government of maharashtra public works department filea date of submission ten der er no. of...
TRANSCRIPT
TEN
DER
ER NO. OF CORRECTIONS EXECUTIVE ENGR.
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
D’ Tender NO.2 For 2019-2020
Name of Work - Providing & Fixing Of IP Surveillance System
To Collector Office At. Amravati
Estimated cost - Rs. 18,49,850/-
Agreement No - D-2 for 2019 – 2020
Name of supplier - -----------------------------------------------
-----------------------------------------------
----------------------------------------------
Last Date of Issue -
Date of submission -
Of Tender
Public Works Division Amravati
Public Works Circle Amravati
Public Works Region Amravati
NAME OF WORK: - Providing & Fixing Of IP Surveillance System To
Collector Office At. Amravati
Estimated Cost :Rs. 18,49,850/-
Issued to : M/s. ....................................................................................................
....................................................................................................
D.R./T.R. No. ......................................... dated ......................... Rs. ........................
Sr. Divisional Account’s Officer
P.W. Division,
Amravati
INDEX
Sr. No. Brief Description of Contents Pages
From To
1 Brief Tender Notice to Press
2 Detailed tender notice (Part-I)
3 Important Instructions to the Suppliers (Part-II)
4 Agreement Form “D”
5 Schedule of Materials to be supplied
6 Important Conditions
7 Statement -I, II and Affidavit
TENDERER NO. OF CORRECTIONS EXECUTIVE ENG
(1)
कार्यालर्य,कार्ययकारी अभिरं्यता सार्यजभिक बांधकाम भर्िाग,अमरार्ती email : [email protected] web site : www.mahapwd.com जा. क्र. / भर्िापा / भििांक
प्रति, उपसंचालक
तिभागीय मातििी कायालय डों. सधुा देशमखु यांचे दिाखान्या जिळ अमराििी
तिषय : जाभिरात र्तृ्तपत्रात प्रभसध्िी करण्र्याबाबत 000
मिोिर्य, सोबत जोडलेली जाभिरात र्तृ्तपत्रात िमिू केल्र्या प्रमाणे प्रकाभित करण्र्यात र्यार्ी. िी भर्िंती 1) कार्यालर्याचे िांर् र् पणुय पत्ता :-कार्ययकारी अभिरं्यता सार्यजभिक बांधकाम भर्िाग,अमरार्ती
2) र्तृ्त प्रकाििाची िेर्टीची तारीख : - 13.06.2019
3) प्रकाििाची बाब कोणािी संबधीत आिे ते िार् : कार्ययकारी अभिरं्यता, सार्यजभिक बांधकाम भर्िाग,अमरार्ती,
4) काम कोणत्र्या भजल्यािी संबधीत आिे. : -अमरार्ती
5) प्रकाििाचे भबल कोणास पाठर्ार्र्याचे आिे. :-कार्ययकारी अभिरं्यता सार्यजभिक बांधकाम भर्िाग, अमरार्ती
6) जाभिरात कोणत्र्या पेपरला द्यार्र्याची आिे. : - भजल्िा स्तर मराठी
7) जाभिराती साठी लागणारी जास्तीत जास्त जागा
: - र्तयमाि पत्रातील बातमीच्र्या अक्षराच्र्या आकारािी ससंुगत कमीत कमी जागा
8) प्रभसध्िीची िाषा : - मराठी
जाभिरात आिेिात अिकु्रमांक 6 मध्रे्य िमिु केलेल्र्या र्तृ्तपत्रामध्रे्य जािीरात प्रकाििाची कृपर्या कार्ययर्ािी व्िार्ी. र्यापेक्षा अभधक र्तृ्तपत्रात जािीरात प्रभसध्ि झाल्र्यास त्र्याची िेर्यके र्या कार्यालर्यास प्राप्त झाल्र्यास ती अिा करणे िक्र्य िोणार िािी. तसेच अिकु्रमांक 7 मध्रे्य िमिु केलेल्र्या आकारापेक्षा अभधक आकारात जािीरात प्रभसध्ि झाल्र्यास िासिािे ठरभर्लेल्र्या मािकािसुा रिेर्यकाचे प्रिािाची कार्ययर्ािी करण्र्यात रे्यईल. र्याची जाणीर् संबधीत र्तृ्तपत्रास आपले स्तरार्रुि करुि िेण्र्यात र्यार्ी ,भि भर्िंती सिपत्र : िोि (भति प्रती मध्रे्य) काययकारी अतभयंिा,
साियजतिक बांधकाम तिभाग, अमराििी
प्रतिलीपी:
1) अधीक्षक अभिरं्यता, सार्यजभिक बांधकाम मंडळ,अमरार्ती र्यांिा माभिती करीता सभर्िर्य सािर.
मिाराष्ट्र शासि
साियजतिकबांधकामतिभाग,अमराििी ई, तितिदा सचुिा क्र.2 सि 2019 -2020
मिाराष्ट्र राज्र्यपालाच्र्या र्तीिे कार्ययकारी अभिरं्यता सार्यजभिकबांधकामभर्िाग,अमरार्ती क्रमांक 0721-2667229िे खालील सकेतस्थळार्र िमिु केलेल्र्या ड िमनु्र्यातील ई- भिभर्िा प्रणालीव्िारे (ऑिलाईि) मिाराष्ट्र िासिाकडील र्योग्र्यता र्गातील कंत्राटिारांकडुि मागभर्त आिेत.
भिभर्िा सचुिा https://pwd.maharashtra.etenders.inर्या बेबसाईटर्र प्रभसध्ि करण्र्यात आली आिे. अक्र
कामाचे िार् कामाची अंिाभजत ककमत
बर्यािा रक्कम रु.
कोऱ्र्या भिभर्िा संचाची रक्कम फी रु.
काम पणुय करण्र्याचा कालार्धी
1 Providing & Fixing Of IP Surveillance
System To Collector Office At. Amravati
18,49,850/- 18,500/- 590/- 15 भिर्स
ई तितिदेाचे िेळापत्रक
अक्र. टप्पा पासिु भििांक रे्ळ परं्यत भििांक रे्ळ 1 भिभर्िा प्रभसध्िी भििांक 13.06.2019 - 2 कोऱ्र्या भिभर्िा भर्क्री सरुु भििांक रे्ळ 13.06.2019 10.00 र्ाजता पासिु 20.06.2019 23.59 परं्यत 3 सपुर िि 21.06.2019 10.00 र्ाजता पासिु 21.06.2019 17.00 परं्यत 4 भबड सबभमिि भििांक र् रे्ळ 21.06.2019 17.00 पासिू 24.06.2019 23.59 परं्यत ई, भिभर्िा उघडण्र्याचा भििांक 25.06.2019 10.00 पासिू
तितिदा िेळापत्रकािील मित्िाच्या इिर बाबी.
