netarhat residential school netarhat...authorized distributors, dealers and reputed firms or...
TRANSCRIPT
1
Netarhat Residential School Netarhat
(An Autonomous Institution under Ministry of School Education & literacy Deptt., Govt. of Jharkhand
Invites
Tender Notice No- 185 , Dated -04.02.2020
Tender Document For Supplying, Installation and Commissioning of IP Based CCTV system with necessary accessories For Newly renovated Ashrams Set at Netarhat Residential School Premises, P.0. – Netarhat, Via – Gumala,District- Latehar, Jharkhand -835218.
2
Sealed tenders are invited from Netarhat Residential School, Netarhat from Manufacturers, Companies, Authorized Distributors, Dealers and reputed firms or companies having relevant experience under two bid system i.e. Technical Bid & Financial Bid for Supply, Installation and Commissioning IP Based CCTV system with necessary accessories at different Ashrams in Netarhat Residential School campus at Netarhat, District- Latehar. Terms and Conditions
1. Eligibility Criteria a) Bidder should be an OEM or their authorized partner and should have been in operation for period of at
least 5 years as on last date of bid submission.(Submit relevant document along with tender specific
Manufacturer authorization Letter in case of dealer or partner.)
b) Bidder shall be single point of Contract for School. No Outsourcing of the Contract to third party is allowed at
any point of the contract period. Attached an undertaking to this effect.
c) Bidder should have successfully supplied and installed CCTV Sytem for Central/State Government
departments, PSU ‘S, Educational, autonomous bodies during last three years.
d) Bidder should also have the single order value should not be less than 40 lakhs which should be of Ip CCTV
Cameras.
e) CCTV system should have been in operation from date of its successful installation. Tender specific
Performance certificate from end user for above order(Sl No. -d) should be attached as documentary proof
of evidence.
f) The average annual turnover of bidder during last 3 financial years i.e. 2016-2017, 2017-2018 and 2018-2019
shall not be less than 2.5cr. (INR) and must submit attested photocopies of Audited balance sheet/annual
reports as proof of evidence.
g) Bidder should be GST Registered.
h) Submit data sheet with technical bid of product indicating technical compliance with mentioning make and
model. Complete Grid based surveillance system shall be quoted should be of single OEM including cameras,
Dvr and all software’s required.
i) Quoted OEM should have an Indian incorporation and entity. Documentary proof of the same to be
attached.
j) Bidder should have current certifications from ISO for 2019 Certified for system integrator & installer for
Surveillance.(Documentary evidence to be submitted).
k) Bidder should provide CE,FCC and UL Certificate of quoted OEM.
l) Bidder should have local office in the state of Jharkhand since last 3 years
m) CCTV OEM Company should have Office/service center in Jharkhand since last three years. Office of ND’S
/distributor or dealer will not be considered. (Documentary proof to be attached.)
2. Cost of tender
Cost of tender form is Rs. 5000.00 which is to be submitted in the form of bank draft from any nationalized bank in favor of the Principal,NetarhatVidyalayaSamiti payable at Netarhat and must be enclosed with the tender form. The Tender fee can also be deposited by online through our school website i.e. www.netarhatvidyalaya.com.The tender fee is Non-refundable.
3. Earnest Money Deposit The interested firms may put the document complete in all respects along with Earnest Money Deposit Amounted Rs 40,000.00 (Forty thousand Only.). (EMD) as a NSC/ Post Office Pass Book/ Demand Draft(for a minimum period of 6 months from the date of opening of tender) drawn in favor of the Principal, Netarhat Vidyalaya Samiti,.
