south eastern railwayser.indianrailways.gov.in/uploads/files/1400817836710-bulletin... · in case...
TRANSCRIPT
Page 1 of 12
nfk.k iwoZ jsyosnfk.k iwoZ jsyosnfk.k iwoZ jsyosnfk.k iwoZ jsyos@@@@South Eastern RailwaySouth Eastern RailwaySouth Eastern RailwaySouth Eastern Railway
BULLETIN TENDER BOOKLET
dk;kZy;]dk;kZy;]dk;kZy;]dk;kZy;]Office of the
ofj"B eaMy lkexzh izca/kdofj"B eaMy lkexzh izca/kdofj"B eaMy lkexzh izca/kdofj"B eaMy lkexzh izca/kd /Sr.Divl.Materials Manager
pØ/kjiqj] eaMy]pØ/kjiqj] eaMy]pØ/kjiqj] eaMy]pØ/kjiqj] eaMy] Chakradharpur Division
Tel Fax No. 06587-236778,
email:[email protected]
LIST OF BULLETIN TENDERS FOR PURCHASE OF MATERIALS
LOCAL PURCHASE BULLETIN NO. : CKP/14/02 Dt. 22.05.2014
TENDER CLOSING DATE : 11.06.2014 TIME: 11:00 hrs.
TENDER OPENING DATE : 11.06.2014 TIME:11:30 hrs.
VENUE : Sr.DMM/CKP’s OFFICE
Visit Web Site : www.ser.indianrailways.gov. in to see tenders
Total No. of Tenders : 14
Page 2 of 12
GENERAL TERMS AND CONDITIONS FOR BULLITEN TENDER
1. Firm should submit their offer in tender format ‘A’ adhering tender conditions and instruction of tender case no indicated in table. Tenders must be submitted in sealed quotation covered duly indicating Tender No. and opening date on the face of the envelop with brief description. Each tender will have separate envelope indicating tender no , opening date & item name. Not more than one item can be quoted in a single tender.
2. They can submit their quotation on their letter head but information required in tender format should be strictly followed. The sealed tender must be dropped in the tender box placed in Sr. Divisional Materials Manager, south Eastern Railway, P.O. Chakradharpur, Jharkhand, by specific date and time. It is the responsibility of the tenderer to ensure that the tender reaches on or before the date and time as specified. The said office undertakes no responsibility for any postal delay or communication error.
3. Late and Delayed tender will not be considered. This will be the responsibilty of tenderer to drop his offer in tender box.
4. The validity of offer should be minimum 60 days. Firm who do not indicate validity of offer , it will be assumed that offer is valid for 60 days. Validity less than 60 days should not be quoted.
5. Offers not adhering the tenders condition / guidelines are liable to be ignored or rejected .No communication in that regard will be entered by Sr.DMM/CKP office. The decision of Sr.DMM/CKP will remain final and binding.
6. Change of product specification at post contract stage is normally not permissible. No erasures, alteration or overwriting are permitted on the tender form/quotation and or accompanying schedule. The tenderers are requested to attest to any correction in quotation if inevitable.
7. The rate quoted should be stated both in word in figures. Firms are advised to attach necessary documents in support of their offered rate like price list, purchase order etc. Suppliers should submit recent purchase order placed on them for tendered item along with their offer. Their credential in respect of supply of item and performance in terms of timely delivery and quality supplies will consider one of the important factors for adjudging acceptable/suitable offer for concluding contract.
8. Supplier who has earlier failed in supply of material or whose supplies have been rejected may not be considered for placement of purchase order being termed as unreliable source. However new firms with adequate capacity cum capability may be considered for placement of order subject to condition that they submit adequate documents to prove capacity cum capability. The decision of Sr.DMM/CKP for placement of Purchase order in this matter will be final. The firm with bad performance will be removed from the registered vendor list . New firm should simultaneously apply for registration in Sr.DMM/CKP office.