1) तांभत्रक भिभर्िा उघडण्र्याचे भठकाण भििांक र् रे्ळ कार्ययकारी अभिरं्यता सार्यजभिक बांधकाम भर्िाग, अमरार्ती र्यांचे कार्यालर्य भि. 25.06.2019 रोजी 17.00 र्ाजे परं्यत (िक्र्य झाल्र्यास)
2) आर्थथक भिभर्िा उघडण्र्याचे भठकाण भििांक र् रे्ळ कार्ययकारी अभिरं्यता सार्यजभिक बांधकाम भर्िाग, अमरार्ती र्यांचे कार्यालर्य भि. 25.06.2019 रोजी 17.00 र्ाजे परं्यत (िक्र्य झाल्र्यास)
अटी 1) सिय पात्र/इच्छुक तितिदाकारांची तितिदापत्रक डाऊिलोड करण्यासाठी ि तितिदा प्रतक्रयेि भाग घेण्यासाठी ई-तितिदा प्रणालीच्याhttps://pwd.maharashtra.etenders.in याPortalिरenrolled करणे आिश्यक आिे. 2)तितिदाकारांिा िर िमदु केलले्या संकेिस्थळािर ऑिलाईि enrollment संदभाि ि तडजीटल प्रमाणपत्र तििरीि करण्यासंदभाि कािीशंका/अडचणी असल्यास त्यांिी खालील दरुध्ििीिर संपकय साधािा.020-25315555/56 3) इतर अटी र् िती ई-भिभर्िा िमनु्र्यामध्रे्य पिार्र्यास भमळतील कोणतेिी कारण ि िेता र्रीलपैकी काणत्र्यािी ई-भिभर्िा ककर्ा सर्य ई-भिभर्िा रद्द करण्र्याचा अभधकार संबधीत सक्षम अभधकारी र्यांिी राखिु ठेर्लेला आिे. 4) Document Tender Fee and EMD to be paid via online Payment Gateway mode only. The information of E-Payment Gateway available on E-Tendering website https://pwd.maharashtra.etenders.in 5) Guideline to Bidders on the operations of Electronic Tendering System of public works Department https://pwd.maharashtra.etenders.in 6) मिाराष्ट्र िासि, सा.बां.भर्िाग,िासि भिणयर्य क्र.भबडीजी-2016प्र.क्र.2/इमा2 मंत्रालर्य मुंबई-400032/भि.12/02/2016 अन्र्रे्य पर फॉमयन्स भसक्र्यभुरटीची अट र्रील कामांच्र्या भिभर्िेत अंतिुयत कार्ययकारी अभिरं्यता
सार्यजभिकबांधकामभर्िाग अमरार्ती
TENDERER NO. OF CORRECTIONS EXECUTIVE ENG
GOVERNMENT OF MAHARASHTRA
Public WorksDIVISION,Amravati
E-TENDER NOTICE NO.2 for 2019 - 2020 (Online) Online E-Tenders in B-1 Form for the following work invited by Executive EngineerPublic Works DIVISION,
AmravatiPhone No. (0721-2667229) for and on behalf of Governor of Maharashtra State From Contractors inappropriate Class with Government of Maharashtra. Tender Notice is also available on Notice Board of Public
Works Division, Amravati and on our website www.mahapwd.com / https://pwd/maharashtra.etenders.in Sr. No.
Name of Work EstimatedCost put totender
Earnest Money
Cost ofTenderForm
Time Limit of completion of work
1 Providing & Fixing Of IP Surveillance
System To Collector Office At.
Amravati
18,49,850/- 18,500/- 590/- 15 Day
E-TENDER SCHEDULE Sr. No.
Stage Start Time & Date Expiry Date & Time
1 Publishing date and Time 13.06.2019 -
2 Tender Document Sale start and End date, Time 13.06.2019 From -10.00 Hrs. 20.06.2019 up to -17.00 Hrs.
3 Super Hash 21.06.2019 From 10..00 Hrs 21.06.2019 From 17..00 Hrs
4 Bid Submission Start and End date, Time 21.06.2019 From -10.00 Hrs. 24.06.2019 up to -17.00 Hrs.
5 Bid Opening Date and Time 25.06.2019 From -10.00 Hrs. -
ADDITIONAL INFORMATION ABOUT SHEDULE 1 Date, Time and Venue of Opening of
TechnicalBid (Envelope No.1) 25.06.2019 Time 11.00 hours (If Possible) in the office of the Executive EngineerPublic Works DIVISION, Amravati
2 Date, Time and Venue of Opening of
Commercial Bid (Envelope No.2) 25.06.2019 Time 11.00 hours (If Possible) in the office of the Executive EngineerPublic Works DIVISION, Amravati
Note :- 1. All eligible /intrestedtenderes are required to be enrolled on portalhttps://pwd/maharashtra.etenders.in before down
loading tender documents and participate in etendering.
2. Tenderesarerequested to contact on following telephone numbers any doubts/information/
difficulty regarding on line enrollment or obtaining digital certificate Contact Us- (N.I.C.) The 24X7 Toll free
Telephonic Help Desk Number-020-25315555/56 1. Document Tender Fee and EMD to be paid via online Payment Gateway mode only. 2. The information of E-Payment Gateway available on E-Tendering website https://pwd/maharashtra.etenders.in Other instructions can be seen in the tender form. 3. All or any one of the tender may be rejected by the competent authority 4. The Electronic tendering system for Public Works Department of Government of Maharashtra will be
available on separate Sub Portal with URLhttps://pwd.maharastra.etenders.in as part of the Electronic
Tendering System ofGovernment of Maharashtra which is available on the Portal https://pwd.maharastra.etenders. in
5. मिाराष्ट्र िासि, सा.बा.भर्िाग, िासि भिणयर्य क्र.बीडीजी-2016/प्र.क्र.2/इमा2,मंत्रालर्य मुंबई-400032भि.12/2/2016
अन्र्रे्य पर फॉमयन्स भसक्र्यभुरटीची अट र्रील कामांच्र्या भिभर्िेत अंतिुयत करण्र्यात आलेली आिे.
Executive Engineer Public WorksDIVISION Amravati
O.C.Sign by. E.E.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENG
GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DEPARTMENT
DETAILED TENDER NOTICE
PART – I Online tenders in ‘D’ Form are invited by the Executive Engineer, Public Works DIVISION, Amravati. From
Registered/Unregistered suppliers/contractors for the following work. The name of work, estimated cost,
earnest money, security deposit, time limit for completion etc. are as under.
Sr.
No Name of work Estimated
Cost
(Rupees)
Earnest
Money
(Rupees)
Security
Deposit
(Rupees)
Class of
Contractor Time limit in
Tender
1 Providing & Fixing Of IP Surveillance
System To Collector Office At.
Amravati
18,49,850/- 18,500/- 37,000/- Experienced 15 Days
Tender form, conditions of contract, specifications and contract drawings can be
downloaded from https://pwd.maharastra.etenders.in after entering the details payment of
Rs. 590/- (Rupees Five Hundred Ninety Only) should be paid online using payment
gateway. The fees of tender document will be non-refundable. Further information
regarding the work can be obtained from the above office. Affidavit on Rs. 500/- stamp
paper in prescribed form given on Page-24 sworn before Executive Magistrate / Notary
and Performance Security Deposit (if required) should be submitted online only. Bids will
be opened as per the Tender Schedule, in the presence of such intending Tenderers or his /
their authorized representatives who may be present at that time.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(4)
TENDERING PROCEDURE :
1.1. Blank Tender Forms.
1.1.1 Tender Forms can be downloaded from the e-Tendering portal of Public Works
Department, Government of Maharashtra i.e. https://pwd.maharashtra.etenders.in
after entering the details of payment towards Tender Fees as per the Tender Schedule.
