Final Tender of NER Project

advertisement
Tender No.C-2(b)/SSG/NER-Blance/2016
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRALELECTRONICSLIMITED
(A Public Sector Enterprise)
TENDER DOCUMENT
for the
“Supply, Installation, testing and commissioning of the Balance
portion of the work of Integrated Security System in NER and
ECOR”
Assistant General Manager (Materials)
Materials Management Division
Central Electronics Limited,
4, IndustrialArea, Saur UrjaMarg, Sahibabad–201010(UP)INDIA
Tel.No.0091-120-2895145FaxNo.0091-120-2895148
Email:mmd@celsolar.comWebsite: www.celindia.co.in
Tender No.C-2(b)/SSG/NER-Blance/2016
Important Instructions: 1.
The following documents/Annexure are part of tender document:
a. Tender notice and Prequalification Criteria
b. Important Date Sheet :
c. General Terms and conditions
d. Special Terms and conditions :
e. Schedule of Rate
f. Format for submission of Vendor Data:
g. Tender acceptance letter:
Annexure 1
Annexure ‘A’
Annexure ‘A-1’
Annexure ‘B’
Annexure ‘C’
Annexure ‘D’
2.
Vendor Data should be submitted in the Format for submission of Vendor Data as per ANNEXURE ‘C’.
3.
Quotation should be submitted in Single Bid system.
1.
Vendors who have successfully supd to CEL to quote in this tender.
Tender No.C-2(b)/SSG/NER-Blance/2016
FORMAT NO. : CEL/FR/MMD/03(01)
CENTRALELECTRONICSLIMITED
(A Public Sector Enterprise)
4, Industrial Area, Saur Urja Marg, Sahibabad–201010(UP)INDIA
Tel.No.0091-120-2895145FaxNo.0091-120-2895148
Email:mmd@celsolar.comWebsite: www.celindia.co.in
TENDER NOTICE
Tender notice no. C-2(b)/SSG/NER-Blance/2016
19.03.2016
Central Electronics Limited invites sealed bid under single bid System from eligible bidders which
are valid for a minimum period of 90 days from the date of opening (i.e., 22.03.2016) for “Supply,
Installation, testing and Commissioning of the Balance portion of the work of Integrated Security
System in NER and ECOR”
Scope of Work
Earnest Money
Deposit
Supply, Installation, testing and Commissioning of the Balance portion
of the work of Integrated Security System in NER and ECOR
INR 5,00,000 (Rupees Five Lakh Only)
Interested parties may view and download the tender document containing the
detailed terms & conditions, free of cost from our websitewww.celsolar.com and
www.eprocure.gov.in/epublish/app
Please see Document Control Sheet at Annexure -1.
ForCENTRAL ELECTRONICS LIMITED
SdAssistant General Manager (Materials)
Materials Management Division
Tender No.C-2(b)/SSG/NER-Blance/2016
Annexure-1
Document Control Sheet
Tender Reference No.
C-2(b)/SSG/NER-Blance/2016
Name of Organization
Tender Type
(Open/Limited/EOI/Auction/Single)
Tender Category (Services/Goods/works)
Type/Form of Contract (Work/Supply/
Auction/Service/Buy/Empanelment/Sell)
Payment Mode (Online/Offline)
Central Electronics Limited
Single
Date of Issue/Publishing
Document Download/Sale Start Date
Document Download/Sale End Date
Bid submission Start Date
Last Date and Time for Submission of Bids
Date and Time of Opening of Bids
19.03.2016(18:00 Hours)
19.03.2016(18:00 Hours)
22.03.2016 (11:30 Hours)
19.03.2016(13:00 Hours)
22.03.2016 (11:30 Hours)
22.03.2016 (12:00 Hours)
Works
Work
Offline
Tender No.C-2(b)/SSG/NER-Blance/2016
Annexure A
General Terms and Conditions
1.
CEL will prefers to get offers directly from the original manufacturers and prefer to deal directly
with manufacturer. No Deviation from Specification, Terms & Condition of Tender allowed.
Quotations having deviation from our specification, terms & condition would be rejected
2.
Basis of price: The offer should clearly indicate units and rates. Prices should be submitted on FOR
CEL, Sahibabad basis for indigenous bidders while FOB Basis for foreign bidders whichever is applicable.
3.
4.
In a tender either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both
cannot bid simultaneously in the same tender. If an agent submit bid on behalf of the Principal/OEM, the
same agent shall not submit a bid on behalf of another Principal/OEM in the same tender. Agent quoting
on behalf of OEM /Principal shall submit valid authorization certificate along with their offer.
Taxes and duties: All taxes and Duties are inclusive in Quoted price.
5.
Completion Period The contractor shall complete the works within 120 days of the placement of
order by CEL.
6.
Performance bank guarantee: Successful tenderer will have to submit a Performance bank Guarantee
valid for three years in the prescribed format of 5% of the total value of the work within 15 days of placing
the order.
7.
Price reduction for delayed delivery: If the contractor fails to complete the work within the specified
period, liquidated damages will be imposed equivalent to 0.75% of the work order value except for those
items that have been supplied, installed and commissioned for one month. There after 1% per week of LD
will be imposed subject to a maximum of 10% of the non-completed work value. CEL may however,
extend the delivery period looking into the merits of the case.