4. Security Deposit
a. Within fifteen (15) days of the award of Work order/Purchase order, the vendor shall furnish a security deposit amounting to 10% of the purchase order value in the form of Bank Guarantee (from scheduled Bank only) / NSC/ F.D. etc. favoring the Principal, Netarhat
3
Vidyalaya Samiti,., Netarhat.The security deposit should be valid for the entire warranty period.
b. All Bank details like Name, address, phone/fax no., e-mail etc. should be mentioned clearly. c. The security deposit will be forfeited in the case of non-execution of the order and non-
compliance of the terms and conditions provided in the tender document. 5. Submission of Tender
a. Separate envelopes for Tender fees, EMD, Technical and Financial Bids duly sealed and superscripted asindependent envelopes (Envelop I, II and III) should be placed in one big cover and sealed with the superscription Tender for Supply, Installation and Commissioning IP Based CCTV system with necessary accessories at Ashrams at Netarhat Residential School campus at Netarhat, District- Latehar. The tender has to be dropped in the TENDER BOX kept for this purpose inthe Principal’s Office on due date: 15th February, 2020 on or before 2.30P.M.
b. The Institute reserves right to ignore any tender which fails to comply with the above instructions. c. The tender not submitted in the prescribed format or incomplete in detail is liable for rejection. The
School will not be responsible for the non-receipt of quotation within the specified date and time due to any reason including holidays or delays.
Envelope I (Tender fee and EMD)
The Tender fee and EMD should be enclosed in a separate envelop marked for the same and noting to be made in the original covering letter.
Envelope II (Technical Bid) The technical bid/offer should be complete in all respects and contain allinformation asked for except prices. The Technical offer should include allcomponents asked for in Annexure I- IV and Technical Specification as per annex VI. The suggested format for submission of technical offer is as follows: i. Covering letter as per Annexure I ii. The Company profile as per Annexure II iii. Details of 3 major projects as per Annexure III iv. Warranty compliance statement as per Annexure IV v. Technical Specification as per Annexure VI vi. ITR Return for P.Y. – 2016-17, 2017-18 and 2018-19 vii. Update GST Return Copy viii. Audit Report Copy for the F.Y. – 2016-17, 2017-18 and 2018-19. ix. Technical Documentation (Product Brochures, leaflets, manuals etc.) x. Undertaking (on stamp paper of Rs. 10.00) that the successful bidder agrees to submit a
security deposit amounting to10% of the purchase order value by way of Demand Draft/Bank Guarantee in favor of the Principal, Netarhat Residential School, Netarhat.
xi. ‘Tender form’ completed in all aspect as mentioned in last of this tender document. xii. Current certifications from ISO for 2019 Certified for system integrator & installer for
Surveillance. xiii. Performance certificate from end user. xiv. All relevant documentary proof as mentioned Rule-1
Envelope III (Financial Offer)
The Financial Offer (C.O.) should give all relevant price information as per Annexure V. The Bid Form must be filled in completely, without any errors, erasures or alterations. The Financial offer must not contradict the technical offer in any way.
6. Opening of Tender: a. The tender will be opened in the office of The Principal, Netarhat Residential School, Netarhat on
17th February, 2020 at 3.30 P.M. b. Financial Bids of only those firms shall be opened which qualify in technical bids and would
be opened on 18thFebruary 2020 at 3.30 P.M. c. The bidders have to be present or send their authorized a representative to be present in the
opening of the tender at the time and date specified in the Schedule.
4
7. Offer validity Period The offer must be valid for a period of two years from the closing date of the tender. Any offer falling short of the validity period is liable for rejection.
8. Costs and Payment Terms a. The offer should include the cost of equipment and all required accessories inclusive of all taxes and
statutory levies. Labor/ installation charges if any should be mentioned separately (inclusive of taxes livable on them).
b. Vague terms like “packing, forwarding, transportation etc. extra” without mentioning the specific amount will not be accepted. Such offers shall be treated as incomplete and rejected.
c. Bidders shall indicate their rates in clear/visible figures as well as in words and shall not alter/overwrite/make cutting in the quotation. In case of a mismatch, the rates written in words will prevail.
d. Discount, if any, should be indicated prominently. e. Payment will be made after the successful delivery, installation and commissioning of their
scope of work mentioned in respective work/purchase orders. However, Principal, Netarhat Vidyalaya reserves the right to consider any appeal with regard to amendment in payment terms if any.
f. Payment will be made after deduction of I. Tax, TDS and GST, TDS as per applicable rule. 9. Clarification of Offers
To assist in the scrutiny, evaluation and comparison of offers, the School administration may, at its discretion, ask some or all vendors for clarificationof their offer. The request for such clarifications and the response will be in writing.
