tender document for purchase of: supply … · tender number:6000010299 section1: notice inviting...
Post on 11-Aug-2020
3 Views
Preview:
TRANSCRIPT
CURRENCY NOTE PRESS(A UNIT OF Security Printing and Minting Corporation of India Limited) Whollyowned by Government of IndiaNashik Road # 422101 (Maharashtra)(ISO : 9001 & ISO 14001 Certified Unit)Tel. No 00- 91-253-2463730-39, 2461471Fax No:00-91-2532464100 CIN: U22213DL2006GOI144763Web: www.cnpnashik.spmcil.com E-mail: gmcnp@spmcil.comGSTIN : 27AAJCS6111J3Z6
PR Number PR Date Indenter Department
12002230 11.11.2017 AM(TO) ELE
Not Transferable
Security Classification:
TENDER DOCUMENT FOR PURCHASE OF: SUPPLY INSTALLATIONCOMMISSIONING & TESTING OF CCTV SYSTEM IN CORPORATE
R&D CENTRE
Tender Number: 6000010299/, Dated: 06.12.2017
This Tender Document Contains__________Pages.
Details of Contact person in SPMCIL regarding this tender:
Name: V KIRAN KUMAR
Designation: DM Material
Address: CNPN (Currency Note Press, Nashik)India
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1
Tender Number:6000010299
Section1: Notice Inviting Tender (NIT)6000010299 / 06.12.2017
(SPMCIL's Tender SI No.) (Date)
1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:
Schd.No.
Brief Descriptionof Goods/services
Quantity(with unit)
Earnest Money(In Rupee)
Remarks
1 Box cameras with outdoor
housing&bracket
12.000 EA 146000.00INR ONE LAKH FORTYSIX THOUSAND ONLY0.00
2 6 mtr Pole
2.000 EA
3 8 port Access switch
2.000 EA
4 6 U Rack
2.000 EA
5 Distribution Switch
1.000 EA
6 Workstation
1.000 EA
7 LED monitor
1.000 EA
8 VMS software etc. and cameras
license
1.000 SET
9 Armoured Power Cable
500.000mtr
10 CAT 6 cable
600.000mtr
11 NVR
1.000 EA
12 Hardware for recording backup for
30 day
1.000 SET
13 HDPE pipe 32mm
100.000mtr
14 Casing Capping
200.000mtr
15 UPS for 60 min back UP
1.000 EA
16 Road/ Hard soil cutting
1.000 AU
1 Road / Hard soil cutting 6.000mtr
17 Soft soil digging and refilling
1.000 AU
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1
Tender Number:6000010299
Schd.No.
Brief Descriptionof Goods/services
Quantity(with unit)
Earnest Money(In Rupee)
Remarks
1 Soft soil digging & refilling 100.000mtr
18 Installation, testing &
commissioning
1.000 AU
1 Installtion & commissioing 1.000AU
Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/Indigenization/ Disposal of Scrap/ Security Item etc.)
TWO-BIDNational Competetive Bid
Dates of sale of tender documents: From 06.12.2017 to 04.01.2018 during office hours.
Place of sale of tender documents PURCHASE DEPARTMENT CNP NASHIK
Closing date and time for receipt of tenders 05.01.2018 14:30:00
Place of receipt of tenders CNP PASS SECTION CNP NASHIK
Time and date of opening of tenders 05.01.2018 15:00:00
Place of opening of tenders PURCHASE DEPARTMENT CNP NASHIK
Nominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)
V KIRAN KUMARDM Material
2. Interested tenderers may obtain further information about this requirement from the above office. They may alsovisit our website mentioned above for further details.
3. Tenderer has to download the tender documents from the web site www.spmcil.com and submit its tender byutilizing the downloaded document, along with the required non-refundable fee of Rs. 500 per set in the form ofaccount payee demand draft/ cashier#s cheque/ certified cheque, drawn on a scheduled commercial bank in India,infavour of SPMCIL, Unit CNP, payable at Nashik.
4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and byinternational air-mail to the foreign tenderers, for which extra expenditure per set will be Rs 100 for domestic postand Rs 200 for international air-mail. The tenderer is to add the applicable postage cost in the non-refundable feementioned in Para 3 above.
5. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructionscontained in the Tender Documents, are dropped in the tender box located at the address given below on or beforethe closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.
6.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchaseorganization, the tenders will be received/ opened on the next working day at the appointed time.
7. SUBMISSION OF TENDER: The bid is to be submitted in two parts:- (i) The bid is to be submitted in two parts i.e.Part A: TECHNO-COMMERCIAL BID and Part-B: PRICE BID separately in 02 sealed envelopes duly super scribedas Techno-commercial and Price Bid with our NIT reference No. and date. The aforesaid two envelopes should beput inside an Outer big size envelope duly sealed and this outer envelope again should be super scribed with wordsTechno-Commercial Bid & Price Bid against our Tender Document / NIT No., NIT Date & Due date and beaddressed to the General Manager, Currency Note Press, Nashik road-422101(Maharashtra)
(ii)Quotation will be accepted by INDIA POST/COURIER SERVICE/DROP BOX only. Quotation sent by FAX/E-Mailwill not be considered.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2
Tender Number:6000010299
(iii) EARNEST MONEY DEPOSIT (EMD) shall be submitted in the form as given below: (a) Account Payee DemandDraft (b) Fixed Deposit Receipt (c) Banker#s cheque. The demand draft, fixed deposit receipt or banker#s chequeshall be drawn on any scheduled commercial bank in India, in favour of SPMCIL, Unit CNP, payable at Nashik. Theearnest money shall be valid for a period of forty five days beyond the validity period of the tender i.e. 165 days fromdue date. EMD should be sent along with your quotation. Quotation without EMD will summarily be rejected. TheEarnest Money Deposit of un-successful bidders will be returned. Only one D.D./F.D.R./ Banker's Cheque should begiven of adding all the item wise EMD amount as per tender quoted by you.
8. In case of order material in your favour for Rs. 1,50,000/- or above, the supplier shall furnish the performancesecurity amount/ Security Deposit(S.D) (10% of the ordered value) after issue of Purchase order by CNP, NashikRoad in favour of SPMCIL, Unit CNP, payable at Nashik. The performance security will be return back without anyinterest to successful tenderer after the completion of all contractual obligations.
9. EXEMPTION WILL BE GIVEN DEPOSITING OF ONLY TENDER FEE & EMD TO DIC/SSI/MSME/NSICREGISTERED FIRM FOR TENDERED STORE.
10. NO EXEMPTION WILL BE GIVEN FOR DEPOSITING OF SECURITY DEPOSIT (S.D.) TO ANYDIC/SSI/MSME/NSIC REGISTERED FIRM.
11. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from thetender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish therequired performance security within the specified period, its EMD will be forfeited.
12. If the bidder or any representative of the bidder wants to attend the Bid opening then that person should carrywith him /her letter of Authority (Section XVII of SBD) in the same format to be produced at the time of Bid openingand before the bids are opened.
13. Any dispute in the matter will be under Nashik (Maharashtra) Jurisdiction only.
14. Right of acceptance: - The General Manager, Currency Note Press reserves the right to reject any or all tenderswithout assigning any reason thereof.
15. Clarification of Tender Documents: A Tenderer requiring any clarification or elucidation on any issue of thetender documents may take up the same with SPMCIL in writing or by fax / e-mail/ telex not later than twenty onedays (unless otherwise specified in the SIT) prior to the prescribed date of submission of tender.
16. For any queries regarding the tender, you may please contact at 0253-2454493 and 2461318. E-mailpurchase.cnpnashik@spmcil. com.
SPECIAL INSTRUCTIONS: -Micro and Small Enterprises firm are exempted from submitting Tender fees and Earnest Money deposit. Pleasesend the copy of valid registration certificate of Micro and Small Enterprises along with your bid / quotation otherwiseyour offer will not be considered for above exemption.