8.
Price variation Clause: Not Applicable
9.
Validity of offer: The quotation/tender/bid submitted by the bidder/supplier shall be valid for a minimum
period of 90 days from date of opening.
10.
Any corrections/alterations in the tender/quotation/bid are to be duly signed by the bidder. CEL does not
take any responsibility for delay in receipt or non-receipt or loss of tender(s) in transit
11.
Earnest money amount of Rs. 5,00,000 in the form of demand draft favoring Central Electronics
Limited and payable at Delhi and valid for 3 month to be submitted along with tender documents. No
interest shall be payable on the earnest money deposited by bidder/ tenderer. The earnest money may be
deposited through TT/SWIFT into CEL’s account with Syndicate Bank. The details of account are as
below:
Beneficiary Name: Central Electronics Limited
Beneficiary Account Number/IBAN: 87761250000014
Beneficiary Bank SWIFT Address/BIC: SYNBINBB161
Beneficiary Bank Name: Syndicate Bank
Beneficiary Bank Address: Sahibabad Branch, CEL Complex, Plot No. 1, Site 4, Sahibabad 201010
INDIA
Tender No.C-2(b)/SSG/NER-Blance/2016
The earnest money (after deduction of bank charges, if any) of unsuccessful bidder / tenderer will be
refunded within one month of finalization of tender. The earnest money of successful bidder would be
converted into security deposit and would be returned (after deduction of bank charges, if any) to the
bidder after 2 months of successful completion of work.
Exemption from submission of EMD: The following type of bidders are exempted from submission of
EMD subject to submission of relevant documents mentioned herein:
a) Micro & Small Enterprise registered with DIC or KVIC or KVIB or Coir Board or NSIC or DHH or
any other body specified by Ministry of Micro, Small and Medium Enterprises, Govt. of India. A copy of
valid registration certificate should be submitted with technical bid of quotation.
12.
CEL reserves the right to reject any or all tenders/quotations/bids received or accept any or all
tenders/quotation/bids wholly or in part. Further, CEL reserves the right to order a lesser quantity without
assigning any reason(s) thereof. CEL also reserves the right to cancel any order placed on basis of this
tender in case of strike, accident or any other unforeseen contingencies causing stoppage of production
at CEL or to modify the order without liability for any compensation and or claim of any description.
13.
Submission of Tender Documents: Tender/Quotation/Bid in sealed cover super-scribing the tender
notice no., name of the item and due date should be delivered at the Office of the Asstt. General
Manager, Materials Management Division, Central Electronics Limited, 4, Industrial Area, Saur Urja
Marg, Sahibabad – 201010 (U.P), INDIA. Last date of receiving of tenders/quotations is 22/03/2016 up to
11:30HrsIST.
14.
Opening of Tenders: Technical Bid will be opened on 22/03/2016 at 11:30 Hrs (IST).
15.
In case an order placed by the CEL based on the quotation/bid/tender submitted by the bidder/supplier is
not executed by the supplier/bidder, CEL may buy the ordered goods from elsewhere and recover the
additional amount that CEL may have to spend in procuring the stores plus 10% to cover the overhead &
incidental expenses.
16.
The terms and conditions mentioned here will be superseded by Special Terms and Conditions of
Annexure A-1 in case of any ambiguity.
17.
Arbitration: Any disputes, difference controversies/ difference of opinions, breach and violation arising
from or related to this agreement/contract/work order etc. between the parties shall be resolved by mutual
discussion/reconciliation in good faith. If disputes, difference controversies/difference of opinions, breach
and violation arising from or related to this agreement/contract/work order etc. cannot be resolved within
30 days of commencement of reconciliations/ discussions then the matter shall be referred to the Sole
arbitrator, nominated by CMD, CEL for this purpose and his decision shall be final and binding on both the
parties. There will be no objection to any such appointment on the grounds that the Arbitrator is an
employee of CEL and no appeal on any order passed by the Arbitrator for this purpose shall be filed in
any Court of Law on such ground.
Tender No.C-2(b)/SSG/NER-Blance/2016
Annexure –‘A-1’
Special Terms and Conditions
1
2
3
4
5
6
7
Scope of the Work: Supply, Installation, testing and Commissioning of the Balance portion of the
work of Integrated Security System in NER and ECOR
System shall be supplied to the nominated stores of Railways and installed and commissioned at the
sites mentioned in this document. No extra charges shall be paid to the contractor towards loading,
unloading, lifting, stacking, rehandling etc. of the material including transportation at work site
Successful tenderer shall provide comprehensive AMC of the system for a period of two years.
However, CEL reserves the right to stop the AMC with one month notice. Order for the AMC will be
placed separately.
All the material in this tender shall be in accordance with the RDSO specification No.
RDSO/SPN/TC/65/2013. Copy of this specification is enclosed
All items to be supplied by the firm shall be inspected by RDSO, RITES or consignee i.e. Railways.
Cost towards inspection shall have to be borne by the contractor. The inspection charges to be paid
and the agency that will do the inspection of various items have been detailed in the Annexure
The tenderer shall be registered in UP as well as Bihar. If this is not so, registration in UP and Bihar
must be done by the successful tenderer. Payments shall be released after registration in both the
states
Tenderers are requested to submit their bids in the format enclosed inclusive of all taxes and duties.