10. No Commitment to Accept Lowest rate in the Tenderprocedure. i. The School shall be under no obligation to accept the lowest or any other offer received in
response to this tender notice and shall be entitled to reject any or all offers including those received late or incomplete without assigning any reason whatsoever.
ii. The school reserves the right to make any changes in the terms and conditions of the work. iii. The School will not be obliged to meet and have discussions with any vendor, and or to listen to
any representations.
11. Order Cancellation a. The School also reserves the right to cancel the order in the event of one or more of the following
circumstances: i. Delay in work beyond the stipulated time mentioned in the work order from the date of
issueof the work order. ii. Breach by the tenders of any of the terms and conditions of the tender. iii. Any action by the vendor, which is in breach of law or accepted practices in the
commercial transactions. iv. If the Firm/Vendor goes into liquidation voluntarily or otherwise.
12. Completeness of the Contract The contract will be deemed as incomplete until the system becomes fully operational. Until then the installation will be termed as incomplete and the warranty period will not commence. The warranty period will commence only on acceptance (based on acceptance test) of the installation.
13. On-site Warranty and Comprehensive Maintenance The vendor shall undertake comprehensive on-site warranty of their area of work for 3(three) years. This would cover the equipment and accessories supplied by vendor at the place of installation and also complete installation and satisfactory operation of the supplied facility.
14. Installation and Commissioning: Free of cost at Netarhat Residential School, Netarhat.
5
15. Compliance List: The firm/vendor must submit a table indicating the compliance of the features of the model of the components being quoted with those given in the indent.
16. Post-sale service: The firm/vendor must submit the name/s of the service engineer/s employed bythem who are competent to service the Generator in region/area wise i.e Netarhat, then Lohardaga, then Gumla, then Ranchi and finally Jharkhand. The Bidder has to submit a hierarchy matrix of the officials in a separate sheet for sales and service purposes with complete name, designation, Mobile no. , phone no., address and individual e-mail-id.
17. Tender updates:
Prospective bidders please refer to our website www.netarhatvidyalaya.comfor any changes which may appear from time to time.
18. Signing of Tender: The Tender is liable to be rejected if complete information is not given therein or if the particulars and date (if any) asked for in the schedule to the Tender are not fully filled in or not duly signed/authenticated. Specific attention is drawn to the delivery dates and important conditions referred to in Annexure enclosed herewith. Each page of the tender documents required to be signed and bears the official seal of the bidders.
19. Transit Insurance: The Purchaser will not pay separately for Transit Insurance.
20. Amendment in tender conditions The Principal ,Netarhat Residential School, Netarhat reserves all right to amender/ withdraw any of the terms and conditions contained in tender document or to reject any or all tenders without giving any notice or assigning any reason. The decision of the Principal in this regard shall be final and binding on all.
21. Number of items and Placement of Order The number of items mentioned in the tender may vary as per requirement andbudget. The work order of items as mentioned in Annexure- V could be placed in two parts depending on the readiness of the site.
22. Enquiry: All query and clarifications regarding this tender can be had from the
Dr.Santosh Kumar Singh Mr. RoshanKr.Baxi Principal, (Administrative Officer),
Netarhat Residential School, Netarhat Residential School, Netarhat-835218 Netarhat-835218
Latehar Latehar Ph no- 06569- 277644
6
Annexure I
(Letter on the vendor’s/OEM letterhead)
To, The Principal, Netarhat Residential School, Netarhat Dear Sir, Sub: Your tender for Quotations for Item Sl No- ___________, Item Name- ______________________as mentioned in Tender notice no _________, Dated __________ in the Netarhat Residential School premises at Netarhat. With reference to the above tender, having examined and understood theinstructions, terms and conditions forming part of the tender, we hereby enclose ouroffer for the supply of the following items as detailed in your above referred tender.