1.1.2 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders will be summarily REJECTED.
1.1.3 All tenderers are cautioned that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will be
treated as non-responsive. The contractor should clearly mention in forwarding letter that
his offer (in envelope No.1& 2) does not contain any condition, deviations from terms and
conditions stipulated in the tender.
TENDERER NO.OF CORRECTIONS EXE.ENGR.
(5)
1.1.4 Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities. In case of requirement of DSC, interested
Bidders should go to https://pwd.maharashtra.etenders.in and follow the procedure
mentioned in the document. Procedure for application of Digital Certificate.
1.1.5 For any assistance on the use of Electronic Tendering System, the Users may call the
below Ph. No. 020 – 25315555 / 56 E-Mail :[email protected].
1.2 Special Instructions to the Contractors/Bidders for the e-submission of the bids
online through this tender site : https://pwd.maharashtra.etenders.in
(1) Bidder must register themselves on https://pwd/maharashtra.etenders.in portal by
clicking “Online Bidder Enrollment” and then map Digital Signature certificate.
(2)Bidder then login to the site giving user id / password chosen during registration.
(3) The e-token that is registered should be used by the bidder and should not be misused
by others.
(4) The Bidders can update well in advance, the documents such as certificates, purchase
order details etc., under My Documents option and these can be selected as per tender
requirements and then attached along with bid documents during bid submission.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(6)
(5) After downloading / getting the tender schedules, the Bidder should go
through them carefully and then submit the documents as asked, otherwise,
the bid will be rejected.
(6) If there are any clarifications, this may be obtained online through the
tender site, or through the contact details. Bidder should take into account
of the corrigendum published before submitting the bids online.
(7) Bidder, in advance, should get ready the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF/xls/rar/dwf
formats. If there is more than one document, they can be clubbed together.
(8) Bidder should get ready the EMD as specified in the tender. The original
should be posted/couriered/given in person to the Tender Inviting Authority,
within the bid submission date & time for the tender.
(9) The bidder reads the terms & conditions and accepts the same to proceed
further to submit the bids.
(10) The bidder has to submit the tender document online well in advance before
the prescribed time to avoid any delay or problem during the submission
process.
(11) After the bid submission, the acknowledgement number, given by the
etenderingsystem should be printed by the bidder and kept as a record of
evidence for online submission of bid for the particular tender.
(12) The details of the Earnest Money Deposit document submitted physically to
the Dept and the scanned copies furnished at the time of bid submission
online should be the same otherwise the Tender will be summarily rejected
(13) The Tender Inviting Authority (TIA) will not be held responsible for any
sort of delay or the difficulties faced during the submission of bids online
by the bidders.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENG
(7)
(14) The bidder may submit the bid documents either by online mode through
the site (https://pwd.maharashtra.etenders.in) as indicated in the tender.
(15) The tendering system will give a successful bid updating message after
uploading all the bid documents submitted & then a bid summary will be
shown with the bid no, date & time of submission of the bid with all other
relevant details. The documents submitted by the bidders will be digitally
signed using the e-token of the bidder and then submitted.
(16) The bid summary has to be printed and kept as an acknowledgement as a
token of the submission of the bid. The bid summary will act as a proof of
bid submission for a tender floated and will also act as an entry point to
participate in the bid opening date.
(17) Bidder should log into the site well in advance for bid submission so that he
submits the bid in time i.e on or before the bid submission end time. If there
is any delay, due to other issues, bidder only is responsible.
(18) The bidder should see that the bid documents submitted should be free from
virus and if the documents could not be opened, due to virus, during tender
opening, the bid is liable to be rejected.
(19) The time settings fixed in the server side & displayed at the top of the
tender site, will be valid for all actions of requesting, bid submission, bid
opening etc., in the e-tender system. The bidders should follow this time
during bid submission.
(20) All the data being entered by the bidders would be encrypted using PKI
encryption techniques to ensure the secrecy of the data. The data entered
will not viewable by unauthorized persons during bid submission & not be
viewable by any one until the time of bid opening. Overall, the submitted
tender documents become readable only after the tender opening by the
authorized individual.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(8)
(21) The confidentiality of the bids is maintained since the secured Socket Layer
128 bit encryption technology is used. Data storage encryption of sensitive
fields is done.
(22) The bidders are requested to submit the bids through online etendering
system to the TIA well before the bid submission end date & time (as per
Server System Clock).
(23) The bidder should logout of the tendering system using the normal logout
option available at the top right hand corner and not by selecting the (X)
option in the browser.
(24)The bidder should upload the Technical document in .rar format single file
to upload in Technical cover and then BOQ in .xls format single file to
uupload in Finance cover.
(25)For any other queries, the bidders are asked to contact through Mail
(26)Vendor Should Supply Following Hardware to S. E. P.W.Circle, Amravati.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(9)
PART - II
IMPORTANT INSTRUCTIONS TO THE SUPPLIERS
.
1.The offer shall remain open for acceptance for a minimum period of 90 days from
the date of opening of the second sealed envelope and thereafter until it is withdrawn by the
tenderer by notice in writing duly addressed to the authority opening the tender sent by
R.P.A.D. or otherwise delivered to office of such authority.
2. The tender should be submitted in separate covers as under :
I. First sealed cover should contain below mentioned documents duly attested by
Govt. Gazetted Officer :
1. Online Payment Receipt for Tender Fee in support of having paid the Tender fee.
2. EMD as applicable should be paid online using payment gateway.
3. Permanent Account Number allotted by Income Tax Department.
4. Scanned copy of Partnership Deed for partnership firms and Certificate of Incorporation of registration
under Companies Act, 1956.
5. Details of work tendered for and in hand.
6. Scanned copy of Solvency Certificate for 20% of Estimated cost of the tender from Scheduled
Bank/Nationalized Bank (issued not before 3 months from the date of submission of tender)
7. Scanned copy of Valid GST registration
9. Scanned copy of Audited copy of last years of C.A. certified (i.e. 2017-18)
10. Scanned copy of valid shop Registration certificate dully attested
11. Scanned copy of valid Electrical Contractor License issued by Govt. of Maharashtra
12. Bidder has to give detailed technical/ functional specification document of surveillance product by
OEM with standards certification copy of CE, FCC, and ROHS Compliance for products.
13. Bidder must have satisfactory completed 3 similar type of work amounting to 30% value of the
estimated cost in Govt. of Maharashtra/ Govt. of India / Semi Govt. during last 3 Years work order
copies should be attached.. (Work completion certificate should be signed not below the rank of
Executive Engineer)
14. Bidder should be registered GEM Govt. E-Market Place with verified tax assessments of 2 years and
certified to participate in respective tender
15 Bidder has to give OEM Manufacture Company to have the following ISO certification for their
integrated management system: Quality Management ISO 9001:2015, Environment Management
System ISO 14001:2015, UL certification
16. Bidder should submit Authorization from Original Equipment Manufacturer (OEM), bidder should
have ISO certification for their integrated management system: Quality Management ISO 9001:2015
and Information Security Management System ISO 27001:2013
17. Bidder firm shall have its own Maintenance Setup in Amravati; Bidder shall submit Postal Address,
Email and Telephone number of their own functional maintenance set-up at Amravati along with list
of local representative.