A separate sheet for the details of taxes shall also be provided. The prices offered shall be valid for a
period of 90 days.
8
The contractor shall complete the works within 120 days of the placement of order by CEL.
9
All the equipments that will be supplied under this work shall be warranted for a period of three years
from the date of installation and commissioning. The firm shall maintain the entire installation for a
period of three years (warranty period) from the date of commissioning. The bidder must quote for
the comprehensive AMC for two years as well after the warranty period
Successful tenderer will have to submit a Performance bank Guarantee valid for three years in the
prescribed format of 5% of the total value of the work within 15 days of placing the order
Operational training to nominated CEL representative and Railway personnel shall be done by the
successful bidder at site will have to be conducted
Proper project documentation bringing out the details of the installation shall be provided after the
installation and commissioning of the system
Materials are to be supplied at the following Railways Stores
Location
Nominated Stores
10
11
12
13
14
Gorakhpur
SSE/Tele/GKP
Lucknow
SSE/Tele/LJN
Chapra
SSE/Tele/CPR
1. Payment terms:
1. Schedule of Supply:
1. 80% payment of the schedule of supply shall be made through 60 days usance LC
from the date of dispatch.
2. Balance 10% payment shall be done after successful installation and commissioning
of the supplied item is done in the field and Railways measurement book for the
Tender No.C-2(b)/SSG/NER-Blance/2016
same is signed by CEL. The firm shall extend its support to CEL in getting this MB
signed.
3. Balance 10% shall be payable after the receipt of installation & commissioning
payment by CEL from Railways. This shall be paid after BG of 50% of the balance
10% amount is submitted to CEL in the prescribed format.
4. The following document shall be provided along with BOE for the payment purpose:
1. Receipt of material duly signed & certified by nominated store depot of Railways.
2. Original Invoice & GR/RR.
3. Copy of Inspection certificate issued for the items by RDSO/RITES/Consignee,
as the case may be.
4. Warranty certificate from OEMs for various components.
2. Schedule of Services:
1. 95% payment with 10 days of receipt of payment from Railways for the installation of
these items.
2. Balance 5% after the warranty period of the installation work or after submission of a
BG of equivalent amount.
3. The following documents shall be provided along with the bills for the purpose of
payment:
1. Original Invoice
15
16
17
If the contractor fails to complete the work within the specified period, liquidated damages will be
imposed equivalent to 0.75% of the work order value except for those items that have been supplied,
installed and commissioned for one month. There after 1% per week of LD will be imposed subject to
a maximum of 10% of the non-completed work value. CEL may however, extend the delivery period
looking into the merits of the case
Billing details:
1. The tenderer should be registered or should get itself registered in both UP and Bihar.
2. The bills for the supply and services in Bihar should be raised separately to CEL, Bihar.
3. The bills for the supply and services in Uttar Pradesh should be raised separately to
CEL, Sahibabad.
CEL may place order for full or part of the tender without assigning any reason thereof. CEL also
reserves the right to cancel, accept or reject any/all the bids without assigning any reasons thereof.
Annexure B
Schedule of Rates (UP-1)
A. Supply Schedule in Uttar Pradesh
Sl. No.
Item Description
Unit
GKP
Qty
LJN
Total
Rate
Amount
1
Supply of High Resolution fixed Box type IP camera with
lens,housing,mount,power supply arrangements and
enclosure as per RDSO spec. No. SPN/TC/65/2013 Rev.2
with latest amendment. All installation materials and
fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
52
39
91
33,958
30,90,178
2
Supply of outdoor PTZ dome IP camera with
lens,housing,mount,power supply arrangements and
enclosure as per RDSO spec. No. SPN/TC/65/2013 Rev.2
with latest amendment. All installation materials and
fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
15
10
25
94,883
23,72,075
Set
1
1
2
1,74,785
3,49,570
3
Supply of furniture i.e. three tables ( Model T-102,make
Godrej),six chairs (03 nos Model CH-1007,& 03 nos
Model CH-6,make Godrej) and three Storwel Plan & 03
No Glass Door Storwel (Godrej) for each station as per
design approved by the Rly. Engineer. (Inspection-RDSO)
4
Supply of Wireless Transmitter/Receiver Unit for yards as
per RDSO spec. no. SPN/TC/65/2013 Rev.2 with latest
amendment. (Inspection-RDSO)
Nos
3
2
5
1,00,676
5,03,380
5
Supply of Digital Keyboard for PTZ functionality as per
RDSO spec. no. SPN/TC/65/2013 Rev.2 with latest
amendment. (Inspection-RDSO)
Nos
1
1
2
31,461
62,922
Nos
11
11
22
79,902
17,57,844
LOT
1
0
1
6,29,225
6,29,225
LOT
0
1
1
6,29,225
6,29,225
9
Supply of UPS of 5 KVA capacity of
Liebert/Emerson/APC make with 2 hours backup as per
RDSO specification No. SPN/TC/65/2013 Rev.2 with
latest amendment. (Inspection-RDSO)
Nos
2
2
4
1,79,779
7,19,116
10
Supply of Multifunction Printer of HP make equivalent or
higher to HP 1022 model or similar with equal or better
specification. (Inspection-Consignee)
Nos
1
1
2
18,877
37,754
11
Supply of media converter as per RDSO specification No.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection- Nos
RDSO)
24
24
48
5,034
2,41,632
3150
3150
6300
95
5,98,500
6
7
8
12
Supply of 24 Port layer-2 switch as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment, including
supply of wall mounted 19 inch rack of requisite size and
all installation material. (Inspection-RDSO)
Supply of Network video management & video recording,
Video Analytics software and GUI client Software with
licence, to support minimum of 200 cameras, 5 user
licences as per RDSO specification No. SPN/TC/65/2013
Rev.2 with latest amendment. (Inspection-RDSO)
Supply of Network video management & video recording,
Video Analytics software and GUI client Software with
licence, to support minimum of 100 cameras, 5 user
licences as per RDSO specification No. SPN/TC/65/2013
Rev.2 with latest amendment. (Inspection-RDSO)
Supply of 24 Fibre armoured single mode optical fibre
cable as per RDSO specification No. SPN/TC/65/2013
Rev.2 with latest amendment. (Inspection-RDSO)
Mtrs
13
14
Supply of GI pipes of 50mm dia 3.65 mm thick as per
subsequent paras of techincal specification(InspectionConsignee)
Supply of Installation accessories like rack, LEU, patch
cord, connectors, power strips, distributions boxes etc.
