single stage two part bid part i - integrated excise ... cctv bid document.docx as on 27.05... ·...

38
1 Signature of bidder with seal Rajasthan State Ganganagar Sugar Mills Limited 4th Floor, Bhawani Singh Road, Nehru Sahkar Bhawan, JAIPUR - 302006 RAJASTHAN Fax. No. 0141-2740676 website : http://rajexcise.gov.in/ Notice Inviting E-Bid E-BID INVITED For Supply, Installation, Testing, Commissioning and Maintenance of IP based CCTV Camera System at Sugar Factory, 23 F, Tehsil Sri Karanpur, Sri Ganganagar Single Stage Two Part Bid Part I TECHNICAL BID (To be submitted duly filled along with the Tender) NIB No. : RSGSM-HO/F9(14)/2016 Download of Bid Document : Till 14/06/2016 up to 6.00 pm Last Date/ Time of upload of the Tender : Till 14/06/2016 up to 6.00 Pm Price of Tender Documents : Rs. 1000/- Processing Fee : Rs. 1000/- Date and time of opening of the Technical Bid : On 15/06/2016 at 11.00 AM Date and time of opening of the Financial Bid : To be intimated through messaging system of E-proc.

Upload: nguyendan

Post on 28-Apr-2019

231 views

Category:

Documents


0 download

TRANSCRIPT

1 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Limited 4th Floor, Bhawani Singh Road, Nehru Sahkar Bhawan,

JAIPUR - 302006 –RAJASTHAN Fax. No. 0141-2740676 website : http://rajexcise.gov.in/

Notice Inviting E-Bid

E-BID INVITED For Supply, Installation, Testing, Commissioning and Maintenance of

IP based CCTV Camera System at Sugar Factory, 23 F, Tehsil Sri Karanpur, Sri Ganganagar

Single Stage Two Part Bid

Part I TECHNICAL BID

(To be submitted duly filled along with the Tender)

NIB No. : RSGSM-HO/F9(14)/2016

Download of Bid Document : Till 14/06/2016 up to 6.00 pm

Last Date/ Time of upload of the Tender : Till 14/06/2016 up to 6.00 Pm

Price of Tender Documents : Rs. 1000/-

Processing Fee : Rs. 1000/-

Date and time of opening of the Technical Bid : On 15/06/2016 at 11.00 AM

Date and time of opening of the Financial Bid : To be intimated through messaging system of E-proc.

2 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Ltd.

4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur -302006

Tel. No. : 0141-2740475 Fax : 0141-2740676 email ID : [email protected]

NOTICE INVITING E-BID

NIB No. RSGSM-HO/F9(14)/2016 Dated:25/05/2016

Single Stage Two E-Bids are invited for the procurement of services as per detail given

below from, competent & experienced Transporters sealed bids must be uploated up to 6.00 pm. on 14/06/2016:-

S.

No Description of services

Estimated

Value in

Lac

rupees

Tender

Fee

Amt of

Bid

security

(in Rs)

Validity

period

of Bids

Date & Time of

opening Bids

1

Supply, Installation, Testing, Commissioning and Maintenance of CCTV Camera System at Sugar Factory, 23 F, Tehsil Sri Karanpur, Sri Ganganagar.

22.00 Rs 1000 5% of

Project Cost

90

DAYS

15/06/2016 at

11.00 AM

2. Price preference and/ or purchase preference as per Instructions to Bidders shall be

admissible in evaluation and amount of contract.

3. The Bidders may enclose the specifications, catalogue and other characteristics of

the product offered. They shall also include details on their backup services offered

etc.

4. Bidding Document can be seen at website www.rajexcise.gov.in/ http://sppp.raj.nic.in

Tender form may be seen and downloaded from website eproc.rajasthan.gov.in The price

of Bidding Document may be paid along with user charges/processing fee before at the time

of submission of the Bid.

5. Instructions for submission of Technical Bid:-

a. As mentioned on Technical Bid check list evaluation criteria by Bidder should be

submitted online only. Bid Security (except Concessional amount or Bid Security

Declaration where applicable) in the form of deposit through Demand Draft/

Banker’s cheque shall be submitted personally or by post in sealed envelopes

bearing the reference to NIB and warning as:“BID FOR NIB No. RSGSM-

HO/F9(14)/2016 for CCTV camera with all accessries NOT TO BE OPENED

BEFORE 15.06.2016 at 10.00AM” so as to reach the office of the ACP (Dy.

Director), IT Cell, RSGSM up to 6.00 PM on 14.06.2016, by post or by hand or

dropped in the Bid Box at the office of the ACP (Dy. Director), IT Cell, RSGSM.

3 Signature of bidder with seal

b. As per required by the Bidder, training may be given by DOIT, Yojna Bhawan. Bidder

may contact: E-Procurement cell, Ist Floor, Yojna Bhawan, Jaipur. Help Desk Phone-

0141-4022688, Email- [email protected] ,Website eproc.rajasthan.gov.in

c. Bid form & handwritten rates would not be accepted manually.

d. Please read carefully the steps of submitting Bid online.

6. Bids received after the specified time and date shall not be accepted

7. The Bids shall be opened in the office of RSGSM at 4th Floor, Nehru Sahkar Bhawan,

Bhawani Singh Road, Jaipur at 11.00 AM on 15.06.2016 in the presence of the Bidders or

their representatives who wish to be present.

8. RSGSM. Management reserves the right to reject any tender without

assigning any reason thereof.

9. The Bidders shall have to submit a valid VAT/ CST clearance certificate from the concerned

Commercial Taxes Officer and the ‘PAN’ issued by Income Tax Department.

10. The procuring Entity is not bound to accept the lowest Bid and may reject any or all Bids

without assigning any reason there of. 11. E-Tender form can be downloaded from the website eproc.rajasthan.gov.in Tender shall be

accepted only online (e-procurement). D. D. for E-tendering process fee Rs. 1000/- in favour

of M.D.RISL Jaipur. Tender form Rs. 1000/- & BID SECURITY (Bid Security) drawn in

favour of RSGSM Ltd., Jaipur must be deposited in the office of RSGSM Ltd., HO, Jaipur

before Submission time of Tender. Tender without appropriate BID SECURITY (Bid

Security) shall not be accepted. The Technical Bid & Financial Bid shall be uploaded

separately. Financial Bid of Bidder who qualifies in technical bid would only be downloaded

later on, the date to be intimated by RSGSM. This tender shall be processed through e-

procurement portal of Govt. of Rajasthan.

(Jitendra Sharma) ACP (Dy. Director)

4 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Ltd.

4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur -302006 Tel. No. : 0141-2740475 Fax : 0141-2740676 Email ID : [email protected]

E-TENDER NOTICE

E-Tender are invited from authorized dealers/ service provider/ manufacturer for procurement of

CCTV Cameras up to 6.00 PM on 14.06.2016. Details may be seen in the Bidding Document on

our website www.rajexcise.gov.in/, http://sppp.raj.nic.in Tender form may be seen and

downloaded from website eproc.rajasthan.gov.in This tender shall be processed through e-

procurement portal of Govt. of Rajasthan.

NIB No. RSGSM-HO/F9(14)/2016 Dated 25/05/2016

(Jitendra Sharma) ACP (Dy. Director)

5 Signature of bidder with seal

INTRODUCTION The number of the Invitation to Bid is NIB No. RSGSM-HO/F9(14)/2016

Dated: 25.05.2016

The Procuring Entity is Rajasthan State Ganganagar Sugar Mills Ltd. Head Office, Jaipur

The Services to be procured are For Supply, Installation, Testing, Commissioning and Maintenance of IP based CCTV Camera System

The price of the Bidding Document : Rs. 1000/- by way of Demand Draft/Banker’s

Cheque in the name of ‘Rajasthan State

Ganganagar sugar Mills Limited’Payable

at Jaipur For clarification purposes only, the Procuring Entity’s address is For Technical issues only

Jitendra Sharma ACP (Dy. Director) Rajasthan State Ganganagar Sugar Mills ltd 4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur – 302006, email ID : [email protected]

For Financial issues only

Dy. General Manager (Purchase) Rajasthan State Ganganagar Sugar Mills ltd 4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur – 302006. email ID : [email protected]

The Pre-Bid conference No

The language of the Bid is English & Hindi

The bidder shall submit with its Bids As mentioned at Bid Check list & terms & conditions of bid documents.