18. Bidder has to give Two year warranty against any defect liability for the product
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(10)
II. The Second Sealed Cover should contain the tender set itself. No. Other
documents should be inserted in the cover.
If the tenderer puts forth any condition the same should be included in 1st envelope
with financial implication if any. In case of conditional tender the other sealed cover
containing original offer will only be opened after evaluating the conditions put forth by
the tenderer, and financial loading, unloading etc. if any will be considered in original
offer, conditional tender with financial loading specifically stated, will not be opened.
4. Licensed and Registered Suppliers in the particular trade who are having regular
shop, telephone and possessing Sales Tax and Income Tax Registration will only be
eligible to submit the tender.
5. The Security Deposit will have to be paid in form of F.D.R. from any Schedule
Bank for a period of twelve months within 10 days from the date of receipt of letter to do
so, else the earnest money deposit will be forfeited to Govt. and no deductions will be
made from the work bills of the successful tenderer whose tender is to be accepted.
6. The quantities mentioned in the tender are approximate and may be more or less as
per actual requirement. It will be binding on the supplier to supply the quantity demanded
at the tendered rate during the tender period.
7. Special Attention :-
The materials to be supplied shall be of the best quality confirming to relevant I.S.I.
specification wherever prescribed by I.S.I. Wherever I.S.I. specifications are not
prescribed the material shall conform to the relevant provision of standard specifications
ofP.W.D. (Red Books). In all other cases the materials shall be as per samples approved
by the Department. The tenderer is bound to supply the material as per approved sample
and as directed by the Engineer in-charge
In the case of any dispute about the quality of the materials supplied, the decision
of the Executive Engineer, P.W. Division, Amravati. shall be final and binding on the supplier.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(11)
8. Delivery period within 15 days from the date of receipt of supply orders or within such time as
specified by the Executive Engineer, P. W. Division, Amravati. Failure to supply the materials
within the prescribed time limit, the Department will procure the materials at the risk and cost
of the supplier without any notice to him. The successful contractor will have to enter into
contract in the regular "D" form of agreement.
9. Second sealed envelope containing the tender will not be opened in case the
tenderer fails to produce all the documents/produces incomplete or time-bared documents
mentioned at Sr. No. 3 (I) above and also if requirements at Sr. No.4 above are not
fulfilled. No representation in this respect will be entertained.
10. Tendered rates shall be inclusive of all taxes with GST and shall also be for free delivery of
the materials in respective P.W.D. Stores. The tenderer is requested to mention the
percentage above/below the total amount, both in words and in figures at Sr. No. 4 on page
11. The tendered rates shall be inclusive of all taxes, rates and cesses and are also be
inclusive of the leviable tax in respect of sale by transfer of property in goods involved in
the execution of a Work Contract under the provision of Rule-58 of Maharashtra Value
Added Tax Act, 2005 for the purpose of levy of tax.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(12)
12. EARNEST MONEY :
i) Earnest money of minimum Rs. 18500/- by registered contractor shall be paid
via Net Banking.
After Tender opening, the EMD of the unsuccessful bidder will be returned to
account provided by the bidder during the bid preparation as given in challan
under Beneficiary Account Number.
ii) Contractor are directed that if offer of the tender is upto10% below the
estimated cost, then 1% D.D. of the estimated cost shall submit in the envelope -2
iii) If offer is more then 10% below the estimate cost, then DD of equal percent of
offer more than 10% shall submit in the envelope -2
13. Condition for payment of additional security deposit, if offer
quoted by the tenderer is below the Estimated Cost : ADDITIONAL PERFORMANCE SECURITY ;- After opening of financial Bid (Envelope No. if
quoted offer of the lowest tenderer (L-1) is found below the estimated cost of the department
then, L-1 tenderer should deposit submit the required "Additional Performance Security"
within period of eight days from the date of opening of financial Bid (Envelope No. 2) in the
form of Demand Draft. The L-1 tenderer should take cognizance that this time limit of 8
working days will not be relaxed/extended for any reason.
If L-1 tenderer should not submit Additional Performance Security as stated above, then his
offer will be considered as "Non-Responsive" and Second lowest's (L-2) tenderer will be called
for negotiations. If such L-2 is agreed to execute the work below than the rates than L-1 then
such L-2's revised offer will be considered for acceptance of the tender.
A) If L-1 tenderer's offer is below more than 1 % to 10 % of the estimated cost put to tender then
he should submit Demand Draft amounting to 1% of the estimated cost of the department
towards Additional Performance security.
B) If L-1 tenderer's offer is more than 10 % below upto 15% of the estimated cost put to tender
then he should submit Additional Performance security of 1 % for every percent after 10 %
below percentage in addition to the cost of 1% performance security mentioned above clause A
for quoting below offer.
(eg. If L-1 tenderer's offer is 15 % below the estimated cost put to tender, then he should submit 15 - 10
= 5 % Additional Performance security + 1% Additional Performance security = 6 % amount of
the cost put to tender as a total Additional Performance Security.)
C) If L-1 tenderer's offer is more than 15 % below the estimated cost put to tender then he should
submit Additional Performance security 2 % for every percent after 15 % below percentage in
addition to the cost of 6% Additional performance security mentioned above clause A & B.
(eg. If L-1 tenderer's offer is 19 % below the estimated cost put to tender, then he should submit
[1% for below upto 10% plus 5% for below upto 15 % & two times for remaining percentage i.e.
(19-15) 4 % X 2 =8 %] Total (1+5+8 =) 14 % amount of the cost put to tender as Additional
Performance Security.)
1) Such Demand Draft shall strictly issued only by the Nationalized Bank or Scheduled Bank in
favour of in the Executive Engineer, Public Works Division , Amravati and shall be valid for
the minimum period of three months.
2) The Demand Draft should be drawn from Nationalized / Schedule Bank
3) The Demand Draft shall be submitted in the office of the concerned Executive Engineer in
"sealed envelope"within stipulated period of eight working days as mentioned above. The
tenderer shall write the 'Name of Work,' 'E- Tender No.' and 'Tender Notice No.' on such sealed
envelope addressed to the concerned Executive Engineer.
4) If it is found that the Demand Draft as above submitted by the tenderer is False / Forged Or
Tenderer treated as ''Non Responsive" then the Earnest Money submitted by such tenderer shall
be forfeited and his registration as a contractor of Public Works Department will be suspended
for the period of One year. For this concerned Superintending Engineer shall have the full rights.
5) The work order to the successful contractor shall be issued only after the encashment of his
Demand Draft by the concerned Executive Engineer.
6) The amount of Additional performance security of successful contractor shall be refunded within
the period of three months after the date of completion of said work successfully.
Note :- for calculating the amount of ADDITIONAL PERFORMANCE SECURITY contractors offer will
be calculated in percentage rounded upto two decimal points only
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
(13) B. & C.
I. & P D. 99 e
FORM - D Buildings and Communications
P.W.D.