Mtrs
350
350
700
Lot
1
1
2
225
1,57,500
1,40,000
2,80,000
Total
1,14,28,921
Rate
Amount
B. Service Schedule in Uttar Pradesh
Sl. No.
Item Description
Unit
GKP
Qty
LJN
Total
1
Installation of High Resolution fixed Box type IP camera
with lens,housing,mount,power supply arrangements and
enclosure as per RDSO spec. No. SPN/TC/65/2013 Rev.2
with latest amendment. All installation materials and
fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
52
39
91
679
61,789
2
Installation of outdoor PTZ dome IP camera with
lens,housing,mount,power supply arrangements and
enclosure as per RDSO spec. No. SPN/TC/65/2013 Rev.2
with latest amendment. All installation materials and
fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
15
10
25
1,898
47,450
3
Installation of 40'' LCD Monitors as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment. For video
along with Hardware, Drivers,Software. All installation
materials and fixtures have to be supplied along with the
monitors. (Inspection-RDSO)
Nos
3
2
5
1,099
5,495
Set
2
2
4
4,694
18,776
Nos
3
2
5
2,014
10,070
Set
5
3
8
7,191
57,528
4
5
Installation of industrial PC workstation as per RDSO
spec. no. SPN/TC/65/2013 Rev.2 with latest amendment.It
will also include USB Keyboard and mouse.All installation
materials and fixtures have to be supplied along with the
workstation. (Inspection-RDSO)
Installation of Wireless Transmitter/Receiver Unit for yards
as per RDSO spec. no. SPN/TC/65/2013 Rev.2 with latest
amendment. (Inspection-RDSO)
Installation of Network Video
Recorder/management/Analytic Server Hardware meeting
with RDSO spec. no. SPN/TC/65/2013 Rev.2 or higher
with requisite softwares and interface with Video Network.
Server shall be of DELL,HP or IBM make with following
upgraded specifications: (Inspection-RDSO)
a) Server Rack
b)Compatibility with Operating
System(Linux/Windows),X86,Red Hat Linux,SUSE Linux,
Windows 2003, Windows 2008,
c) 8MB L Cache,
6
d) Memory minimum: 12 GB Registered DDR3 @
1333MHz,
e) 8 Nos of 600GB 10K RPM SAS,
f)RAID Controller with 256MB battery backed cache,
g)DVD-RW
h)4 Nos of PCI Express Gen-2 Slots,
i)2 Nos of Gigabit Network Ports,
j)The Chassis has to be populated with all the FANS and
should be supplied with Dual/Redundant Power Supplies.
k)USB Keyboard, USB Mouse,
l)Windows 2008 OS 64 bit Standard Edition
m)All installation material and server rack to be supplied
with the servers.
Installation of External Storage device with RAID 5
protection as
per RDSO specification No. SPN/TC/65/2013 Rev.2 with
latest amendment. (Inspection-RDSO)
Nos
2
1
3
16,979
50,937
Nos
2
2
4
5,993
23,972
Nos
11
11
22
1,598
35,156
10
Installation of UPS of 5 KVA capacity of
Liebert/Emerson/APC make with 2 hours backup as per
RDSO specification No. SPN/TC/65/2013 Rev.2 with
latest amendment. (Inspection-RDSO)
Nos
2
2
4
3,596
14,384
11
Installation of media converter as per RDSO specification
No. SPN/TC/65/2013 Rev.2 with latest amendment.