Item No. Item Description Brand/Specification/Model No.
We further confirm that the offer is in conformity with the terms and conditions asmentioned in your tender documents and its enclosures. We also understand thatThe Netarhat Residential School, Netarhatis not bound to accept the offer either in part orin full and have a right to reject the offer in full or in part without assigning anyreasons whatsoever. We also hereby undertake that this firm or the OEM represented by us have not been black listed by either by your institution or any other University/institution/Government department. Yours faithfully, Authorized Signatories (Name and Designation, seal of the firm) Date:
7
Annexure II
(Letter on the vendor’s/OEM letterhead
Company Profile
Details filled in this form must be accompanied by sufficient documentary evidence,in order to verify the correctness of the information. S.No. Item Details
Details
1 Name of Company
2 Corresponding Address 3 Telephone and Fax numbers
4 Email
5 Website 6 Date of Registration of the Company
7 Year of Commencement of Business 8 Name and designation of the person authorized to make
commitments to the University
9 Contact details of the person authorized to make commitments to the University
10 GST Number 11 Brief description of post installation service facilities
Available with the vendor.
Signature (Name and Designation) Date:
8
Annexure III
(Letter on the vendor’s/OEM letterhead) Details of projects executed. Name of the Vendor _________________________________ S.No. Name of Client /
institution/University/ Govt. Department
Details of work carried out
Clients contact Details (including name, email phone and fax no. and address)
Remarks
Signature (Name and Designation) Date:
9
Annexure IV
(Letter on the vendor’s/OEM letterhead) To, The Principal, Netarhat Residential School, Netarhat-835218 Dear Sir/Madam, Subject: Your tender ref no_______________, dated ___________. This bears reference to our quotation Ref. ______________ Dated __________ 1. We warrant that everything to be supplied by us shall be brand new, free from alldefects and faults in material, workmanship and manufacture and shall be of thehighest grade and quality and consistent with the established standards formaterials specification, drawings or samples if any, and shall operate properly.We shall be fully responsible of its efficient operation. 2. We would provide free on-site warranty of the installed system for a period oftwo years and subsequent AMC rate. Yours faithfully Signature (Name and Designation) Date
10
Annexure V Comprehensive list of Items with specifications and Quantity
Item Sl. No- 01
S. No Item Name Brand/Specification and catalogue must be enclosed by the bidder.
Quantity
Amount (Rs.)
1 2Mp Ip Dome Reputed Brand 60 Pcs. 2 2Mp Ip Bullet Reputed Brand 30 Pcs. 3 16 Ch NVR Reputed Brand 15 Pcs. 4 8 Port N/W Switch Reputed Brand 15 Pcs. 5 4Tb Surveillance Hard Disk Reputed Brand 15 Pcs. 6 Surveillance Monitor 18.5 Reputed Brand 15Pcs. 7 Cat6 Cable Reputed Brand 4000 mts. 8 Power Cable 1.5 Sq Mm Reputed Brand 1000 mtrs. 9 Laying Cost of Cable with Conduit(ISI
Mark) Reputed Brand 4000 Mtrs
10 Surveillance Ups Reputed Brand 15Pcs. 11 4U N/w Rack Reputed Brand 15Pcs TOTAL QUOTED VALUE INCLUDED TAX & DUTIES
11
Tender Form The bidders should furnish the under mentioned information and also enclose the copy of the respective document as mentioned below failing which their bids will not be considered. 1. Name of the Firm along with Full Address: 2. Name of the Proprietor: 3. Telephone / Mobile Number: 4. Email: 5. Website: 6. Bank Account Number: 7. Income Tax Permanent Account Number (Please enclose photocopy): 8. Registration with Trade Tax: a. Trade Tax Reg. No. b. C.S. T. No. c. GST No. d. TIN No. 9. Income Tax Return for the past three years (Please enclose photocopy): 10. Firm deed and Registration of the firm: (Please enclose photocopy): 11. (a) Demand Draft towards the cost of the Tender Form (Rs. 5,000.00): a. Draft No Or Online Receipts No. b. Name of the issuing Bank with Date: 12. Demand Draft for the Earnest Money Deposit (EMD, Rs.________________): a. Draft No. b. Name of the issuing Bank with Date:
12
ANNEXURE-VI- TECHNICAL SPECIFICATIONS WITH COMPLAINCE
2mp IP Dome Camera
2mp IP Dome
Camera Specification
Compliance(Yes/No)
Remarks if
Better
Image sensor 1/2.9" Progressive Scan Sensor
Signal System PAL/NTSC PAL/NTSC
Effective Pixels 1920 (H) × 1080 (V) 1920 (H) × 1080 (V)
Minimum Illumination
Color : 0.001Lux @ F1.2, 0.015 lux @ F1.4,
B&W: 0 Lux at IR on
Electronic Shutter Speed 1/25s (1/30s) ~ 1/10,000s
Signal to Noise > 52 dB
Gain Control Auto / Manual
White Balance Auto / Manual
Auto Iris Auto / Manual
Lens Type 2.8mm fixed Lens (4mm , 6mm optional)
Lens Mount M12
Focus Fixed
Day & Night True Day & Night with ICR
IR Cut High performance Mechanical IR Cut Filter with auto switch
IR Source Inbuilt Smart IR LEDs with intensity control
IR Range Up to 30 Mtr.
IR Life 40000 Operation Hours
Video compression H.265 / H.264 / MJPEG
H.264 codec profile Main profile
Video Bit Rate 64 Kbps ~ 8 Mbps
Max. Resolution 1920 × 1080
13
Frame rate 50Hz: 25fps (1920x1080), 25fps (1280 × 960), 25fps (1280 x 720),
25fps (704 x 576), 25fps (640 x 480)
60Hz: 25fps (1920x1080), 25fps (1280 × 960), 25fps (1280 x 720),
25fps (704 x 576), 25fps (640 x 480)
Privacy masking Support up to 3 zones
Wide Dynamic Range (WDR) Supported
Backlight compensation Supported
DNR Inbuilt 3D DNR (Digital Noise Reduction) circuit
Codec streaming capability Triple streaming
Image settings Saturation, Brightness, Chroma, Contrast, White Balance
Sharpen,Mirror,3D NR, FLK( Flicker control) etc. Adjustable
through client software or web browser
Security User Authentication, watermark, reset button
Defog Supported
BLC Supported
Motion Detection Supported
Alarm trigger Motion detection, tampering alarm
Protocols TCP/IP,ICMP,HTTP,HTTPS,FTP,DHCP,DNS,DDNS,RTP,RTSP,RTCP,NTP,SMTP
SNMP, IGMP, PPPoE, SSL, UPnP,QoS, IPv4/IPv6, ARP
System compatibility ONVIF
CMS Full function CMS ( Central monitoring software)
Web Browser IE8+, Chrome, Firefox, Safari
Mobile Client Application Supports android and iOS APP for Smart phone and tablets
Bandwidth control VBR (Automatic) and CBR (Manual) supported
Network storage Support micro SD/SDHC/SDXC card (128G), local storage and NAS
14
(NFS, SMB/CIFS)
Ethernet 1 RJ45 10/100 Ethernet port
Audio 1 ch Audio In
Power Input Standard DC Jack
Power Requirement 12 VDC ± 10% , PoE (802.3af)
Power Consumption Max. 5W
Enclosure IP67 Weatherproof Indoor enclosure
Mounting bracket Integrated mounting bracket with cable management
Operating Temperature -20°C to + 60°C
Operating Humidity 95% or less (non-condensing)
Color White
Dimension ¢89 x 76(H) mm
Weight 450g
Certification UL,CE, FCC, RoHS
2mp IP Bullet Camera
2mp IP Bullet Camera
Specification Compliance(Yes/N
o)
Remarks if
Better
Image sensor 1/2.9" Progressive Scan Sensor
Signal System PAL/NTSC PAL/NTSC
Effective Pixels 1920 (H) × 1080 (V) 1920 (H) × 1080 (V)
Minimum Illumination
Color : 0.001Lux @ F1.2, 0.015 lux @ F1.4,
B&W: 0 Lux at IR on
Electronic Shutter Speed 1/25s (1/30s) ~ 1/10,000s
Signal to Noise > 52 dB
Gain Control Auto / Manual
White Balance Auto / Manual
Auto Iris Auto / Manual
Lens Type 3.6mm fixed
15
Lens Mount M12
Focus Fixed
Day & Night True Day & Night with ICR
IR Cut High performance Mechanical IR Cut Filter with auto switch
IR Source Inbuilt Smart IR LEDs with intensity control
IR Range Up to 30 Mtr.