..........................................
..........................................(Name Designation, Adress telephone number etcof the officer signing the document)
For and on behalf of...........................................
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3
Tender Number:6000010299
Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers
http://www.spmcil.com/SPMCIL/UploadDocument/GIT.pdf
BIDDERS ARE REQUESTED TO DOWNLOAD 32 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMITTHE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DOCUMENT. PRINTOUT OF THIS PAGE ISNOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1
Tender Number:6000010299
Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)
Sr No GIT ClauseNo.
Topic SIT Provision
04 11.2 Tender Currency INR
07 19 Tender Validity 120 DAYS FROM THE DATE OF TENDEROPENING
08 20.4 Number of Copies of Tenders to besubmitted
ONE
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1
Tender Number:6000010299
Section IV: General Conditions of Contract (GCC)http://www.spmcil.com/SPMCIL/UploadDocument/GCC.pdf
BIDDERS ARE REQUESTED TO DOWNLOAD 28 PAGES BY CLICKING THE ABOVE SAID LINK AND SUBMITTHE SAME DULY STAMPED AND SIGNED ALONG WITH TENDER DCOUMENT. PRINTOUT OF THIS PAGE ISNOT ACCEPTABLE.
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1
Tender Number:6000010299
Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)
Sl.No.
GCC ClauseNo.
Topic SCC Provision
06 16.2, 16.4 Warrantee Clause REFER PARA WARRANTY IN SECTION VII OFTENDER DOCUMET
07 19.3 Option Clause THE PURCHASER RESERVES THE RIGHT TOINCREASE THE ORDERED QUANTITY BY 25%AT ANY TIME, TILL FINAL DELIVERY DATE OFTHE CONTRACT, BY GIVING REASONABLENOTICE EVEN THOUGH THE QUANTITYORDERED INITIALLY HAS BEEN SUPPLIED INFULL BEFORE THE LAST DATE OF DELIVERYPERIOD
09 21.2 Taxes and Duties IF THE TENDERER FAILS TO INCLUDE TAXESAND DUTIES IN TENDER, NO CLAIM THEREOFWILL BE CONSIDERED BY PURCHASERAFTERWARDS
10 22, 22.1, 22.2,22.4, 22.3,22.6
Terms and Mode of payments 100% PAYMENT AFTER RECEIPT ANDACCEPTANCE OF MATERIAL
11 24.1 Quantum of LD 0.5% PER WEEK OR PART THEREOF
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1
Tender Number:6000010299
Section VI: List of Requirements
ScheduleNo.
Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)
Accounting Unit Quantity Amount ofEarnestMoney
Remark
1 Box cameras with outdoorhousing&bracket
EA 12.000 146000.00INR ONELAKH FORTYSIXTHOUSANDONLY0.00
2 6 mtr Pole EA 2.000
3 8 port Access switch EA 2.000
4 6 U Rack EA 2.000
5 Distribution Switch EA 1.000
6 Workstation EA 1.000
7 LED monitor EA 1.000
8 VMS software etc. andcameras license
SET 1.000
9 Armoured Power Cable mtr 500.000
10 CAT 6 cable mtr 600.000
11 NVR EA 1.000
12 Hardware for recordingbackup for 30 day
SET 1.000
13 HDPE pipe 32mm mtr 100.000
14 Casing Capping mtr 200.000
15 UPS for 60 min back UP EA 1.000
16 Road/ Hard soil cutting AU 1.000
17 Soft soil digging and refilling AU 1.000
18 Installation, testing &commissioning
AU 1.000
Required Delivery Schedule: - Supply Installation Testing, Commissioning of CCTV System along with Training is tobe completed within 4 months from the date of purchase order.Required Terms of Delivery: - FOR CNP NASHIK ROADDestination :- CURRENCY NOTE PRESS,JAIL ROAD, NASHIK ROAD # 422 101.Preferred Mode of Transportation :- BY ROAD.1.Bid Validity: 120 days from due date of tender.2.Bidders should submit offer as per price schedule (Section XI)in their sealed commercial bid separately.3.Bidder have to open the link provided in Section II and IV take print out of all the documents available and thensign and stamp each and every paper and submit along with the technical tender.4.All the copies of tenders shall be complete in all respects with all their attachments/enclosures duly numbered.5.The total cost inclusive of all elements as cited above on FOR Currency Note Press, Nashik Road (Maharashtra),India, basis should be indicated clearly both in words and figures in the price bid.6. RISK PURCHASE:(a) If the supplier after submission of tender and due acceptance of the same, i.e. after placement of contract failsto abide by the terms & conditions of these tender documents, or fails to supply the deliverables as per delivery
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1
Tender Number:6000010299
schedule given or at any time repudiates the contract, the purchaser shall have the right to:(i) Forfeiture of the EMD and
(ii)Invoke the Security-cum-Performance Guarantee if deposited by the supplier & procure stores from otheragencies at the risk & consequence of the supplier. The cost difference between the alternative arrangement andsupplier tendered value will be recovered from the supplier along with other incidental charges, including customduty, excise duty, taxes, insurance, freight etc.,
(b) For all the purpose the award of contract will be considered acceptance of tender and formal contract pendingsigning of agreement. Supplier has to abide by all the terms and conditions of tender.
(c) In case of procurement through alternative sources and if procurement price is lower, no benefit on this accountwill be passed on to the supplier
7. The bidders firm is advised to visit the site on any working day excluding Sunday and holiday with prior intimationto CNP before submission of their offer.
8. Bidders has to submit Bank details i.e.a] Account Number :b] Bank Name :c] Branch :d] IFSC Code :
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2
A. Scope of work:
The scope of the work includes design, engineering, supply, installation, testing,
commissioning, site acceptance test, training, documentation, warranty and post-warranty
maintenance of CCTV system.
Tentative requirement is as follows:
Sr.
No.
Item Description Tentative/indicative
Quantity
1 Fixed Box cameras with 5-50 mm lens with outdoor
housing or better
12 nos.
2 8 port switch with 2 nos. of 1 Gbps SFP port 2 nos.
3 Distribution Switch 1 nos.
4 Work station 1 no.
5 32‖ LED Monitor 1 no.
6 6 mtr pole for fixing outdoor cameras 2 nos.
7 Video management software, Video Analytic software,
license for cameras, other software for installation ,
commissioning of CCTV system as required
01 set
8 NVR 1 no.
9 Hardware for recording backup for 30 days 01 Complete Set
10 6 U Rack 2 nos.
11 Armoured power cable 500 mtr
12 Cat 6 cable 600 mtr
13 HDPE pipe 32mm 100 mtr
14 Casing Capping 200 mtr
15 UPS for 60 minute backup 1 no.
16. Road/Hard soil cutting for laying power & data cable 6 mtr.
17. Soft soil digging for laying power & data cable 100 mtr.
18. Installation, commissioning, testing on turnkey basis
including all Other Auxiliaries like junction box, switch,
connectors, OFC cable, Media converter, jointing kits etc.
as required
1 job.
_________________Sectionn
_______ VII: Tee
_______chnicaal Spec
_______ificati____________
oon ____
B. TECHNICAL SPECIFICATION:
1. FIXED BOX CAMERA:
Sr.