(Inspection-RDSO)
Nos
24
24
48
101
4,848
Mtrs
5250
5250
10500
63
6,61,500
Mtrs
1400
1400
2800
378
10,58,400
525
525
1050
63
66,150
Mtrs
2800
2800
5600
2
11,200
7
8
9
12
13
14
15
Installation of 24 Port layer-3 switch as per RDSO spec.
no. SPN/TC/65/2013 Rev.2 with latest amendment,
including supply of wall mounted 19 inch rack of requisite
size and all installation material. (Inspection-RDSO)
Installation of 24 Port layer-2 switch as per RDSO spec.
no. SPN/TC/65/2013 Rev.2 with latest amendment,
including supply of wall mounted 19 inch rack of requisite
size and all installation material. (Inspection-RDSO)
Drawing and Fixing of armoured OFC/power cable or both
in PVC conduit pipe of suitable dia. 1.0mm thick (3 mtrs
long) with suitable clamps, one clamp,/meter for existing
Railway structures. All required materials are to be
provided by the contractor.
Excavation of trenches upto a depth of 1200 mm of
appropriate width at the bottom for all types of soil, filling
after laying of telecom cable/OFC HDPE/DWC, ramming
of soil in trenches and consolidation of soil as well as the
disposal of the excess soil if any, and provision of
RCC/Stone route markers as detailed in the technical
supplement and as advised by engineer.
Cutting of trench across/on the platform for a depth of
10cm with cutting machine and filling the trench after
cable laying and repairing /restoring the surface/platform to Mtrs
the satisfaction of Railway’s site in-charge.
Laying & (fixing & clamping) of 50 mm dia. HDPE pipe
(TEC spec. No. G/CDS-08/02, Nov’04 or latest) with
accessories on wall or structure/ in trench/HDD etc. for
drawing of CAT-6/OFC cable/power cable in the same to
suit site conditions. All materials for fixing, clamping of
HDPE pipe, cutting of masonry wall at the entry of room,
repairing of masonry wall, cement plastering as per site
requirement are to be supplied by contractor, Inspection of
HDPE pipe by RITES. (Inspection- Consignee)
16
Trenchless boring (by using HDD or manual pushing
method) for laying of HDPE duct.
Mtrs
1400
1400
2800
599
16,77,200
17
Fixing/laying of GI pipes of 50mm dia 3.65 mm thick as
per subsequent paras of technical specification & site
requirement (Inspection- Consignee)
Mtrs
350
350
700
8
5,600
2000
2000
4000
40
1,60,000
18
Blowing/Drawing/Laying of OFC/power cable/CAT6 cable
in trench/GI pipes in the ground/on the wall or on overhead
structures like bridges/Foot over bridges as per subsequent Mtrs
paras of technical specification from 7.9 to 7.12 & 8.1.
19
Drawing of CAT 6 cable in conduit pipe duly fixing with
one clamp/metre and bends. Conduit pipe should be of size
25mm dia/1mm thick (3 mtrs. Long), of approved make.
All other required material has to be provided by the
Contractor.
Mtrs
4000
4000
8000
40
3,20,000
20
Installation and commissioning of Maintenance free earth
as per subsequent paras of technical specification 8.2
Set
2
2
4
1,258
5,032
21
Installation of accessories like rack, LEU, patch cord,
connectors, power strips, distributions boxes etc.
Lot
1
1
2
20,000
40,000
Total
43,35,487
I hereby agree to do this work at ______% above/below* the above schedule of rate.
____________________
Signature of Tenderer
* Strike whichever is not applicable.
Schedule of Rates (BIHAR)
C. Supply Schedule in BIHAR
Sl. No.
1
2
3
4
Item Description
Supply of High Resolution fixed Box type IP camera with
lens,housing,mount,power supply arrangements and enclosure as per
RDSO spec. No. SPN/TC/65/2013 Rev.2 with latest amendment. All
installation materials and fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Supply of outdoor PTZ dome IP camera with lens,housing,mount,power
supply arrangements and enclosure as per RDSO spec. No.
SPN/TC/65/2013 Rev.2 with latest amendment. All installation materials
and fixtures have to be supplied along with the camera.(InspectionRDSO)
Supply of furniture i.e. three tables ( Model T-102,make Godrej),six
chairs (03 nos Model CH-1007,& 03 nos Model CH-6,make Godrej) and
three Storwel Plan & 03 No Glass Door Storwel (Godrej) for each station
as per design approved by the Rly. Engineer. (Inspection-RDSO)
Supply of Wireless Transmitter/Receiver Unit for yards as per RDSO
spec. no. SPN/TC/65/2013 Rev.2 with latest amendment. (InspectionRDSO)
Unit
Qty
Rate
Amount
Nos
39
33,958
13,24,362
Nos
10
94,883
9,48,830
Set
1
1,74,785
1,74,785
Nos
3
1,00,676
3,02,028
5
Supply of Digital Keyboard for PTZ functionality as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection-RDSO)
Nos
1
31,461
31,461
6
Supply of 24 Port layer-2 switch as per RDSO spec. no. SPN/TC/65/2013
Rev.2 with latest amendment, including supply of wall mounted 19 inch
rack of requisite size and all installation material. (Inspection-RDSO)
Nos
10
79,902
7,99,020
Lot
0
6,29,225
0
Lot
1
6,29,225
6,29,225
Nos
1
18,877
18,877
7
8
9
Supply of Network Video Management & Video recording, Video
Analytics software and GUI client Software with licence, to support
minimum of 200 cameras, 5 user licences as per RDSO specification No.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection-RDSO)
Supply of Network Video Management & video recording, Video
Analytics software and GUI client Software with licence, to support
minimum of 100 cameras, 5 user licences as per RDSO specification No.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection-RDSO)
Supply of Multifunction Printer of HP make equivalent or higher to HP
1022 model or similar with equal or better specification. (InspectionConsignee)
10
Supply of media converter as per RDSO specification No.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection-RDSO)
Nos
18
5,034
90,612
11
Supply of GI pipes of 50mm dia 3.65 mm thick as per subsequent paras
of techincal specification(Inspection-Consignee)
Mtrs
300
225
67,500
12
Supply of Installation accessories like rack, LEU, patch cord, connectors,
power strips, distributions boxes etc.