The Bid validity period shall be 90 days from the dead line for submission of Bids

Bid Security : (a) Bid Security/Bid Security Declaration shall be required

(b) The amount of Bid Security shall be 5% of Estimated value

(refer bid condition no. 19) Bid Security Declaration if

required & Demand Draft/ Banker’s Cheque in the name of 'Rajasthan State Ganganagar sugar Mills Limited’ payable at Jaipur, reached Head office, Jaipur up to 6.00 pm on 14.06.2016 or as per revised date.

Authorization Power of Attorney/ Board Resolution Letter of Authorization written on the Letter Head by the Bidder

Downloading of Bids : Up to 6.00 pm on 14.06.2016 as per revised date on

Rajasthan Government’s portal

www.eproc.rajasthan.gov.in

(Electronic submission of Bid is mandatory)

6 Signature of bidder with seal

Submission of Bids : Up to 6.00 pm on 14.06.2016 as per revised date on Rajasthan Government’s portal www.eproc.rajasthan.gov.in

A. Opening of E-Technical Bids : At 11.00 am on 15.06.2016 as per revised date on

Rajasthan Government’s portal

www.eproc.rajasthan.gov.in

(Board room of RSGSM, 4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur -302006)

B. Opening of E-Financial Bids To be intimated through eproc automated messaging system

The period within which the contract agreement is to be executed and bid security

and performance security is to be submitted within 15 days from the date of issue of purchase order (refer condition no. 19 & 20)

(a) The Designation and Address of

First Appellate Authority -- Board of Directors, RSGSM Ltd., Jaipur (b) The Designation and Address of Second Appellate Authority -- Principal Secretary, Finance Department,

Sectt.Jaipur

I/ We……………………………….. (Name of the person) in the capacity of (Designation) as bidder have read the introduction, NIB and all the conditions of Bid annexed hereto carefully and agree to abide by all the conditions and have signed and serially numbered all the pages in token of acceptance thereof, details of the bidding firm/company are as below :

Name of Firm/Company : __________________________________

Office Address (with pin code) : __________________________________

: __________________________________

: __________________________________

Factory Address (with pin code) : __________________________________

__________________________________

Telephone Nos. : __________________________________

__________________________________

Office : __________________________________

7 Signature of bidder with seal

Residence : __________________________________

Factory : __________________________________

Fax (with STD code) : __________________________________

E- mail ID : __________________________________

Mobile : __________________________________

Statutory Details

Service Tax Regd Number : _______________________________

Income Tax PAN : _______________________________

Bid Security DD/BC No. & Amount : _______________________________

Name of Bankers of the Bidder : __________________________________

& RTGS No. with account no. : __________________________________

: __________________________________

Signature

Name of Signatory (IN BLOCK LETTERS)

________________________________

Designation along with seal

________________________________

Date:_____________

Place : ___________

(Attach sheets where-ever necessary and strike out whichever is not applicable)

8 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Limited

4th

Floor, Nehru Sahkar Bhawan,Bhawani Singh Road, Jaipur – 302 006 (Rajasthan)

1- fufonknkrk }kjk fuEufyf[kr jkf’k vkj,lth,l,e dk;kZy;] usg: lgdkj Hkou esa fu;ekuqlkj

tek djkuh gksxh%&

Ø-

l-

'kqYd fooj.k 'kqYd Hkqxrku dk izdkj ns;

1 fufonk 'kqYd 1000/- Demand Draft RSGSM, Ltd. Jaipur

2 cksyh /kjksgj jkf’k 5% of Offered Value Demand Draft RSGSM, Ltd. Jaipur

3 bZ&VsUMfjax izfdz;k

'kqYd

1000 /- Demand Draft Managing Director,

RISL, Jaipur

mijksDr jkf’k fufonknkrk }kjk vkj,lth,l,e] eq[;ky;] t;iqj esa fnukad 14.06.2016 dks lka;

6-00 cts rd tek djkuk vfuok;Z gSA

2- fufonk esa lHkh la’kks/ku fufonk tkjh djus ds mijkUr eproc.rajasthan.gov.in osclkbV ij

gh tkjh fd;s tk;saxsA fufonknkrkvksa }kjk osc ¼bZ&esy½ ij la’kks/kuksa@Li"Vhdj.k dks izkIr ugha

djus ds laca/k esa fdlh Hkh nkos dks Lohdkj ugha fd;k tkosxkA

3- bZ&VsUMfjax ds fy;s fufonk nkrk gsrq funsZ’k

v- fufonkvksa esa Hkkx ysus okys fufonknkrkvksa dks bUVjusV osc lkbV eproc.rajasthan.gov.in

ij jftLVj djokuk gksxkA vkWu ykbu fufonk esa Hkkx ysus ds fy, fMftVy flxuspj

lfVZfQdsV (DSC, Type-II), bUQksjes’ku VsDuksykWth ,DV& 2000 ds rgr izkIr djuk gksxk tks

bysDVªksfud fufonk esa lkbu djus gsrq dke vk;sxkA fufonk nkrk mijksDr fMftVy flXuspj

lfVZfQdsV] lh- lh- ,- (CCA) }kjk LohÑr ,tsUlh ls izkIr dj ldrs gSaA ftu fufonk nkrkvksa

ds ikl E-Procurement Portal dss fy, iwoZ esa oS/k fMftVy flXuspj lfVZfQdsV gS] mUgsa u;k

fMftVy flXuspj lfVZfQdsV ysus dh vko’;drk ugha gSaA

c- fufonk nkrkvksa dks fufonk izi= bysDVªksfud QkesZV esa mijksDr osclkbV ij fMftVy lkbu

ds lkFk izLrqr djuk gksxkA

l- bysDVªksfud fufonk izi=ksa dks tek djkus ls iwoZ fufonknkrk ;g lqfuf’pr dj y soas fd

fufonk izi=ksa ls lacaf/kr lHkh vko’;d nLrkostksa dh Ldsu dkWih fufonk izi=ksa ds lkFk vVsp

dj nh x;h gSA

n- dksbZ Hkh Vs.Mj bysDVªksfud QkesZV esa tek djkus esa fdlh dkj.k ls foyEc gks tkrk gS rks

mldh ftEesnkjh vkj,lth,l,e dh ugha gksxhA

;- Vs.Mj ds izi=ksa esa vko’;d lHkh lwfp;ksa dks laiw.kZ :Ik ls Hkjdj vkWu ykbZu ntZ djsaA

j- vkWu ykbZu fufonk Hkjrs le; lacaf/kr funsZ’kksa dk ikyu ugha djus ds ifj.kkeLo:Ik fufonk

izfØ;k esa mRiUUk fdlh Hkh izdkj dh ck/kk ds fy, vkj,lth,l,e dh ftEesnkjh ugha gksxhA

9 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Limited

4th

Floor, Nehru Sahkar Bhawan,Bhawani Singh Road, Jaipur – 302 006 (Rajasthan)

Special Terms and Conditions for bid of Supply, Installation, Testing, Commissioning and Maintenance of CCTV Camera System at

Sugar Factory, 23F, Tehsil Sri Karanpur, Sri Ganganagar

Important Instruction :- The Law relating to procurement " The Rajasthan

Transparency in Public procurement Act, 2012" [hereinafter called the Act] and the "Rajasthan Public Procurement Rules, 2013" [hereinafter called the rules] have come into force which are available on the website of State Public Procurement Portal http:/sppp.rajasthan.gov.in Therefore, the Bidders are advised to acquaint themselves with the provisions of the Act and the Rules before participating in the Bidding process. If there is any discrepancy between the provision of the Act and the Rules and this Bidding Document, the provisions of the Act and the Rules shall prevail.

“krsZ%&

1. IP-CCTV Camera with all required accessories dh la[;k 57 gS tks ?kV@c< ldrh gSA

fufonk dh vuqekfur ewY; :- 22-00 yk[k vkadh xbZ gS] tks fd dj lfgr gSA

2. Scope of Work

A. The Scope of work is as under :-

Stage I : (a) Supply, Installation, Testing, Commissioning & Integration of CCTV

Cameras System. Viewing of recording and online output of camera anywhere

on web through internet (web based application) on Computers and Smart

Phones as well as on LAN at Sugar Factory, 23 F, Tehsil Sri Karanpur Sri

Ganganagar on Computers and Smart Phones.

(b) A CCTV system having 07 CCTV cameras and one DVR is already in

place. Successful bidder will have to integrate this CCTV system with the

new system mentioned here above at (a). Cost of the items required for this

integration will be paid by the RSGSM.

