Uploaded by Abhishek K Jandial

CCTV RFP VSP CITY

advertisement
Request For Proposal(RFP)
For
Empanelment for Supply, Installation & Maintenance of
CCTV Surveillance System in
Visakhapatnam City
Andhra Pradesh
December 2018
Prepared By
Commissioner of Police
Visakhapatnam City-530002
DISCLAIMER
This tender call is issued by City Police Commissioner, Visakhapatnam city and
no part of this document can be reproduced in any form or by any means, disclosed or
distributed to any person without the prior consent of User (Visakhapatnam City Police)
department except to the extent required for submitting bid and no more. The guidelines
referred are indicative, the Service Provider is bound by other appropriate guidelines related
to the subject. This Tender is not an agreement and is neither an offer nor invitation by the
City Police department to the prospective Service Provider or any other person. The purpose
of this Tender is to provide interested parties with information that may be useful to them in
the formulation of their bids pursuant to this Tender. This Tender includes statements, which
reflect various assumptions and assessments arrived at by the supply of service for wings of
Visakhapatnam City Police Commissionerate. Such assumptions, assessments and statements
do not purport to contain all the information that each Solution Provider may require. Each
Service Provider should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments and information contained in this Tender and to obtain independent advice from
appropriate sources
1|P a g e
Contents
Section – 1.0 Invitation to Open Competitive Bids ........................................................................ 4
Section – 2.0 Schedule of Items of Items & Technical Specifications ............................................ 9
Section – 3.0 Qualification Criteria & Evaluation Process ............................................................ 25
Section – 4.0 Tender Submission Process ................................................................................... 30
Section – 5.0 Award of Contract for EMPANELMENT and Other Conditions ................................. 34
Section – 6.0 Instructions to Bidders .......................................................................................... 37
Section – 7.0 Guidelines to Empanelled Firms for Implementation of CCTV Surveillance
Systems ....................................................................................................................................... 50
Pre Qualification (PQ) Proposal Submission Forms ....................................................................... 55
Technical Proposal Submission Forms .......................................................................................... 64
Commercial Proposal Submission Forms ...................................................................................... 71
Draft Bid Security (EMD) Form ..................................................................................................... 74
2|P a g e
Definitions
AMC
Authority /Lead User
On-site Comprehensive Annual Maintenance Contract
Visakhapatnam City Police Commissionerate on behalf of Andhra
Pradesh State Police Department
Applicant / Bidder / OEM / System Refer to experienced Firms such as Original Equipment
Integrator / Solution Provider
Manufacturers (OEM), Solution Providers, and System Integrators
Who deliver required services. Applicant, Bidder, OEM, System
Integrator. Solution Provider and System Integrator are used
Interchangeably throughout the document.
Bid
Proposal submitted by Bidder for qualification in response to this
Document
Currency
Indian Rupees (INR / Rs.)
Date Format
DD/MM/YYYY
Financial Year
Location
LOI
MSP
N(I)SP
VMS
OCB
PBG
PDD
Product Warranty
SDK
Site
System Scope
User Department
st
12-month period – commencing 1 day of April of any year and
st
ending 31 March of the following calendar year
Refer to the exact city field or any government office location
where the edge device or equipment is to be installed
Letter of Intent
Refers to Master Solution Provider – A successful Bidder who has
been awarded the project for end-to-end implementation of the
project scope
Network Service Provider or Internet Service Provider
Video Management System
Open Competitive Bid
Performance Bank Guarantee
Proposal Due Date / Bid Closing Date
Number of years on-site comprehensive warranty provided by
OEM passed on to the Authority / Client
Software Development Kit
Refers to any Government Department at State Level as
designated from time to time, starting with Police department
Design, Supply, Install, Test, Commission, Support and
Maintenance of HD CCTV system
Any Police wing within Visakhapatnam City Police
Commissionerate is the first user consumption wing
3|P a g e
Section – 1.0 - Invitation to Open Competitive Bids
1.1. Introduction
Commissioner of Police - Visakhapatnam City issues RFP for CCTV
Surveillance System from the experienced and reputed firms / agencies including
Original Equipment Manufacturers (OEM), Solution Providers, and System Integrators
having expertise in supply, install, test, commission, support and having proven
experience in implementation & maintenance of Full HD CCTV Surveillance Systems.
The firms / agencies should have after sales & service facilities at
Visakhapatnam City and should have technical competency in using latest available
technologies.
The empanelment will be for an initial period of ‘1’ year which can be extended
for another one year through mutual consent. Selection of firms/vendors for
empanelment will be based on the proven competence and rate contract established by
lowest rate quoted for each item.
Bidders are advised to study the Tender document and Terms & Conditions
carefully and completely. Submission of Bids shall be deemed to have been done after
careful study of Tender document and examination of Terms & Conditions with full
understanding of its implications.
1.2. Tender Schedule:
Time schedule of various Tender related events:
Issue of OCB Tender call Notice
18.01.2019
Pre-Bid Meeting
30.01.2019 @ 15:00 hrs in Conference Hall,
Commissioner office, Visakhapatnam.
Bid Submission Due date & time
11.02.2019 @ 16:00 hrs
PQ Bid opening date & time
12.02.2019 @ 11:30 hrs
Technical Bid opening date & time
Will be informed to PQ qualified bidder
Commercial bid opening date & time
Will be informed to Technically qualified bidder
Bid Document Price
RS. 10,000/-
Tender Reference No.
239/SS/2019 dated 18-01-2019
Contact name , Designation & Mail ID
Sri M.Ravindranath Babu, I.P.S.,
Deputy Commissioner of Police, VSP City.
9440904348
cctvhelpvizagcitypolice@gmail.com
For full details regarding Tender notification, please visit www.vizagcitypolice.gov.in
4|P a g e
1.3. General Information about the Tender
1
BID Security (EMD)
2
3
4
Bid Validity Period
Bid Security Validity Period
Rate Contract Validity Period
And
Bid Security (EMD): Rs. 1,00,000/- (Rupees One Lakh
Only).
EMD shall be submitted in the name of “The Commisssioner
of Police, Visakhapatnam City”.
The form of DD from Nationalized bank/Schedule Bank
having a Branch at Visakhapatnam City.
90 days from the date of opening of bid
Validity period for DD / Bank Guarantee : 3 Months
‘1’ year and extendable for 1 year based on the
performance of the identified agencies.
Empanelment Security
Rate Contract period.
for The bidders identified for empanelment should submit an
amount of Rs. 1,00,000/- towards empanelment under
Rate Contract . The amount should be paid in the form of
BG in the name of The Commissioner of PoliceVisakhapatnam City
5 Comprehensive Warranty
5 years from date of installation/Go-Live
6 Performance Bank Guarantee 5% of each P.O Value in the name of The Commissioner of
Police- Visakhapatnam city Police Commissionerate to be
(PBG) Value
submitted upon issue of work order(LoI)
7 PBG Validity Period
60 months beyond the date of warranty period
8 Period for submission of PBG Within 7 days of receipt of letter of Notification of Award
(NoA)
9 Period of signing contract
Within 15 days from the date of receipt of letter of
Notification of Empanelment.
10 Penalty
for
delay
in Refer Penalty & SLA clause
implementation
11 Conditional Bids
Not acceptable and liable for rejection
12 Transaction Fee
Transaction fee: All the participating bidders who submit
the bids have to pay an amount @ 0.03% of their final bid
value online with a cap of Rs. 10,000/- for quoted value of
purchase up to Rs.50 cr. and Rs.25,000/- if the purchase
value is above Rs.50 cr. & service tax applicable @ 15% as
levied by Govt. of India on transaction fee through cheque
in the name of “The Commissioner of Police, Visakhapatnam
City”. The amount payable is non-refundable.
13
Transaction Fee payable to
14 Bid Submission
The Commissioner of Police, Visakhapatnam City
The Tender shall have 3 parts i.e., “Pre-qualification bid”,
Technical bid”, “Commercial bid”. All the three bids should
be submitted in separate envelops duly sealed be put into a
closed master cover duly sealed and shall be dropped in the
Tender box kept at the Stores of the Visakhapatnam City
Police Commissionerate, Suryabagh, Visakhapatnam-530002
before the due date and time.
Bidders are requested to submit the bids after issue of
minutes of the pre-bid meeting duly considering the
changes made if any, during the pre-bid meeting. Bidders
are totally responsible for incorporating / complying the
5|P a g e
16
Other Conditions
changes / amendments issued if any during pre-bid meeting
in their bid.
1. Failure to furnish documents, certificates, will entitle
in rejection of the bid.
2. COMMISSIONER OF POLICE, VISAKHAPATNAM
3.
CITY shall not hold any risk on account of
Delay/Error during bid submission. Similarly, if
any
of the certificates, documents, etc.,
furnished by the Bidder are found to be false /
fabricated / bogus, the bidder will be
disqualified, blacklisted, action will be initiated
as deemed fit and the Bid Security will be
forfeited.
The Documents, which are submitted, will only be
considered for Bid Evaluation.
4. COMMISSIONER OF POLICE, VISAKHAPATNAM CITY
shall receive the EMD Original copy
envelope at the time of bid closing.
1.4.
in
Purpose
The Government of Andhra Pradesh have initiated a series of measures to
upgrade the quality of life in the City of Visakhapatnam with an objective to transform
Visakhapatnam City into a Global City and Visakhapatnam City Police into a Global City Police.
Visakhapatnam city have started the process for setting up an Integrated Command Control
Centre and connected with a City-Wide Community CCTV Surveillance System and planned
for thousands of CCTV Cameras.
As a part of this effort, the Visakhapatnam City Police has started
implementation of City Wide MANAKOSAM Community CCTV Surveillance System with the
help of Community support as envisaged under the provisions of AP Public Safety
(Measures) Enforcement Act, 2013 & Rules 2014. In this connection, Public Service
Undertakings (PSUs), Corporates are coming forward to support this project. Further, MPs/
MLAs/MLCs are supporting for implementation of CCTV Surveillance Cameras in the
neighborhoods within the limits of Parliamentary / Assembly constituencies as part of
Community Development Programme (CDP). The Government and the Police Department in
this endeavor to make Visakhapatnam a crime free City by supporting the Community CCTV
Surveillance Project in crime prone areas of Visakhapatnam
Now, there is a need to identify competent and technically qualified firms
(System Integrators) for the empanelment and implementation of HD megapixel CCTV
Systems Project. Since the implementation of CCTV Cameras in all the areas / locations,
communities, establishments, etc., across the City can’t be taken up at once, it is desirable to
empanel the firms who are competent and technically qualified to take up the contracts of
implementation of CCTV Cameras. Further, a rate contract need to be formulated which
6|P a g e
sealed
would help in transparency, uniformity on the cost of the System and to provide equal
opportunity to all the empanelled firms in implementation of HD CCTV Surveillance System.
1.5. Scope of Work
This tender is for the empanelment of firms/agencies/OEM having proven
expertise in Solution design, Supply of equipment, Implementation, Comprehensive on-site
warranty & Maintenance of HD CCTV Surveillance Systems using latest available
technologies.
This section provides indicative scope of work for empanelled firms/agencies. However, the
below work is only indicative and would depend upon actual requirements of user
departments:-
i.
Designing the solution, supply of the equipment, installation & commissioning,
testing, and operationalization of the complete system.
ii.
Comprehensive on-site warranty including spares, support and maintenance of the
complete system for Five years.
iii.
Complete system with appropriate accessories & fixtures for recording, storage of
footages with a provision of retention for minimum 30 days.
iv.
Provision for viewing & monitoring at local Police Stations, Zonal DCP Offices and
Command & Control Centre at Commissionerate. Necessary tools, scripts, SDK, etc
need to be provided for seamless integration of multiple CCTV Cameras.
v.
Ensure provision of latest version of licensed software and compatibility with 3
party components / solutions for seamless integration.
vi.
Provision of necessary cooperation and technical support to the 3 Party Network
Service Provider for achieving required bandwidth connectivity and resolving
Network connectivity problems.
vii.
Civil, electrical & mechanical works required to be done at Camera’s locations, local
viewing centers, Zonal viewing centers and Command & Control Centers during
installation & commissioning of CCTV Systems at no additional cost to client.
viii.
Routing all cable connections concealed in both indoor & outdoor locations,
particularly concealed in indoor environment. The cables may be laid aerial
wherever concealed is not feasible.
ix.
Ensure ability of the system to view and record during day & night and also to
capture the live video stream, store, retrieve and analyze video images with
functional specifications specified in this document.
x.
Arranging necessary power source connectivity from Electricity Department duly
following Govt. procedures and Rules. User Department will extend required
cooperation and assistance for approvals.
Ensure adequate power supply and earthing for the complete System.
xi.
rd
rd
xii.
Conduct of Tests with various business cases as desired by the VISAKHAPATNAM
CITY POLICE COMMISSIONERATE/User Department to assess optimal performance
and efficiency of complete system.
xiii.
Execution of SLA with client and compliance of metrics defined in SLA during
warranty & maintenance period.
xiv.
Preparation and delivery of technical documents including technical configurations
of the system.
Conduct of necessary trainings to the departmental personnel.
xv.
7|P a g e
1.6. General Eligibility
i) This invitation for bids is open to all Bidders both from within India, who are eligible
to do business in India under relevant Indian laws as is in force at the time of bidding
subject to meeting the pre qualification criterion.
ii) Bidders marked/considered by VISAKHAPATNAM CITY POLICE COMMISSIONERATE
to be ineligible to participate for non-satisfactory past performance, corrupt,
fraudulent or any other unethical business practices shall not be eligible.
iii) Bidder debarred/ blacklisted by any Central or State Govt. / Quasi –Govt.
Departments or organizations as on bid calling date for non-satisfactory past
performance, corrupt, fraudulent or any other unethical business practices shall not
be eligible.
iv) Breach of general or specific instructions for bidding, general and special conditions
of contract with VISAKHAPATNAM CITY POLICE COMMISSIONERATE or any of its
user organizations may make a firm ineligible to participate in bidding process.
1.7. Pre-bid Meeting
i) Visakhapatnam City Police shall hold a pre-bid meeting with the prospective bidders.
ii) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach
by email to the mail ids mentioned in Tender schedule
iii) All and any queries related to Scope of work, Payment Terms and mode of selection
will be entertained during Pre-bid clarifications meeting.
iv) Maximum two authorized representatives of each of the bidding firm / agency will be
permitted to attend the meeting.
v) The pre-bid clarifications issued to the queries should be read with reference to the
RFP document.
1.8. Clarifications on Tender Document
Bidders may request clarifications with regard to any part of the Tender document
on or before the date indicated in Tender Schedule. Any request for clarifications must
be sent in writing by email to the mail ids mentioned in the tender schedule with a
subject line in email as “Rate Contract for HD CCTV System”. The Bidder is requested to
ensure the subject line is correctly mentioned in the email to get the due consideration
by the Authority.
8|P a g e
Section – 2.0 Schedule of Items of Items & Technical Specifications
2.1. Schedule of Items to be supplied under Rate Contract
The specifications provided are indicative, however, Bidders proposing products with
equivalent specifications or higher specifications will also be accepted” for better
representation from all Vendors.
S.No. Part
Code
1
10000
10101
2
10102
3
10103
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Name of Item
Camera Items & Accessories
IP based fixed outdoor full HD (1080p) camera with motorized
varifocal and SD slot
IP based fixed outdoor full HD (1080p) camera without motorized
varifocal and with SD slot.
Unit
Nos
Nos
Nos
10106
10501
10502
20000
20101
20102
20103
20104
20105
30000
30101
30102
30106
30107
30111
30112
IP based fixed dome full HD (1080p) camera without motorized varifocal
and SD slot
IP based 2 megapixel (1080p) PTZ with SD slot
32 GB SD Memory Card – Class 10
64 GB SD Memory Card – Class 10
NVR Items & Accessories
64 channel Network Video Recorder
32 channel Network Video Recorder
16 channel Network Video Recorder
8 channel Network Video Recorder
4 channel Network Video Recorder
Network Switch & Accessories
24P UTP + 4P Fiber POE L3 manageable switch
24 Port POE Switch without console port
8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch
4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch
8P UTP + 4P Fiber full POE L2 manageable switch
8P UTP + 2P Fiber full POE L2 manageable switch
30113
30114
30115
4P UTP + 2P Fiber full POE L2 manageable switch
8 Port POE Switch without console port
4 Port POE Switch without console port
30201
40000
40101
40102
40301
40326
40501
40502
40526
40527
40701
40711
40712
50000
50101
50102
1-pair (2-port) Mini GBIC / SFP module – same make of Switch
Computing & Storage Equipment & Accessories
Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD
Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD
21”/ 22” Desktop monitor
Professional 40”/42” LED monitor
Surveillance Hard disk – 4 TB – SATA 6GB interface
Surveillance Hard disk – 6 TB – SATA 6GB interface
NAS storage 16 HDD
NAS storage 24 HDD
HDMI cable specifications
8 x 8 HDMI controller for LED video wall assembly
4 x 4 HDMI controller for LED video wall assembly
Network Equipment & Accessories
Network Rack 42” 24U
Network Rack 42” 12U
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
9|P a g e
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63