Lot
1
1,40,000
1,40,000
Total
45,26,700
D. Service Schedule in BIHAR
Sl. No.
Item Description
Unit
Qty
Rate
Amount
1
Installation of High Resolution fixed Box type IP camera with
lens,housing,mount,power supply arrangements and enclosure as per
RDSO spec. No. SPN/TC/65/2013 Rev.2 with latest amendment. All
installation materials and fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
39
679
26,481
2
Installation of outdoor PTZ dome IP camera with
lens,housing,mount,power supply arrangements and enclosure as per
RDSO spec. No. SPN/TC/65/2013 Rev.2 with latest amendment. All
installation materials and fixtures have to be supplied along with the
camera.(Inspection-RDSO)
Nos
10
1,898
18,980
3
Installation of 40'' LCD Monitors as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment. For video along with
Hardware, Drivers,Software. All installation materials and fixtures have
to be supplied along with the monitors. (Inspection-RDSO)
Nos
2
1,099
2,198
4
Installation of industrial PC workstation as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment.It will also include USB
Keyboard and mouse.All installation materials and fixtures have to be
supplied along with the workstation. (Inspection-RDSO)
Set
2
4,694
9,388
5
Installation of Wireless Transmitter/Receiver Unit for yards as per RDSO
spec. no. SPN/TC/65/2013 Rev.2 with latest amendment. (InspectionRDSO)
Nos
3
2,014
6,042
Set
3
7,191
21,573
Nos
1
16,979
16,979
8
Installation of 24 Port layer-3 switch as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment, including supply of wall
mounted 19 inch rack of requisite size and all installation material.
(Inspection-RDSO)
Nos
2
5,993
11,986
9
Installation of 24 Port layer-2 switch as per RDSO spec. no.
SPN/TC/65/2013 Rev.2 with latest amendment, including supply of wall
mounted 19 inch rack of requisite size and all installation material.
(Inspection-RDSO)
Nos
10
1,598
15,980
10
Installation of UPS of 5 KVA capacity of Liebert/Emerson/APC make
with 2 hours backup as per RDSO specification No. SPN/TC/65/2013
Rev.2 with latest amendment. (Inspection-RDSO)
Nos
2
3,596
7,192
11
Installation of media converter as per RDSO specification No.
SPN/TC/65/2013 Rev.2 with latest amendment. (Inspection-RDSO)
Nos
18
101
1,818
6
7
Installation of Network Video Recorder/management/Analytic Server
Hardware meeting with RDSO spec. no. SPN/TC/65/2013 Rev.2 or
higher with requisite softwares and interface with Video Network. Server
shall be of DELL,HP or IBM make with following upgraded
specifications: (Inspection-RDSO)
a) Server Rack
b)Compatibility with Operating System(Linux/Windows),X86,Red Hat
Linux,SUSE Linux, Windows 2003, Windows 2008,
c) 8MB L Cache,
d) Memory minimum: 12 GB Registered DDR3 @ 1333MHz,
e) 8 Nos of 600GB 10K RPM SAS,
f)RAID Controller with 256MB battery backed cache,
g)DVD-RW
h)4 Nos of PCI Express Gen-2 Slots,
i)2 Nos of Gigabit Network Ports,
j)The Chassis has to be populated with all the FANS and should be
supplied with Dual/Redundant Power Supplies.
k)USB Keyboard, USB Mouse,
l)Windows 2008 OS 64 bit Standard Edition
m)All installation material and server rack to be supplied with the servers.
Installation of External Storage device with RAID 5 protection as
per RDSO specification No. SPN/TC/65/2013 Rev.2 with latest
amendment. (Inspection-RDSO)
12
Drawing and Fixing of armoured OFC/power cable or both in PVC
conduit pipe of suitable dia. 1.0mm thick (3 mtrs long) with suitable
clamps, one clamp,/meter for existing Railway structures. All required
materials are to be provided by the contractor.
Mtrs
4500
63
2,83,500
13
Excavation of trenches upto a depth of 1200 mm of appropriate width at
the bottom for all types of soil, filling after laying of telecom cable/OFC
HDPE/DWC, ramming of soil in trenches and consolidation of soil as
well as the disposal of the excess soil if any, and provision of RCC/Stone
route markers as detailed in the technical supplement and as advised by
engineer.
Mtrs
1200
378
4,53,600
Mtrs
450
63
28,350
Mtrs
2400
2
4,800
14
15
Cutting of trench across/on the platform for a depth of 10cm with cutting
machine and filling the trench after cable laying and repairing /restoring
the surface/platform to the satisfaction of Railway’s site in-charge.