No. Specification Description
1 Sensor Image Sensor 1/3‖, type CCD/CMOS/MOS Sensor
2 Scanning Progressive scan
3 Minimum Illumination Color 0.5 lux and B/W: 0.02 lux F1.4 or better
4 White Balance Shall be available
5 Light Control indoor/outdoor mode selection, High light compensation
to reduce vehicle head light impact
6 Shutter Speed min. 1/30 - 1/10000
7 Dynamic Range Min. 140dB True WDR with variable exposure based
8 Face Detection Camera shall be providing high picture quality at Face
area while reducing other non-important areas
9 Intelligent Compression 50% reduction in bandwidth during zero motion with
same fps and resolution
10 Optimize Bandwidth Variable Image Quality on user specified area
11 IR illumination 50 mtrs range internal / external optional
12 AGC Shall be available
13 No. Of Streams Min. 3 streams or more at H.265 high profile with 1
JPEG. Total 4 streams
14 Alarms Minimum 3 terminals
15 Audio 2 Way Audio
16 Back focus adjustment automatic with hardware button and web based control
17 Certification CE, UL, FCC
18 Firmware upgrade Free for next 5 years
19 SDXC memory card slot SDXC slot, Preferably SD card can be locked with
password
20 Image Resolution H.265: 2048X1536 @ 30 fps and 1920X1080 resolution
should support 60 fps or better
21 Network RJ45, IPv4 & Ipv6 compliant
22 Interoperability ONVIF profile S compliant, should be listed on ONVIF
site
23 Remote view shall be possible to view on mobile / Remote PC
24 Outdoor Installation Auto IRIS and Auto ELC
25 Power PoE, 12 V DC
26 Lens 5-50mm or better
27 Temperature -10 to + 50 deg C
28 Motion Detection Minimum 3 programmable areas with at least 10
sensitivity levels
29 Housing IP66, IK10 rated with mount
30 Make Panasonic / Axis / Bosch / Pelco / Avigilon or equivalent
2. VIDEO MONITORING, RECORDING & MANAGEMENT SOFTWARE:
1. The Video Management System shall be a fully distributed solution, designed for
limitless multi-site and multiple server installations requiring 24/7 surveillance with
support for devices from different vendors. The Video Management System shall offer
centralized management of all devices, servers and users and must empower a flexible
rule-based system driven by schedules and events.
2. The system shall support full integration with ONVIF & PSIA devices.
3. VMS shall support installation and ability to run on virtualized windows servers.
4. VMS manufacturer shall provide their SDK (or any other integration means) libraries and
documentation) to ensure a seamless integration with any other system.
5. VMS shall be open to any standard storage technologies integration.
6. VMS shall be open to any video wall system integration.
7. VMS shall have the possibility to integrate external Video Analytics systems.
8. The VMS system shall be a scalable client – server architecture built using well known
operating systems.
9. The VMS system shall enable recording to be done at the aggregation sites and shall
allow the local Control center to import selected video‘s on demand.
10. Aggregation site types shall be categorized according to function and size as per the table
below:
a) To facilitate the VMS system architecture, the BIDDER shall ensure that
sufficient capacity is designed into the data communications &
telecommunications infrastructure to deliver the required functionality, along with
the ability to allocate and reserve resources (including bandwidth).
b) VMS should provide a browser based download manager to install all system
components like:
1. Management Server
2. Recording Server
3. Failover Recording Server
4. Client Software
5. Event Server etc.
This feature should get activated once the Management Server is installed
11. The VMS data communications and telecommunications network shall use a suitable
transport medium and associated cabling and data transmission infrastructure that will
support real-time video display of cameras at the nominated operations centers.
12. The VMS system shall be compatible to single and multiple processor servers. The
server processor & hardware shall be optimized in all cases.
13. The VMS system shall cluster the processing & memory load across several machines.
The failure of any one server in the solution shall not cause a failure in the entire system.
14. The VMS system device drivers shall be stored separately to the central core application
to ensure any instability in 3rd party SDKs do not affect the core application. Device
driver update should only require updating the recording server components.
Management Servers and Client machines should not require any update during a device
driver update
15. The VMS management server shall be able to intelligently scan an IP network for new
devices (cameras or servers) along with automatic model detection.
16. Network infrastructure and installation are the responsibility of the Bidder. Network
components both active and required for the successful implementation of the video
surveillance detailed in this tender shall be provided by the Bidder. The network
infrastructure shall meet the streaming requirement of the project without any
bottlenecks. The network infrastructure shall support UDP multicast, UDP unicast and
TCP transmission.
17. The VMS system shall provide an integrated secure, scalable and easily accessible
software-based solution for the management of the existing & future physical security
infrastructure.
18. The VMS system shall provide a powerful and efficient management interface for all the
security systems across all monitored sites.
19. The Video Management System shall contain recording servers used for recording video
feeds and for communicating with cameras and other devices. The recording servers shall
process the recordings and playback the video streams.
20. The Video Management System shall include a federated architecture allowing clients on
the host system with the right user rights to view video sources belonging to multiple
independent Video Management Systems simultaneously, as if they were on The Video
Management System shall contain a management server that shall be the central manager
of the system and control recording servers, cameras, devices and users. The management
server shall handle the initial client login, system configuration and logging.
21. The management server shall allow access to a system manager from where the
administrator can configure and manage all servers, cameras and users.
22. The system shall allow the management server to be installed on multiple servers within a
cluster of servers ensuring that another server in the cluster automatically takes over in
case the first server fails.
23. The Video Management System shall allow an unlimited number of cameras to be
connected to each recording server and an unlimited number of recording servers to be
connected to each management server across multiple sites, if required.
24. The Video Management System shall support high availability of recording servers. A
failover option shall provide standby support for recording servers with automatic
synchronization to ensure maximum uptime and minimum risk of lost data. VMS should
not require separate licenses for the failover recording servers.
25. The Video Management System shall support a versatile rule system including scheduled
or event-driven actions with numerous options including support to time profiles.
26. The Video Management System shall support Microsoft Windows Server 2003,
Microsoft Windows Server 2008, Microsoft Windows Vista
(Business/Enterprise/Ultimate) and Microsoft Windows 7 (Business/Enterprise/Ultimate)
with the latest patches and service packs installed. The system must use DirectX
and .NET Framework.
27. The Video Management System software shall include multicast and multi-streaming
support.
28. The Video Management System shall include automatic camera discovery.
29. The Video Management System shall support archiving for optimizing recorded data
storage through unique data storage solutions by combining performance and scalability
with cost efficient long-term video storage.
30. The Video Management System shall incorporate fully integrated matrix functionality for
distributed viewing of any camera in the system from any computer with the client
viewer.
31. The Video Management System shall incorporate intuitive map functions allowing for
multilayered map environment. The map functionality shall allow for the interactive
control of the complete surveillance system, at-a-glance overview of system integrity,
and seamless drag-and-drop integration with video wall module option. VMS shall
include software module for management of client layouts when used in a multi-monitor
set-up.
32. The Video Management System shall support full two-way audio between clients and
remote devices. Two-way audio integration shall support the following features and
functions:
a) The Video Management System software shall provide fast evidence export by
exporting in video to various formats, including video from multiple cameras in
encrypted native database format with an included viewer.
b) The Video Management System shall show full awareness of the system through
audit logs and shows user activity through comprehensive logs.
c) The Video Management System shall include support for a frame work data
module designed to integrate multiple third party Video Content Analysis (VCA)
solutions seamlessly into client viewer environments.
d) The Video Management System shall include a Software Development Kit (SDK)
that offers important capabilities for integrating the Video Management System
with third party software and applications.
e) The Video Management System shall include a stand-alone viewer application to
be included with video exported from the client viewer application. The viewer
application shall allow recipients of the video to browse and playback the
exported video without installing separate software on their computers.
f) The Video Management System shall include support for Active Directory to
allow users to be added to the system. Use of Active Directory requires that a
server running Active Directory, acting as a domain controller, to be available on
the network.
g) The Video Management System shall be designed to support each component on
the same computer for efficiency in smaller systems, or each component on
separate systems for large system deployments.
33. Edge storage shall secure that when a lost or broken connection is back up, the data
stored on the camera‘s internal storage shall be retrieved and stored in the media
database.
34. Edge storage shall secure that after recovery from a malfunction it shall be possible to
play back and view the video, and audio recorded by the device, while the malfunction
persisted.
35. A bookmarking feature shall be included in the Video Management System, allowing the
client viewer users to mark incidents on live and/or playback video streams.