50103
50104
60000
60101
60102
60106
60107
60301
60302
60501
60502
60503
60504
60505
60506
60507
60508
60506
60510
60511
60701
60702
60703
60704
60710
60711
60712
70100
70101
70102
Nos
Nos
Network Rack 42” 9U
Network Rack 19” 6U
Network & Power Cables & Accessories
Single mode 12 core fiber cable
Single mode 6 core fiber cable
Fiber Optic pigtails
Fiber Termination Box
CAT 6 STP cable
CAT 6 STP patch cable min. 3 m length
UPS 650 W + Battery -As per OEM warranty
UPS 1KVA + Battery -As per OEM warranty
2C x 2.5 sq. mm flexible cable
3C x 2.5 sq. mm flexible cable
6-socket Spike
4-socket spike
5 Amps MCB
10 KA Power Surge protector
Messenger wire for Fiber cable
Additional battery replacement for UPS 1KVA + Battery -As per OEM
warranty
UPS 5KVA+Battery- As per OEM warranty
25mm CPVC conduit
25 mm PVC conduit
25mm MS conduit
25mm GI conduit
6m Pole hot dip galvanized pole
Cantilever size of 1.5m
Junction Box
Splicing Cost
Software
NVR SDK Kit
Central Management Software (CMS)
Mtr
Mtr
Nos
Nos
Mtr
Nos
Nos
Nos
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Mtr
Mtr
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Note:
 All the above items are indicative.
 Bids should be submitted as per the Preferred OEM table for each item provided in this
document
2.2. Technical Specification
S.No.
Component / Item
OEM List
1
Fixed Camera
Axis, Bosch, Panasonic or equivalent
2
3
PTZ Camera
NVR
4
Network Switch + SFP Module
5
6
7
8
9
10
11
Desktop
40/42”LED TV Display
SD Memory card
Surveillance HDD
Network Rack
Fiber Cables
Electrical Cables
12
Electrical Accessories
13
Other items
Axis, Bosch, Panasonic or equivalent
Axis, Bosch, Panasonic or equivalent
Digisol, Edgecore, Netgear, Volktek,
D-Link
Compaq/HP, Dell, Lenova
LG, Samsung, Panasonic
Kingston, Sandisk, Seagate, Transcender
Seagate, Toshiba, Western Digital
Belkin, Velrack
Dlink, Finolex, Sterling, Usha Martin
Anchor, Havels, Finolex, Polycab,
Legrand, Anchor, Havels, Finolex, Cyber –
Power
Standard and Popular make
10 | P a g e
2.3. Technical Specification
A. 10101 IP FIXED CAMERA WITH MOTORIZED VARIFOCAL; SD MEMORY SLOT
Specifications
Parameter
Image Sensor
Lens
Shutter Time
Min. illumination
IR Illuminators
Compression
Multiple
Simultaneous
Streaming
Network
On-board Storage
Image Settings
Compliant / Certification
Temperature
Power
Housing & Accessories
Minimum Specifications
1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega
pixel); S/N Ratio : ≥50 db (AGC Off)
* Motorized Vari-focal & pixel zoom;
* Zoom Range - 4.2x Vari-focal
* Digital Zoom - 10x , Digital PTZ
* f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris
* PAL/NTSC
1/5s to 1/25,000s
0.08 Lux@F1.2(Colour)
0.001 Lux @ F1.2 (B/W)
Built-in IR illuminators, effective min. 50 meters
H.264 v3 high profile coding; MJPEG; & MPEG-4
Dual Streaming: (Supports all streams at full frame rate)
H.264 streaming over UDP, TCP, HTTP or HTTPS
MPEG-4 streaming over UDP, TCP, HTTP or HTTPS
MJPEG streaming over HTTP or HTTPS
H.264 / MPEG-4 multicast streaming
Supports activity adaptive streaming for dynamic frame rate control
Supports video cropping for bandwidth saving
Supports Constant Bit rate (CBR) / Variable bit rate (VBR)
Frame rates:
H.264/ H.265 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
MPEG4 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
MJPEG - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP,
RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP
Search(Support IP camera, DVR, NVS and etc.); Support Multicast
Supply with SD/SDHC/SDXC Memory Slot up to 32or64GB Class 10 48/80 Mbps
Memory card Stores snapshots and
video clips
* Adjustable image size, quality & bit rate
* Time stamp and text caption overlay
* Flip & mirror
* Configurable brightness, contrast, saturation, sharpness, white balance &
exposure, shutter speed & motion detection windows
* AGC, AWB, AES
* True WDR enhanced
* Automatic, manual & scheduled day / night mode
Backlight Compensation (BLC),
Highlight Compensation (HCL)
* Configurable privacy mask zones
CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are
mandatory; and ONVIF Complaint
Operating Temperature : - 10o C to +500 C
Storage Temperature : - 100 C to +700 C
Humidity : 95% or less (non-condensing)
* 12V DC
* Power consumption: Max. 9.6 W
* 802.3af compliant Power-over-Ethernet (PoE) Class 3
* IP-66 / IP67 compliant weatherproof housing
* Mounting bracket with cable concealment
11 | P a g e
B. 10102 IP FIXED CAMERA WITHOUT MOTORIZED VARIFOCAL; WITH SD MEMORY SLOT
Parameter
Image Sensor
Lens
Shutter Time
Min. illumination
IR Illuminators
Compression
Multiple
Simultaneous
Streaming
Network
On-board Storage
Image Settings
Compliant / Certification
Temperature
Power
Housing & Accessories
Minimum Specifications
1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2
mega pixel); S/N Ratio : ≥50 db (AGC Off)
* f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris
* PAL/NTSC
1/5s to 1/25,000s
0.08 Lux@F1.2(Colour)
0.001 Lux @ F1.2 (B/W)
Built-in IR illuminators, effective min. 50 meters
H.264 v3 high profile coding; MJPEG; & MPEG-4
Dual Streaming: (Supports all streams at full frame rate)
H.264 streaming over UDP, TCP, HTTP or HTTPS
MPEG-4 streaming over UDP, TCP, HTTP or HTTPS
MJPEG streaming over HTTP or HTTPS
H.264 / MPEG-4 multicast streaming
Supports activity adaptive streaming for dynamic frame rate control
Supports video cropping for bandwidth saving
Supports Constant Bit rate (CBR) / Variable bit rate (VBR)
Frame rates:
H.264/ H.265 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
MPEG4 -50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
MJPEG - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6,
UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP,
Alarm Server, IP Search(Support
IP camera, DVR, NVS and etc.); Support
Multicast
Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10, 48/80
Mbps, Memory card, snapshots
and video clips
* Adjustable image size, quality & bit rate
* Time stamp and text caption overlay
* Flip & mirror
* Configurable brightness, contrast, saturation, sharpness, white balance &
exposure, shutter speed & motion detection windows.
* AGC, AWB, AES
* WDR enhanced
* Automatic, manual & scheduled day / night mode
Backlight Compensation (BLC)
* Configurable privacy mask zones
CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are
mandatory; and ONVIF Complaint
Operating Temperature : - 10o C to +50o C
Storage Temperature : - 10o C to +70o C
Humidity : 95% or less (non-condensing)
* 12V DC; 24V AC
* Power consumption: Max. 9.6 W
* 802.3af compliant Power-over-Ethernet (PoE) Class 3
* IP-66 / IP67 compliant weatherproof housing
* Mounting bracket with cable concealment
12 | P a g e
C. 10106 IP BASED PTZ CAMERA WITH SD MEMORY SLOT
Parameter
Image Sensor
Lens
Shutter Time
Min. illumination
IR Illuminators
Compression
Multiple
Streaming
Simultaneous
Network
On-board Storage
Image Settings
Compliant / Certification
Temperature
Power
Housing & Accessories
Minimum Specifications
1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega
pixel); S/N Ratio : ≥50 db (AGC Off)
* f = 4.0 to 120mm, Optical wide-tele
* Optical Zoom : 30x
* Digital Zoom : 16x
* Pan : 360o C endless; Pan Speed : 0.1o to 160o / sec.
* Tilt : -15o to 90o; Tilt Speed : 0.1o to 120o / sec.
* Presets : Up to 255; Preset Speed : Pan-240o/sec. ; Tilt-200o/sec.
* Privacy Masking : up to 24 areas
* Auto focus : Auto / Semi-Auto / Manual
1/5s to 1/25,000s
0.08Lux@F1.2(Colour)
0.001 Lux @ F1.2 (B/W)
Built-in IR illuminators, effective min. 100 meters; Day/Night IR Cut filter
H.264 v3 high profile coding; MJPEG; & MPEG-4
Dual Streaming: (Supports all streams at full frame rate)
H.264 streaming over UDP, TCP, HTTP or HTTPS
MPEG-4 streaming over UDP, TCP, HTTP or HTTPS
MJPEG streaming over HTTP or HTTPS
H.264 / MPEG-4 multicast streaming
Supports activity adaptive streaming for dynamic frame rate
Control
Supports video cropping for bandwidth saving
Supports Constant Bit rate (CBR) / Variable bit rate (VBR)
Frame rates:
H.264/H.265 - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x
1080
MPEG4 - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
MJPEG - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080
Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6,
UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm
Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast
Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10 48/80
Mbp/s
memory card
Stores snapshots and video clips
* Configurable up to 8 tours; up to 32 pre-sets per tour
* Adjustable image size, quality & bit rate
* Time stamp and text caption overlay
* Flip & mirror
* Configurable brightness, contrast, saturation, sharpness, white balance &
exposure, shutter speed & motion detection windows
* AGC, AWB, AES
* WDR enhanced
* Automatic, manual & scheduled day / night mode
Backlight Compensation (BLC)
* Configurable privacy mask zones
CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are
mandatory; and ONVIF Complaint
Operating Temperature : - 10o C to +500 C
Storage Temperature : - 10o C to +70o C
Humidity : 95% or less (non-condensing)
* 24V AC
* Power consumption: Max. 30W
* 802.3af/at compliant Power-over-Ethernet (PoE) Class 3
* IP-66 / IP67 compliant weatherproof housing
* Mounting bracket with cable concealment
13 | P a g e
D. 20101 64CH NVR Specifications
Parameter
64 Channel NVR
Resolution
Codec
Audio / Video
Storage
Video Detection & Alarm
Playback & Backup
Network
Auxiliary Interface
Power
Compliant / Certification
Minimum Specifications
64ch 1080P IP cameras inputs; Supports recording at Full
Resolution & high quality at highest bit rate for all channels at a
time; Main Processor Dual-core embedded processor;
Operating
System Embedded LINUX;
Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display
Split 1/4/8/9/16/25/36; Recording Compression H.264 Version 3 /
MJPEG Resolution 1080P/ 720p;
H.264 Version 3/MJPEG dual codec decoding
1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 16ch alarm in & 4ch relay out,RS485
8 SATA Extendable to min. SATA and each support up to 6 TB, 2
USB,RJ45(1000M); Max. User Access 20 users Storage; Internal
HDD 8 SATA ports 1 eSATA port; Support iSCSI to expand storage
space
Video Motion Detection, MD Zones: 396(22×18), Video Loss &
Camera Blank
Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,
PPPOE, DDNS, FTP, Alarm Server, IP Search(Support
IP camera,
DVR, NVS and etc.); Support Multicast
USB 2 ports USB2.0; RS232 1 port, For PC communication &
Keyboard; RS485 1 port, For PTZ control
Power Supply AC220V/110V/ATX; Power Consumption
75W(without HDD) Working Environment -10 ~+55°C / 10~90%RH /
86~106kpa
CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
E. 20102 32CH NVR Specifications
Parameter
32 Channel NVR
Minimum Specifications
32ch 1080P IP cameras inputs; Supports recording at Full Resolution
& high quality at highest bit rate for all channels at a time; Main
Processor Dual-core embedded processor;
Operating System
Embedded LINUX; IP Camera Input 16 channel
Resolution
Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display
Split 1/4/8/9/16/25; Recording Compression H.264 Version 3 / MJPEG
Resolution 1080P(1920×1080) / 720p;
Codec
Audio / Video
H.264/ H.265 Version 3/MJPEG dual codec
decoding
1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 16ch alarm in & 4ch relay out,RS485
Storage
8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB,
RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8
SATA ports 1 eSATA port; Support iSCSI to expand storage space
Video Detection & Alarm
Video Motion Detection, MD Zones: 396(22×18), Video Loss.
14 | P a g e
Playback & Backup
Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Network
Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE,
DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and
etc.); Support Multicast
Auxiliary Interface
USB 2 ports USB2.0; RS232 1 port, For PC
communication & Keyboard;
RS485 1 port, For PTZ control
Power
Power Supply AC220V/110V/ATX; Power Consumption 75W(without
HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa
Compliant / Certification
CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
F. 20103 16CH NVR Specifications
Parameter
16 Channel NVR
Resolution
Codec
Audio / Video
Storage
Video Detection & Alarm
Playback & Backup
Network
Auxiliary Interface
Power
Compliant / Certification
Minimum Specifications
16ch 1080P IP cameras inputs; Supports recording at Full
Resolution & high quality at highest bit rate for all channels at a
time; Main Processor Dual-core embedded processor; Operating
System Embedded LINUX; IP Camera Input 16 channel
Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display
Split 1/4/8/9/16; Recording Compression H.264 Version 3 / MJPEG
Resolution 1080P(1920×1080) / 720p;
H.264/H.265 Version 3/MJPEG dual codec decoding
1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 16ch alarm in & 4ch relay out,RS485
8 SATA Extendable to min. SATA and each support up to 6 TB, 2
USB, RJ45(1000M); Max. User Access 20 users Storage; Internal
HDD 8 SATA ports 1 eSATA port
Video Motion Detection, MD Zones: 396(22×18), Video Loss &
Camera Blank
Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,
PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,
DVR, NVS and etc.); Support Multicast
USB 2 ports USB2.0; RS232 1 port, For PC communication &
Keyboard; RS485 1 port, For PTZ control
Power Supply AC220V/110V/ATX; Power Consumption
40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH
/ 86~106kpa
CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
G. 20104 8CH NVR Specifications
Parameter
08 Channel NVR
Resolution
Minimum Specifications
08ch 1080P IP cameras inputs; Supports recording at Full
Resolution & high quality at highest bit rate for all channels at a
time; Main Processor Dual-core embedded processor; Operating
System Embedded LINUX;
Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display
Split 1/4/8; Recording Compression H.264 Version 3 / MJPEG
Resolution 1080P(1920×1080) / 720p;
15 | P a g e
Codec
Audio / Video
Storage
Video Detection & Alarm
Playback & Backup
Network
Auxiliary Interface
Power
Compliant / Certification
H.264/H.265 Version 3/MJPEG dual codec decoding
1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 8ch alarm in & 4ch relay out,RS485
8 SATA Extendable to min. SATA and each support up to 6 TB, 2
USB, RJ45(1000M); Max. User Access 20 users Storage; Internal
HDD 8 SATA ports 1 eSATA port
Video Motion Detection, MD Zones: 396(22×18), Video Loss &
Camera Blank
Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,
PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,
DVR, NVS and etc.); Support Multicast
USB 2 ports USB2.0; RS232 1 port, For PC communication &
Keyboard; RS485 1 port, For PTZ control
Power Supply AC220V/110V/ATX; Power Consumption
40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH
/ 86~106kpa
CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
H. 20105 4CH NVR Specifications
Parameter
04 Channel NVR
Resolution
Codec
Audio / Video
Storage
Video Detection & Alarm
Playback & Backup
Network
Auxiliary Interface
Power
Compliant / Certification
Minimum Specifications
04ch 1080P IP cameras inputs; Supports recording at Full
Resolution & high quality at highest bit rate for all channels at a
time; Main Processor Dual-core embedded processor; Operating
System Embedded LINUX;
Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display
Split 1/4; Recording Compression H.264 Version 3 / MJPEG
Resolution 1080P(1920×1080) / 720p;
H.264 Version 3/MJPEG dual codec decoding
1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 4ch alarm in & 4ch relay out,RS485
8 SATA Extendable to min. SATA and each support up to 6 TB, 2
USB, RJ45(1000M); Max. User Access 20 users Storage; Internal
HDD 8 SATA ports 1 eSATA port
Video Motion Detection, MD Zones: 396(22×18), Video Loss &
Camera Blank
Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,
PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,
DVR, NVS and etc.); Support Multicast
USB 2 ports USB2.0; RS232 1 port, For PC communication &
Keyboard; RS485 1 port, For PTZ control
Power Supply AC220V/110V/ATX; Power Consumption
40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH
/ 86~106kpa
CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
16 | P a g e
I. 10501 Memory Cards for Camera
Parameter
Micro SD Card
Capacity
Support
Minimum Specifications
Card Class 10
32GB
Dependable high speed for shooting Full HD (1080p) video
J. 10502 Memory Cards for Camera
Parameter
Micro SD Card
Capacity
Support
Minimum Specifications
Card Class 10
64GB
Dependable high speed for shooting Full HD (1080p) video
K. 30101 24P UTP + 4P Fibre POE Switch
Parameter
Ports
Minimum Specifications
24 UTP ports Full PoE and 4 Mini GBIC Slot
Supports
Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups
monitoring and port mirroring, PoE+Port compliant with IEEE
802.3af/at
L. 30111 8P UTP + 2P Fibre POE Switch
Parameter
Ports
Supports
Minimum Specifications
8 UTP ports Full PoE and 2 SFP Slot
Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups
monitoring and port mirroring, PoE+Port compliant with IEEE
802.3af/at
M. 30107 4P UTP + 2P Fibre POE Switch
Parameter
Ports
Supports
Minimum Specifications
4 UTP ports Full PoE and 2 SFP Slot
Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups
monitoring and port mirroring, PoE+Port compliant with IEEE
802.3af/at
N. 30107 4P UTP + 2P Fibre IG POE Switch
Parameter
Ports
Supports
Minimum Specifications
4 UTP ports Full PoE and 2 SFP Slot
Outdoor installation with multicast feature 1GMP v1, v2, v3
snooping with 2K IGMP groups monitoring and port mirroring,
PoE+Port compliant with IEEE 802.3af/at, operating temperature
range from -40 to 75 deg
O. 30106 8P UTP + 2P Fibre IG POE Switch
Parameter
Ports
Supports
Minimum Specifications
8 UTP ports Full PoE and 2 SFP Slot
Outdoor installation with multicast feature 1GMP v1, v2, v3
snooping with 2K IGMP groups monitoring and port mirroring,
PoE+Port compliant with IEEE 802.3af/at, operating temperature
range from -40 to 75 deg
17 | P a g e
P. 30201 Mini GBIC / SFC Module
Parameter
Mini GBIC/SFP
Modules
Minimum Specifications
Mini GBIC/SFP GIGABIT Module of same make of Network Switch
1-pair
Q. 40101 Desktop CPU Specifications
Parameter
Processer
Ram
Hard Disk
Graphic Card
USB
Network
Operating System
Keyboard
Mouse
Certification
Minimum Specifications
Intel Corei7 processor)
16GB RAM DDR3 memory scalable upto 32 GB
2Tb Hard Disk ECC memory modules support; min. 250GM
NVIDIA 4GB Graphics card
4USB ports
On-board gigabit Ethernet
Win 7 Pro
USB Keyboard
USB Optical mouse
EPEAT Gold certified power supply, UL, Energy star certification
R. 40301 Desktop Monitor
Parameter
Monitor
Maximum
Resolution
Video Inputs:
Minimum Specifications
21”/22” Desktop monitor
Display 1920x1080
VGA
S. 40326 LED TV Specifications
Parameter
TV
resolution
Component
brackets
Minimum Specifications
Professional 40"or 42"LED Monitor
1920x1080 resolution,5000:1(Native) and100000:1 (Dynamic)
contrast ratio, HDMI In, DVI In, VGA
Component/ Composite, RS232C IN, Bright sensor
Wall Mount/ Table Mount
T. 40501 Surveillance Hard Disk Specifications
Parameter
Capacity
Interface
Max Sustainable Transfer
Rate
Cache
Bytes per sec
Operating (ambient, min)
Operating(drivecase,Max)
Minimum Specifications
4TB
Sata 6GB/s
180MB/s
64Mb
4096
0
0 c
0
70 c
U. 40502 Surveillance Hard Disk Specifications
Parameter
Capacity
Interface
Max Sustainable Transfer
Rate
Cache
Bytes per sec
Operating (ambient, min)
Operating (drivecase, Max)
Minimum Specifications
6TB
Sata 6GB/s
180MB/s
128Mb
4096
0
0 c
0
70 c
18 | P a g e
V. 40526 SAN/NAS Storage 16 HDD’s
Parameter
Processor
Operating System
Power Supply
Fan
Motherboard
User Interface
Storage Protocol
HDD management
Network Interface
Power Supply
Working temperature
Working Humidity
Minimum Specifications
Intel Sandy Bridge quad-core processor
Embedded LINUX
Single Power Supply
Fan Redundant two-ball bearing fans, MTBF>100,000 hours
Server class (24/7 operation)
WEB GUI
iSCSI
Hard Disk 16 HDDs, support SAS, SATA HDDs, support 3T,4T HDD
Raid Mode RAID0, RAID1, RAID3, RAID5, RAID6, RAID10, JBOD,
Single
1 RJ-45 10/100/1000Mbps (for manage)
2 RJ-45 10/100/1000Mbps (for data)
100V~240V, 50Hz~60Hz
0°C~40°C
10%~80 %( non-condensation)
W. 40527 SAN/NAS Storage 24 HDD’s
Parameter
Processor
Operating System
Power Supply
Fan
Motherboard
User Interface
Storage Protocol
HDD management
Network Interface
video input
Power Supply
Working temperature
Working Humidity
Minimum Specifications
multi-core private storage cpu
Embedded LINUX
single 500w 2 x 500w, support hot-swappable
Fan Redundant two-ball bearing fans, MTBF>100,000 hours
Server class (24/7 operation)
WEB GUI
samba, nfs, iscsi, cifs, ftp, http, afp
Hard disk 24 hdds, support sas, sata hdds, support 6tb hdds, and
support 2.5
1 RJ-45 10/100/1000Mbps (for manage)
Data interface 4 rj-45 10/100/1000mbps, multiple ethernet-port
binding or, load
Balance, expandable up to 4x1000mbps or 2x10000mbps Ethernet
port
Video property video input 512ch @d1 (2mbps), 256ch @720p
(4mbps), 128ch @1080p (8mbps)
Ac 100v~240v ±10% 60hz/50hzpowerconsumption<250w (without
hdd) working
0°C~40°C
10%~80 %( non-condensation)
X. 40701 HDMI Cable 5mts Specifications
Parameter
HDMI
Supports
Premium construction
Length
Minimum Specifications
HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video
and Audio Return Channel (ARC)
all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD,
3D, 48-Bit Deep Colour and Audio Return Channel (ARC).
28AWG Pure Copper Conductors
5 MTS
Y. 40701 HDMI Cable 10mts Specifications
Parameter
HDMI
Minimum Specifications
Premium construction
HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video
and Audio Return Channel (ARC)
all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD,
3D, 48-Bit Deep Colour and Audio Return Channel (ARC).
28AWG Pure Copper Conductors
Length
10 MTS
Supports
19 | P a g e
Z. 40711 Specifications for 4 x 4 HDMI Controller for Video wall Processing
Parameter
HDMI displays
Input 4 HDMI type
Long Distance transmission
HDMI
Superior video quality
Operating temperature
I/p rating
Minimum Specifications
4 HDMI sources to any of 4 HDMI displays
"a" female. Impedance 100 ώ. Output 4 HDMI type "a" female.
Impedance 100 ώ
up to 15 m (24 AWG).
(3d, deep colour) and should be HDCP 1.4 compatible
HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080)
ESD protection for HDMI
0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, noncondensing.
100-240 vac; 50-60 HZ; 1.0a. Consumption 120 vac, 36.6w; 230
vac, 37.5w.
AA. 40712 Specifications for 8 x 8 HDMI Controller for Video wall Processing
Parameter
HDMI displays
Input 4 HDMI type
Long Distance transmission
HDMI
Superior video quality
Max. Data rate
Operating temperature
Minimum Specifications
8 HDMI sources to any of 8 HDMI displays
"a" female. Impedance 100 ώ. Output 4 HDMI type "a" female.
Impedance 100 ώ
up to 15 m (24 AWG).
(3d, deep colour) and should be HDCP 1.4 compatible
HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080)
6.75 GBPS (2.25 GBPS per lane)
0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, noncondensing.
BB. 50101 Network Equipment Rack 42 ” 24U Specifications
Parameter
Standards
Door
Fan
power sockets
mounting rails
cable entry facility
industry standard
mounting shelf
Minimum Specifications
Standard EIA/NEMA rails
Front Glass Door with Lock
airflow fans with adjustable
16AMP power sockets
fully adjustable mounting rails
Ventilated Top cover and Bottom cover with cable entry facility