Stage –II : Annual Maintenance Services

Stage : I :-

Supply, Installation, Testing, Commission & Integration of CCTV Cameras on LAN as well as

on web through Internet & radio links also. The bidder will supply, Install, test and commission

the required infrastructure – IP Camera, NVR Software through which recording and online view

of IP CCTV cameras can be viewed anywhere (web based application) through internet on

Computers and Smart Phones as well as on LAN at Sugar Factory, 23 F, Tehsil Sri Karanpur Sri

Ganganagar and associated equipments, etc. as per Financial Bid. It will be the responsibility of

the bidder to integrate all the components supplied by him.

The bidder is required to carry out following major tasks:-

10 Signature of bidder with seal

a. Location for mounting and Installation of IP Cameras at Sugar Factory, Sriganganagar will

be decided by the Technical Team of RSGSM, Sugar Factory, Sri Ganganagar.

b. Installation and commissioning of NVR as per Financial Bid. Installation and configuration

of NVR software as per requirement of the Company.

c. Re-Installation/Re-Configuration of equipments and applicable software supplied by bidder

as and when needed as per the business and operational needs of the purchaser.

d. Resolution of issue relating to proper functioning and performance of all equipments (H/w

and Software) supplied by the bidder.

e. Bidder will be required to co-ordinate, where required with other service providers/ agencies/

vendors and do liasioning with them to achieve end-to-end operationalization of the system.

Installation of Network Equipments and cabling :-

The successful bidder will undertake installation and commissioning of network equipments

as a part of Financial Bid and lay down Cat-6 and power cabling as per requirement for the

installation of CCTV Camera system. Installation , testing and commissioning of point to

point radio link supports as per requirement of CCTV Cameras and as per specification given

in financial bid.

Training :-

The successful bidder will provide training as a part of the project to officials as nominated

by General Manager, RSGSM, Head Office/ Sugar Factory on the operation and

management of the equipments supplied for a period of 02 days covering the following :-

01. Installation procedure

02. Configuring & Process

03. System Administration and User Management

04. Operations & Monitoring

Output :-

After installation, testing and commissioning of IP-CCTV Camera the recording and online

view of IP CCTV cameras can be viewed anywhere (web based application) through internet

on desktops and smart phones as well as on LAN at Sugar Factory, 23 F, Tehsil Sri Karanpur

Sri Ganganagar on desktops and smart phones.

Stage – II :-

Annual Maintenance Services and operations

The bidder shall provide One year complete comprehensive onsite warranty from the date of

commissioning of the system.

After warranty period, the complete system will be under two years comprehensive Annual

Maintenance Services (C.A.M.C.) of the successful bidder. Bidders shall ensure 99% uptime and

shall be responsible for the complete maintenance and support for all the items supplied, day-to-

day operations and management. This involves comprehensive maintenance, troubleshooting and

repair of all IT hardware covered under the contract, including replacement of parts, modules,

sub-modules, assemblies, sub-assemblies, spares etc. as may be required to make the system

operational. This will include all kind of breakdown maintenance and preventive maintenance.

The breakdown could be for any reason. The hardware supplied by the vender shall be under

comprehensive on-site warranty of One year from the date of installation after completion of one

year warranty. Comprehensive Annual Maintenance Services will be provided for two years. The

services to be offered as part of Annual Maintenance Services are as under :-

11 Signature of bidder with seal

a. The Bidder will provide on-site maintenance for infrastructure that shall be supplied

and installed under this tender during warranty and C.A.M.C. period. Bidder would

be required to provide these services for an additional period of 02 years after expiry

of 01 years, if extended by the purchaser.

b. Scope of points in this section is towards all items supplied, installed, tested,

integrated and commissioned by the Bidder as part of this bid. Bidder has to ensure

that all these equipments integrate and function as per the requirements of RSGSM.

c. Overall maintenance of equipments/ items supplied.

d. Performance Tuning and ensuring resilient performance of the equipments supplied.

e. Checking network status and taking remedial action in case of problems.

f. Resolving issues with RSGSM installations.

Preventive Maintenance Services

This activity shall be carried out at least once in every quarter in addition to the normal

maintenance required and sub activities are detailed as below :-

a. Check for loose contacts in the cables & connections.

b. Extract the log reports, study, draw logical conclusions, do fixes and then submit

the final report to RSGSM.

c. Conduct preventive maintenance (including inspection, testing, satisfactory

execution of diagnostic and necessary repairing of the equipment)

d. Cleaning and removal of dust and dirt from the interior and exterior of the

equipment.

B. TIME SCHEDULE :-

S.

No.

Particulars Time Schedule

01. Delivery, Installation,

Testing, Commissioning

Within 45 days from the date of issue of work order.

02. Training Two days training which should start within one

week of completion of activities defined above point

01.

03 Inspection and Acceptance 15 Days after completion of point No. 02 above.

04. Preventive Maintenance of

all supplied Equipments

Once in every quarter for entire duration of three

years (i.e. warranty and C.A.M.C.period)

05. Repair/ replacement of

Faulty Equipment

As and when needed within time limits for entire

duration of three years (i.e. warranty & C.A.M.C.

period)

3. lHkh CCTV Camera/NVR/Cable bR;kfn midj.kksa dk lEiw.kZ j[kj[kko dqy rhu o’kksZ ¼izFke o"kZ okjaVh

rFkk f}rh; ,oa r`rh; o"kZ gsrq C.A.M.C.½ rd lEcf/kar QeZ }kjk fd;k tkosxkA izFke o"kZ okjUVh

vof/k gksxk ftlds fy, dksbZ Hkqxrku ns; ugha gksxkA

4- vxj CCTV Camera/NVR/Cable/ Other parts etc mDr rhu o’kksZ esa dksbZ [kjkc gksrk gS rks mldks 72

?k.Vs ds Hkhrj lacaf/kr QeZ }kjk nq:Lr fd;k tkosxk rFkk mDr le; gsrq Standby midj.k LFkkfir

fd;k tkosxk rFkk 72 ?k.Vs ¼Working Hours½ ds vUnj&vUnj midj.k Bhd dj iqu% LFkkfir ugh

fd;s tkus ij :i;s 1000@& izfrfnu isuYVh olwy dh tk,xhA

12 Signature of bidder with seal

5- xkjUVh vof/k ds nkSjku midj.k Bhd ugh gksus dh n'kk esa QeZ }kjk mlh Specificiation/ make okyk

nwljk midj.k vuqcU/kdrkZ dh fjLd ,oa dkWLV ij LFkkfir fd;k tkosxk rFkk laLFkku }kjk blds fy,

dksbZ vfrfjDr Hkqxrku ns; ugh gksxkA

6- O;kid j[kj[kko ds vUrZxr LFkkfir midj.kksa dks lqpk: lapkyu cuk;s j[kus dk nkf;Ro lacaf/kr QeZ

dk gksxkA

7- lacaf/kr QeZ ds }kjk LkaLFkk ds dkfeZdks dks fjdkfMZx ns[kus o dkWih djus] cSdvi&ysus dk O;kid

izf”k{k.k fn;k tk;sxk rFkk blds User name and Password Hkh vf/kdr̀ vf/kdkjh dks miYkC/k

djokuk gksxkA fjdkfMZax dh dkWih pen drive/CD drive/DVD/desktop ij ysus dh lqxerk dkfeZdksa dks

fl[kkuh gksxhA fjdkfMZax esa rduhdh [kkeh vkus ij vkWulkbZV liksVZ rqjUr miyC/k djokuk gksxkA

8- vuqca/k vof/k esa ;fn] fdlh dkj.k o”k tSls [email protected]@lqj{kk bR;kfn vU; dkj.kkaas ls camera dks LFkkukUrfjr djuk gks rks mldks LFkkukUrfjr djokus adk liw.kZ nkf;Ro lacaf/kr QeZ dk

gksxk rFkk LFkkukUrj.k esa yxus okys vfrfjDr vkbZVEl dk Hkqxrku Ø; vkns'k ds vuqlkj QeZ dks

fd;k tkosxk rFkk LFkkukUrj.k ij gksus O;; gksus okyh yscj dks vknsf'kr QeZ }kjk ogu djuk gksxkA

9- vuqeksfnr QeZ dks CCtv camera dh fjdkfMZax Pendrive/DVR/CD Drive /Desktop ij vko';drkuqlkj

miYkC/k djokuh gksxhA

10- vuqeksfnr QeZ dks vuqca/k ds lkFk vfrfjDr ijQkjesUl xkjUVh ds :Ik esa vuqcU/k dh jkf”k dh 10

izfr”kr ijQksjesUl lqj{kk jkf”k cSad xkjUVh vFkok jkt0 yksd mikiu esa ikjnf”kZrk fu;e 2013 esa

of.kZr vuqlkj fdlh Hkh :Ik esa izLrqr djuh gksxh tks fd vuqcU/k dh vof/k lekfIr ds i”pkr vkxkeh

rhu ekg esa okil dh tk ldsxhA vuqcU/k dh “krksZ ds mYya?ku dh fLFfr esa mDr ijQksjEksUl lqj{kk

jkf”k dks Hkh tCr fd;k tk ldsxkA

11- Escalation:- Rates would be firm during the period of contract. No escalation in prices would be allowed.