Laying & (fixing & clamping) of 50 mm dia. HDPE pipe (TEC spec. No.
G/CDS-08/02, Nov’04 or latest) with accessories on wall or structure/ in
trench/HDD etc. for drawing of CAT-6/OFC cable/power cable in the
same to suit site conditions. All materials for fixing, clamping of HDPE
pipe, cutting of masonry wall at the entry of room, repairing of masonry
wall, cement plastering as per site requirement are to be supplied by
contractor, Inspection of HDPE pipe by RITES. (Inspection- Consignee)
16
Trenchless boring (by using HDD or manual pushing method) for laying
of HDPE duct.
Mtrs
1200
599
7,18,800
17
Fixing/laying of GI pipes of 50mm dia 3.65 mm thick as per subsequent
paras of technical specification & site requirement (InspectionConsignee)
Mtrs
300
8
2,400
18
Blowing/Drawing/Laying of OFC/power cable/CAT6 cable in trench/GI
pipes in the ground/on the wall or on overhead structures like
bridges/Foot over bridges as per subsequent paras of technical
specification from 7.9 to 7.12 & 8.1.
Mtrs
1000
40
40,000
19
Drawing of CAT 6 cable in conduit pipe duly fixing with one
clamp/metre and bends. Conduit pipe should be of size 25mm dia/1mm
thick (3 mtrs. Long), of approved make. All other required material has to
be provided by the Contractor.
Mtrs
3000
40
1,20,000
Set
2
1,258
2,516
Lot
1
20,000
20,000
20
21
Installation and commissioning of Maintenance free earth as per
subsequent paras of technical specification 8.2
Installation of accessories like rack, LEU, patch cord, connectors, power
strips, distributions boxes etc.
Total
18,12,583
I hereby agree to do this work at ______% above/below* the above schedule of rate.
____________________
Signature of Tenderer
* Strike whichever is not applicable.
Schedule of Rates (UP-2)
Schedule of Supply
Sl. No.
Item Description
Unit
Qty
Rate
Amount
1
Supply and Installation of High Speed P/T/Z
IP colour camera (Day/Night) complete with
all accessories as per RDSO specification
No. RDSO/SPN/TC/65/2009 Rev 1.0 or
latest. Inspection by RDSO.
Nos.
15
75923
1138845
2
Supply and Installation of High Resolution
Day/Night Fixed Box type IP colour camera
& outdoor housing complete with all
accessories as per RDSO specification No.
RDSO/SPN/TC/65/2009 Rev 1.0 or latest.
Inspection by RDSO.
Nos.
12
27970
335640
3
Supply and Installation of High Resolution
Fixed Dome Type IP colour camera &
outdoor housing complete with all
accessories as per RDSO specification No.
RDSO/SPN/TC/65/2009 Rev 1.0 or latest.
Inspection by RDSO.
Nos.
13
33564
436332
Total
1910817
I hereby agree to do this work at ______% above/below* the above schedule of rate.
____________________
Signature of Tenderer
* Strike whichever is not applicable.
Schedule of AMC
Sl. No.
1
2
Item Description
Comprehensive AMC for first
year after expiry of warranty
Comprehensive AMC for second
year after expiry of warranty
Unit
Qty
Rate
Amount
Lot
1
3091595
3091595
Lot
1
3091595
3091595
I hereby agree to do this work at ______% above/below* the above schedule of rate.
__________________
Signature of Tenderer
* Strike whichever is not applicable.
Make & Model
S.No.
Description
Total Qty
Make
Model
1
High resolution fixed box type IP camera
130
Samsung
SNB-3002P
2
PTZ dome IP camera
35
Samsung
SNP-3371THP
3
Mounting frame and furniture
3
Godrej
Table Model T-102, Chair
Model CH-1007 & CH-6
4
Wireless transmitter/Receiver Unit
8
Radwin
RW2450-A250
5
Digital Keyboard for PTZ functionality
3
Samsung
SPC-2000
6
24 Port layer-2 switch
32
HP Model to be
proposed
HP Model to be proposed
7
Network video management & video recording, Video
Analytics software and GUI client software with license
(200 Camera)
1
Milestone +
Allgovision
Milestone + Allgovision
8
Network video management & video recording, Video
Analytics software and GUI client software with license
(100 Camera)
2
Milestone +
Allgovision
Milestone + Allgovision
9
UPS, 5 KVA
4
APC
SRC6KUXI
10
Multifunction Printer
3
HP
HP 1022 or better
11
Media converter
66
Dlink
DFE 855
12
Optical Fibre Cable(24 Fibre)
6300
D-link
Custom Design as per RDSO
spec. No. SPN/TC/65/2013
Rev.2 with latest amendment
RDSO Inspection Charges
S.No.