Conforming to industry standard practices
Equipment mounting shelf with a depth of 600mm and 1U height
CC. 50102 Network Equipment Rack 42” 12U Specifications
Parameter
Standards
Door
Fan
power sockets
mounting rails
cable entry facility
industry standard
mounting shelf
DD.
Minimum Specifications
Standard EIA/NEMA rails
Front Glass Door with Lock
airflow fans with adjustable
16AMP power sockets
fully adjustable mounting rails
Ventilated Top cover and Bottom cover with cable entry facility
Conforming to industry standard practices
Equipment mounting shelf with a depth of 600mm and 1U height
50103 Network Equipment Rack 42”9U Specifications
Parameter
Standards
Door
Fan
power sockets
mounting rails
cable entry facility
Minimum Specifications
Standard EIA/NEMA rails
Front Glass Door with Lock
airflow fans with adjustable
16AMP power sockets
fully adjustable mounting rails
Ventilated Top cover and Bottom cover with cable entry facility
20 | P a g e
industry standard
mounting shelf
Conforming to industry standard practices
Equipment mounting shelf with a depth of 600mm and 1U height
EE. 50104 Network Equipment Rack 19” 6U Specifications
Parameter
Standards
Door
Fan
power sockets
mounting rails
cable entry facility
industry standard
mounting shelf
Minimum Specifications
Standard EIA/NEMA rails
Front Glass Door with Lock
airflow fans with adjustable
16AMP power sockets
fully adjustable mounting rails
Ventilated Top cover and Bottom cover with cable entry facility
Conforming to industry standard practices
Equipment mounting shelf with a depth of 600mm and 1U height
FF. 60106 Fiber Optic Pigtails
Parameter
fiber optic pigtails
Minimum Specifications
LC Single mode fiber optic pigtails 1.5Meters.
GG. 60102 Single-mode 6 Core Fiber Cable Specifications
Parameter
Core Fiber cable
Minimum Specifications
6 Core Fiber cable shall be single mode, and graded index glass
fiber.
HH. 60710 Iron Round Pole Specifications
Parameter
Galvanized pole
Minimum Specifications
6 Mtr round pole hot dip galvanized with an option of 2
detachable cantilevers - Cantilevers to be fixed at the height
between 5.3 & 5.5 Mtr
II. 60711 Cantilever Specifications
Parameter
Cantilever
Minimum Specifications
Pole/Wall mount based galvanized cantilever with base plate fixed
as per site conditions.
JJ. 60510 Power Backup for Camera 1KV UPS
Parameter
UPS
AC Input Voltage Rating
Output Wave Form
AC Output Voltage
battery
Operating Temp
Low Battery indicator
Protection
Minimum Specifications
1KV UPS with 4 hours backup time
160 - 270 V
Pure Sine Wave
230 V ± 5% 50 Hz
Sealed battery Maintenance free
0 to 500 C
LED Indicators for Low battery
Overload,Output,short-circuits,over/under-voltage
Safety backed fuses
protection,
KK. 60511 UPS 5 KVA at Control Room
Parameter
UPS
AC Input Voltage Rating
Output Wave Form
AC Output Voltage
Minimum Specifications
5 KVA UPS with 2 hours backup time
230V ± 15%; 50/60 Hz ± 6%
Pure Sine Wave
230 V ± 5% 50 Hz Single Phase
21 | P a g e
Charging Time
Operating Temp
Low Battery indicator
Protection
12 hours for 90% of full Capacity
0 to 500 C
LED Indicators for Low battery
Overload,Output,short-circuits,over/under-voltage
Safety backed with MCB's and fuses
protection,
LL. 60712 Junction Box
Parameter
Junction Box
Minimum Specifications
Junction Box at Camera location - Suitable for outdoor
environment; weather proof; built-in fan with cross ventilation; JB
purpose to commission network switch; UPS; fiber termination
and other items as required at the camera location
MM. 60301 CAT 6 SFTP Cable Specifications
Parameter
Cat 6
Conductor
Pairs
Shield
Sheath
Cable Diameter
NN.
60503 2C x 2.5 Sq. mm Flexible Cable Specifications
Parameter
Size
Core
Current Rating AC
Conductor Material
Sheath
Material
OO.
Parameter
MCB (SP)
Minimum Specifications
PVC Insulated messenger Cable single core 1sq mm.
Pipes and Conduits
Parameter
25 MM CPV Conduit
25 MM PVC Conduit
25 MM MS Conduit
25 MM GI Conduit
RR.
Minimum Specifications
2.5 Sq mm
3 Core
20Amp
Copper
PVC/LSZH
PVC Insulated
60506 Messenger Cable
Parameter
Messenger Cable
QQ.
Minimum Specifications
2.5 Sq mm
2 Core
20Amp
Copper
PVC/LSZH
PVC Insulated
60504 3C x 2.5 Sq. mm Flexible Cable Specifications
Parameter
Size
Core
Current Rating AC
Conductor Material
Sheath
Material
PP.
Minimum Specifications
CAT 6 SFTP Cable
23 AWG Solid bare copper
2 Insulated conductors twisted together
Aluminium / Polyester Foil Tinned copper Braiding
PVC/LSZH
7.5 mm nominal
Minimum Specifications
Sudhakar or equivalent (Part No: 60701)
Standard and Popular Make (Part No: 60702)
Standard and Popular Make (Part No: 60703)
Standard and Popular Make (Part No: 60704)
60507 MCB
Minimum Specifications
Current Rating 6 Amp, Voltage 230v, single pole mcb
22 | P a g e
SS.
60107 Fiber Termination Box Specifications
Parameter
Fiber Termination Box
TT.
60506 Spike 4 Socket
Parameter
Voltage
Rating
Circuit Breaker
Surge Protection & Filtering
Surge Suppression
Maximum Surge Voltage
Maximum Surge Current
Maximum Surge Current HN
UU.
Minimum Specifications
250V
250V/6A
6 Amp
350 Joules
6,000 Volts
7,500 Amps
7500A
70101 NVR Client SOFTWARE
Parameter
NVR SDK Kit
VV.
Minimum Specifications
A box with PVC material for the terminate fiber inter connections.
Minimum Specifications
NVR Support SDK kit with latest version should be provided along
with NVR supply
70102 NVR Client SOFTWARE
Parameter
NVR CMS Software
Minimum Specifications
Supports upto 256 -channels; Continuous/Manual/schedule
recording; supports multi streaming/casting live & recording
option; Should Support all channels at full resolution 1080p.
Integrates with any VMS support
WW.
Edge Level Switch at Camera Locations (This table should be read
associated with Edge Switches specification provided above in this section)
Parameter
Minimum Specifications or Better
Edge Level Switch at Camera Location
Type
Managed Outdoor Industrial grade switch with industrial grade
adopter
Total Ports
Minimum 4 10/100/TX POE/POE+, 2 x SFP Ports
POE / POE+ Standards
IEEE 802.3af / IEEE 802.3at or better
 IPV4, IPV6, Support 802.1Q VLAN, DHCP support, IGMP,
Protocols
SNMP Management
 Should support: Ring protection, Loop protection and Loop
detection, NTP, End point Authentication
Access Control
Support for Port security, Support 802.1 x (port based network
access control), and MAC filtering
Multicast
Support for IGMP Snooping V1, V2, V3 and MLD Snooping V1,
V2
POE Power per port
Sufficient to operate the CCTV cameras / edge devices
Connected
Enclosure Rating
Operating Temp.
IP30 or equivalent Industrial Grade Rating-to be housed at
Junction box
0 to 55 deg C or better Industrial grade rating
23 | P a g e
Management
Compliance
 Switch needs to have RS-232/USB/RJ45 console port for
management via console terminal or PC
 Web GUI, NTP, Syslog for log capturing, and SNMP V1, V2,
V3
UL/EN/IEC or equivalent
Note:
The bidder has to submit Product Declaration stating that The products quoted should
not be declared as end of life at the time of delivery and OEM should support the products
quoted for at least 5 years. A letter to this extent from OEM to be attached as a
confirmation. The bidder to submit the declaration letter on the letterhead.
24 | P a g e
Section – 3.0 Qualification Criteria & Evaluation Process
A. Pre-qualification Criteria
Bidders should have sufficient experience in the field of implementation of Electronic
video surveillance projects particularly in the city / outdoor environment are invited to
submit proposal in response to this tender request who meet the following Prequalification criteria:
# Pre-Qualification Criteria
1 Legal Entity
Bidder must be a corporate in India registered
under Company’s Act 1956; or a firm registered
under any other Government body.
Should be registered with the Sales/VAT &
Service Tax Authorities.
2 Bidder should be a manufacturer/ whole sale
dealer/ Authorized representative of a
manufacturer and should be in business of
manufacture and or supply and maintenance of
the offered items in India as on bid calling date.
Bidders should disclose the name and full
address (along with telephone/Fax No.) of the
place where the stores will be manufactured
and offer for inspection. In case the Company is
Supporting Documents to be submitted
i) Attested copies of rules and regulations of
registered firm and Certificate of
Registration of the Firm / Company,
partnership deed (in case of partnership)
ii) Copies of Sales/VAT & Service Tax
Registration certification
iii) Copy of Firm PAN Card
The Manufacture’s Authorization Form duly
indicating the registration number & place of
registration with full address/phone no. of
their manufacturing facility for all the items
(except fabricated items such as camera poles,
field junction boxes, cables) to be submitted in
PQ Bid valid for the said tender.
Note: The bidder should submit ‘Single’ MAF
for all item/items. Multiple MAFs for same
item is not allowed.
registered, they should clarify whether they are
registered as a Manufacturing unit or in any
other capacity. In case the registration is as a
Manufacturer, they should indicate the
registration number & place of registration with
full address/phone no. of their manufacturing
Facility
3 Turnover
i) Audited Balance sheet for each financial
Bidder should have minimum cumulative annual
year.
turnover of Rs. 3 crores Per Year in last 3 years of
business. i.e., Financial Years 2015-16, 2016-17
and 2017-18 from Safety & Security / IT / ITES
ii) Certificate from the Statutory Auditor
domain.
Should be a profit making company and with
positive net worth
4 Past Experience
i) Bidder should have experience in execution
of three projects with a combined quantity
of 300 Nos IP cameras installations from FY
2015-16 till Bid submission date.
Bidder should submit any of the following:
i) Work orders & work completion certificate
From client.
ii) Performance certificate duly signed by the
Authorized signatory from the client end.
ii) The combined value of any three (3) projects
should be more than Rs. 3 crores from 2015-16 till
bid submission date.
iii) Each of the project should be connected to
iii) Work completion & satisfactory certificate
from the client. Satisfactory certificate
the central control room through backbone
also should indicate the connectivity to the
network connectivity.
central control room.
25 | P a g e
Bidder must have executed with a minimum
quantity of 600 IP cameras installations in
outdoor city surveillance / outdoor communities
from FY 2015-16 till Bid submission date for any
Public/PSU/State/Central
Govt./Police
departments.
5 Local Presence
Bidder should have local office as on date of
bidding.
Self-certified Address on Letter head to be
Submitted
Note: An undertaking in this regard should be
submitted on the company letter head.
If the Applicant is not having local presence, it
has to open a local office within 15 days from
the issue of LOI and same must be
Communicated
to
Visakhapatnam
Police
Commissionerate for future correspondence.
6 Blacklist
Bidder/OEM shall not be black listed by any
State / Central Government departments,
Ministry or Agency for breach of Contractual
conditions as on Bid Calling date. The Applicant
should also not be entangled in any legal
disputes with any Govt./PSU body.
Self-Declaration Certificate on Letter Head by
authorized signatory that the Applicant/OEM is
not black listed and is not in any legal disputes
as on the bid calling date to be submitted in
the bid duly signed by the authorized
signatory.
The participating bidders should meet the above criteria and the PQ forms, Technical
Forms & Financial Forms are to be submitted separately. Relevant documents in support
of above with due attestation of the competent authority should be furnished along with
the bid documents.