36. Administrators shall be able to select a storage container for each device and move a
device from one storage container to another, or move all recordings inclusive archives to
the new storage container, or delete them all.
37. Administrators shall be provided with an overview of the defined storage containers, their
archives with path, and free and used space on the drives for each device, including the
used storage space in the recording database, and in archives.
38. The system shall support automatic failover for recording servers. This functionality must
be accomplished by a failover server that shall work as a standby unit, which takes over
in the event that one of a group of designated recording servers fails. Recordings shall be
synchronized back to the original recording server once it is back online.
39. The system shall provide monitoring of all failover servers from the graphical alarm
management module.
40. The system shall provide seamless access to recordings on the failover Server for all
clients through the same client views once the services are fully started.
41. The system shall support multicasting of video feeds to client workstations in order to
conserve network resources. Multicasting should be enabled from the recording servers
and not directly from the cameras. Thus the IGMP network would be necessary only for
the switches where server and clients are connected.
42. Multicasting shall send a single stream of video to multiple clients, where the stream may
be decoded and displayed on all clients simultaneously. This functionality shall support
virtual matrix configurations.
43. The infrastructure provided for the system shall support Internet Group Management
Protocol (IGMP) for each remote network.
44. The system shall automatically switch to unicast, if the client fails to connect to the
multicast stream.
45. The recording server must accept, display and record individual streams of video from
each camera that supports it.
46. Multi-streaming support shall allow the system to be configured with a high frame rate
for live viewing and shall allow the system to be configured with high resolution at low
frame rates for recording and playback.
47. The system shall act as an SNMP agent which can generate an SNMP trap as a result of
rule activation in addition to other existing rule actions.
48. The system shall be able to utilize Microsoft Windows SNMP Service for triggering of
SNMP traps.
49. The system shall support port forwarding, which must allow clients from outside of a
Network Address Translation (NAT) firewall to connect to recording servers without
using a VPN.
50. Each recording server shall be mapped to a specific port and this port must be forwarded
through the firewall to the recording server‘s internal IP address.
51. The management server shall provide a resilient system solution based on Windows
Server Clustering, to secure maximum uptime.
52. The alarm support shall allow for continuous monitoring of the operational status and
event-triggered alarms from servers, cameras and other devices.
53. The alarm support shall provide a real-time overview of alarm status, or technical
problems, while allowing for immediate visual verification and troubleshooting. Along
with Alarms, VMS client should be able to show the alarm message, related cameras and
maps as well as alarm overlays in case of Video analytics alarm.
54. VMS should be capable to raise alarm in the following cases:
1. Storage Disconnection / Unavailability
2. Camera video loss
3. Recording Server Unavailability
55. The system shall include an integrated matrix solution for distributing video to any
computer with the client viewer installed. A computer on which the matrix-triggered
images can be shown must be known as a matrix recipient. Configuration of Matrix
should only be possible using a password so that only authorised client users with the
password will be able to configure such matrix views on their client software.
56. The client viewer shall provide remote users with a comprehensive suite of features.
57. It shall be possible to playback recordings from cameras on the surveillance system, with
a selection of advanced navigation tools, including an intuitive timeline browser.
58. It shall be possible to access views of cameras on any PC with a client viewer application
installed.
59. It shall be possible to use multiple screens as well as floating windows for displaying
different views simultaneously.
60. It shall be possible to quickly substituting one, or more of a view‘s cameras with other
cameras.
61. It shall be possible to view images from several cameras in sequence in a single camera
position in a view – a so called carousel.
62. It shall be possible to view video from selected cameras in greater magnification and/or
higher quality in a designated hotspot.
63. Client software should support dual authorization feature so that user is allowed to login
only when two login credentials are entered - user and supervisor.
64. Client software should be able to overlay the following information on every video
panel:
a. FPS
b. Codec info
c. Resolution
d. Multi-cast status
e. Hardware Acceleration Status
f. Lost Frames
g. Motion Detected
65. VMS should support unlimited number of clients without any additional licenses.
66. VMS client should support Hardware Acceleration feature by using the GPU for video
decoding to bring down the CPU utilization and support more number of cameras on any
given workstation.
67. It shall be possible to receive and send video through the matrix functionality.
68. It shall be possible to use digital zoom on live as well as recorded video.
69. It shall be possible to activate manually triggered events.
70. It shall be possible to activate external outputs (e. g. lights and sirens).
71. It shall be possible to use sound notifications for attracting attention to detected motion.
72. It shall be possible to get quick overview of sequences with detected motion.
73. It shall be possible to get quick overviews of alerts.
74. It shall be possible to quickly search selected areas of video recording for motion.
75. It shall be possible to skip gaps during playback of recordings.
76. It shall be possible to configure and use several different joysticks.
77. It shall be possible to print images, with optional comments.
78. It shall be possible to copy images for subsequent pasting into word processors, email,
etc.
79. It shall be possible to export recording (for example, for use as evidence) in AVI, JPEG
and database formats.
80. It should be possible in VMS to merge recorded video sequences from different or
overlapping time intervals form different cameras to one and same the export. It will
provide a consolidated video evidence for a complete overview of incidents.
81. It shall be possible to use pre-configured as well as customizable keyboard shortcuts to
speed up common actions.
82. It shall be possible to insert overlay buttons, for example, for activation of speakers,
events, outputs, movement of cameras etc.
83. It shall be possible to use a sequence function that lists thumbnail images representing
recorded sequences from an individual camera or all cameras in a view.
84. It shall be possible to use a forced playback mode allowing the user to playback recorded
video from inside the ‗live‘ mode while viewing ‗live‘ video.
85. The client viewer shall support the use of 3-axis USB joysticks for control of pan, tilt,
zoom and auxiliary camera functions.
86. The client viewer shall support the use of multimedia control devices, which are capable
of emulating keystrokes, for the efficient review of recorded video.
87. The client viewer shall support the use of keyboard shortcuts for control of standard
features. It shall allow the user to program numerical keyboard shortcuts for camera
views. The shortcut number shall be displayed with the view description in the live and
playback displays. The shortcut shall allow the user to change views with 2 to 3 keyboard
entries.
88. The client viewer shall have the capability to receive multicast streams. The client viewer
shall have the capability to detect if the network becomes unreliable and to automatically
switch to unicast to ensure that the operator is able to receive video.
89. System Monitor & Configuration Reports:
The system monitoring feature shall make it possible to view system
information and create reports on:
1. Management servers (show CPU and memory usage)
2. Recording server (show CPU and memory usage and usage data for disks,
storage, networks and cameras)
3. Failover servers (show CPU and memory usage)
4. Additional servers (show CPU and memory usage on log servers, events
servers, and so on.
5. Cameras (such as camera status, if the individual camera is recording, the recording
server the camera is connected to and more)
90. Automatic Sensitivity Adjustment for Motion Detection
Automatic sensitivity control for recording server-based motion detection adjusts
sensitivity levels to optimize the motion detection algorithm according to the
background noise level in the video stream. The feature significantly enhances the
accuracy of motion detection analysis in environments with changing light
conditions, while eliminating the need for manual adjustment.
91. Make: Milestone/IQ Vision/Nice or equivalent.
3. VIDEO ANALYTIC SOFTWARE:
The system shall possess intelligent alarm (Video content analysis) capabilities. The alarm
capabilities shall be as under:
1. Detect objects entering, leaving or just being within an area.
2. Detect loitering in an area related to radius and time.
3. Detect idle object within a configurable timespan.
4. Detect removed objects within a configurable time span.
5. Detect trajectories / routes of objects passing in the scene, displayed with tracking times.
6. Detect multiple line crossing from single time up to three lines combined in a logical row.
7. Overcrowding: The system shall be able to give a feedback to the administrator/operator
if the scene is over-crowded. It should give an alarm as soon as people converge at a
single place above a predefined threshold level which should be adjustable as specified
by purchaser.