9. Please indicate valid VAT & TIN No as specified in tender form. The registration should be valid on the date of tender opening. Firm without VAT/TIN no should not quote and even if they quote their offer will not be considered. The firm should possess valid trade license/ authorised dealership certificate/ stockist of the tendered item/ past performance exists.
10. Firms who have no credentials in the tendered item or similar item supply in Government or Railway will have to pay Security money @10% of purchase order value, in form of DD in favour of FA&CAO/GRC /South Eastern Railway or in cash to the chief cashier/CKP division in event of purchase order being placed as required for due fulfilment of the contract.
Page 3 of 12
11. Tenderer is requested to clearly indicate the name of the manufacturer and brand if any of the stores tendered. The offer by distributor/dealers of any store should be accompanied with authorisation of distributorship/dealership certificate of their principle. Firm of NSIC, KVIC or other government approved small scale industries, Handlooms may produce certificate for exemption from S.D. money if sought.
12. PRICES: The rates and all other figures involving financial implication must be quoted in words and figures.
i) Freight charges: The firm should quote the price for free delivery to destination. The breakup of such must be given completely and unambiguously. In case Tender quote ex-works or ex-godown, they should invariably indicate the total freight charges i.e. from their Works/Godown to destination. In the event any Tenderer does not specifically record anything about the place of delivery in his offer, it will be assumed that the tenderer will bear the freight charge and the offer is for free delivery at the destination. This assumption will be final and binding on the tenderer and will not be subject to any legal dispute or arbitration in future.
ii) VAT/sale Tax/Excise duty/Service tax or other governmental levies etc : The tenderer should quote the exact percentage of VAT/sale Tax/Excise duty/Service tax or other governmental levies etc. that they will charge extra. Otherwise it would be assumed that the rate quoted is inclusive of all the government levies. The purchaser will not be responsible for any incorrect evaluation and consequent inter-se ranking, if a tenderer does not fill in form and quote incomplete, ambiguous and/ or misleading rates of taxes , duties and other charges in general terms. For non stock items, entry tax paid by the tenderer may be reimbursed on documentary evidence only in case it is offered in the quotation; otherwise rate offered shall be presumed inclusive of all. In purchase order, in this regard variance from the offer if any noticed by the tenderer should be intimated to the Sr.DMM/CKP at first opportunity.
iii) Packing and forwarding charges: Packing and forwarding charges should be quoted separately. The Excise duty(ED), Sale tax (ST) applicable on packing/forwarding should be stated clearly and in words, failing which ED/ST on packing/forwarding charges will be not taken into account and considered payable.
iv) Discount: Firms are advised that no discount should be quoted separately. Discount if any, should be included in basic rate. Conditional discounts (for quantity, early payment, delivery at other than specified location etc.) will not be considered for determining inter-se ranking. However, in interest of Railway administration , Sr.DMM/CKP may relax the condition .
v) Entry Tax:- Applicable entry tax for state government to be specifically mentioned in the offer. Entry tax paid by the tenderer may be reimbursed on documentary evidence only in case it is offered in the quotation, otherwise rate offer shall be presumed inclusive of all. In purchase order in this regard variance from the offer if any noticed by the tenderer shall be intimated to the purchaser at first opportunity.
13. Delivery: The tenderer should refer to the desired delivery schedule given in the tender schedule and quote accordingly. Part supply normally not be allowed except with prior permission of Sr.DMM/CKP and should be incorporated in Purchase order or subsequent amendment. Material to be delivered to consignee or authorised representative of Railway as per PO. Material should preferably be delivered by road transport/personal courier services. Freight charges if applicable should be quoted explicitly. Risk in transit is to be borne by Seller
Page 4 of 12
14. Failure to Supply within DP: Time is essence of contract. If the supplier failed to deliver the material within period fixed in supply order, they will be treated as defaulter and action will be taken as per extent rule. It will be at the discretion of Sr.DMM/CKP to grant DP extension with LD (@ 2% of PO value per month or part thereof )or cancel the PO with general damages @ 10 % of PO value if Security deposit not taken. If SD available ,then it will be forfeited.