Consortium bid not allowed

Sub-contracting of any part of the project is not permitted

User Department reserves their right in not considering the bid of a bidder, if
such bidder is a previous supplier and had a past bad track record or their earlier
performance was unsatisfactory on any count or they do not posses required
experience in undertaking the work.

Representations received from the bidders within 3 days from the date of
opening of technical bids on the issues related to Pre-qualification/Technical bids
evaluation and within a day from the date of opening of commercial bids on the
issues related to the commercial bid evaluation will only be accepted.
Representations received beyond this period will not be considered and strictly
rejected.
B. Technical Bids Evaluation Process
Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the Prequalified bidders as per the following criteria. The Bidder shall be requested to arrange
Presentation of its proposed technology to the evaluation committee on the following
parameters for technical evaluation. The bidder should have sufficient technical
expertise, relevant experience and requisite infrastructure for the proposed scope of
work.
The Bidder is responsible to give a presentation on objectives of the Bidder, proposed
management structure, contribution of each constituent, role & responsibility of each
constituent covering all aspects of the planning & successful execution of the work,
proposed solution, technical functionalities of equipment/system, method of
26 | P a g e
implementation and maintenance, the commitment of the constituents to the joint and
several liabilities for due performance.
#
Evaluation Criteria
Measurement Criteria
1 Past Experience
Project with combined quantity (Nos) of
i) Bidder should have experience in IP cameras from minimum 3 projects:

>= 700 Nos & Above – 10 points
execution of three projects with a

combined quantity of 300 Nos IP
>= 600 Nos & < 700 Nos – 8 points

cameras installations from FY 2015>= 500 Nos & < 600 Nos – 6 points

16 till Bid submission date.
>= 400 Nos & < 500 Nos – 4 points
Bid is liable for rejection if the evaluation
ii) The combined value of minimum
criteria is not met.
Project with combined contract value from
three (3) projects should be more
than Rs. 3 crores.
minimum 3 projects:
Max.
Score
10

>= 4.5 Cr & Above – 10 points
iii) Each of the project should be

>= 4 Cr & < 4.5 Cr - 8 points
connected to the central control

room through backbone network  >= 3.5 Cr & < 4 Cr - 6 points
>= 3 Cr & < 3.5 Cr - 4 points
connectivity.
Bid is liable for rejection if the evaluation
criteria is not met.