12- Testing of CCTV Cameras: The consignment as per order shall be got physically checked with regard to specification and quality and manufacturer name on box at Sugar Factory level. If supplier representative is not available within three days on receipt of consignment, the Company shall have right to Check the consignment in presence of the committee. In this case the supplier shall not claim any benefit, etc due to absence. If the ordered items supplied by the successful bidder are found substandard, bidder shall provide items as per the ordered specifications in place of substandard items without extra cost. In case any dispute arises, Purchase Committee shall decide. The decision of purchase committee will be final.

13- CCTV Cameras with all accessories shall be unloaded at the Sugar Factory, 23 F, Tehsil Sri Karanpur Sri Ganganagar. However, if the quality is found substandard the supplier shall have to take the goods back within 15 days at its risk & cost after the supply is dispatched.

14- Quantity & Estimated Value of Tender :- As per Financial Bid for ordered items mentioned in the Tender notice is approximate and tentative, it is subject to variation as per Rajasthan Government directives and policies. Total estimated value of tender is approx. Rs. 22.00 Lacs

15- Supplier should be a manufacturing company/Firm/Authorized dealer. 16- Rate :-Single Rates should be quoted in financial bid on F.O.R. basis for Sugar Factory,

23 F, Tehsil Sri Karanpur, Sriganganagar. No additional charges for installation. erection and commissioning shall be given. Bidder will have to quote rates for comprehensive Annual Maintenance separately on yearly basis.

17- Evaluation :- The bids will be technically and financially evaluated. The Bidder will

13 Signature of bidder with seal

provide complete Profile of the Company/ organization including audited balance sheets. Users to whom supplies have been made in the last two years should be mentioned separately.

18- Payment:- a. 70% payment of Part-A (i.e. Hardware Installation, Testing and Commissioning) of Financial

Bid would be made to supplier after successful Supply, installation, Testing, commissioning and integration of all CCTV Cameras with accessories at Sugar Factory, Sriganganagar on the buyers satisfaction.

b. 30% payment would be released after integration of previously installed 07 C.C.T.V IP cameras with the system of newly supplied cameras and 03 month's successful working/running of the system on the basis of the report received from a committee constituted by the management of RSGSM Ganganagar unit.

c. Payment of Annual Maintenance Contract (C.A.M.C.) (PART-B of Financial Bid) will be made on quarterly basis after expiry of each quarter during C.A.M.C. period. Monthly preventive maintenance will be done by the supplier. Payment will be made only after receiving preventive/ curative maintenance reports of satisfaction duly signed by the user.

19- Bid security- Total estimated value of tender is approx. Rs. 22.00 Lacs. Bid security shall

be 5% of the estimated value of offered quantity (multiply by estimated value). A bid securing declaration shall be taken from Departments' of the State Government and Undertakings, Corporations, Autonomous bodies, Registered Societies, Cooperative Societies which are owned or controlled or managed by the State Government and Government Undertakings of the Central Government. Bid securing declaration shall necessarily accompany the sealed bid. The bid security may be given in the form of a banker’s cheque or demand draft

Tender without appropriate BID SECURITY Shall not be accepted. The Bid Security must remain valid till Thirty days beyond or extended validity period of the bid. The bid security of unsuccessful bidders shall be refunded soon after final acceptance of successful bid and signing of Agreement and submitting performance security.

The Bid security taken from a bidder shall be forfeited in the following cases, namely:- (a) when the bidder withdraws or modifies its bid after opening of bids; (b) when the bidder does not execute the agreement, if any, after placement of supply /

work order within the specified period; (c) when the bidder fails to commence the supply of the goods or service or execute

work as per supply / work order within the time specified; (d) when the bidder does not deposit the performance security within specified period

after the supply / work order is placed; and (e) if the bidder breaches any provision of code of integrity prescribed for bidders

specified in the Act and Chapter VI of these rules. 20- Performance security.- The amount of performance security shall be 10% of the amount

of supply order. Performance security shall be furnished within 15 days from the date of issue of purchase order in any one of the following forms-

a. Bank Draft or Banker's Cheque of a scheduled bank; b. Amount can be deposited by way of DD/B.C./Bank Guarantee. Performance security

shall remain valid for a period of sixty days beyond the date of completion of contractual obligations of the bidder.

21- Bidder shall ensure as per the given specification. 22- Repeat Order - The limits of repeat order shall be upto 50% of the value of goods of

the original contract. time limit also enhanced proportionately.

14 Signature of bidder with seal

23- Breakage/defects:- Breakage during installation integration and commissioning/cost of defective items shall be borne by supplier. Supplier will have to provide same make and model of item within 03 days at sugar factory ganganagar.

24- Date of receipt of material at the destination shall be considered for calculating recovery of liquidated damages.

25- Bid must be submitted in the Tender Envelope containing the Technical Bid and Financial Bid. The Technical bid along with the BID SECURITY should be kept in a separate Technical Envelope and the financial bid should be kept in the separate Financial Envelope.

26- Bidder who qualifies in Technical Bid, the financial bid would only be opened later on the date to be intimated by RSGSM.

27- Execution of agreement.- The bidder shall execute an agreement on Rs. 1000/- non judicial stamp Paper as prescribed by Government of Rajasthan within 15 days of placement of Purchase Order.

28- Income Tax, other taxes shall be deducted at source from suppliers bills, if applicable and no reimbursement of the same shall be made by RSGSM.

29- No counter condition shall be accepted. 30- Security Amount shall be returned after successful completion of the contract. In case non

fulfillment of the contract, security amount so deposited can be forfeited in full or in part. Decision of the Director In charge in this regard shall be final. No Interest shall be paid on such deposit. No adjustment of any previous balance against BID SECURITY will be allowed.

31- The successful tenderer shall have to adhere strictly to time schedule. 32- Cancellation :- In case RSGSM do not require part or entire work, due to any reason, it may

cancel the work order before Installation, erection and commissioning for which no claim of the successful tenderer shall be entertained.

33- The Special Terms & Conditions shall prevail upon where ever the same are in Contradiction with the General Terms & Conditions. In case of dispute regarding interpretation of any terms and conditions in the Tender Document the same should be got clarified by the Bidder before submitting the Tender. At any stage of the Tender decision of the Management shall be final and binding on all the Bidders. Any request for changing of any conditions/quoted price or inclusion of any document etc. After submitting the Tender Document unless called for by any written means shall not be entertained.

34- Both Bids sealed separately must be submitted in the One sealed Envelope named as “Technical Bid and Financial Bid”.

35- Tenderer should enclose certified copy of all the required document as per checklist and Tender fee, bid security and list of users to whom supplier is have been made in the last two years may also be enclosed with Technical bid form.

36. Bidder should be registered with Sales Tax Department and have presence in Rajasthan since last 2 years

37. Firm should be OEM or authorized Bidder of the company. An authorization letter from the OEM is required to submit on OEM letterhead addressing this tender, in case OEM is not participating directly.

38. Bidder should have experience of supply, installation & maintenance of IP based CCTV system in similar kind of Govt. organization. Bidder should have atleast one single order of at least 50% of quoted value. Satisfactory completion certificate / report from the concern authority to be provided along with tender.

39. CCTV OEM should be ISO 9001:2008 certified and also ISO 14001:2004 certified for manufacturing process.

15 Signature of bidder with seal

40. OEM/ Authorized Dealer/ Authorized Bidder should be a profitable company since last five years. Balance sheet to be provided.

41. OEM/ Joint Venture with Indian company should have its own presence in India and Rajasthan since last five years. Documentary proof to be provided.