A-1
A-2
A-3
A-4
A-5
A-6
A-7
A-8
A-11
A-12
Item
Supply of High Resolution fixed Box type IP
Supply of outdoor PTZ dome IP camera with
Supply of furniture i.e. three tables ( Model TSupply of Wireless Transmitter/Receiver Unit
Supply of Digital Keyboard for PTZ
Supply of 24 Port layer-2 switch as per RDSO
Supply of Network video management &
Supply of Network video management &
Supply of media converter as per RDSO
Supply of 24 Fibre armoured single mode
CEL Accepted Rate
34115.35
126935.76
105466.10
271950.00
2253.75
123442.74
663040.00
331520.00
14075.80
56.98
Qty
91
25
2
5
2
22
1
1
48
6300
Ins. Charges
341.153505
1269.357576
1054.66095
2719.5
22.5375325
1234.427411
6630.4
3315.2
140.757953
0.5698
Round off
341
1269
1055
2720
23
1234
6630
3315
141
1
Total
C-1
C-2
C-3
C-4
C-5
C-6
C-8
C-10
Supply of High Resolution fixed Box type IP
Supply of outdoor PTZ dome IP camera with
Supply of furniture i.e. three tables ( Model TSupply of Wireless Transmitter/Receiver Unit
Supply of Digital Keyboard for PTZ
Supply of 24 Port layer-2 switch as per RDSO
Supply of Network Video Management &
Supply of media converter as per RDSO
34115.35
126935.76
105466.10
271950.00
2253.75
123442.74
331520.00
14075.80
39
10
1
3
1
10
1
18
341.153505
1269.357576
1054.66095
2719.5
22.5375325
1234.427411
3315.2
140.757953
Total
31031
31725
2110
13600
46
27148
6630
3315
6768
6300
128673
341
1269
1055
2720
23
1234
3315
141
13299
12690
1055
8160
23
12340
3315
2538
53420
2217
8868
Total
RITES Inspection Charges
A-9
Supply of UPS of 5 KVA capacity of
221715.66
4
2217.15655
Total Ins. Char.
190961
Tender No.C-2(b)/SSG/NER-Blance/2016
Annexure ‘C’
Format for submission of Vendor Data
1.
Name of vendor
2.
Registered Address
Postal Code
Company’s Year of
Establishment
Company’s nature of
business
Company’s Legal
Status
Registration No.
Phone:
Fax No.
Website:
Name of Proprietor/
CEO/Chairman
Phone/Mobile No.
Email id
3.
Factory Address
Phone No.
Fax No.
Email id
4.
Delhi/NCR Address (if
any)
Phone No.
Fax No.
Email id
5.
Correspondence
Address
6.
Name of Contact
Person for this tender
Designation
Date of Birth
Phone/Mobile no.
Fax No.
Email id
7.0
Sales Tax related information
7.1
TIN No.
Tender No.C-2(b)/SSG/NER-Blance/2016
7.2
L.S.T. No.
7.3
C.S.T. No.
7.4
Sales Tax Exemption
No. (if any)
8.0
Income Tax related information
8.1
PAN No.
8.2
PAN reference no. (in
case PAN applied for)
8.3
PAN Status (in case
PAN applied for)
9.0
Excise duty related information
9.1
ECC No.
9.2
Range
9.3
Collectorate
10.
Registration No. with
Directorate of
Industries
11.
SSI/MSE Reg. No. (if
Small Scale Industrial
Unit)
(Please enclose certificate from DIC/NSIC alongwith Certificate from
registered CA with value of plant and machinery)
12.
Is MSE/SSI is ST/SC?
Yes / No (please enclose relevant certificate as proof)
13.0
Bank related information
13.1
Bank name
13.2
Branch name
13.3
Bank address
Tender No.C-2(b)/SSG/NER-Blance/2016
13.4
Bank phone no.
13.5
Bank fax no.
13.6
Bank MICR Code (9
digit)
13.7
RTGS-IFC Code
13.8
Account type
13.9
Account no.
13.10
Swift Code
Correspondence with respect to this tender may be address to Mr/Ms …………………………… at email id
…………………………….. and mobile no………………………
I/We accept that CEL may send SMS and/or email regarding this tender/any other tender, award of contract,
purchase order(s) and/or any other information on any/all mobile nos. mentioned in this vendor data sheet.
I/We certify that the information given herein is correct to the best of my knowledge and belief.
Signature of Authorized Signatory
Seal of the company/concern
Tender No.C-2(b)/SSG/NER-Blance/2016
Annexure ‘D’
TENDER ACCEPTAN CELETTER
(To be given on Company Letter Head)
Date:
To,
The Assistant General Manager
Materials Management Division
Central Electronics Limited
4-Industrial Area
Sahibabad -201010, (U.P) India
Tender No:
C-2(b)/SSG/NER-Blance/2016
Name of Tender: Supply, Installation, testing and Commissioning of the Balance portion of the work
of Integrated Security System in NER and ECOR
Subject:
Acceptance of Terms and conditions of Tender.
DearSir,
1 I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the
web site(s) namely _________________ as per your advertisement, given in the above mentioned
website(s).
2 I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from
Page No. to (including all documents like annexure(s), schedule(s), etc .,), which form part of the contract
agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3 The corrigendum(s) issued from time to time by your department/ organization too have also been taken
into consideration, while submitting this acceptance letter.
4 I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s)
/corrigendum(s) in its totality / entirety.
5 In case any provisions of this tender are found violated , then your department/ organisation shall without
prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full
said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder with Official Seal)
Download