>=2 projects
Bidder must have executed with a
and combined qty of
minimum quantity of 300 IP cameras
cameras >= 250 – 10 points
installations in outdoor city surveillance / 1 project & >= 200 cameras – 5 points
outdoor communities from FY 2015-16
Bid is liable for rejection if the evaluation
till Bid submission date for any
criteria is not met.
Public/PSU/State/Central
Govt./Police
departments.
3 Empanelled
with
any
PSU/Govt.  Documentary Proof to be submitted
departments/Law enforcement agencies
for CCTV Surveillance System and
executed projects in the last one year.
 CCTV System architecture
4 Technical Presentation
 Network
Technical Presentation on features &
Designs
&
Cable
functionalities of equipment and Project
Management (considerations Local /
implementation Plan / Methodology.
Global)
Support documents for compliance of
implementation
&
 Project
technical specifications need to be
Management process
 Quality Management
submitted.
 Support & Maintenance approach
 Risk Mitigation Plan
 Training to Departmental staff
Exit Management Plan
Technical POC – Demonstration of Use
End-to-end CCTV System features
cases & other scenarios regarding
Camera features
Switch Features
Recording & Replay features
Network Design & Connectivity features
CMS/VMS features (where applicable)
TOTAL MAXIMUM SCORE
The technical criteria will be subject to minimum passing score (cut-off) of 70 to qualify for
the next phase of opening of commercial Bid.
Note: Bidder should provide un-prized BOQ with make & model for technical verification
in TQ bid. The bidder should quote in commercial bid for all the items as per the technical
specifications furnished in Technical bid, otherwise the bid will be rejected.
27 | P a g e
10
10
30
30
Technical PoC Setup
The Bidder should also arrange the following components as quoted in the proposal for the
PoC setup to showcase the features as per evaluation criteria in addition to committee
requirement. The make & model should be same as per the bid proposal unless & otherwise
specified, this means if the model numbers of all components do not meet as per the
proposal, the bid is liable for rejection.
POC Equipment as per bid proposal:
#
Equipment Description
Qty
QTY
(Nos)
Nos
Nos
02
01
1
2
IP based Fixed Camera
IP based PTZ Camera
3
4
5
Nos
Nos
Nos
01
01
02
6
4-Ch NVR
Min. 4/8 port Manageable switch
Workstation or Laptop with client software configured for
viewing and replay for multiple users
Minimum Display (preferably as per proposal)
Nos
02
7
Other items as per site requirement by the Applicant
Set
01
NOTE:
a) The place & date of PoC shall be intimated to the bidders at least 3 days in advance
so as to make necessary arrangements.
b) The Bidder responsibility to arrange the necessary equipment / components that are
required for the completion of POC. The above quantity of items for demo is only
indicative; however bidder should provide minimum quantities required for PoC.
c) The proposed solution should include the quality aspects like user friendliness, secure,
interoperability, modifiability, integrity and extensibility, maintainability, scalability and
modularity etc.,
d) The bidder responsibility to handover the recorded video stream of complete Demo
to the Authority at the end of POC.
e) The Evaluation Committee may provide use cases to the qualified bidders at the time
of PoC, in addition to the bidder’s use cases.
C. Commercial Bids Evaluation Process
The Commercial bids of the TQ qualified bidders shall be opened and evaluation of rates
quoted for each item will be determined for Rate Contract as mentioned below:1.
Financial bids will be evaluated on the basis of unit price item-wise, i.e., inclusive all
taxes. Bidders shall indicate their rates in clear / visible figures as well as in words. In
case of a mismatch, the rates written in words will prevail.
2.
The bidders have to submit quote for all the items mentioned in the schedule and In
case the bidders failed to quote for all items mentioned in Section will be rejected
and EMD will forfeited.
3.
Lowest rates (L1) quoted for each item will be finalized, accepted and be established
for all empanelment of vendors / firms. The bidder will accept the price for the same
make & model item as quoted by the item. This means only the rate will change and
the model & make remain as per the bid.
28 | P a g e
4.
Uniform price for all the RC items proposed will be arrived based on the L1 price
received per item. After determining the L1 price of each item, the other bidders will
be asked to match the L1 price for each time in entire schedule to qualify themselves
to get empanelled for Rate contract. If any bidder does not accept to match the
price, the next in the line bidder as per the price quote received will be asked to
match the L1 price and thereon to arrive at a list of bidders in the same sequence of
priority.
If any vendor fails to accept the individual unit rates rationalized as per the above
procedure, his bid will be rejected and EMD will be returned.
5.
Any bidder who offers discounts/ benefits suo-moto after opening of commercial
bid(s) will be automatically disqualified from the current bidding process without any
prior notification and also may be disqualified for future bidding processes in
Visakhapatnam City Police.
6.
The bidder who is qualified in commercial bid phase and accepts to undertake work
at the finalized L1 rates for entire schedule will be empanelled and rate contracted
as per terms & conditions mentioned in the RFP.
29 | P a g e
Section – 4.0
4.1
Tender Submission Process
Procedure for Submission of Bids
Bidders are advised to study the Bid Document carefully. Submission
of the Bid will be deemed to have been done after careful study and examination of
all instructions, eligibility norms, terms and requirement specifications in the tender
document with full understanding of its implications. Bids not complying with all the
given clauses in this tender document are liable to be rejected. Failure to furnish all
information required in the tender document or submission of a bid not substantially
responsive to the tender document in all respects will be at the vendor’s risk and
may result in the rejection of the bid.
All the bids must be valid for a period of 90 days from the date of
tender opening of Bids. If necessary, User will seek extension in the bid validity
period. The vendors, not agreeing for such extensions will be allowed to withdraw
their bids without forfeiture of their EMD.
The Tender shall have 3 parts i.e., “Pre-qualification bid”, Technical
bid”, “Commercial bid”. All the three bids should be submitted in separate envelops
duly sealed be put into a closed master cover duly sealed and shall be dropped in
the Tender box kept at the Stores of the Visakhapatnam City Police
Commissionerate, Suryabagh, Visakhapatnam-530002 before the due date and time
by following the procedure given below.
The Bidders shall submit their eligibility and qualification details in
Pre-qualification bid, Technical bid, Commercial/Financial bid etc., in the standard
formats displayed in web site. The Bidders shall submit the copies of all the relevant
certificates, documents etc, in support of their eligibility criteria / technical bids and
other certificates / documents. The Bidders shall sign on the statements, documents,
certificates, submitted by them; owning responsibility for their correctness /
authenticity. The Bidders shall attach all the required documents for the specific
tender during the bid submission as per the Tender Notice and Bid Document .
The bids should be submitted as under:i. The Bidders are requested to submit the originals of DD/BG towards EMD, bid
processing fee to the Tender Inviting Authority as per the tender schedule. The
department shall not take any responsibility for any delay for non-receipt. If any of
the documents furnished by the Bidders are found to be false / fabricated / bogus,
such Bidders are liable for blacklisting, forfeiture of the EMD, cancellation of work
and criminal prosecution.
ii. The Bidders are requested to download the Tender Document and read all the terms
and conditions mentioned in the Tender Document and seek clarification, if any,
from the Tender Inviting Authority. The Bidders have to keep track of any changes by
viewing the Addenda / Corrigenda issued by the Tender inviting Authority from timeto-time. The Department calling for Tenders shall not be responsible for any claims /
problems arising out of this.
iii. The Bidders shall complete all the processes and steps required for Bid submission.
The Bidders are requested to get a confirmed acknowledgement from the Tender
Inviting Authority as a proof of submission of Hardcopies to avoid any discrepancy.
iv. The bidder shall submit (3) proposals – Pre-Qualification Proposal, Technical Proposal
and Financial Proposal as per format given in Appendixes on e-procurement portal.
30 | P a g e
v. Earnest Money Deposit shall be submitted by the Bidding Firm and any deviation to
this will result in rejection of bid.
vi. The original proposal all Pre-qualification, Technical and Financial shall contain no
interlineations or overwriting, except as necessary to correct the errors made by the
bidders themselves. The same authorized representative who has signed the
proposal shall initial the corrections.
vii. An authorized representative of the bidders shall initial all the pages of the original
Pre-qualification, Technical and Financial Bids. The authorization shall be in the form
of written power of attorney accompanying the proposal and supported by any
evidence that the representative has been duly authorized to sign.
viii. One copy of the documents necessary for Pre-Qualification, Technical and
Commercial Bids as per the format given in Tender shall be submitted if asked by the
tender agency-VISAKHAPATNAM CITY POLICE COMMISSIONERATE. An authorized
representative of the bidders shall initial all pages of Pre-Qualification, Technical &
Commercial Bid documents submitted.
ix. Vendors shall indicate their rates in clear/visible figures as well as in words. In case
of a mismatch, the rates written in words will prevail.
x. Bids should be submitted as per the formats given by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, otherwise bids will be rejected.
xi. Un-signed & un-stamped bid shall not be accepted.
xii. All pages of the bid being submitted must be signed and sequentially numbered by
the vendor irrespective of the nature of content of the documents.
xiii. If the bidder is not having local presence, it has to open a local office within 15 days
from the date of issue of LOI and an under taking must be given in this regard to
Visakhapatnam City Police Commissionerate.
xiv. Visakhapatnam City Police Commissionerate will not be responsible for any delay on
the part of the vendor in obtaining the terms and conditions of the tender notice or
submission of the tender bids.
xv. No deviation from the tender specifications and terms & conditions will be accepted.
xvi. In case, the day of bid submission is declared Holiday by Govt. of Andhra Pradesh,