8. Camera tempering: The system shall be able to detect sabotage or tampering to the
cameras. It shall be able to detect camera blurring, camera blinding and change of
orientation of the fixed cameras. Camera tempering feature shall be provided for all fixed
cameras.
9. Video analytic software can be implemented either at firmware level at fixed IP cameras
or at server level in the control room.
10. Requirement of number of servers for running video analytic software shall be as per the
manufacturers.
11. The recorded information from various sources shall be able to be replayed together in
sequence which the events and communications occurred with detailed timestamps and
synchronization. The system must enable traceability of actions taken on any of the
incident information items. It must support authentication mechanism to ensure the
integrity of the incident information including the audio, video photos, video clips etc.
12. The viewing application shall be able to copy, move and delete archived audio/video
clips across viewing stations within its autonomous domain. Achieved recording shall be
encrypted with a strong algorithm with digital signature such as RSA or watermarking
and protected by DES/AES authentication function. The VMS shall permit manual and
event driven audio/video image archiving. The digital zooming function shall be
available while viewing archived video.
13. Multiple analytics should function on single camera.
14. Make: Milestone/IQ Vision/Nice or equivalent
4. SERVER:
S.
No
Parameter Specifications
1 Processor 2 x Intel Xeon E5-2630 v3 or better
2 Speed 2.4 GHz or Better
3 RAM Minimum 16 GB
4 Level3 cache 15MB
6 Internal Storage for
O/S & Application
2 x 300GB 10K RPM SAS DRIVE (RAID 1)
7 Internal Storage
(Usable)
4 x 1200 GB 15K RPM SAS DRIVE (RAID 10)
8 HBA Interface Dual Port PCI-e FC HBA
9 Optical Drive USB Multi DVD R/W
10 Network 1Gb Ethernet 4-port
11 Ports Minimum 2 Nos USB Ports
12 Operating System Windows 2012 R2 Std Edition 64 bit SP2
13 Input Devices Standard Keyboard, Optical Mouse
14 RAID cache 512MB
15 RAID levels
Supported
0,1,10,5,50,6,60
16 Display (Diagonal) Minimum 21" Wide TFT
17 Make: DELL/EMC/HP/Quantum
5. STORAGE AREA NETWORK ( SAN):
1 Controller
Dual Controller in High Availability (Active-Active). In case of one
controller failure, the takeover must be seamless and instant
without any additional reconfiguration. Each processor should have
at least dual Core Ivy Bridge Intel Xeon Processor or equivalent
2 Cache
The system should have minimum 16GB usable cache (Read & Write)
across the two controllers with an ability to protect data on cache if the
system fails and it results into controller failure. The cache on the
storage should have battery backup. Cache shall be dynamically
managed for both Read and Write operations.
3 Storage Operating
System
The Storage should have embedded Operating Systems and there
should be only one OS to provide the required Protocols. (It should
not be a general purpose OS such as Windows, Linux etc.) The
OS should be of the same make as that of storage or as per OEM
standard.
4 Protocol Storage OS should Support iSCSI and/or FC protocol
5 Storage to Host
Connectivity
The storage system should have sufficient number of suitable ports
to connect the servers, storage network etc
6 Storage Capacity
Minimum 60 TB usable or as per the requirement for recording and
storing of CCTV data for all integrated cameras at full resolutions..
Storage Calculation should be submitted by bidder considering the
following parameters
1.Percentage of Motion: 80%
2.Hours per day: 24
5.Retention Days: 30 days
The controller and other hardware should be capable of supporting
to connect up to 400 TB raw storage whenever required in future by
only providing additional storage disks.
7 Redundancy
There should not be any single point of failure and should have
following Redundant and hot swappable modules:
disk drive,
power supply,
Fans.
8 RAID Support The solution to be configured with RAID 5 or equivalent protection and
for every 30 disks, 1 disk should be configured as Global hot spare.
9 Storage Feature
Storage system (disk shelves) should support SSD/ SATA/ NL-SAS/
SAS disks simultaneously with different rpm. Storage back end
connectivity should be at least 6Gbps SAS Ports 4 No.
10 Disk Connectivity The Storage Should be configured with Dual ported Disks and dual IO
Module for no single point of failure
11 Usable Storage
Capacity
Storage shall be provided with SATA or NL-SAS disks (7.2k RPM,
1/2/3/4/6 TB) on RAID 5. The minimum usable storage capacity should
be 60 TB or as per the requirement for recording and storing of CCTV
data for all integrated cameras at full resolutions. If the storage capacity
of 60 TB is found to be insufficient, the System Integrator shall have to
provide additional storage without any additional cost.
12 Total Aggregate
Storage Bandwidth
The Proposed storage disk should ensure a minimum total aggregate
storage bandwidth of 1000Mbps on a 90% write & 10% read
application environment. OEM of storage should confirm the above
required aggregate bandwidth on the offered storage by the System
Integrator on the VMS application.
13 Storage
Management
Should have Single Graphic Use Interface(GUI) for both File and
Block as well as command line interfacing. Must include real time
performance monitoring tools giving information on CPU utilization,
volume throughput, I/O rate and latency etc.
14 Host / Server OS
Support Linux, MS Windows etc.
15 Make: DELL/EMC/HP/Quantum
6. WORKSTATION:
1 Processor Intel Core i7 – 6700 Processor
2 Speed 3.2 Ghz or Better
3 FSB 1.333 Mhz
4 Level 2 Cache 6 MB
5 Memory 32 GB DDR3 SDRAM
6 Hard Drive 500GB SATA 3.0Gb/s
7 Optical Drive Single Drive: DVD +/-RW+CD-ROM
8 Graphics 2 GB Graphic Card NVIDEA or ATI Radeon
10 Keyboard Wireless / USB keyboard
11 Mouse Wireless / USB Optical mouse
12 Cabinet Tower
13 Power Supply 230VAC/50Hz
14 NIC 2x10/100/1000
15 Expansion Slots 4xPCIe/PCIx
16 OS Microsoft Windows 7 Professional or higher
17 Ports Minimum 4 Nos USB ports
18 Make: DELL/EMC/HP/Quantum
7. LED MONITOR:
8. 8 PORT SWITCH:
1. Minimum Ports
Density and
Parameters
8/ 10/100/1000BaseT PoE+
Additional 2*1G SFP slots
Should support PoE+ as per IEEE 802.3at with PoE budget of
120W or more
2. Performance Switching Capacity: Non-Blocking
Forwarding Rate: Wire Speed Non-Blocking
Multicast: Wire Speed Non-Blocking
3. Layer2 Features IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1w Rapid Spanning-Tree Protocol
IEEE 802.1s Multiple Spanning-Tree Protocol
BPDU guard, Loop guard
IEEE 802.1p QoS, Eight priority queues, Strict priority and
weighted round robin, DSCP Rate limiting, Voice VLAN
IEEE 802.1ab Link Layer Discovery Protocol (LLDP)
Link Layer Discovery Protocol-Media Endpoint (LLDP-MED),
Static trunking, IEEE 802.3ad Link Aggregation Control Protocol
(LACP),
Port-based and MAC-based VLANs
Port protected VLANs, IEEE 802.1P GVRP,
Double VLAN tagging (Q-in-Q)
4. Multicast
Features
IGMPv2, IGMPv3, IGMP snooping and MLD V1, V2 snooping
Source-specific multicast for IP, IGMP query solicitation
5. IPv6 Features IPv4 and IPv6
Device management over IPv6 networks with SNMPv6, Telnetv6
and SSHv6
ICMPv6, NTPv6, DNSv6, DHCPv6 relay, 6to4 tunnelling
1 Size Minimum 32‖ LED or better
2 Display Resolution Full HD1920 x 1080 pixels
3 Backlight Module LED backlight panel
4 Video Signal 480/60i, 480/60p,1080/60i, 1080/50p (HDMI)
5 Bezel to Bezel thickness Less than 10 mm
6 Viewing Angle (H/V) 178:178
7 Mounting Wall Mounting
8 Make LG/VU/PANASONIC/SAMSUNG or equivalent
6. Security SSH remote login, SSLv2 and SSLv3, TACACS+
IEEE 802.1X authentication protocols (TLS, TTLS, PEAP and
MD5)
IEEE 802.1x, MAC-based and Web-based—can be enabled
simultaneously on the same port.