42. Bidder should not be black listed from any Govt. Department. 43. The bidder may carry out a site survey before bidding in order to be understanding of the

work. 44. If Demonstration is required in Technical evaluation then bidder will have to give a

demonstration, schedule for the same will be informed in advance. 45. Bidder need to quote complete system. Conditional quotation shall not be allowed. All

quoted prices should be inclusive of all taxes and FOR basis. 46. Warranty: one year from the date of Successful commissioning and acceptance. 47. C.A.M.C.: Two years C.A.M.C. after completing one year of warranty period. 48. Financial bid will be evaluated on the basis of Rate + Comprehensive C.A.M.C. Charges

means the firm whose rate in inclusive of Comprehensive C.A.M.C. charges found the lowest will be considered as L-1 subject to fulfillment of specification and quality.

49. The supplier shall provide site plan and equipment layout plan for the complete project after commissioning.

50. The complete installation of the system at the purchaser site shall be the responsibility of the supplier.

51. The rate offered on the basis of parallel rate contract provisions of General Financial and Accounts Rules of Rajasthan State Government.

52. Responsibility of completion and software optimization: any fitting or items which may not be specially mentioned in the specifications but which are necessary are to be provided by the supplier without any extra charge for completeness of the work under this tender.

53. As per instructions of circular No. 3/2013 Dated 04-02-2013 finance (G&T) Department, Govt. of Rajasthan Annexure enclosed. Please read carefully and comply :-

Annexure A : Compliance with the Code of Integrity and No. Conflict of Interest Annexure B : Declaration by Bidders regarding Qualifications Annexure C : Grievance Redressed during Procurement Process Annexure D : Additional Conditions of Contract

16 Signature of bidder with seal

TECHNICAL COMPLIANCE SHEET

IP BASED CCTV SYSTEM

TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF

IP BASED CCTV CAMERAS SYSTEM FOR RSGSM (RAJASTHAN)

1. 2MP IP IR VERI-FOCAL BULLET CAMERA COMPLIANCE DEVIATION (IF ANY)

Video standards Triple streaming H.264/ MPEG4/ MJPEG selectable

Image Sensor 1/2.8 inchHD resolution CMOS or better

Sensor matrix PAL : 1920x1080 or better

Recording Frame Rate

50Hz: 25fps (1920 × 1080) 60Hz: 30fps (1920 × 1080)

Connectors RJ-45, 10BaseT/ 100BaseTX

Minimum Illumination @f/1.2

0.1 lux or better 0 Lux (IR On)

Night vision distance Minimum 40 meter or better

Wide Dynamic DWDR or better

Shutter Speed 1s ~ 1/100,000s sec or better

Lens Motorized Lens with auto focus 3~10mm or better

Lens Type Auto Iris DC Drive

Day & Night Automatically Removable IR-cut filter

3D Noise Reduction Yes

Firmware Remote update

ROI Yes

White Balance Auto white balance

Defog Support

Security One-key recovery, three streams, heartbeat, mirror, password protection, video mask, Watermark, IP address filtering

Protocols TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6, Bonjour

Local Storage Micro SD Card slot, Minimum 128 GB or better

Alarm Trigger On Motion Detection, tampering alarm, network disconnect, line crossing detection,IP address conflict, storage exception, storage error

17 Signature of bidder with seal

Power Supply 12V DC, PoE (802.3af)

System Compatibility

ONVIF (Profile S) PSIA, CGI, ISAPI

Operating Temp. -20 °C ~ 60 °C or better

Environmental Housing

Outdoor IP67or better

Certification UL & CE & FCC (Certificate must be attached)

2. 2MP IP IR FIXED BULLET CAMERA COMPLIANCE DEVIATION (IF ANY)

Video standards Dual streaming H.264/MJPEG

Image Sensor 1/2.8 inchHD resolution CMOS or better

Sensor matrix PAL : 1920x1080 or better

Recording Frame Rate

50Hz: 25fps (1920 × 1080) 60Hz: 30fps (1920 × 1080)

Connectors RJ-45, 10BaseT/ 100BaseTX

Minimum Illumination @f/1.2

0.2 lux or better 0 Lux (IR On)

Night vision distance Minimum 35 meter or better

Wide Dynamic 100db or better

Shutter Speed 1s ~ 1/10,000s sec or better

Lens Fixed Lens 4mm or better

Lens Mount M12

Day & Night Automatically IR-cut filter

3D Noise Reduction Yes

Firmware Remote update

ROI Yes

Security One-key recovery, three streams, heartbeat, mirror, password protection, video mask, Watermark, IP address filtering

Protocols TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1X, QoS, IPv6, Bonjour

Local Storage Micro SD Card slot, Minimum 128 GB or better

Alarm Trigger On Motion Detection, tampering alarm, network disconnect, line crossing detection,IP address conflict, storage exception, storage error

Power Supply 12V DC, PoE (802.3af)

18 Signature of bidder with seal

System Compatibility

ONVIF (Profile S) PSIA,CGI,ISAPI

Operating Temp. -20 °C ~ 60 °C or better

Environmental Housing

Outdoor IP66or better

Certification UL & CE & FCC (Certificate must be attached)

3. 2 MP IP IR PTZ CAMERA COMPLIANCE DEVIATION (IF ANY)

Video standards Dualstreaming

Image Sensor 1/2.8”HD resolution CMOS or better

Sensor matrix PAL : 1920x1080 or better

Recording Frame Rate

50Hz: 25fps (1920 × 1080) 60Hz: 30fps (1920 × 1080)

Connectors RJ-45, 10BaseT/ 100BaseTX

Minimum Illumination @f/1.2

0.1lux or better, 0 Lux (IR On)

Night vision distance Minimum 100 meter or better

Wide Dynamic DWDR or better

Shutter Speed 1s ~ 1/10,000s sec or better

Optical Zoom 20X or better

Digital Zoom 16X or better

Day & Night Automatically Removable IR-cut filter

3D Noise Reduction Yes

Firmware Remote update

HLC ON/OFF, Selectable

ROI Yes

White Balance Auto white balance

Defog Support

Audio Input and Output

Alarm Input and Output

Presets 256 or higher

Patrol 8 patrols, 32 presets per patrol

Preset Freezing Support

Pan / Tilt Range 360° endless / 0° to 90° (auto flip)

Pan & Tilt preset speed

240°/ second & 200°/ second

Audio Compression G.711/G.722/G.726/MP2L2

ROI Supports

User Minimum 32 users

Security Measures User Authentication, Host

19 Signature of bidder with seal

Authentication, IP address filtering

RS-485 Protocols Pelco-C, Pelco-D, Self-adaptive

Security One-key recovery, three streams, heartbeat, mirror, password protection, video mask, Watermark, IP address filtering

Protocols IPv4/IPv6,HTTP,HTTPS,802.1X, QoS, FTP,SMTP, UPnP, SNMP, DNS,DDNS, NTP,RTSP,RTP,TCP,UDP, IGMP,ICMP,DHCP,PPPoE

Local Storage Micro SD Card slot, Minimum 64 GB or better

Alarm Trigger On Motion Detection, tampering alarm, network disconnect, line crossing detection,IP address conflict, storage exception, Intrusion detection, Dynamic analysis

Power Supply 24V AC

System Compatibility

ONVIF

Operating Temp. -30 °C ~ 60 °C or better

Environmental Housing

Outdoor IP66, TVS 6,000V lightning protection, surge protection and voltage transient protection

Certification UL & CE & FCC (Certificate must be attached)

4. 32 CHANNEL NETWORK VIDEO RECORDER Compliance

Deviation (if any)

Video Format H.264

IP Video Input 32 channel or higher

Redundancy Dual Operating System and Automatic Network Redundancy (ANR) or better

Remote Connection 128 or higher

Supported Resolution

Should support up to 10 MP cameras

Incoming Bandwidth 250 mbps or better

Outgoing Bandwidth 250 mbps or better

Synchronize Playback

16 channel or better

Hard Disk Slots 8 Sata or higher slots

20 Signature of bidder with seal

Hard Disk Capacity Minimum 4TB per slot

RAID RAID 0,1,5,10

Interface e-Sata, Serial Interface (RS-485 & 232), USB 2.0 or higher

Alarm Input / Output 16 / 04

Network Interface 2 no. RJ 45 10/100/1000 MBPS self – adaptive or better

Power Supply Dual power supply 100W to 240W

Working Temp. -10° to 55° or better

Structure 19” Rack mount

Note :-

01. Compliance statement for the above mentioned specifications should be attached; deviation & remarks shall be mentioned clearly. Data sheet of the quoted products should be provided along with the bid.