the next working day will be treated as day for submission of bids. There will be no
change in the timings.
Visakhapatnam City Police may, at its own discretion, extend the date for
submission of bids. In such a case all rights and obligations of Visakhapatnam City
Police Commissionerate will be applicable to the extended time frame.
4.2
Earnest Money Deposit (EMD) and Tender Fee
1) EMD & Tender document fee as per Tender has to be submitted with the Prequalification Bid.
2) EMD amount as mentioned in the Tender document must to be submitted by Demand
Draft
3) Pay Order of any Nationalised / scheduled Commercial Bank drawn in favour of The
Commissioner of Police, Visakhapatnam ” , payable at Visakhapatnam, physically before
bid submission end date as mentioned in. Otherwise submitted bids will be rejected.
4) The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any
of the following eventual situations:i. In the case of those Bidders who fail to qualify in Pre-qualification, or whose
technical bids do not qualify, the Earnest Money Deposit (EMD) will be
refunded without any interest accrued within one month after finalisation
of Bids.
31 | P a g e
ii. In case of those Bidders who are not selected, the EMD will be refunded
without any interest accrued within one month of finalisation of Bids.
iii. In case of those Bidders whose tender bid is accepted for empanelment, EMD
will be refunded on receipt of Security Deposit as per empanelment clause.
A. Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit
can be forfeited if a Bidder:
i. Withdraws its bid during the period of bid validity.
ii. Does not accept, and / or violates the tender terms and conditions of the
contract after submission of the bid.
iii. Successfully gets empanelled, but fails to sign the contract within the stipulated
time.
4.3
Overall Evaluation Process
Evaluation Committee will evaluate bids (complete in all respect) received along
with Demand Draft of EMD (Physically) will be opened as mentioned in Tender schedule
in presence of vendor’s representative. Bid received without EMD will be rejected
straight way. The overall evaluation shall be L1 based.
The evaluation will be 3 stages i.e., Pre-qualification, Technical Proposal & Commercial
proposals submitted by the bidders.
Pre-qualification bids (Eligibility Criteria) and Technical bids of only those vendors,
whose EMD instruments are found to be in order, will be opened afterwards in the
same bid opening session, in the presence of the vendor’s representatives.
The bidders who qualify in Pre-qualification evaluation will be eligible for opening of
Technical Evaluation & also bidder should arrange for Technical presentation on the
features & technical functionalities of the proposed equipment/system.
All technically qualified bidders will be short listed for next phase of the evaluation.
Financial bids of only those vendors, whose bids are found technically qualified, will be
opened in the presence of the vendor’s representatives, subsequently for financial
evaluation.
L1 Rates quoted for each item will be finalized and established for empanelment.
All shortlisted bidders need to accept the individual unit rates rationalized as per the
above procedure for execution of works, otherwise their bid will be rejected and EMD
will be returned.
4.4
4.5
Pre-qualification evaluation process
a) Pre-qualification Bids will be evaluated on the parameters as per section 3.0 (A) and
shortlist Pre- qualification Bids.
b) During the Pre-qualification evaluation, if any of the parameters is not met, the bid
will be summarily rejected.
Technical Evaluation process
a) Technical Bids will be evaluated based on the parameters as mentioned in RFP
b) A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist
Technical Bids on the basis of parameters/ specifications provided in RFP.
c) The evaluation Committee shall ask the vendors for a technical presentation/site
visit in a short notice.
d) During the technical evaluation, if any of the parameters is not met, the bid will be
summarily rejected.
32 | P a g e
4.6
Evaluation of Commercial/Financial Bids
a) The Financial Bids of only those bidders short listed from the Technical Bids, will be
opened in the presence of their representatives on a specified date & time to be
intimated to the respective bidders, and the same will be evaluated.
b) If the Evaluation Committee considers necessary, Revised Financial Bids could be called
for from the technically short-listed bidders, before recommending the final
empanelment.
c) In the event of revised financial bids being called for, the revised bids should not be
higher than the original bids, otherwise the bid shall be rejected and EMD forfeited.
d) There will be NO NEGOTIATION regarding the financial bid by the bidders. However, if
Evaluation Committee finds the L1 rates unreasonably higher than the market rates, it
may call for price justification of the rates quoted and may negotiate for the best price
with the L1 bidder only.
No enquiry shall be made by the bidder(s) during the course of evaluation of the
tender, after opening of bid, till final decision is conveyed to the successful bidder(s).
However, the Committee/its authorized representative and office of Commissioner of
Police, Visakhapatnam can make any enquiry/seek clarification from the bidder(s), which
the bidder(s) must furnish within the stipulated time else bid of such defaulting bidder(s)
will be rejected.
33 | P a g e
Section – 5.0 Award of Contract for EMPANELMENT and
Other Conditions
5.1
Empanelment Process
a. The empanelment and rate contract agreement will be executed between the
Authority and the successful bidders / empanelled bidders. VISAKHAPATNAM CITY
POLICE COMMISSIONERATE is responsible for floating & finalization of Tender for
empanelment & Rate contract.
b. Validity of the selection/empanelment will be for an initial period of ‘1’ year which
can be extended for another one year through mutual consent. However, the
evaluation Committee/VISAKHAPATNAM CITY POLICE COMMISSIONERATE has the
right to review the selection/empanelment at regular intervals on the basis of
satisfactory performance in the previous period.
c. The price quoted obtained for the empanelled items shall be valid for a period of one
year and the price quote should not be higher than the prevailing market price or the
price at which sold for the previous order. If found to be higher, the bidder is liable
for termination of RC (Rate Contract), legal proceedings & penalties.
d. The quality of the items being supplied by the bidder must adhere to the
specifications mentioned and the bidder should submit a compliance statement
declaring the matching of the specifications
e. Offer from companies whose business activities are limited to procuring items from
manufacturers, both Indian and foreign and supplying the same to Authority having
no after sales service back up will not be entertained.
f. Bidders should disclose the name and full address (along with telephone/Fax No.) of
the place where the stores will be manufactured and offer for inspection. In case the
Company is registered, they should clarify whether they are registered as a
Manufacturing unit or in any other capacity. In case the registration is as a
Manufacturer, they should indicate the registration number & place of registration
with full address/phone no. of their manufacturing facility.
g. Bidders are advised to attach a letter from an authorized signatory of the company
owning the patent of the technology being offered clearly detailing the deliverables /
ownerships & rights for implementation, service, warrant and post-sales support.
h. In the event the Bidding Company or the concerned division of the Company is taken
over/ bought over by another company, all the obligations and execution
responsibilities under the agreement with Authority, should be passed on for
compliance by the new company in the negotiation for their transfer.
i.
Selected/empanelled bidders has to agree for honoring all tender conditions and
adherence to all aspects of fair trade practices in executing the Work Orders placed
by User Department (Visakhapatnam City Police).
j.
The vendor should not assign or sublet the empanelment & projects or any part of it
to any other vendor in any form. Any such attempt shall result in termination of
empanelment.
k. Authority in consultation with VISAKHAPATNAM CITY POLICE COMMISSIONERATE
may, at any time, terminate the empanelment by giving written notice to the
empanelled vendor(s) without any compensation, if the empanelled vendor
becomes bankrupt or otherwise insolvent, provided that such termination will not
34 | P a g e
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE.
l.
During the validity of the panel, in case Authority/VISAKHAPATNAM CITY POLICE
COMMISSIONERATE notices that the market rates have come down from the time
the rates were finalized based on market trends or for the reasons of technological
changes, Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE will ask the
technically qualified vendors to match the prices accordingly by submitting on their
letterhead duly signed by the authorized signatory and the vendor(s) will be selected
on the basis of procedure given earlier. All those vendors, who were declared
technically qualified and NOT empanelled, will submit the revised quote with the
EMD, if they have withdrawn the EMD from VISAKHAPATNAM CITY POLICE
COMMISSIONERATE. The time difference between such matching of the prices will
be minimum 3 months except in case of the State/Central Budget. For any bulk
requirements, VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right
to call for the revised bids from the empanelled vendors any time during the
empanelment.
m. On written communication from VISAKHAPATNAM CITY POLICE COMMISSIONERATE
for having qualified for selection of empanelment, the bidder shall sign the contract
within 15 days of such communication. Failing which the offer shall be treated as
withdrawn.
n. The selected vendor shall submit Security Deposit of Rs. 3,00,000 (Rupees Three
Lakh) for empanelment in the form of Bank Guarantee from any Nationalised /
Scheduled Banks for the duration of the selection or extended period, if any, in favor
of the Commissioner of Police, Visakhapatnam Police Commissionerate,
Visakhapatnam. On receipt of bank guarantee towards security deposit, the EMD of
the selected vendor will be returned without any interest. VISAKHAPATNAM CITY
POLICE COMMISSIONERATE/ Authority will have the right to invoke the security
deposit without assigning any reasons if performance of the empanelled vendor is
not found up to the mark.
5.2
i.
ii.
iii.
iv.
v.
vi.
5.3
Contract Finalization & Award of Work
Selected empanelled vendor will visit the location / community along with the
concerned Police Station staff to identify the strategic locations and suggest
solution & BoM for approval.
Work Order will be placed on the empanelled firm / vendor in hardcopy format by
the concerned section in User Department under acknowledgement. The vendor