IEEE 802.1X port-based network access control
RADIUS, RADIUS accounting, Secure Shell (SSHv2), ACL,
Dynamic VLAN assignment
DHCP (snooping, client, Server and relay)
Switch should provide the ability to monitor events and take
corrective action proactively
Control plane denial-of-service (DoS) protection
7. Resiliency
Link Aggregation (802.3ad LACP), Dynamic Link Failover
Rapid Ring protection / Resiliency technology providing the
convergence of Sub 50ms, Loop Detection and Loop protection -
Thrash Limiting STP Root Guard, IEEE 802.1D Spanning Tree,
Protocol (STP)-MAC Bridges, IEEE 802.1s Multiple Spanning,
Tree Protocol (MSTP), IEEE 802.1t -2001 802.1D maintenance,
IEEE 802.1w -2001 Rapid, spanning Tree protocol (RSTP)
8. Management Switch should able to support management via CLI, Web interface
SNMP v1,v2,v3 support, RMON (groups 1,2,3 and 9), SNMP
traps, sflow, Optical digital diagnostic monitoring as per SFF –
8472 or equivalent standards
Switch should be manageable through both IPv4 & IPv6
An External memory card / USB or equivalent, allowing switch
firmware, configurations to be stored for backup and distribution to
other switches
9. Certifications UL-UL60950-1, EN 55024, CE, ROHS
10. Operating
Temperature
0-45°C in continuous operation of 365 days 24 hrs
11. Make Cisco/Juniper/Allied Telesis/ruggedeon or equivalent
9. DISTRIBUTION SWITCH:
1. Minimum Ports
Density and
Parameters
24 10/100/1000BaseT PoE+
Additional 2*1G SFP slots
Should support OpenFlow v1.3
Should support PoE+ as per IEEE 802.3at with PoE budget of
370W or more
2. Performance Switching Capacity: Non-Blocking
Forwarding Rate: Wire Speed Non-Blocking
Multicast: Wire Speed Non-Blocking
3. Layer2 Features IEEE 802.1D Spanning-Tree Protocol
IEEE 802.1w Rapid Spanning-Tree Protocol
IEEE 802.1s Multiple Spanning-Tree Protocol
BPDU guard, Loop guard
IEEE 802.1p QoS, Eight priority queues, Strict priority and
weighted round robin, DSCP Rate limiting, Voice VLAN
IEEE 802.1ab Link Layer Discovery Protocol (LLDP)
Link Layer Discovery Protocol-Media Endpoint (LLDP-MED),
Static trunking, IEEE 802.3ad Link Aggregation Control Protocol
(LACP),
Port-based and MAC-based VLANs
Port protected VLANs, IEEE 802.1P GVRP,
Double VLAN tagging (Q-in-Q)
4. Multicast
Features
IGMPv2, IGMPv3, IGMP snooping and MLD V1, V2 snooping
Source-specific multicast for IP, IGMP query solicitation
5. IPv6 Features Ipv4 and Ipv6 dual stack / Ipv4 and Ipv6
Device management over Ipv6 networks with SNMPv6, Telnetv6
and SSHv6
ICMPv6, NTPv6, DNSv6, DHCPv6 relay, 6to4 tunneling
6. Security SSH remote login, SSLv2 and SSLv3, TACACS+
IEEE 802.1X authentication protocols (TLS, TTLS, PEAP and
MD5)
IEEE 802.1x, MAC-based and Web-based—can be enabled
simultaneously on the same port.
IEEE 802.1X port-based network access control
RADIUS, RADIUS accounting, Secure Shell (SSHv2), ACL,
Dynamic VLAN assignment
DHCP (snooping, client, Server and relay)
Switch should provide the ability to monitor events and take
corrective action proactively
Control plane denial-of-service (DoS) protection
7. Resiliency
Link Aggregation (802.3ad LACP), Dynamic Link Failover
Rapid Ring protection / Resiliency technology providing the
convergence of Sub 50ms, Loop Detection and Loop protection –
Thrash Limiting STP Root Guard, IEEE 802.1D Spanning Tree,
Protocol (STP)-MAC Bridges, IEEE 802.1s Multiple Spanning,
Tree Protocol (MSTP), IEEE 802.1t -2001 802.1D maintenance,
IEEE 802.1w -2001 Rapid, spanning Tree protocol (RSTP)
8. Management Switch should able to support management via CLI, Web interface
SNMP v1,v2,v3 support, RMON (groups 1,2,3 and 9), SNMP
traps, sflow, Optical digital diagnostic monitoring as per SFF –
8472 or equivalent standards
Switch should be manageable through both Ipv4 & Ipv6
An External memory card / USB or equivalent, allowing switch
firmware, configurations to be stored for backup and distribution to
other switches
9. Certifications UL-UL60950-1, EN 55024, CE, ROHS
10. Operating
Temperature
0-45°C in continuous operation of 365 days 24 hrs
11. Make Cisco/Juniper/Allied Telesis/ruggedeon or equivalent
10. UNINTERRUPTED POWER SUPPLY:
Sr.
No Description Specification
1 Topology Double Conversion Online
2 Nominal Output Voltage 230 V (Configurable for 220 : 230 or 240 nominal
output voltage)
3 Efficiency at Full Load 92% or better
4 Nominal Input Voltage 180 V to 260 V
5 Input Frequency 50 Hz +/- 5 Hz (auto sensing)
6 Battery Type No internal battery – uses external battery system
SMF type for 60 min backup on full load.
7 Make APC or equivalent
11. 6 U RACK :
S. No Description Specification
1 Dimensions 600 x 500 approx.
2 Frame System Steel frame
3 Capacity 19" mounting capacity
4 Power Strips 6 Amp; Vertical or Rack mount
5 UTP Patch Panel 24 Port UTP Patch Panel
6 Vertical Mounting Rails Should be available
7 Cable Management Hardware Should be available
8 Make Valrack/WQ/selrack or equivalent
12. CAT 6 cable:
STP (Shielded Twisted Pair) CAT 6 cable should be of 4 pair of 23 AWG solid bare
copper (diameter 0.226 mm) with polyethylene insulation and PVC jacket and should
comply following minimum specifications.
S. No Description Specification
1 Applicable standard
TIA/EIA and ISO Category 6/ class E
requirement. Performance ETL verified to
TIA/EIA-568-B.2-1
2 Characteristic Impedance 100 M ohms
3 Capacitance 5.6 micro farad/Km(nominal)
4 Voltage 300 VAC or DC
5 Propagation delay 536 ns/100m @250 MHZ
6 Velocity of propagation 69%
7 Bend radius Approximately 1‖
13. POWER CABLE:
S.
No Description Specification
1 Model 3 Core 2.5 Sq.mm Armoured
2 Voltage Grade 1100 Volts
3 Type of Conductor Copper
4 No of cores 3
5 No. of strands/core 7(multi)
6 Colour code Red/Yellow/Blue
7 Core insulation XLPE 0.7mm thick
8 Inner sheath Extruded PVC type ST2
9 Armoured Material Galvanised steel wire
10 Outer sheath FRLS PVC type ST2
11 Make Poliplast / Finolex / Polycab / Dlink / Digisol
14. POLE:
1. Pole of 6 metre height above ground with camera mounting structure having 1.5
metre platform or any other suitable arrangement on top with safety rig for all the
cameras.