IR Life 40000 Operation Hours
Video compression H.264 / H.265 / JPEG / AVI / MJPEG
H.265 codec profile Main profile
Video Bit Rate 64 Kbps ~ 8 Mbps
Max. Resolution 1920 × 1080
Frame rate 50Hz: 25fps (1920 × 1080), 25fps (1280 x 720), 25fps (704 x 576),
25fps (352 x 288)
60Hz: 30fps (1920 × 1080), 30fps (1280 x 720), 30fps (704 x 576),
30fps (352 x 288)
Privacy masking Supported
Wide Dynamic Range (WDR) Supported
Backlight compensation Supported
DNR Inbuilt 3D DNR (Digital Noise Reduction) circuit
Codec streaming capability Dual streaming
Image settings Saturation, Brightness, Chroma, Contrast, White Balance
Sharpen,Mirror,3D NR, FLK( Flicker control) etc. Adjustable
through client software or web browser
Security User Authentication, watermark, reset button
Defog Supported
BLC Supported
ROI Supported
Motion Detection Supported
Alarm trigger Motion detection, tampering alarm
Protocols TCP/IP,ICMP,HTTP,HTTPS,FTP,DHCP,DNS,DDNS,RTP,RTSP,RTCP,NTP,SMTP
SNMP, IGMP, PPPoE, SSL, UPnP,QoS, IPv4/IPv6, ARP
System compatibility ONVIF
CMS Full function CMS ( Central monitoring software)
Web Browser IE8+, Chrome, Firefox, Safari
16
Mobile Client Application Supports android and iOS APP for Smart phone and tablets
Bandwidth control VBR (Automatic) and CBR (Manual) supported
Network storage Support micro SD/SDHC/SDXC card (128G), local storage and NAS
(NFS, SMB/CIFS)
Ethernet 1 RJ45 10/100 Ethernet port
Audio 1 ch Audio In
Power Input Standard DC Jack
Power Requirement 12 VDC ± 10% , PoE (802.3af)
Power Consumption Max. 5W
Enclosure IP67 Weatherproof Indoor enclosure
Mounting bracket Integrated mounting bracket with cable management
Operating Temperature -20°C to + 60°C
Operating Humidity 95% or less (non-condensing)
Color White
Dimension 182(W) x 66(H) x 67.5(D)mm
Weight 450g
Certification UL,CE, FCC, RoHS
16 Channel NVR
16 Channel NVR Specification Compliance(Yes/No
)
Remarks if
Better
Operating System Embedded Linux Operating System
Simultaneous multi-channel real-time recording, playback, network
Multiplex Operations
operation, USB backup
User interface Support 16-bit true color graphical menu interface and mouse operation
IP Video Input 16-CH
Two way Audio Input 1-ch, RCA (2.0 Vp-p, 1kΩ)
VGA Video Output 1-ch, Resolution: 1920×1080P/60Hz
HDMI Video Output 1-ch, Resolution: 3840×2160P/60Hz
Audio Output 1-ch, RCA (2.0 Vp-p, 1kΩ)
Network 1 x Gigabit (10/100/1000) ethernet port (RJ45)
USB 2 x 2.0 USB interface (for backup, firmware upgrade and mouse interface)
Video compression H.265/H.265+/H.264+/H.264
17
Recording Resolution 5MP/4MP/3MP/2MP/1MP
Frame Rate Main stream: 25 fps (P) / 30 fps (N); Sub stream: 25 fps (P) / 30 fps (N)
Playback Resolution
5MP/4MP/3MP/2MP/1MP
Max playback capability Max 1/4/8/16ch playback
DDNS Supported; Dynamic and Static IP support
CMS Full function CMS (Central Monitoring Software)
Mobile Client Supports android and iOS APP for Smart phone and tablets
Bandwidth control CBR (Manual) supported
Security Password protection, user management
Playback Function Play/Pause/Fast forward / backward/Digital zoom