15. INSPECTION: Inspection will be conducted by the consignee or as mentioned in tender notice Firm should strictly follow “Inspection clause” in tender enquiry. If any firm quote consignee inspection in place of RDSO/RITES inspection asked in the tender enquiry then the offer will be considered as technically unsuitable and no further clarification will be sought. If in case material is rejected, the vendor at their own charge and cost must be removed all rejected article within specific period. Railway administration will give reasonable care to all rejected materials but will not be responsible for any loss or damage that may occur to it whilst on their premises. If rejected supply is not removed within the specific time, the railway shall be at liberty to charge ground rent as per extant rate or dispose it after 21 days notice to lift the rejected stores
16. PAYMENT : 100 % Payment against receipt and acceptance of supplies. Payment will be made through RTGS/NEFT. Firm should submit mandate form for the same. Payment shall be made by Sr.DFM/CKP after passing the bill by Sr.DMM/CKP against verified bill and challan, inspection certificate along with complete bank mandate form in prescribed format duly self attested. Advance Payment Condition will not be accepted. In a case where Price Variation Clause (PVC) is applicable, working sheet supported with documents in support of PVC is required to be submitted at the time of claiming any payment.
17. WARRANTEE/GUARANTEE: Indian Railway standard warrantee and guarantee clause of IRS condition of contract are applicable if not mentioned in special condition of tender or drawing/ specification. Suppliers are advised to ensure that the materials are invariably stamped with manufacturer’s name, month and year of manufacture as may be detailed in specification/drawing of the material, so that warrantee can be correctly acted upon.
18. The railway administration reserves the right to cancel, reduce, accept any other in part or whole or divide the contract/tender without assigning any reason. Administration does not bind to accept the lowest offer and any offer or offer may be rejected or not accepted without assigning any reason what so ever for the same. No communication will be entertained by Sr.DMM/CKP in that respect,
19. The purchase will be governed by IRS condition of contract, special condition of tender or as specified in Purchase order.
20. Quotation received through Fax or email will not be entertainedQuotation received through Fax or email will not be entertainedQuotation received through Fax or email will not be entertainedQuotation received through Fax or email will not be entertained. This offer is issued without the prejudice to the rights end remedies
available with the purchase officer under the law.
ANY OTHER NECESSARY DETAILS IF REQUIRED MAY BE SOUGHT ON WORKING DAYS FROM OFFICE OF Sr.DMM/CKP
(Ajay Kr. Ranjan) Sr. Divisional Materials Manager S.E.Rly/Chakradharpur
Page 5 of 12
Sr.
No.
Case No. Description Unit Qty. Consignee Delivery
location
Special conditions
01 Elect(G)/14/24/43 Spares for 100HP pump. Mather & Platt make pump.
Sleeve (LH & RH), Part no.066, MOC: SS410
Set 02 SSE/EL-
G/ TATA
TATA a) Delivery - Ex stock or as early as possible within 30
to 45 days from PO date.
b) Inspection by AEE/G/TATA after receipt of material.
c) Warranty as per OEM terms.
d) OEM/authorised dealer only to quote necessary
certificate to be enclosed with tender.
02 Elect(G)/14/23/46 Foot operated Hydraulic cable socket compression tool
complete with all accessories suitable for 25 sq.mm. to
400 sq.mm. including 11 set dies in Hexagonal profile,
weight 16.500kg. Make-Jainson (Model-SAGAR-400) or
similar type of reputed brand.