2. The pole shall be as per IS875 standard.
15. EARTHING:
Copper plate earthing shall be provided for entire installation including all electronic / power
gadgets in control room.
C. LAYING OF CABLE:
1. Cables shall be laid in underground trenches, ducts, channels, tunnels on racks, trays, in
HDPE pipes along structure or buildings as per the site conditions. The cable shall be laid
in underground trenches through GI pipes specially when laid through crossing, road
crossing, hard standing etc.
2. The seller shall do fabrication/modification work, if any, involving erection of cables
supporting structures, welding, gas cutting etc. at sites as per the actual requirements.
3. All cables shall be tested for proper continuity and insulation as per the statutory
standards/rules before laying.
4. All care shall be taken so that kinks, twists or mechanical damage do not occur to the
cables during laying.
5. All bends in cables shall be made with due consideration to the minimum permissible
bending radius of the cable.
6. All care shall be taken during laying of cables loops are not formed.
7. At least two metre cable should be kept at equipment terminating point.
8. While pulling of cables, they shall not be allowed to be dragged along the ground or over
a second cable already laid.
9. Cable markers shall be provided on either side of road crossings, at each turning and at
regular intervals of 10 to 12 metres on straight runs for underground cables.
10. Joint markers shall be provided at every joint on the cable where cables are required to
cross under roads, surface drainage and pipelines, they shall be taken through GI pipes to
withstand load of heavy vehicles.
11. Whenever cables leave the trench for entering the building, the cable shall be specially
protected by means of GI pipe. After cable laying, these shall be sealed with bitumen or
epoxy compound to make them fully water tight.
12. Cables in underground shall be laid with sufficient slack.
13. In no case the cables shall be left in excavation without providing for satisfactory sealing.
14. While taking exposed cables along walls or columns, these shall be fixed at a sufficient
height for avoiding damage from operation or handling.
15. In case of cable laying in GI pipes, only one cable shall be taken in one pipe. When it is
found desirable to install several cables in one pipe, total section of cables shall not
exceed 40% of the inside of GI pipe section.
16. All cable openings in the equipment etc. shall be sealed and made vermin proof. All cable
openings in walls and floors shall be repaired and sealed after laying of the cables.
17. Due care shall be taken for not damaging the existing cables during laying of new cables
in the respective units. In case existing cables are damaged, they will be replaced/repaired
by the firm at free of cost.
18. Special care shall be taken for protection of cables against chemical and mechanical
damages.
19. All cables shall be tested for their healthy conditions after laying.
20. For laying of cables in underground trenches excavation of trench of minimum 1.0 metre
depth shall be done as per the standard norms. 80mm thick river sand cushion shall be
provided above the cable.
D. TERMS AND CONDITIONS:
1. The items mentioned under heading ―Tentative requirement‖ of items is just indicative,
however any additional items not mentioned therein and additional quantity required will
have to be supplied by the firm and no other/additional payment will be made and the
firm will have to execute the work on turnkey basis therefore the firm is advised to visit
the site to understand the actual requirement.
2. The system shall have an overall 20% spare capacity at all points.
3. The power supply available shall be 230V, 50 Hz AC which may vary from 160 V to 270
V. All modules of the CCTV system should work using this power supply with requisite
converters and voltage stabilizers of suitable capacity, if required.
4. All the cameras and other modules of the CCTV system shall be modular in construction.
In case of up-gradation of such modules in future, it shall be possible to upgrade them
without replacing the entire product.
5. The seller shall provide all the required equipment and services, whether explicitly
mentioned in these specifications or not, to fulfill the intent of specification and to ensure
the completeness, operation and maintainability of the system at no extra cost to the
purchaser.
6. The seller shall be fully responsible for installation and commissioning of the equipment
and cabling and other related activities such as packing, uncrating, inspection etc. for
which purchaser shall provide the required space at its premises. The seller shall have to
arrange by himself all the testing equipment and tools required for installation and
commissioning and make his own transport arrangement.
7. The seller shall carry out complete installation through competent/trained supervisor and
workmen. All material shall be handled and installed taking due care and avoiding any
damage to purchaser‘s property and its personnel. Any damage shall be repaired/made
good without any cost to purchaser.
8. The seller shall prepare system drawing and schematics, system configuration,
connection diagrams, circuit diagrams, equipment layout and mounting arrangement
drawings, cable routing and termination details for approval.
9. After erection and commissioning work is over, the seller shall clear all kinds of debris
and wastes from the site.
10. The firm shall supply all the necessary accessories required for installation of above
system.
11. The participating firms shall visit the site of installation with prior intimation to Currency
Note Press, Nashik during normal working days between 8:00AM to 5:00 PM to learn
about the requirement.
12. Before carrying out any electrical works, the firm will have to consult the electrical
department in charge for taking temporary connections or main supply connections.
13. The supplier shall support the system during its life time but at least for 10 years from
date of acceptance. Confirmation for this from manufacturer is to be submitted by the
supplier.
E. WARRANTY:
1. The seller shall provide warranty for 01 years for all the goods supplied & also submit
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 seller should also submit that all goods supplied under this
contract shall have no defect, arising from design, materials or workmanship or from any
act or omission of the seller that may develop under normal use of the supplied goods in
the conditions obtaining in unit.
2. This warranty shall remain valid for 12 months from date of acceptance of the system
which shall include repairing and replacing of the defective parts of the system.
F. POST WARRANTY MAINTENANCE:
1. The firm shall submit separate offer for 3 years comprehensive AMC which will
commence after the expiry of the warranty.
2. The cost of comprehensive AMC for 03 years after expiry of warranty period will be
considered for deciding the lowest bidder.
G. TRAINING:
1. On-site training shall be provided for 04 days to the officers and staff of Currency Note
Press which shall include complete assembly of the system through the use of various
modules, integration of hardware with software and complete operation of the system.
2. Sets of training manual in 03 hard copies and 03 soft copies containing details of
technical specifications, installation and commissioning, trouble shooting and
maintenance schedule etc. shall be along with the equipment.
H. DOCUMENTATION:
Following documents should be supplied along with the system:
1. Operating and troubleshooting manual including maintenance schedule.
2. Complete layout and cabling diagram.
3. Complete networking diagram including cameras, switches, workstations etc.
_
_1. beunup
_______Sec
_______The ma
e sent to nsuitable, tp to Curren
________ction VII________
terial will the PURC
then the sacy Note Pre
_______II: Qual_______be accepte
CHASER. ame will beess, Nashik
_______lity Con_______ed on manIf any de
e returned k Road.
_______ntrol Re_______ufacturer’s
efects obse to the SEL
_______equirem_______s guaranteeerved or mLLER for fre
_______ments _______e certificatmaterial foee replacem
___
___ te to ound ment
_
_1.sumiye Noofcu 2.
i
ii
iii
Nobafo
3.PA
4.de 5.uninc Bidqulea
_______Sect
_______ Experipply instalinimum ord
ears ending
ote- In suppf purchase ustomer as
Financ
i. Averag2014-1
i. Bidderyear d
i. The nethe las
ote - In supalance sheer the comp
The fi
AN card.
The firm
ebarred for
The firnconditionacluding all
dders shouualifying crad to rejec
________tion IX:
________ience and plation of teder value o November
ports of ab orders, ea documen
cial standin
ge Annual 15, 2015-16
r firm shouduring the l
et worth ost three ye
pports of poets and Propleted three
rm shall en
m should g dealing by
rm has tally accept section wit
uld furnishiteria. Non
ction of offe
_______ Qualifi_______past perforendered tyof Rs. 36,5
r 2017.
ove clause experience ntary eviden
ng:
Turnover o6 and 2016-
ld not haveast three y
of the firm ars 2014-15
oint no.3 aofit & Losse financial
nclose atte
give a declay Governme
o submit t all termthout any d
h stipulaten submissioer.
