 1

4 21”/ 22” Desktop monitor Nos 1

5 6TB Surveillance HDD Nos 2

6 4 Port POE Switch without console port Nos 3

7 1-pair (2-port) Mini GBIC / SFP module Nos 3

8 Fiber Optic pigtails Nos 6

9 Network Rack 42" 24U Nos 1

10 6m GI Pole With Silver Paint Nos 2

11 Cantilever size of 1.5m Nos 2

12 Single Mode 6 core fiber cable Mtr 300

13 UPS 650W * Nos 3

14 Junction Boxes Nos 2

15 Splicing Cost Nos 8

16 Fiber Termination Box Mtr 8

17 Cat6 STP cable Mtr 200

18 2c x 2.5sqmm Flexible Cable Mtr 60

19 4Port Spikes Nos 4

20 5 AMP MCB Nos 3

21 10KA Power Surge Protector Nos 3

B. DCP- East Zone, Hyderabad City Police

S.No. Part Description UoM Qty

1 Fixed Camera Motorized Varifocal SD Card Nos 3

2 IP Fixed Dome Indoor Camera with SD Slot Nos 3

3 32 GB SD Memory Card Nos 6

4 16 channel network video recorder Nos 1

5 21”/ 22” Desktop monitor Nos 1

6 6TB Surveillance HDD Nos 2

7 4 Port POE Switch without console port Nos 2

8 Network Rack 42" 24U Nos 1

9 6m GI Pole With Silver Paint Nos 2

10 Cantilever size of 1.5m Nos 2

11 UPS 650W* Nos 1

12 Cat6 STP cable Mtr 300

13 2c x 2.5sqmm Flexible Cable Mtr 30

14 4Port Spikes Nos 3

15 5 AMP MCB Nos 2

16 10KA Power Surge Protector Nos 2

(20)

----20----

C. DCP- West Zone, Hyderabad City Police

S.NO Part Description UoM Qty

1 Fixed Camera with Motorized Varifocal SD Card Nos 4

2 IP based Fixed Dome Indoor Camera with SD Slot Nos 3

3 32 GB SD Memory Card Nos 6

4 16 channel network video recorder Nos 1

5 21”/ 22” Desktop monitor Nos 1

6 6TB Surveillance HDD Nos 2

7 4 Port POE Switch without console port Nos 3

8 UPS 650W * Nos 3

9 Junction Boxes Nos 3

10 Cat6 STP cable Mtr 350

11 2c x 2.5sqmm Flexible Cable Mtr 200

12 4Port Spikes Nos 4

13 5 AMP MCB Nos 3

14 10KA Power Surge Protector Nos 3

D. DCP- Central Zone, Hyderabad City Police

S.NO Part Description UoM Qty

1 Fixed Camera with Motorized Varifocal SD Card Nos 4

2 IP based Fixed Dome Indoor Camera with SD Slot Nos 2

3 32 GB SD Memory Card Nos 6

4 16 channel network video recorder Nos 1

5 21”/ 22” Desktop monitor Nos 1

6 6TB Surveillance HDD Nos 2

7 4 Port POE Switch without console port Nos 3

8 UPS 650W * Nos 3

9 Junction Boxes Nos 2

10 Cat6 STP cable Mtr 200

11 2c x 2.5sqmm Flexible Cable Mtr 100

12 4Port Spikes Nos 4

13 5 AMP MCB Nos 3

14 10KA Power Surge Protector Nos 3

E. DCP- North Zone, Hyderabad City Police

S.NO Part Description U.O.M Qty

1 Fixed Camera with Motorized Varifocal SD Card Nos 5

2 IP based Fixed Dome Indoor Camera with SD Slot Nos 1

3 32 GB SD Memory Card Nos 6

4 16 channel network video recorder Nos 1

5 21”/ 22” Desktop monitor Nos 1

6 6TB Surveillance HDD Nos 2

7 4 Port POE Switch without console port Nos 2

8 Network Rack 42" 24U Nos 1

9 6m GI Pole With Silver Paint Nos 1

10 Cantilever size of 1.5m Nos 2

11 UPS 650W * Nos 2

12 Cat6 STP cable Mtr 300

13 2c x 2.5sqmm Flexible Cable Mtr 100

14 4Port Spikes Nos 3

15 5 AMP MCB Nos 2

16 10KA Power Surge Protector Nos 2

-o0o-

References

Related documents

The Bid evaluation shall be undertaken by the Evaluation Committee. The bids received on eProcurement portal as on bid closing date &amp; time, shall be opened

TSTSL Telangana State Technology Services Ltd. The quotation should be submitted on vide Ref. For each quotation should be submitted. Technical bid should be duly filled and scanned

Bids will be opened on the e-Procurement web site at the scheduled time &amp; date. a) The bidders names, bid modifications or withdrawals, discounts, and the presence or absence of

7.1.9 Hydraulic structure would be designed to simplify scheduled maintenance procedures (gasket &amp; valve replacement). 7.1.10 The pump suction line will have inline mesh

4.0 Bid Security in Original shall be furnished as a part of the Technical Bid and shall reach OIL’s CGM-Contract’s office at Duliajan on or before 12.45 Hrs (IST) on the bid

1.0 Bids shall be submitted under Composite Bid system i.e. Technical Bid and Priced Bid together in the OIL’s e-Tender portal. The Technical Bid is to be uploaded as per Scope

External Area - &gt; Tender Documents. d) In the event of receipt of only a single offer against the tender within B.C. date, OIL reserves the right to extend the B.C. date as

All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate. 5.0 Bidders are requested to