No. 01 SSEE(G)/
CKP
CKP a)Delivery - Ex stock or within 2 months.
b) Inspection by DEE/G/CKP after receipt of material.
c) Warranty as per IRS term and condition .
d) Firm should be submit Catalogue, Price list, &
technical leaflet of offered material to be submitted along
with offer. Any deviation to be clearly indicated.
e) Test report form OEM to submitted along with supplies.
d)Dealership certificate to be enclosed with tender
03 Elect(G)/14/25/41 ISI marked pre-cooling cable 4 core x 10 sq.mm.
(80/0.40mm) 1100V grade, flexible cable thinned
annealed copper conductor taped with tape (optional)
black colour EPR (Type SE-2) insulated cores identified
by colour proof cotton tape and sheathed over all with
black coloured HD HOFR PCP (Type SE-4) conform to
IS:9968/Part I-1988 (reaffirmed 2005)
Mtrs. 100. SSEE(G)/
ROU
ROU a)Delivery - Ex stock or as early as possible.
b) Inspection by ADEE/G/BNDM after receipt of
material.
c) Warranty as per IRS terms.
d) Catalogue, Price list, & technical leaflet of offered
material to be submitted along with offer. Brand and make
to be clearly specified.
e) Test report form OEM to submitted along with supplies.
f) OEM/authorised dealer only to quote necessary
certificate to be enclosed with tender.
g) Reputed brand like Finolex, Havells etc.
04 Elect(G)/14/22/40 i)3.5 Digit, 0.5” LCD with ‘LO BAT’ & Polarity
indication digital multimeter measuring range upto 10A
AC with accuracy 1.5% + 5 counts with 10mA
resolution, AC/DC voltage up to 1000V and DC current
range also upto 10A with accuracy 1.25% + 2 counts
with 10mA resolution, resistance range up to 20 mega
ohms, continuity test range < 10Ω resistance and
transient protection 2KV (DC V, AC V & Ω range)
including 9V battery, lead and instruction manual.
Make-Motwane or similar type of reputed make.
ii)3.5 Digit LCD, 1999 counts with ‘LO BAT’
indication Insulation tester equipped with selectable
output voltage of 100V, 250V, 500V and 1000V DC
available with resistance ranges of 200 MΩ & 2000
MΩ, auto discharge after testing of IR value, automatic
zero adjustment including one pair of test leads with
detachable crocodile clips, 6 nos. 1.5V rechargeable
No. i)01
ii) 01
SSEE(G)/
CKP
CKP a)Delivery – at CKP required to consignee.
b) Inspection by DEE(G)/CKP after receipt of material.
c) Warranty period- more than one year.
d) Only OEM/authorised dealer/ Stockist should quote.
Certificate to be enclosed with tender
(e)Catalogue, Price list, & technical leaflet of offered
material to be submitted along with tender. If there is any
deviation from tender specification, the tender should
clearly spell out in offer.
Page 6 of 12
Sr.
No.
Case No. Description Unit Qty. Consignee Delivery
location
Special conditions
battery. Make- Motwane or similar type of reputed
make.
05 Elect(G)/14/27/45 4HP/3KW, 400V, 50Hz, 3Phase, NRV size:38mm,
Nominal speed 2900 RPM water cooled submersible
pump sets DOL starting method for 100mm dia bore
well having discharge capacity 2m³/Hr to 6m³/Hr. for
148 mtr to 78mtr head respectively. Overall length
1473mm and weight 30kg. Make-KSB (Model:CORA
4C/25 + UMAI 100/3/22 or CRI or Shakti pump.
Nos 02 SSEE(G)/
CKP
CKP a)Delivery - Ex stock or as early as possible.
b)Inspection by DEE(G)/CKP after receipt of material.
c) Warranty of 02 year after supply.
d)Only OEM/authorised dealer/ Stockist should quote.
Certificate to be enclosed with tender.
e) Catalogue, Price list, & technical leaflet of offered
material to be submitted along with tender. If there is any
deviation from tender specification, the tender should
clearly spell out in offer.
06 Elect(G)/14/26/44 2HP/1.5KW, 220V, 50Hz, 1Phase, NRV size:38mm,
Nominal speed 2900 RPM water cooled DOL starting
method submersible pump sets for 100mm dia bore well
having discharge capacity 2m³/Hr to 6m³/Hr. for 89 mtr
to 47mtr head respectively. Overall length 1123mm and
weight 24kg. Make-KSB (Model:CORA 4C/15 +
UMAI(S) 100/1.5/22 or CRI or Shakti pump.