_______ication/_______rmance: Bidype of CCTV51,000/- d
the bidder certificatence.
of the bidd-17 should
e suffered years i.e. 20
should no5, 2015-16
bove, the fs account ( years i.e. f
ested copy
aration thaent of India
an undems and codeviations.
ed documen or incom
_______/ Eligib_______dder firm sV system auring any
rs should stes, Job co
der firm dube more th
any financ014-15, 201
t have ero and 2016-1
firm shall e(certified bfor 2014-15
of GST Re
at they hava in the pas
ertaking / onditions o
ents in sumplete subm
_______bility Cr_______should haveand should one year o
trictly prodompletion
uring last than Rs. 21,9
ial loss for 15-16 and 2
oded by mo17.
enclose copby Chartere5, 2015-16
egistration
ve not beest.
declaratiof the ten
upport of mission of d
_______riteria _______e experienc have execof the last
duce the cocertificate
three year 91,000/-
more than2016-17.
ore than 30
pies of certed Accountand 2016-1
Certificate
en black-lis
ion that nder docum
fulfillmendocuments
___
___ ce in
cuted five
opies es of
i.e.,
n one
0% in
tified tant) 7.
e and
sted/
they ment
nt of may
Tender Number:6000010299
Section X: Tender Form Date:
To,Currency Note Press,NasikA Unit of Security Printing & MintingCorporation of India LimitedWholly Owned by Govt. of IndiaNasik
Ref: Your Tender document No.6000010299 / dated 06.12.2017
We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.
...................................(Signature with date)
...................................... (Name and designation)
Duly authorized to sign tender for and on behalf of
...................................................
...................................................
Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1
Tender NDate:
Sr No
1
1 Box
hou
2 6 m
3 8 po
4 6 U
5 Dist
6 Wor
7 LED
8 VMS
cam
9 Arm
10 CAT
11 NVR
SUMMARY OFNo:
Item descripti
2 x cameras with ou
using & bracket
meter Pole
ort Access switch
Rack
tribution Switch
rkstation
D monitor
S software etc. a
meras license
moured Power Ca
T 6 cable
R
PRICE SCHED
on
HSNCOD/ SANO
3 utdoor
h
nd
able
Se
DULE (FOR IND
N DE AC .
UOM (Unit of measurement)
Uni
Forins
4
EA
EA
EA
EA
EA
EA
EA
SET
meter
meter
EA
ection XI: P
TA
DIAN BIDDERS)
Basic price/ it including Packing
& rwarding, freight, surance charges if
any (Rs)
5
Price Sche
ABLE-A
): PRICES SHO
IGST @...% C
6
dule
ULD BE ON FO
CGST @...% SGST
7 8
OR, CNP, NAS
T @...%
UNIT ra
unit ((FOR C
Nashik) inof GST, fand insu
charg
8 9
HIK ROAD BAS
te per (Rs) CNP, nclusive freight urance ges
Offered Quantity
10
12
2
2
2
1
1
1
1
500
600
1
SIS.
y
Total amount required quanti
store (Rs) (FOR CNP, Nasinclusive of G
freight and insucharges
11
for ity of hik) ST, rance
12 Hardware for recording
backup for 30 day
SET
1
13 HDPE pipe 32mm meter
100
14 Casing Capping meter
200
15 UPS for 60 minute back UP EA
1
16 Job - Road/ Hard soil cutting meter
6
17 Job - Soft soil digging and
refilling
meter
663.75
18 Installation, testing &
commissioning CCTV system
AU
1
TOTAL
EA- Each AU- Activity Unit FOR CNP Nashik price in words……………… (Name and Signature with date) Office Seal/Stamp 1. We confirm that there would not be any price escalation during the supply period. PO will be issued to the single lowest offer. 2. We confirm that we will abide by all the tender terms and conditions and we do not have any counter conditions 3. Bidders have to submit their offer strictly as per the above price schedule in their commercial bid in a separate sealed cover. 4. Dispatch Point: _____________ (Bidder to indicate dispatch point from where goods dispatched) 5. Bid shall remain valid for acceptance for a period of 120 days from the date of tender opening. Notes- i. The bidder has to quote the applicable GST (i.e. IGST. CGST, SGST) as per GST law with effect from 01.07.2017. ii. Taxes and duties as applicable on the date of opening of price bid shall be taken into consideration for evaluation of bid. iii. Price bids with conditions/ counter conditions are liable to be rejected. iv. The bidder has to indicate SAC/ HSN code in the space provided above
TABLE-B
Sr No
Item description
HSN CODE / SAC NO.
UOM (Unit of measurement)
Basic price/ Unit (Rs)
IGST @...% CGST @...% SGST @...%
UNIT rate per
unit (Rs) (FOR CNP,
Nashik) inclusive of GST
Offered Quantity
Total amount for required quantity of
store (Rs) (FOR CNP, Nashik) inclusive of GST
1 2 3 4 5 6 7 8 9 10 11
1
Annual Maintenance Charges
of above installed system first
year after expiry of Warrantee
Period
AU
1
2
Annual Maintenance Charges
of above installed system
Second year after expiry of
Warrantee Period
AU
1
3
Annual Maintenance Charges
of above installed system
Third year after expiry of
Warrantee Period
AU
1
TOTAL
AU- Activity Unit FOR CNP Nashik price in words……………… (Name and Signature with date) Office Seal/Stamp
hTW Pa
Sr. No.
1 2 3 4 5 6 7 8 9
10
11
12 13
Part
Sr. No.
1
SECTSECTSECTSECTSECTSECTSECTSECT Plea
http://cnpnasWO BID, SI
art I: - TECHTender Sub
Tender FeeEarnest MoTender DoTerm of DeTender ValTechnical SSubmit MaAccept theSubmit theSection IX Fill Tenderprice) Delivery Petender DocBlank pricePower of Aawarded.
t II: - PRIC
Tender Sub
Price Bid a
TION XII: QTION XIII: BTION XIV: MTION XV: BATION XVI: CTION XVII: LTION XVIII: TION XIX: P
ase CLICK t
shik.spmcil.cNGLE STAGBIDDER’S
HNO-COMMbmission Ch
e oney Depositcument dulyelivery :- FOlidity 120 daSpecificationnufacturer’s
e Warranty ce documents Form – Sec
eriod: Accepcument. e schedule foAttorney for
CE BID
bmission Ch
s per Sectio
QUESTIONNABANK GUARAMANUFACTUANK GUARACONTRACT LETTER OF SHIPPING APROFORMA
he link for
com/SPMCIL/UGE (TWO PCHECK LIS
MERCIAL Beck Points
t y Seal & Sign
OR, CNP Nashays as per thn –Section VIs Authorizatiolause as per
s as per Qua
ction X duly s
ptance of del
ormat as persigning the
eck Points
n XI (Price i
AIRE ANTEE FORURER’S AUTANTEE FORMFORM AUTHORITARRANGEMOF BILLS FO
further det
UploadDocumACKETS) T
ST BEFOREBID
ned hik road, du
he tender II as per tenon form r tender lification / E seal & sign (
ivery period
r Section XI bid documen
ncluding all
RM OF EMD THORIZATIOM FOR PERF
TY FOR ATTENT FOR LIOR PAYMEN
tails
ment/SBDTEMTENDER TENDER S
ly unloaded
nder (As Ap (As App
Eligibility crite
(Without me
as per Sect
indicating 'Xnt and contr
taxes & othe
ON FORM FORMANCE
TENDING A BINER CARGONTS
MPLATE1.pdf
SUBMISSIO
plicable) plicable) eria –
entioning
tion VI of
XXXX' ract, if
er charges )
E SECURITY
BID OPENINOES
f
ON
Check besubmissiTick ( √
Check besubmissiTick ( √
)
(
NG
efore ion √)
efore ion √)
……………(Bidder’s Se
……………. al & Sign)
top related