Department NOTES Supply of Materials
1. If the tender is accepted, no separate Tender and Conditions
agreement shall be necessary and tender itself
shall be treated as the contract
2. For signature on the tender see Rule 1. Exempted from stamp duty, vide G.R.
No. 368-A-1732, dated 9th October 1889
General Rules and Directions for the Guidance of Contractors
1. In the event of the tender being submitted by a firm, it must be signed by each partner thereof,
or in the event of the absence of any partner, it must be signed on his behalf by a person holding
a power of attorney authorizing him to do so.
2. Receipts for payments made on account of any works, when executed by a firm should also be
signed by all the partners, except where the contractors are described in their tender as a firm
in which case the receipts shall be signed in the name of the firm by one of the partners, or by
some other person having authority to give effectual receipts for the firm.
3. The amount of earnest-money to be deposited shall be at the rate of 1 per cent of the estimated
cost of the work to at such higher percentage rate as may be fixed by the officer concerned in
accordance with provisions of paras 206 and 207 of the P.W. D. Manual Such earnest-money
should generally be paid by the contractors direct into a Treasury or a Sub-Treasury and the
receipt obtained there for should be attached to the tender form.
4. The Executive Engineer or his duly authorized Assistant shall open tenders in the presence of
contractors who have submitted tenders or their representative who may be present at the time
and he will enter the amount of the several tenders in a comparative statement in suitable
form. Receipts for the earnest-money forwarded with the tenders shall be given to the
contractors on the day the money is received. In the event of a tender being accepted, the
Contractor shall, for the purpose of identification, sign copies of the Specification and other
documents as may be necessary. In the event of a tender being rejected; the Divisional Officer
shall authorized the Treasury officer concerned to refund the amount of the earnest-money
deposited to the contractor making the tender on his giving a receipt for the return of the
money.
5. The officer competent to dispose of the tender shall have the right of rejecting all or any of the tenders.
6. Every contractor shall unless exempted in writing by the Superintending Engineer produce
along with his tender a solvency certificate from the Collector of the district within which he
resides or a banker's certificate of his financial stability. If he fails to produce such a certificate
his tender shall not be considered.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR
14
Tender For Supply of Material
I / We ...................................................................... the undersigned do here by tender for the supply of the materials
described in the schedule attached herewith. subject to the conditions annexed.
MEMORANDUM
(a) if several sub works are
included they should be
detailed in a separate list.
a) General Description Providing & Fixing Of IP Surveillance
System To Collector Office At. Amravati
(c) The amount of earnest
money to be deposited
Shall be in accordance with
the provisions of paras 204
and 205 of the P.W.D.
manual
d) This deposit shall be in
accordance with paras 203
&209 of the pwdMannul
(b) Estimated Cost
( C) Amount of earnest money to be
paid in to Government Treasury in
Cash
RS . 18,49,850 /-
RS. 18500/-
(d) Security Deposit
e) this percentage where no
security deposit is taken
will vary from 5 percent to
10 percent according to the
requirement of the case
where security deposit is
taken see note to clause 1
of condition of contract
TENDERER
(i) Cash or TDR (Not less than the
amount of earnest money)
(ii) To be deducted from current
bills Total :-
(e) Percentage, if any, to be
deductedfrom bills (to make up the
totalamount required as security
deposit is taken, see note
to clause 1 of conditions
of contract
(f) Time allowed for the work from
15 days the date of written order to
commence
NO. OF CORRECTIONS
RS. 37000/-
RS. 37000/-
EXECUTIVE ENGR
(15)
Should this tender be accepted, I/We hereby agree to abide
by and to fulfill all the terms and the provision of the
specifications and conditions of contract annexed hereto * Amount to be specified in
so far as they may be applicable, and in default thereof to Words and figures
forfeit and pay to the Government of Maharashtra * Strike out (a) if no cash
security deposit is to be taken (here in after referred to as "the Government") the sums of
money mentioned in the said conditions Receipt No...........
dated from the Government Treasury or Sub- * Strike out (b) if any cash
Treasury at in respect of the sum of security deposit is to be taken
Rs. 37,000/- (Rupees ThirtySeven thousand only) is forwarded herewith representing the
earnest-money (* (a) which may be forfeited to the
Government should I/We not deposit the full amount of
security deposit in accordance with clause 1 (A) of the
said conditions of contract, otherwise, the said sum of
Rs. 37,000/-(Rupees ThirtySeven thousand only)
shall be retained by the Government as
on account of such security deposit as aforesaid) or (*(b)
which may be retained by the Government on account of
the security deposit specified in Clause 1 (B) of the said
conditions of contract
(Signature)
(Signature of Witness to signature of Tenderer)
(Address)
Dated at 2019*
The
TENDERERNO. OF CORRECTIONS EXECUTIVE ENGR
(16) CONDITIONS OF CONTRACT
Clause 1 - The person/persons whose tender, may be acceptedSecurity Deposit
(hereinafter called the contractor), shall deposit with the Sub-
Divisional Officer/Executive Engineer either in cash or in Government
securities endorsed to the Executive Engineer (if deposited for more
than 12 months)
All compensations or other sums of money payable by the contractor
to the Govt. under the terms of this contract may be deducted from
or paid by the sale of a sufficient part of his security deposits or form
the interest arising there from or from any sums which may be due or
may become due to the contractor by the Government on any account
what so ever and in the event of his security deposit being reduced by
reason of any such deduction or sale as aforesaid, the contractor shall
within 10 days there after make good in cash or Government securities
endorsed as aforesaid any sum or sums which may have been deducted
from or raised by sale of his security deposits or any part thereof. The
security deposit referred to when paid in cash may at the cost of the
depositor be converted into interest bearing securities provided that
the depositor has expressly desired this in writing. If the amount of
the security deposits to be paid in a lump sum within the period
specified at (A) above is not paid the tender/contract already
accepted shall be considered as cancelled and the legal steps taken
against the contractor for recovery of the amounts. the security
deposit lodged by contractor shall be refunded after the expiry of
three months from the date of which the final bill is paid.
Clause 2 - The contractor shall deliver the materials on or before Liability ofContractor for
failure indelivery ofmaterials
the dates mentioned in the tender failing which he shall be liable to
pay a sum of Rs.250/- as and for liquidated damages for every
day that he shall delay the delivery of the said materials.
Clause 3 - In every case in which the delay mentioned in clause No claim tocompansation
for loss thussustained shall continue for ten consecutive days, the Officer competent to
dispose of the tender shall have power either to annul the contract
altogether or to have the supply completed without further notice at
the contractor’s risk and expense, as he may deem necessary in the
interest of the Government and the contractor shall have no claim to
compensetion for any loss that he may thus incur on account of the
action of the said officer
TENDERERNO. OF CORRECTIONS EXECUTIVE ENGR
17 Clause 4 - If at any time after the execution of the contract documents, theNo, compensation for
restriction of work
Executive Engineer or his Assistant shall for any reason whatever, not
require the whole or any part of the work as specified in the tender be
carried out, the Executive Engineer or his Assistant shall give notice in
writing of the fact to the contractor(s) who shall thereupon have no claim
to any payment of compensation whatsoever on account of any profit or
advantage which he/they might have derived from the execution of the
work in full but which he/they did not derive in consequence of the
amount of the work not having been so carried out
Clause 5 - If the contractor shall be hindered in the supply of the materials Extension of time
so as to necessitate an extension of the time allowed in this tender, he shall
apply in writing to the officer in charge of the work who shall grant it in
writing with the sanction of competent authority on reasonable grounds
being shown for it. In the absence of such written authority of the
Executive or Assistant Engineer, the contractor shall have no claim to
exemption from the fine leviable under clause 2.