Nos. 02 SSEE(G)/
CKP
CKP a)Delivery - Ex stock or as early as possible.
b)Inspection by DEE(G)/CKP after receipt of material.
c) Warranty of 02 year after supply.
d)Only OEM/authorised dealer/ Stockist should quote.
Certificate to be enclosed with tender.
e) Catalogue, Price list, & technical leaflet of offered
material to be submitted along with tender. If there is any
deviation from tender specification, the tender should
clearly spell out in offer.
07 Elect(G)/14/28/42 i)On Load changeover switch. (Rated current-100A),
415V, 4Pole, 50Hz. (Side handle). In sheet enclose,
specification. Conform to IEC 60947-3, IS/IEC 60947-3.
Type:CO1-100. Make: L&T. (CAT. No.
CO11000OSOO. Type:CO1-100) or HAVELLS or
C&S.
ii)On Load changeover switch. (63A), (Double Pole),
(Side handle). In sheet enclose, 415V-AC. 50Hz.
Specification: IS/IEC 60947-1&3. Make-
HAVELLS/CAT.No.IHCFDE0063 or L&T or C&S.
Nos i)03
ii)04
SSEE(G)/
BNDM
BNDM a)Delivery-at BNDM.
b)Inspection by AEE/G/BNDM.
c)Warranty as per IRS terms and condition.
d)Catalogue, Price list, & technical leaflet of offered
material to be submitted along with tender. If there is any
deviation from tender specification, the tender should
clearly spell out in offer. Firm should indicate exact make
& model of the item.
e)Only OEM/authorised dealer/ Stockist should quote.
Valid certificate to be enclosed with tender.
08 ELTC/TATA/14/
38/69
Aesthetic Glow sign Board for ELTC/TATA/S.E.Rly,
1)Size:-20ft x 4ft x 8inch
2)Size:-board will be of white poly glass acrylic sheet on
which stickering work as per annexure-1 , 3) The Glow
sign board to be fixed on 24gauge galvanized sheet box
with fixing arrangement as per decided by
principal/ELTC/TATA, 4) 12 nos. 28watt tub light with
tub light fitting (Branded new material) of reputed brand
like Philips, Havells should be well placed and wiring for
illumination. Please see Annexure ‘A’ of tender
ELTC/TATA/14/38/69 .
No. 01 WARDEN
/ELTC/TA
TA
TATA a)Delivery-at ELTC/TATA
b)Inspection by Principal/ELTC/TATA.
c)Warranty CLAUSE:01 year on electrical fitting and 03
years on Board and BOX
d)Inspection by principal /ELTC/TATA before supply of
material. Firm should obtain approval of white acrylic
sheet sample before stickering or cutting is done .
e)Firm should supply and install the board in location
desired by principal/ELTC/TATA. Installation cost if
required may be indicated extra otherwise it will be
assumed that installation cost is inclusive.
f) Firm should have experience of such work and P.O. if
Page 7 of 12
Sr.
No.
Case No. Description Unit Qty. Consignee Delivery
location
Special conditions
any or capacity to execute this work. Proof should be
enclosed with tender.
09 DEE(OP)/14/19/3
2/RT
Thermo steel vacuum insulated 500ML capacity flask
with suitable carry case for flask inside and outside body
should be fabricated of high quality stainless steel. The
product should have warranty of 01 year, CKP in a circle
should be marked (Permanent indelible) on the carry case
as well as out side body of flask for at least 10M.M letter
size suitable spaced,
b) Only OEM/authorised dealer/Stockist should quote.
For Milton or cello commando or reputed brand.
Nos. 700 CCC(E)/
CKP
CKP a)Delivery –Ex Stock or as early as possible.
b)Inspection by AEE(OP)/CKP after receipt.
c)Firm to submit technical leaflet along with picture of
product intended to supply along with offer.
d) Only authorised dealer/Stockist should quote
certificate to be enclosed with tender.