Search Mode Time/Date, Alarm, Motion Detection & Exact Search (accurate to second)
Alarm Notifications FTP, Email notification supported
Recording Mode Manual/Motion Detection/Continuous
Storage 1 SATA port up to 6TB
Overwrite Mode Supported
Power Supply DC 12V
Power Consumption <12W (Hard disk not included)
Operating temperature -10°C to + 55°C
Working Humidity 95% or less (non condensing)
Chassis Standalone 1U chassis
Dimensions 354 × 263 x 50 mm
Weight 3.5Kg
Certification UL,CE, FCC, RoHS
8 Port POE+ Network Switch
8 Port POE+ Network Switch
Technical Specifications Compliance(Yes/No)
Remarks if Better
Physical Interface
8 # 10/100/1000 Mbps Base-T POE+ auto-sensing ports
2 # 100/1000 Mbps Base-T Copper ports
500MHz single core 128MB RAM 32MB SPI FLASH
POE budget 120W & extended upto 190watts with optional adaptors
Packet buffer: 512KB
18
8K Max MAC, 64 VLANs
Fabric 20Gbps
Multicast IGMP Group : 256
IEEE 802.1s Multiple Spanning Trees Protocol (MSTP),RSTP,STP
IEEE 802.1ab Link Layer Discovery Protocol (LLDP)
IEEE 802.1p Class of Service (CoS)
IEEE 802.1Q static VLAN
IEEE 802.1x with Guest VLAN
POE power management, power budgeting per port
POE port prioritisation
Performance Priority queues :8
Priority queuing : Weighted Round Robin (WRR) and Strict Priority
Number of DHCP snooping bindings : 8K
Access Control Lists (ACLs) : 100 shared for MAC (ingress)
Packet forwarding rate (64 byte packet size) (Mpps) : 14.8
Mean time between failures (MTBF):646,773 hrs
Jumbo frame support (bytes): 10K
Other Requirements Silent Acoustics 0 dBA (fanless)
Desktop and Wallmount
Multi-site, Multi-network Single Pane-of-Glass View
Remote setup, management, and monitoring anywhere, anytime, from your mobile device, PC, Mac, or tablet
Zero-Touch Provisioning
Multi-site, Multi-network Single Pane-of-Glass View
Comprehensive IPv6 Support for Management, ACLs and QoS
IPv4 Static Routing= 32 routes
802.1x authentication (EAP)
ACL filtering to permit or deny traffic based on MAC and IP addresses
Port Trunking/Link Aggregation (LACP)
Loop detection & prevention
Dual Firmware Images
Advanced per port PoE controls for remote power management of PoE connected devices including operation scheduling
Protected Ports
Centralized network configuration (policies)
Operating temperature : 0° to 40° C
Certifications CE: EN 55032:2012+AC:2013/CISPR 32:2012, EN 610003-2:2014, Class B, EN 61000-3-3:2013, EN 55024:2010
19
VCCI: VCCI-CISPR 32:2016, Class A RCM: AS/NZS CISPR 32:2013 Class A CCC: GB4943.1-2011; YD/T993-1998; GB/T9254-2008 (Class A) FCC: 47 CFR FCC Part 15, Class A, ANSI C63.4:2014 ISED: ICES-003:2016 Issue 6, Class A, ANSI C63.4:2014 BSMI: CNS 13438 Class A
CB report / certificate IEC 60950-1:2005 (ed.2) + A1:2009 + A2:2013 UL listed (UL 1950)/cUL IEC 950/EN 60950 CCC (China Compulsory Certificate): GB4943.1-2011; YD/T993-1998; GB/T9254-2008 (Class A) BSMI: CNS 14336-1
Warranty and Support
5 years hardware replacement warranty
Lifetime Chat and e-mail Technical Support
Replacement of New products no repair & refurbish products.