02. Quantity may be increase/ decrease as per requirement at the time of installation. 03. Location can be added and removed as per requirement and at the time of installation.

DESIRED MAKES :- 1. IP-CCTV Camera :

Any reputed brand like: LG/SAMSUNG/HIKVISION/CP-PLUS/HONEYBELL /SELF OEM 2. NVR : LG/ SAMSUNG/ HIKVISION//HONEYBELL/CP-PLUS/ SELF OEM 3. HARD DISK : SEGATE/ TOSHIBA 4. TV SCREEN : MICROMAX/SANSUI/SAMSUNG/LG 5. PoE SWITCH : NETGEAR/ TP-LINK/ D-LINK 6. Radio Link : MOTOROLA / RAD / UBIQUITI 7. CAT 6 CABLE : DIGILINK / AMP/ SYSTIMAX 8. Switch 24 Port : CISCO / HP / NETGEAR/ D-Link 9. RG6 AND POWER CABLE: FINOLEX/ HAVELLS 10. PVC CONDUIT: ANY ISI MARK 11. HDPE CONDUIT : ANY ISI MARK 12. Rack OF 17U floor standing : COMMRACK / APW-PRESIDENT/ DYNAMIC/HANUTT 13. Online UPS :- Emerson, APC, Numeric 14. Brands for Battries :- Exide/Amaron/Quanta

21 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Limited

GENERAL TERMS & CONDITIONS OF TENDER AND CONTRACT

1. The bidder shall have to carefully study and understand the conditions,

specifications, size, make etc. of the goods to be supplied. If he has any doubt

about the meaning of any terms, conditions or specifications etc. he should refer

to officer In charge and get clarification. The decision of the Company

regarding interpretation of the conditions and specifications shall be final and

binding on the bidders.

2. Tender should be filled with ink. Tender filled by pencil or otherwise shall not

be considered. No addition and alteration should be made in the tender, no over

writings should be done. Corrections, if any should be done clearly and should

be initialed. (Please Ignore it)

3. Bid must be submitted in properly sealed envelope according to the directions

given in the tender notice and must reach this office in time and date as notified.

Envelope must be inscribed with the subject of tender and name of bidder.

(Please ignore it) 4. Bidders are hereby explicitly warned that Individuals signing the tender must

specify as follows :-

a) Whether signing as "sole proprietor of the firm?"

b) Whether signing as registered active partner of the firm?

c) Whether signing for the firm on the basis of power of attorney?

d) In case of companies and registered firms, whether signing as Secretary,

Manager, Partner, Director, etc. will submit an authorization from the company

to do so. A copy of any document under which such authority is given should

be forwarded with the tender if a copy has not already been sent to the

company.

5. Only such Bidders who are Manufacturer/Authorized bidder/bona-fide dealer

into the goods for which they tender shall be eligible.

6. Dealer, who is not registered under the Sales Tax Act, prevalent in the State

where his business is located, may not be eligible for Tender. The Sales Tax

Registration numbers should invariably be quoted.

7. If a bidder imposes conditions which are in addition to or in conflict with the

conditions mentioned herein, his tender may be rejected.

8. The unit rates must not under any circumstances be altered and the rates must

be entered in words as well as in figures.

9. (a) Rates quoted must be inclusive of all charges and taxes except

Central/Rajasthan Sales Tax which shall be added at the prevailing rates. The

Bidder should however indicate whether supply will be made from within or

outside Rajasthan. The rates quoted must be F.O.R. Sugar Factory, 23 F, Tehsil

Sri Karanpur, Sri Ganganagar.

22 Signature of bidder with seal

(b) Any increases in excise duty or any other tax imposed by Central

Government or State Government after the due date of the tender will be

paid extra. Similarly, any reduction in the excise duty or any other tax after

the due date of tender will be paid less to the party

10. The Bidder shall not assign or sublet his contract or any part thereof to any

other agency. Subletting may be allowed by the Company provided that the

sublet is a registered firm under the Rajasthan Sales Tax Act.

11. The Bidder should Sign the Bid Form at the end of each page as token of his

acceptance of all the terms and conditions of the Bid. An affidavit on Rs.

100/- non judicial stamp paper duly notarized for acceptance of all the terms

and conditions of the bid document.

12. The tender must be accompanied by an Bid Security equivalent to 2%

( 0.5% in case SSI/Cottage industries registered with Industries Department

of Rajasthan) of the estimated value of the items tendered or the supply to be

made by him, without which the tender shall not be considered. The bid

security should be deposited by the bidder in one of the following forms only.

Bank Draft / Pay Order of any Scheduled Bank in favour of ‘Rajasthan State

Ganganagar Sugar Mills Limited,' payable at Jaipur.

NOTE :

1. The rates should be uploaded separately in Online-tender

(E-procurement) and DD should be in a separate sealed cover.

2. The Bid Security will be refunded to unsuccessful Bidder after final

acceptance of the tender whereas in case of successful Bidder, it will be

treated as part of the Performance Security Deposit.

13. No request for adjustment of outstanding claim of any kind against the

company towards BID SECURITY/Performance Security will be entertained,

and failure to deposit the BID SECURITY in full amount will always result in

cancellation of tender. 14. Successful Bidders will have to deposit security money or an amount equal to

5% (1% in case of SSI/Cottage Industries of Rajasthan registered with Industries Department) of the actual value of the articles by way of DD/Pay order in favor of the Rajasthan State Ganganagar Sugar Mills Ltd. within 15 days or any other specified period from the date of issue of purchase order. The purchase order duly accepted & signed by the Bidder shall be an agreement for supply. The security money will be refunded within six weeks after the expiry of the rates after completion of the contract. No interest will be paid by the Company on the security money. If a Bidder fails to deposit the

23 Signature of bidder with seal

required security within the period specified, such a failure will be treated as breach of the terms and conditions of the tender and will result in the forfeiture of the Bid Security in part or in full at the discretion of the Director In-charge for reason to be recorded.

15. TENDER SHALL BE VALID i) 90 days from the dead line for submission of Bids. ii) After a tender has been accepted, the rate shall remain valid through out the

financial year or for the period for which tenders are invited whichever is later.

16. The bidder shall be responsible for the proper packing of goods so as to avoid damages under normal conditions of transport by road, sea, rail or air and delivery of the material in good conditions to the consignee at destination.

17. The tenders should be submitted along with samples, if required. 18. Repeat Order - The limits of repeat order shall be 50% of the value of goods as

well as time of the original contract. 19. The time specified for supply of IP-CCTV Cameras with all accessories shall

be deemed to be the essence of the contract and the successful Bidder shall arrange supply/work within that period on receipt of work/supply order from the Company

20. Liquidity Damage:-

(i) If the contractor fails to execute the order/contract within the period

specified in the tender, and if such failure have arisen from, any unforeseen

cause such as strike, fire, accident, any natural calamity resulting in

stoppage of work in the factory, of the Manufacturer/Authorised bidder or

similar reasons which the Director In charge of RSGSM Ltd. may feel valid

for an extension of the time, may extend the period without charging any

liquidated damages. His decision shall be final regarding the sufficiency or

otherwise for extension of time.

(ii) If the Bidder fails to execute the order/contract within the period specified

in the tender, the Director In charge of RSGSM Ltd may at his discretion

allow extension of time subject to recovery from the Bidder as liquidated

damages and not by way of penalty, a sum equal to the following

percentage of the value of goods which the Bidder has failed to supply for

the period of delay as stated below:-

a) Delay up to one fourth period of the prescribed delivery period – 2.5%

b) Delay exceeding one fourth but not exceeding half of prescribed

delivery period – 5%.

c) Delay exceeding half but not exceeding three fourth of the prescribed

delivery period – 7.5%.

24 Signature of bidder with seal

d) Delay exceeding three fourth but not exceeding the period equal to the

prescribed delivery period – 10%.

Notes :

(a) Fraction of a day in reckoning the period of delay in supply shall be

eliminated if it is less than half a day.

(b) The maximum amount of liquidated damages shall be 10%.