10 Mech/14/23/31/R
T
Spares for close circuit Camera specificationsi) DVR 4
channel Make “CP Plus” or similar-02 nos., (ii) Hard
disk 500GB make “WD” or similar- 02 nos., (iii) Camera
IR CP Plus or similar-03 nos., (iv) Power supply 4
channel- 03 Nos, (v) Mice-02 Nos. Details as per
annexure A, to this tender no. Mech/14/23/31/RT.
Nos. 12 DME/
CKP
CKP a)Delivery - Ex stock or as early as possible.
b) Inspection by DME/CKP after receipt.
c) 12 month Warranty period or OEM Warranty
condition required.
d) Only OEM/authorised dealer/ Stockist should quote.
Certificate to be enclosed with tender.
11 Mech/13/06/500/
RT
Set of feeding belt & folding belt for TOLON/FWI 3000
x 800 Flat work roller type ironer at mechanized laundry
TATA
Feeding belt (Polyster felt belt) with fastener
arrangement, Size 150mm x 1810mm qty 01 nos.
Folding belt (Polyster felt belt ) with fastener
arrangement, Size 150mm x 5480mm Qty 01 nos.,
Make:-Ramsons or Similar.
Set 18 SSE
(C&W)/
TATA
TATA a)Delivery - Ex stock or as early as possible.
b) Inspection by CDO/Tatanagar after receipt.
c) 24 month Warranty period requiredor OEM Warranty
condition.
d) Catalogue, Price list, & Technical leaftet of offered
material to be submitted along with offer.
e)Test report form OEM to submitted along with supplies.
12 Mech/14/31/70 Wind shield cutter. Part No. 84150/6235-C, Model:-
WSC-1 of make LUKAS or Similar. Details as per
Annexure A to tender no- Mech/14/31/70.
Nos. 03 SSE
(C&W)/
CKP
CKP )Delivery - Ex stock or as early as possible.
b) Inspection by DME/CKP after receipt.
c) Only OEM or its authorised dealer to quote.
d) Warranty as per IRS terms and condition.
13 Mech/14/32/71 Jacket type Rain suit with cap & leggings along with
stenciling on back colour:-Orange, Make:-Duck Back
,Versalis,Lords or Similar, Stenciling on back:-as per
sample at Annexure-A to Tender Enquiry No:
Mech/14/32/71.
Nos. 96
(Size-
L-30
XL-40
XXL-26
SSE/
C&W/
CKP
CKP a)Delivery - Ex stock or as early as possible.
b) Inspection by DME/CKP after receipt.
c) Warranty as per IRS terms and condition
d) Only OEM or its authorised dealer or Stockist to quote.
e) Catalogue, Price list, & Technical leaftet of offered
material to be submitted along with offer.
14 Mech/14/33/72 Breathing apparatus, Model:-PASS 3000 of make
DRAGER, SCOTT, MSA,Safe Guard or Similar.
Details as per annexure A to tender no.Mech/14/33/72
Nos. 04 SSE/
C&W/
CKP
CKP a)Delivery - Ex stock or as early as possible.
b) Inspection by DME/CKP after receipt.
c) Warranty as per IRS terms and condition.
Page 8 of 12
Annexure A to tender no- ELTC/TATA/14/38/69
Page 9 of 12
Annexure A to tender no- Mech/14/31/70.
Technical Specification
Wind Shield cutter should be lightweight. Total weight of complete set should not be more than 700gm.
The cutting blade of the wind shield cutter should be detachable & adjustable. The length of the cutting blade
should not more than 300mm and weight of the blade should be within 100gm.
The cutting blade should be made of high speed steel with hardened tip.
The TPI of the cutting blade should be within 9 to 10 TPI.