Clause 6 - The contractor shall give notice to the Executive Engineer or hisApproval of and receipt Assistant of his
intention of making delivery of materials and on thefor materials
materials being approved, a receipt shall be granted to him by the Executive
Engineer or by his Assistant and no materials which is not so approved shall
considered to have been delivered.
Clause 7 - On the completion of the delivery of the materials the contractor Certificate
shall be furnished with a certificate to that effect, but the delivery shall not
be considered, to be complete until the contractor shall have removed all
rejected materials, and shall have the approved materials stacked or placed
in such position as may be pointed out to him.
Clause 8 - The materials to be supplied shall be of the best quality and in Payment for materials
strict accordance with the specification and the contractor shall receive
payment for such materials only as are approved and passed by the
Executive Engineer or his assistant, should the Executive Engineer
consider that any of the materials delivered are not of the best quality or
not in strict accordance with the specification but that they may be
accepted and made use of it shall be within his full discretion to accept the
same at such reduced rates as he may fix thereon.
Clause 9 - In the event of the material being considered by the Officer in Action when inferior
charge of the work to be inferior to that described in the specification the material is supplied
contractor shall, on demand in writing, forthwith remove the same at his
own cost and in the event of his failure to do so within such period as may
be named by the Executive Engineer or his Assistant the said officer may
have such rejected material removed at the contractor’s risk and expence
so the expense so incurred being deducted from any sums due or which
may become due to the contractors.
TENDERER NO.OF CORRECTIONS EXECUTIVE ENGR
18
Clause 10 - If the Contractor or his workmen shall break or deface any Action for damages
building, road, fence, enclosure, grassland or any cultivated land, he shall
repair or replace the same and if any damage has been done, he shall make
good the same at his own expence, and in the event of his refusing or
failing to do so, the damage shall be made good at the contractor’s
expence, by the officer inviting the tender who shall deduct the cost from
any sums due or which may become due to the contractor or from his
security deposits or the proceeds of sale there of a sufficient portion thereof.
Clause 11 - The Contractors shall supply at his own expense all tools Supply of tools plant etc
plants and implements required for the due fulfillment of his contract and tools plant etc
the materials shall remain at his risk till the date of final delivery except by contractor for due
such portion as shall have been in the meantime removed for use by fulfillment of contract.
Executive Engineer or his Assistant
Clause 12 - No materials shall be brought to the site of the work or Delivery on Sundays
DeliverdonSundays, without the written permission of the officer in
charge of the works.
Clause 13 - This Contract shall not be sublet without the written Sub-letting of contract
permission of the Executive Engineer, In the event of the contractors subletting this contract without such
permission, he shall be considered to havethereby committed a breach of the contract, and shall forfeit his
securitydeposit, and shall have no claim for any compensation for any loss thatmay accrue on account of
the collection of materials or engagement
Clause 14 - The contractor shall be responsible for and shall pay any Compensation under the
Compensation to his workmen which may be payable under the Workmen's Workmen'sCompensation
Compensation Act, 1923 (VIII of 1923) herein-after called the said Act, forAct.
injuries suffered by them. If such compensation is paid by the Government
as principal under sub-section (I) of section 12 of the said Act on behalf of
the contractor it shall be recoverable by the Government from the
contractor under sub section (2) of the said section. Such compensation
shall be recovered in the manner laid down in clause 1 above.
Clause 15 - The decision of the Superintending Engineer for the time Decision of Superintending
being shall be final binding, and conclusive on all questions relating to the Engineer to befinal
meaning of the specification.
Clause 16 - No guarantee can be given that the total number of quantities No guarantee that materials
of material indicated in the schedule of the contract will be ordered during indicated in the schedule
the period of the contract But the Executive Engineer shall purchase from willbe ordered
the contractor all such materials as are detailed in the schedule which he
may require to purchase during the period of the contract.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
(19)
Clause 17 - No claim or claims made by the contractor for increased contractor bound to complete
rates on the ground that the market or other rates, included in the contract the work at rates mentioned
have risen during the period of his contract will be recognized, that is to say, in contract.
the contractor is bound to complete that work and/or to supply materials at
the rates mentioned in the contract except as stipulated in para 3 (v) of terms
and conditions.
Clause 18 - All quarry fees, royalties octroi dues and ground rent for Refund of quarry Fee and royalties
stacking materials if any should be paid by the contractor who will however
be entitled to a refund of such of the charges as are permissible under the
rules obtaining a certificate from the Engineer-in-charge that the materials
were required for use on Government work.
Clause 19 (i) - No contractor shall employ any person who is under the Minimum age of persons
age of 18 years.
ii)No contractor shall employ donkeys or other animals with breaching donkeys or other animals
of string or thin rope. The breaching must be at least three inches wide and employed and employment of
should be of tape (nawar)
(iii) No, animal suffering from sores lameness or emaciation or which is
immature shall be employed on the work.
(iv) The Executive Engineer, or his Agent is authorised to remove from
the work any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by the Government for any
delay caused in the completion of the works by such removal.
(v) The contractor shall pay fair and reasonable wages to the workmen
employed by him in the works ;under taken by him in the event of any
dispute arising between the contractor and his workmen on the ground that
the wages paid are not fair and reasonable the disput shall be referred without
delay to the Executive Engineer who shall decide the same. The decision of
the Executive Engineer shall be conclusive and binding on the contractor by
the existence of the dispute or the decision, if any of the Executive Engineer
shall not in any way affect the conditions in the contract regarding the period
during which the work is to be completed or the payment to be made by the
Government at the sanctioned tendered rates.
Clause 20 - Payment to contractors will be made by cheque drawn on any Method of payment
treasury within the Division most convenient to them provided the amount to.
be paid exceeds Rs. 10 Smaller amounts will be paid in cash.
Clause 21 - Any contractor who does not accept these conditions shall not be Acceptance of conditions
allowed to tender for works, and his name shall be removed from the list of compulsory before tendering
contractors.work
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
20
SCHEDULE "B"
Name of Work:- Providing & Fixing Of IP Surveillance System To Collector Office At. Amravati
Item No.