Surveillance Monitor 18.5
18.5'' Display Unit
Specification Compliance(Yes/No) Remarks if Better
Panel Size 46.9cm(18.5)
Aspect Ratio 16:9 aspect ratio
Resolution 1366*768
Response Time 8ms
Dynamic Contrast Ration 500000:I
Pixel Pitch 0.300*0.300mm
Colors 16.7million
Brightness 300cd/m2
Power Consumption 20W
Dimension with Stand 455*18*355
Net Weight 1.9Kgs
Other Features Anti Glare
Plug & Play
HD Resolution
Slim Design
Built In Power Supply
VGA
Wall Mount
Warranty 36 months
Tender Specific OEM Authorization Available
Cat6 Cable Technical Specifications Compliance
(Yes/No) Remarks If Better
Channel Performance
20
The Category 6A/ Class EA UTP SCS shall comply with the following standards
a) ISO/IEC 11801:2010
b) EN 50173 Part 1 through Part 5:2010 and 2011
c) ANSI/TIA-568-C
d) IEC 60603-7-4
The Category 6A/ Class EA UTP system should support the following IEEE Ethernet applications -
a) 802.3ab - 1000BASE-T
b) 802.3af - Power Over Ethernet (15.4W)
c) 802.3at - Power Over Ethernet Enhancements (25.5W)
d) 802.3az - Energy Efficient Ethernet
The proposed Category 6A UTP SCS, when configured as a worst-case 100 metre channel shall provide performance headroom over limits specified by Cat6A for below parameters -
OEM should have members participating in Telecommunications Industry Association (TIA) committee. Membership shall be available for validation at www.tiaonline.org
OEM shall have RCDD certified technical staff based out of India.
OEM must have ISO 9001:2015 and ISO 14001 certified manufacturing unit in India, functioning for min. 5 years.
The Cat6A SCS must be tested by an accredited 3rd Party test facility to the following standards: ANSI/TIA 568-C.2: Category 6A Channel – 4 connector, 3rd Party verification for both 100m Long channel & Short Channel (15m) testing must be provided as part of the bid response. Copies of test reports should be appended to this RFP.
OEM shall provide min 25 years of warranty on performance for all the offered products
All offered components must be ROHS compliant. ROHS compliance shall be mentioned in datasheets.
OEM authorization specific to this tender
Surveillance Ups
600VA SURVEILLANCE UPS Specification Compliance(Yes/No) Remarks if
Better
Special Features Micro Load Sense System
Overload Protection
Micro Processor Based
Sleep Mode Charging
Cold Start
Generator Compatible
Boost & Buck AVR
Led & Audible Alarms
Auto Restart
Wide Input Voltage Range
Longer Battery Back 1 hour
3 Socket Power Output
Plug & Play
21
36 months
Authorization Tender Specific OEM Authorization
4U N/w Rack
4U N/w Rack Specification for 4U Rack Compliance Remarks
WM-Single Series 4U/550X600
Overall height 258
Usable height 4U
Overall width 550
Usable width 19”
Overall depth 600
Usable depth 580
PDU 4 Socket/6 Socket
Cable manager Available
Basic Frame Steel
Construction Welded / CKD
Top & Bottom Cover Welded to Frame with Cable entry exit cut outs
Front Door Lockable Toughened Glass Door
Std. Equipment Mounting DIN Std. 10mm Sq. Slots
Standard Finish Powder coated
Rack Standard Conforms to DIN 41494 or equivalent standard
OEM Authorization Available