(c) When the successful Bidder is unable to complete the order/contract

within the specified or extended period, the Company shall be entitled to

accept supply from the open market without giving any notice to the

Bidder but at his risk and cost i.e. Bidder's account and risk the goods or

any part thereof which the Bidder has failed to supply or if not available

the best and nearest available substitute thereof or to cancel the contract

and the Bidder shall be liable for any loss or damage which the company

sustained by reason of such failure on the part of the Bidder. But the

Bidder shall not be entitled to any gain on such purchase made against

default. The recovery of such damage shall be made from any sum

accruing to the Bidder under this or any other contract with the

Company. If recovery is not possible from the bills and the Bidder fails

to pay the loss or damage within one month, the recovery shall be made

under any law for the time being in force or from any other bills

outstanding with the Company. 21. When the Performance security in full or in part is proposed to be forfeited, a

notice will be given to the bidder to explain within 10 days as to why the security money should not be forfeited for failure in completing the supply in time.

22. In the event of breach of the contract at any time on the part of the contractor/ supplier, the contract may be terminated summarily by the Director In charge of the Company with such conditions as may be deemed fit.

23. Remittance charges on payment made to firms except through cheque will be borne by the supplier unless specifically agreed by the Company.

24. All legal proceedings, arising out of this contract shall be subject to the jurisdiction of the courts situated at Jaipur city only.

25. Direct or indirect canvassing on the part or bidders or their representatives will disqualify them.

26. In case of any dispute arising out of any matter related to the tender/contract/ agreement, the matter will be referred to Sole Arbitrator appointed by Director In charge, RSGSM whose decision shall be final and binding on both the parties. The place of arbitration shall be Jaipur. The fees and other expenses of the arbitrator shall be borne by both parties equally.

27. i. The company reserves the right to accept any tender not necessarily the

25 Signature of bidder with seal

lowest any tender without assigning any reason and accept any tender for all or anyone or more of the goods for which the tender has been given.

ii. If the bidder resiles from his offer or offers new terms after opening of the tender, his earnest money (Bid Security) is liable to be forfeited.

iii. The submission of more than one tender for one bidder and under different names is prohibited.

iv. Any relationship or business connection that may exist between bidder and any official of the Rajasthan State Ganganagar Sugar Mills Ltd., Should be declared. If this information is found to have been suppressed, then contract, if any, entered into may be cancelled forthwith without notice and compensation and any amount may have been deposited will be forfeited and credited to the Company.

28. Specifications (if any) of the items for which tenders are invited are enclosed with this document.

26 Signature of bidder with seal

Rajasthan State Ganganagar Sugar Mills Limited

List of locations for installation of IP-CCTV Cameras at

Sugar Factory, 23 F, Tehsil Sri Karanpur, Sri Ganganagar Sugar and Co-Gen Plant :-

S. No Location Name Quantity Remarks (Type of Cameras)

01. Main Gate 03 Fix

02. Guard Room 01 Fix

03. Cane Yard (Weighment) 02 01 In + 01 Out

04. Unloader 02 VF

05. Sugar Store 01 VF

06. Turbine House 02 01 PTZ+ 01 (Cabin) VF

07. Mill House 03 01VF + 01 PTZ + 01 (Cabin) Fix

08. Boiling House 03 01VF + 01 PTZ+ 01 (Cabin) Fix

09. Boiler House 03 01VF +01PTZ + 01 (Cabin) Fix

10. Bagasse Yard 02 VF

11. Office Campus 05 03 VF+ 01 Bank (VF)+ 01 Guest House (VF)

12. E.T.P. 01 VF

13. C.P.U. 01 VF

14. RO/DM Plant 01 VF

15. Laboratory 01 VF

16. Switch Yard + Store 02 VF

17. Sugar House 01 VF

18. Work Shop 01 VF

TOTAL 35

Distillery:-

S. No Location Name Quantity Remarks (Type of Cameras)

01. D.D.G.S. 01 VF

02. R.S. Storage House 02 VF

03. Distillation House 01 VF

04. Fermentation House 02 VF

05. Evaporator Section 01 VF

06. W.T.P. 01 Fix

07. C.P.U. 01 Fix

08. Laboratory 01 Fix

09. Biomass Yard 01 VF

10. Turbine House 02 VF

11. Boiler House 02 VF

12. E.T.P. 01 VF

13. Distillery Gate 01 PTZ

14. Water Reservoir 01 PTZ

15. Control Room 02 VF

16. Bio Composting 01 VF

17. Bio Methanation 01 VF

TOTAL 22

Note :-

VF - 2MP IP IR VERI-FOCAL BULLET CAMERA ,

Fix - 2MP IP IR FIXED BULLET CAMERA

PTZ- 2 MP IP IR PTZ CAMERA

01. Quantity may be increase decrease as per requirement at the time of installation.

02. Location can be added and removed as per requirement and at the time of installation.

27 Signature of bidder with seal

RAJASTHAN STATE GANGANAGAR SUGAR MILLS LTD

4th Floor, Bhawani Singh Road, Nehru Sahkar Bhawan, JAIPUR - 302006 –RAJASTHAN

TECHNICAL BID CHECK LIST

(Information to be provided along with the Tender Documents & requisite EMD (Bid security).

Without Bid security the Tenderer shall not be considered for Financial Bid)

1. Name of the Tenderer

2. Capacity in which tenderer submitted tender

b) If individual or proprietor firm, complete address

c) Proof to attached

d) If partnership firm, partnership deed to be enclosed

e) If company memorandum of Article and Association

To be enclosed

3. Registration with the Sales Tax Department

(Enclose Copy of Certificates and TIN)

4. VAT/CST clearance certificate from the concerning

commercial taxes officer

(Enclose copy of Certificate of previous year)

5. Income Tax Permanent Account No.

(Enclose copy of PAN card)

6. EMD(Bid security) Submitted

(Mention Details)

Bid securing declaration to be enclosed by the

Tenderers who are department of state Govt. and

Under takings, Corporations, Autonomous bodies,

Registered societies, operative Societies which

are owned or controlled or managed by the State

Govt. and Govt. undertakings of the Central Govt.

7. List of clients is whome such material was

supplied in the past indicating year of supply and

cost etc.

8. Whether declaration in Annexure F enclosed

9. Whether OEM/ Dealership/ Authorised Bidder

certificate of the Manufacturer Company enclosed

(to be necessarily submitted if required.)

10. Copy of UL, CE and FCC Certificates of tendered

items.

Please Note :

1. All the Copies Submitted should be duly attested/Certified by a Gazetted Officer/Notary public / Oath Commissioner)

2. Rajasthan Parties shall be given preference as per rules of Rajasthan Government only on furnishing the latest valid Price Preference Certificate from the Industries Department)

3. If required documents not submitted then mention the reason of non submission of documents

28 Signature of bidder with seal

29 Signature of bidder with seal

30 Signature of bidder with seal

31 Signature of bidder with seal

32 Signature of bidder with seal

33 Signature of bidder with seal

Annexure D : Additional Conditions of Contract

1. Correction of arithmetical errors

Provided that a Financial Bid is substantially responsive, the Procuring Entity will correct arithmetical errors during evaluation of Financial Bids on the following basis: i. If there is a discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the total price

shall be corrected, unless in the opinion of the Procuring Entity there is an obvious

misplacement of the decimal point in the unit price, in which case the total price as

quoted shall govern and the unit price shall be corrected;

ii. If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; and

iii. If there is a discrepancy between words and figures, the amount in words shall prevail,

unless the amount expressed in words is related to an arithmetic error, in which case

the amount in figures shall prevail subject to (i) and (ii) above.

If the Bidder that submitted the lowest evaluated Bid does not accept the correction of errors, its Bid shall be disqualified and its Bid Security shall be forfeited or its Bid Securing Declaration shall be executed.

2. Procuring Entity’s Right to Vary Quantities

i. If the Procuring Entity does not procure any subject matter of procurement or procures

less than the quantity specified in the Bidding Document due to change in

circumstances, the Bidder shall not be entitled for any claim or compensation except

otherwise provided in the Conditions of Contract.

ii. In case of procurement of Goods or services, additional quantity may be procured by

placing a repeat order on the rates and conditions of the original order. However, the

additional quantity shall not be more than 50% of the value of Goods of the original

contract and shall be within one month from the date of expiry of last supply. If the

Supplier fails to do so, the Procuring Entity shall be free to arrange for the balance

supply by limited Bidding or otherwise and the extra cost incurred shall be recovered

from the Supplier.