Description of Item
Quantity Rate Unit Per
Amount
In figure In Words 1 IP Dome Cameras ( Indoor)
Image Sensor1/2.7" 4 MP Progressive scan CMOS /Minimum Illumination0. 01Lux/F2.1(Color), 0Lux/F2.1(IR on) / Effective Pixels1920(H) x 1080(V), 2 Megapixels / Manual, 1s~1/100000s / White Balance Auto/Manual /'Lens 3.6mm (6mm optional) / Video Compression Ultra 265/H.265/MJPEG / S/N RatioMore than 50dB / Video Streaming Main Stream: 1080P(1 ~ 25/30fps), Extra Stream: D1/CIF(1 ~ 25/30fps) / solution 1080P (1920x1080) / 720P (1280x720)/ D1(704x576/704x480) / ICRAuto (ICR)/Color/B/W / Bit RateH.264: 4kbps~8192bpsProtocolIPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS,Bonjour, ONVIF, PSIA, CGI User Account20 Users / Smart PhoneiPhone, iPad, Android, Windows Phone / IRIR Range of 30 Mtr./ Operating Temperature 30°C+60°C , Less than 95%RH /Power SourceDC12V, PoE (802.3af)Power Consumption<3.8W (IR on) / Weatherproof StandardIP67 Project & commercial Product Only (Sony / Panasonic/ cpplus/Uniview/ Sansung)
12 Per No
2 IP Bullet Box Camera ( Outdoor ) Image Sensor1/2.7" 4 MP Progressive scan CMOS / Minimum Illumination0. 01Lux/F2.1 (Color), 0Lux/F2.1(IR on)Effective Pixels1920(H) x 1080(V), 2 Megapixels Shutter
24 Per No
SpeedAuto/Manual, / White BalanceAuto /Manual / Lens 6mm /Video Compression Ultra 265/H.265/ MJPEG / S/N RatioMore than 50dB Video StreamingMain Stream: 1080P(1 ~ 25/30fps), Extra Stream: D1/CIF(1 ~ 25/30fps) esolution1080P(1920x1080)/ 720P(1280x720) ICRAuto (ICR )/Color/B/W / Bit RateH.264: 4kbps~8192bps Protocol IPv4 /IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP,RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS,Bonjour, ONVIF, PSIA, CGI / User Account20 Users Smart PhoneiPhone, iPad, Android, Windows Phone IRIR Range of 30 Mtr./ Operating Temperature -30°C+60°C , Less than 95%RH Power SourceDC12V, PoE (802.3af)Power Consumption<4.8W(IR on) Weatherproof StandardIP67 Project & commercial Product Only (Sony /Panasonic/cpplus/ Sansung)
3 Network Video Recorder IP Camera Input32 channel Two-way Talk1 channel Input, 1 channel Output, RCA User Interface GUI/ Video Output1 HDMI, 1 VGA Compression Ultra 265/H.265/ MJPEG / Video Resolution2560 x 1920, 2048 x 1536, 1920 x 1080, 1280 x 1024, 1280 x 720, 1024 x 768 \Video Recording Max 128 Mbps Motion Detection MD Zones: 396(22x18).\ Video Loss supports/ Camera Blank supports /Alarm Input16 channel /Alarm Output4 channel Hard Disk 6 SATA ports, up to 24TB, Raid (Redundancy), 1 eSATA port /Smart Phone iPhone, iPad, Android, Windows Phone/ Trigger Events Recording, PTZ, Tour, Alarm, Video Push, Email, FTP, Spot, Buzzer & Screen / Recording Mode Manual /
2 Per No
Schedule(Regular(Continuous), MD, Alarm), Stop Search ModeTime/Date, Alarm, MD & Exact search (accurate to second), Smart search PlaybackPlay, Pause, Stop, Rewind, Fast play, Slow play, Next file, Previous file, Next camera, Previous camera, Full screen, Repeat, Shuffle, Backup selection,Digital zoom Backup ModeUSB Device / Internal SATA burner/ Network Interface Ports1 HDMI, 1 VGA, 2 USB2.0, 1 RS485, 1 RS232, 1 RJ45 Record Interval1~120 min (default: 60 min), Pre-record: 1~30 sec, Post-record: 10~300 sec /Max User Account128 users Ethernet1 RJ-45 port (10/100M/1000M)/ ProtocolsHTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,PPPOE, DDNS, FTP, Alarm Server,ONVIF Version 2.3/ Power SupplyAC 100V 240V ,50/60HZ Power Consumption40W(without HDD) Working Temp-10 + 55°C / 10 90%RH / 86 106kpa / Project & commercial Product Only (Sony / Uniview/ Panasonic/cpplus/ Sansung)
4 Supply installation and commissioning of 55’’ Full HD commercial LED Display with built in CPU and Ethernet / RS-232C remote control Inputs of VGA, HDMI, DVI-D, and RS232C built-in LAN card to access the network/ Android ( make Sony. / Samsung/ Uniview/ Panasonic )
3 Per No
5 4TB HDDSupply installation, testing and commissioning of Surveillance grade 4 TB hard disk, compatible with NVR, interface SATA 6 Gb/s, 64 Mb Cache, Operating temp 0°C to 70°C,storage temperature - 40°C to 70°CIncluding Segate, Western digital, Samsung
8 Per No
6 Supplying & installing UTP 1800 Mtr
armored networking Cat-6+ cable suitable for LAN / WAN Computer networking ( Dlink/ Iball)
7 RJ45 CAT6E Lan I/O Network Keystone Jack + Gang Box + Single Port Face Plate/ White (D-Link / Iball)Compliance Supported Standards CAT6, CAT6E Port Connection Connector Support RJ45 (D-Link / Iball)
40 Per No
8 Supplying and erecting PVC trunking (PVC casing-n-capping) of size 25 mm with accessories on wall/ceiling
1200 Mtr
9 Supplying and erecting PVC trunking (PVC casing-n-capping) of size 35 mm with accessories on wall/ceiling
500 Mtr
10 Supplying and installing HDMI cable low /voltage grade as per specification as per specifications having 20 mtr cord length with male/female 19pin HDMI connectors
30 Mtr
11 Supplying, fixing power over ethernet Gigabyte switch of 24 ports Provide 24x 100Mbps downlink PoE Ethernet ports, 2x gigabit uplink Ethernet ports and 1x gigabit Fiber port Downlink Ethernet ports support PoE , each port supports max. 30W output Support power consumption indication( LED indicates power output status) Accord with IEEE802.3 , IEEE802.3u , IEEE802. 3ab , IEEE802.3 af/at standard 4K MAC address,2. 75Mb cache, Extend transmission distance to 250m , Rate:10Mbps(Donlink Ports)
2 Per No
Data Package Cache2. 75Mb Grounding Terminal1xGrounding Transmission Distance100m(Max.) Single Port Power Output& Voltagesingle Port PoE Power Output=30W, Voltage 54VDC Exchange Capacity8.8Gbps Operating Temperature 10°C
45°C ( Dlink/Uniview Tenda/ Cisco)
12 Supplying, fixing power over ethernet Gigabyte switch of 8 ports Provide 8 x 10/100 / 1000 Base-T Ethernet ports(PoE) , 1 x 10/100/1000BASE-T Ethernet ports and 1 x gigabit SFP ports Compliance with standards: IEEE802.3 , IEEE802.3u , IEEE802.3ab , IEEE802.3z , IEEE802.3X , IEEE802.3af/at PoE Power Supply: With 8x gigabit PoE RJ45 ports, each port supports max. 30W PoE output, whole machine reaches 120W PoE power output With 8x gigabit PoE RJ45 ports, each port supports max. 30W PoE output, whole machine reaches 120W PoE power output Plug&play, convenient to use, support desktop, wall-mounted installations Support 6KV surge immunity, EFT testing standard( Dlink/Uniview/ Tenda/ Cisco)