The hardness of the cutting blade should be within 50 to 75 HRc
Page 10 of 12
Annexure A to tender no Mech/14/32/71 Sample copy of stencilling to be done on the back of the Rain Suit:-
1. Cross in white colour.
2. Base of white cross in red colour.
3. ARME in white colour.
4. Depot name like BNDM, DPS, TATA & CKP in white colour.(24 nos. rain suit for each depot)
5. S.E.RAILWAY in white colour.
6. Base colour of the Rain suit i.e. orange colour.
1
2
3
4
5
6
Page 11 of 12
Annexure A to tender Case No: Mech/14/33/72
Technical Specification: - Compressed air breathing apparatus conforming to EN 137 : 2006 (Type2) or higher.
A Complete set includes the following components:
(i) Composite back plate.
(ii)Standard carrying harness.
(iii) Cylinder strap with cam lock.
(iv)Pressure reducer valve.
(v)Push-in plus lung demand valve.
(vi)Pressure gauge with warning whistle and.
(vii)Panorama nova P PC face mask and.
(viii) Steel cylinder with valve.
Breathing apparatus should be lightweight. Total weight of complete set (back) plate & harness) excluding
cylinder should not be more than 3kg.
Steel cylinder should be 6.0ltr capacity with 300 bar pressure.
Input pressure of cylinder:-0-300bar
Nominal 1st stage output pressure :-7.5bar
1st stage output flow:More than 1000 ltrs/Min
LDV output flow:-More than 400 ltrs/min
Alarm whistle activation pressure:-50-60 bar
Alarm whistle sound level:- more than 90dba
Page 12 of 12
Annexure-A
Tender Case no: Mech/14/23/31/RT
Specification for IR bullet Camera
Efffective Pixels: PAL: 500Hx582V, NTSC:510Hx492V
H-Resolution: 420 TVL
S/N Ratio: more than 48dB
Min. Illumination: 0 [email protected]
Lens: 3.6 mm
White Balance: Auto
Model CP Plus,Hick vision or LS Vision
Specification of DVR
Operating System Embedded Linux or Similar
Control Devices Front panel, USB Mouse, Control Keyboard, IR Remote control,
Network Keyboard
Video Input 4 Ch., BNC, 1.0Vp-p, 750
Video Output 1 Ch. TV Out BNC, 1.0Vp-p, 750, VGA, Max. Res.:1280x1024
Video Standard PAL: 625 Lines, 50f/s; NTSC: 525 Lines, 60f/s
Compression Video: H.264, Audio: G.711
Video Resolution D1(4CIF) NTSC:704x480, PAL:704x576, CIF NTSC:352x240
PAL:352x288, QCIF NTSC:176x120 PAL:176x144
Video Recording CIF/QCIF PAL:1FPS-25FPS, NTSC:1FPS-30FPS, 4CIF PAL:1FPS-
6FPS, NTSCAFPS-7FPS, 1st Ch. Full D1
Model CP Plus, Hick vision or LS Vision
Specification of Mic:-
Audio Output: Max 2.0 Vp-p
Power Supply: DC 12V (± 0.5V)
Current Consumption: 10mA
Storage Temperature: (-302C to +602C)
Operating Temperature: (-102C to +452C)
Make Westmile,SMTkey, U-Guard or Similar
Specification of Hard Disk:-
PHYSICAL SPECS Make WD
Capacity: Minimum 500 GB
Interface: SATA 3Gb/s
Spindle Speed: 7200 RPM
Cache Buffer: Minimum 16 MB
PERFORMANCE SPECS
Seek Times
Read Seek Time: 8.9 ms
Write Seek Time: 10.9 ms
Transfer Rate
Buffer To Disk: 748 Mbits/s (Max)
Power Requirements
Read/Write: Maximum 9.50 Watts
Idle: Maximum 8.75 Watts
Standby: Maximum 1.60 Watts
Sleep: Maximum 1.50 Watts
Make WD, Seagate or Hitachi or similar
Specification of Power Supply 4 channel:-
Voltage: Approx 12v DC
Channels: 4 Channel
Power Output:
2 Amp - 500nnA / Channel Max.
Regulated: UL Rated
Make PSPRO,Speco,ATX or Similar