34 Signature of bidder with seal

Annexure ‘E’

Technical Bid Submission Sheet

NIB No. RSGSM-HO/F9(14)/2016 Dated : __/___/__2016

The GM RSGSM Ltd. Head Office, Jaipur

We, the undersigned, declare that:

(a) I/We have examined and have no reservations to the Bidding Document. We offer to carryout work in conformity with the Bidding Document and in accordance with the

schedule give from time to time by RSGSM Ltd. Sriganganagar for CC tv camera. (b) I/We/Our Bid shall be valid for a period of 90 days from the date fixed for the bid

submission deadline in accordance with the Bidding Document, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(c) If/My/Our Bid is accepted, we commit to obtain a Performance Security in the amount of 5% of the Contract Price or Performance Security Declaration for the due performance of the Contract.

(d) I/We/Our firm, for any part of the Contract, have nationalities from the eligible countries (e) I/We/ are not participating, as Bidders, in more than one Bid in this bidding process, in the

Bidding Document. (f) I/We/Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers has

not been debarred by the State Government or the Procuring Entity (g) I/We understand that this Bid, together with your written acceptance thereof included in

your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed.

(h) I/We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(i) I/We agree to permit the Procuring Entity of its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors appointed by the Procuring Entity.

(j) I/We declare that we have complied with and shall continue to comply with the provisions of the Code of Integrity for Bidders as specified in the Rajasthan Transparency in Public Procurement Act, 2012, the Rajasthan Transparency in Public Procurement Rules, 2013 and this Bidding Document in this procurement process and in execution of the Contract

Name/ Address:_______________________________

In the capacity of:______________________________

Signed :______________________________________

Duly authorised to sign the Bid for and on behalf of :__________________________

Date :________________

Tel :___________________ Fax: ___________________

e-mail :_______________________________

(Shall be submitted along with the Bid Security)

35 Signature of bidder with seal

RATE CONTRACT AGREEMENT

This Agreement is made on the ___ day of _______ 2016 between Rajasthan State Ganganagar Sugar Mills Limited, Sugar Factory, 23 F, Tehsil Sri Karanpur, Sri Ganganagar having its Head Office at 4th Floor, Nehru Sahkar Bhawan, Bhawani Singh Road, Jaipur - 302006. (Hereinafter referred to as ‘RSGSM’) –

FIRST PARTY

AND M/s ______________________ having its office ________________________ (Hereinafter referred to as the eligible ‘Supplier’) on the terms and conditions set forth hereunder: -

SECOND PARTY 1. The expression of first and second party shall mean and include their

Representatives, Heirs, Successors, Legal Representative Administrators, Nominees & Assigns etc.

2. That the duration of this contract shall be one year from _______ to ________ RSGSM reserves the right to increase the quantity upto 50% on same rate, terms & conditions & further extend the duration upto __________ as per requirement of RSGSM. Supply schedule may be issued in aforesaid period.

3. That the tender form as submitted by the tenderer and all the terms and conditions enumerated therein as well as that in the Purchase Order, provision of which would have superseding effect in case of any contradiction in any condition of the tender and that of the Purchase Order.

4. The conditions of the tender and contract for open tender enclosed to the NIB No.

RSGSM-HO/F9(14)/2016 Dated:25/05/2016 and also appended to this agreement will be deemed to be taken as part of this agreement and are binding on the parties executing this agreement.

5. Purchases Order No._______ dated ________ issued by the RSGSM and appended to this agreement shall also form part of this agreement.

6. (a) The RSGSM do hereby agree that if the approved CCTV camera shall duly supply the said articles in the manner aforesaid observe and keep the said terms and conditions, the RSGSM will pay through RTGS/Cheque/D.D or cause to be paid to the approved supplier at the time and the manner set forth in the said conditions, the amount payable for each and every consignment.

(b) The mode of Payment will be as specified below:-

a. 70% payment would be made to supplier after successful Supply, installation, Testing, commissioning and integration of all CCTV Cameras with accessories at Sugar Factory, Sriganganagar on the buyers satisfaction.

b. 30% payment would be released after 03 month's successful working/running of

36 Signature of bidder with seal

all CCTV Cameras and all accessories on the basis of the report received from a committee constituted by the management of RSGSM Ganganagar unit.

c. Payment of Annual Maintenance Contract of all IP-CCTV cameras and allied items will be done on quarterly basis. Monthly preventive maintenance will be done by the supplier. Payment will be made only after receiving preventive/ curative maintenance reports of satisfaction duly signed by the user.

7. The supplier shall be responsible for proper standard packing so as to avoid damage

in transportation and deliver material in good condition to Sugar Factory, SGNR. In the event of any loss, damages, breakages or any shortages found by the checking / inspecting staff at the Sugar Factory, SGNR the same shall be debited to the tender.

8. The RSGSM reserves the right to reduce or altogether cancel the approved quantity of supply. The RSGSM shall not be liable for any claim by the tenderer in such an event.

9. (i) Should The supplier fail to execute the order/contract within the period specified in the Tender form or work order and if such failure to deliver/complete in prescribed time as aforesaid have risen from, any unforeseen cause such as strike, fire, accident, act of GOD resulting in stoppage of work in the factory of the manufacturer or similar reasons which the RSGSM may find valid for an extension of the time he may extend the period without charging any agreed liquidated damages, His decision shall be final regarding the sufficiency or otherwise of ground for extension of time.

(ii) Should the Bidder fail to execute the order/contract within the period specified in the Bid Document. The Director In charge may at his discretion allow extension of time, subject to recovery from the Bidder as liquidated damages and not by way of penalty, as sum equal to the following percentage of the value of goods which the Bidder has failed to supply for the period of delay as stated below :- (a) Delay up to on fourth period of the prescribed delivery Period. _ 2 ½%

(b) Delay exceeding one fourth but not exceeding half of the _ 5% prescribed delivery period.

(c) Delay exceeding one Half but not exceeding three - 7 ½% fourth of the prescribed delivery period.

(d) Delay exceeding three fourth of the prescribed delivery _ 10 % period.

Notes: (I) Fraction of a day in reckoning period of delay in supplies shall be eliminated

if it is less than half a day. (ii) The maximum amount of agreed liquidated damages shall be 10% (iii) When the successful Bidder is unable to complete the order/contract within

the specified or extended period the company shall be entitled to accept supply and get the work done from the open market without notice to the Bidder, but at his risk and cost i.e. Bidder‟s Account and risk. The goods or any part thereof which the Bidder has failed to supply or if not available, the best and nearest available substitute thereof or to cancel the contract and the Bidder shall be liable for any loss or damage which the company

37 Signature of bidder with seal

sustained by reason of such failure on the part of the Bidder. But the Bidder shall not be entitled to any gain on such purchase made against default. The recovery of such loss or damage shall be made from any sum accruing to the Bidder under this or any other contract with the company. If recovery is not possible from the bills and the contractor fails to pay the loss or damage within one month, the recovery shall be made under any law for the time being in force or from any other bills outstanding with the company.

11. Company reserves the right to conduct sudden/random inspection of the supplied goods to check the quality of supplied item before giving final payment. If quality of supplied goods are not found upto the mark, the suitable deduction shall be made from the bill. The decision of the RSGSM will be final and binding to the supplier . In this regard any claim of supplier shall not be accepted.

12. Arbitration Clause. : In case of any dispute arising in contract, the matter will be referred to Sole Arbitrator appointed by Director Incharge, whose decision shall be final and binding on both the parties.

13. The venue of the arbitration shall be Sriganganagar only and jurisdiction for any matter/dispute arising out of or concerning or connected with such arbitration and contract shall be Sriganganagar only.

14. That this Agreement shall bind the above party and their respective heirs, representatives & assigns. In witness there of the RSGSM and the Supplier have here unto set and subscribed their respective signatures in the presence of following

witnesses:-

For M/s. _________________________ General Manager (Purchase)

Authorised Signatory RSGSM, Sriganganagar

Witness Witness

1.___________________ 1.__________________

2.___________________ 2.__________________

The bidder shall execute the agreement on a non judicial stamp of Rs. 1000/- within 15 days of purchase order.

38 Signature of bidder with seal

Annexure ‘F’

(To be Produced with Technical Bid wherever required ) To whome it may concern

Authorisation Certificate

Cerified that –M/S------------------------------------

-------------------------------------------------------------------------(Name of firm submitting tender)

are authorised Bidder / Dealer to sale --------------------------------------------------------------

------------------------------------------------------------------------ (mention brand name of product)

Manufactured by us, in ---------------------------districts of ---------------------------(Mention

name of state) in INDIA

This authorisation is valid upto ----------------------------------------------------

Signature of

Dated------------------------ Manufacturer with complete

Address

(If Company Performa available- should be attach with this format)