2 Per No
13 Supplying, installing and testing UTP connector RJ45 Type Wired Interface Ethernet tandards RJ45 CONNECTOR OS Supported
80 Per No
Windows Transfer Rate 1000 Mbps (Dlink)
14 Supplying and erecting on line UPS pure sine wave of 3 kVA capacity complete with standard features
2 Per No
15 4TB External HDD Encryption Yes Data Transfer Rate USB 2.0: 480 Mb/s,USB 3.0: 5 gb/s Shock Resistant Yes Password Protection Yes (Samsung/ Toshiba/ WD)
2 Per No
16 Supplying & installing ADSL Roter with all accessories on Provided Rack (Dlink / Cisco))
2 Per No
17 Supplying and fixing 3 meter length, UTP Patch cord of Cat 6
55 Per No
18 Supply And Erecting 12V/150AH Tubular Battery with terminal wire,duly charghed complete
3 Per No
19 Supplying and fixing 24 port Patch Panel with tool-less keystone jacks in provided U Rack
2 Per No
20 HDMI Extender over Single CAT5/5E/6 Ethernet Cable Up to 197 ft/60 m Long Distance Viewing Extend any audio/video HDMI connection up to 197 feet/60M between an HDMI source computer, media streamer, Blu-ray player, or gaming console to an HDMI display HDTV, monitor or projector over a single CAT5e/6 cable. Ac Powered HDMI Extenders
3 Per No
21 Management Center Setup Video Managenet System Linux OS, dual-BIOS, redundant power, two-server hot standby Compatibility:
1 Per No
Access: Browser /Server, Client/Server and mobile clients (both iOS and Android) /Connection: 1000 device connections, up to 2000 channels of high-definition network videos /Management: Unified management of NVR, IPC, decoder, network keyboard, cloud devices, alarm control panel and door access control, support devices configuration import/export Storage: Max 16 hard disks and 2 disk enclosures; processor i3/ IPSAN storage/ Decoding: Max 16x1080P decoding outputs in three screens, expandable up to 112x1080P in 15 screens with 2 decoding cards inserted Service: Live view, playback, sequence, video wall, E-map, two-way audio, random accees memory 8gb and alarm plan VCA: Monitor 21" Support of receiving VCA alarms, configuring alarm-linkage operations, and displaying people counting statistics in reports
22 USB over Ethernet RJ45 Adapter Cat5 Up to 150 ft Length Lan Extender adopted usb rj45 extension adapter usb 3.0 extension adapter can connect usb device to computer at a distance of up to 150 feet with the help of a cat5/ cat5e/ cat6 patch cable
3 Per No
23 Network Joystick Keyboard 3 Keyboard KeypanelElectromechanical Joystick3-axis, vector-solving,
2 Per No
with twisting, return to-center head Keyboard ConnectorRJ-45,RS232,RS485,RS422,USB Keyboard Communication Direct Mode, Network Mode Direct ModeI interface: RS232/RS485 Network ModeInterface: RJ45 DVR/Network Dome: IP Address/Port/Protocol ResolutionLCD, 75.2mm x 33.85mm Power SupplyPower adapter, input 100V~240V 50Hz / Working Temp-10 +55°C
24 Dome/ Bullet Junction Box /Pendent Mount/ Pole Mount Adapter/Housing Bracket Wall installation for IPC36 Series fixed dome /Aluminum alloy Horizontal 0°C 180°C Vertical 45° 45° Indoor or outdoor, housing Pendant installation
30 Per No
25 Supplying and fixing 6U wall mount rack (Dimension-DxWxH - 450x550x337mm) (Dlink / Cisco)
4 Per No
Total :-
Executive Engineer
Public Works Division
Amravati
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
(21)
IMPORTANT CONDITIONS
1. Only one percentage on all the estimated rates shown in this schedule should
be quoted, In case more than one percentage is quoted for different items, the
offer will be totally rejected.
2. The materials are to be delivered at P. W. Circle, Amravati as directed by
the Executive Engineer, or the Engineer-in-charge. The materials are to be
stacked properly and the above rates are inclusive of loading, unloading
stacking and all other taxes Excluding GST and levies applicable.
3. I/We undertake that the materials to be supplied shall be of the best quality
confirming to relevant I. S. Specifications where prescribed. Wherever I. S.
specifications are not prescribed the materials shall be as per samples approved
by the Executive Engineer and Engineer in-charge.
.
Signature of Contractor Executive Engineer,
P.W. Division, Amravati
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
(22)
FORM NO. - I Ref : Page No. 9 Clause 3.I.5
DETAILS OF LIST OF WORKS IN HAND AND WORKS TENDERED FOR AS
ON
(Date of Submission of Bid)
NAME OF THE CONTRACTOR :
(I) WORKS IN HAND Sr.
No
.
Name
of the
work
Agreement
No.
Tendered
Amount
(Rs. in
lakhs)
Date of
commencement
Stipulated
date of
Completion
Value
of
work
already
done
(Rs. in
lakhs)
Value
of
balance
work
(Rs. in
lakhs)
Probable
Date of
Completion
Remarks
1 2 3 4 5 6 7 8 9 10
(II) WORKS TENDERED FOR
Sr
No.
Name
of
work
Name and
Address of
client
Tendered
Amount
(Rs. in lakhs)
Time
Limit
Probable Date
when decision is
expected
Other relevant
details if
any
1 2 3 4 5 6 7
Note : This is only a standard form Details are to be furnished in this format
in the form of typewritten statements which shall be enclosed in envelop No. 1.
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
(23)
FORM NO. - II Ref : Page No. 9 Clause 3.I.6
List of Plant and Machinery immediately available with the Tenderer
for this work ................................................... Sr.
No. Name of
equipment No. of
Units Kind and
Make Capacity Age and
Condition Present
location Remarks
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.
(24)
500 Rupees Bond
िमिुा सत्यप्रतिज्ञा लेख
सत्यप्रतिज्ञालेख (Affidavit)
मी------------------------------------- र्र्यर्षे ----------------- रािणार ------------ र्या सत्र्य प्रभतज्ञा
लेखाव्िारे भलिुि िेतो की, मी---------------- र्या फमयचा /कंपिीचा प्रोपरार्यटर असिु Providing & Fixing Of IP
Surveillance System To Collector Office At. Amravati , र्याकामासाठी भिभर्िा सािर केली आिे. त्र्या भिभर्िेच्र्या
Envelope No.1 मध्रे्य जी कागिपते्र सािर केले आिेत ती खरी, बरोबर र् पणुय आिेत, त्र्यामध्रे्य कोणत्र्यािी त्रटुी चकुा
िािीत, असे िपथपरु्यक मान्र्य करीत आिे. र्या कागिपत्रांमध्रे्य कािी चकुीची, भििािुल करणारी, खोटी र् तसेच
अपणूय माभिती आढल्र्यास मी कार्यिेिीर कार्ययर्ािीस पात्र आिे र् रािीि.
कंत्राटदाराची सिी
TENDERER NO. OF CORRECTIONS EXECUTIVE ENGR.