shall start the work within 7 days of receipt of Work order and no extension shall be
issued.
Objection, if any, to the Work Order must be reported to the concerned section in
User Department by the vendor within three (3) working days counted from the
Date of Work Order for modifications, otherwise it is assumed that the vendor has
accepted the Work Order into.
On the receipt of the Work Orders, the Vendor(s) shall obtain the necessary
documents if any, for timely delivery of the equipment & services.
If the vendor is not able to execute the Project/assignment completely within the
specified period, the EMD/Security Deposit will be forfeited in full. Besides, legal
action may be taken separately and eliminate from the list of empanelled
firms/vendors.
The empanelled vendor(s) should not refuse successively twice to accept work
order of User Department under any pretext. If so, the empanelment will be
cancelled and security deposit will be forfeited.
Award Criteria of Work under Rate Contract
User Department(s) will award the contracts to all successfully empanelled firms /
vendors for execution of work orders as per Rate Contract. The award of Work will
be at the discretion of User Department and based on the satisfactory performance
of the vendor.
35 | P a g e
However, it is the discretion of the User Department
o To engage any empanelled vendor for all or part of the Services as per Rate
Contract based on their past performance, local environmental conditions,
quantum of past projects carried out etc.,
o To drop one or more items from the scope at the time of engagement of
vendor.
The notification of the award shall constitute signing of agreement for
empanelment with User Department. The User Department will send the Proforma
for agreement to the vendor, incorporating all terms & conditions between the
parties. Within 7 days of receipt of the work order, the selected firm / vendor shall
execute an agreement with the User Department.
5.4
Payment Terms & Conditions
i.
Payment will be made in Indian Rupees. Payment will be made only after satisfactory
completion of work as determined by User Department.
ii.
For each project assignment , payment will be made as per Payment Terms
mentioned in Rate Contract, after satisfactory completion of work, submission of
Work completion report, Delivery Challans, work completed images, Installation
Reports, Test reports, Final acceptance reports, Abstract of Property Register,
installation of sign & inauguration Boards etc by User Department.
iii.
Payments shall be subject to deductions of any amount for which the Vendor is liable
as per the penalty clause of this tender document / Rate Contract. Further, all
payments shall be made subject to deduction of TDS (Tax deduction at Source ) as
per the income - Tax Act,1961 and any other taxes.
iv.
Payment terms are furnished in RFP. Since Purchase Order / Work Orders will be
issued by User Department, Payment will be made by User Department.
v.
The vendor shall also submit a staggered bank guarantee equal to 5% (Five percent)
of the Order value towards warranty maintenance of complete CCTV Surveillance
Systems valid for five years, from the date of acceptance of the assigned project /
Go-live, drawn in the name of the competent authority of User Department.
5.5
Penalty Calculation Process
i.
The empanelled vendors shall render the services strictly adhering to the time
schedules mentioned in the Work order. Any un-excused delay by the vendor, in the
performance of its obligations, shall attract Penalty at the rate of 1.5% of the total
value of the work order per week of delay subject to a maximum of 10% of the work
order value. Beyond five weeks User Department will have the option of getting the
work done through alternate sources at the cost and risk of the defaulting vendor.
ii.
For three recurrences of default in the discharge of service obligations, User Department
would forfeit the defaulting vendor’s security deposit, revocation of Bank Guarantees
(including the ones submitted for other Work Orders) and/or termination of the
empanelment for default.
iii.
If at any time during performance of the work order, the vendors encounter
conditions impeding timely performance of the ordered services, the vendor shall
promptly notify User Department in writing of the fact of the delay, it’s likely duration
and it’s cause(s).
36 | P a g e
Section – 6.0
Instructions to Bidders
6.1 No Consortium is allowed for this Project. Firms cannot be part of multiple bids, unless
they are participating solely as OEMs.
6.2 Completeness of Response
i) Bidders are advised to study all instructions, forms, requirements and other
information in the Tender document carefully. Submission of the bid shall be
deemed to have been done after careful study and examination of the Tender
document with full understanding of its implications.
ii) The response to this Tender should be full and complete in all respects. Failure
to furnish all information required by the Tender documents or submission of a
proposal not substantially responsive to this document will be at the Bidder's
risk and may result in rejection of its Proposal.
6.3 Proposal preparation costs & related issues
i) The bidder is responsible for all costs incurred in connection with participation
in this process, including, but not limited to, costs incurred in conduct of
informative
and
other
diligence
activities,
participation
in
meetings/discussions/presentations, preparation of proposal, in providing any
additional information required by facilitating the evaluation process.
ii) Will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of bidding process.
iii) This Tender does not commit to award a contract or to engage in negotiations.
Further, no reimbursable cost may be incurred in anticipation of award or for
preparing this Tender.
6.4 Responses to Pre-bid Queries and Issue of Corrigendum
i) The Project Committee/Nodal Officer notified by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE will endeavor to provide timely response to all queries.
However, VISAKHAPATNAM CITY POLICE COMMISSIONERATE makes no
representation or warranty as to the completeness or accuracy of any response
made in good faith, nor does VISAKHAPATNAM CITY POLICE
COMMISSIONERATE undertake to answer all the queries that have been posed
by the bidders.
ii) At any time prior to the last date for receipt of bids, VISAKHAPATNAM CITY
POLICE COMMISSIONERATE may, for any reason, whether at its own initiative or
in response to a clarification requested by a prospective Bidder, modify the
Tender Document by a corrigendum.
iii) The Corrigendum (if any) & clarifications to the queries from all bidders will be
posted in the portal “http://vizagcitypolice.gov.in”.
iv) Any such corrigendum shall be deemed to be incorporated into this Tender.
v) In order to provide prospective Bidders reasonable time for taking the
corrigendum into account, VISAKHAPATNAM CITY POLICE COMMISSIONERATE
may, at its discretion, extend the last date for the receipt of Bids/ Proposals.
6.5 Right to Terminate the Process
i) VISAKHAPATNAM CITY POLICE COMMISSIONERATE /Authority may terminate
the Tender process at any time and without assigning any reason.
VISAKHAPATNAM CITY POLICE COMMISSIONERATE makes no commitments,
express or implied, that this process will result in a business transaction with
anyone.
37 | P a g e
ii) This Tender does not constitute an offer by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE. The bidder's participation in this process may result in
empanelment of the bidders and establishing Rate Contract.
6.6 Preparation of Proposals
i) The Proposal as well as all related correspondence exchanged by the bidders
and VISAKHAPATNAM CITY POLICE COMMISSIONERATE shall be written in
English language, unless specified otherwise.
ii) In preparing their Proposal, Consultants are expected to examine in detail the
documents comprising the Tender. Material deficiencies in providing the
information requested may result in rejection of a proposal.
iii) The bidder is expected to submit the Technical Proposal as per the format given
in Tender document. Submission of the wrong type of Technical Proposal will
result in the proposal being deemed non-responsive. The Technical Proposal
shall not include any financial information.
iv) The Financial Proposal shall be prepared as per the format given in Appendix.
v) Deviation from this shall be treated as termination of contract and shall attract
the liability as specified in the Tender.
6.7 Period of validity of bids
i)
Bids shall remain valid for the days or duration specified in the bid document,
after the date of the financial bid opening prescribed by VISAKHAPATNAM CITY
POLICE COMMISSIONERATE. A bid valid for a shorter period shall be rejected as
non-responsive.
ii) In exceptional circumstances, the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE may solicit the bidders’ consent to an extension of the
period of bid & EMD validity. The request and the responses there to shall be
made in writing. The bid security shall also be suitably extended.
A bidder granting the request will not be permitted to modify its bid.
6.8 Bid Submission Formats
i) The entire proposal shall be strictly as per the formats specified in this Tender
document and any deviation may result in the rejection of the proposal.
ii) The documents to be submitted in Pre-Qualification bid are:
a) Bid Letter Form – PQ#1
b) Bidder’s Profile – Form PQ#2
c) Financial Turnover details – Form PQ#3
d) Past Project Experience – Form PQ#4
e) Declaration regarding Clean Track Record on Company’s Letter Head – Form
PQ#5
f) Manufacturer Authorization Form (MAF) – Form PQ#6
g) Bid Security (EMD).
iii) The documents to be submitted in Technical Bid are:
a) Understanding of the Project & Implementation Plan- Form TQ#1
b) Un-priced Technical BoM – Form TQ#2
c) Technical Compliance Statement for Required Items – Form TQ#3
d) Statement of Deviations from Tender Terms & Conditions – Form TQ#4
e) List of Technical Support & Maintenance Team with qualifications &
experience – Form TQ#5
iv) The documents to be submitted in Commercial Bid are:
a) Detailed Price Schedule - Form C#1.
38 | P a g e
6.9 Venue and Deadline for submission
i) Proposals must be submitted in separate envelops duly sealed be put into a
closed master cover duly sealed and shall be dropped in the Tender box kept at
the Stores of the Visakhapatnam City Police Commissionerate, Suryabagh,
Visakhapatnam-530002.
ii) Any proposal received by the VISAKHAPATNAM CITY POLICE COMMISSIONERATE
after the above deadline shall be rejected. The bidders should take care in
uploading their bids & supporting documents well in advance so as to avoid last
minute rush & failures. VISAKHAPATNAM CITY POLICE COMMISSIONERATE will
not entertain any such complaints of failure on the e-procurement portal.
iii) The bids submitted by telex/telegram/fax/e-mail, etc. shall not be considered.
No correspondence will be entertained on this matter.
iv) VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right to modify
and amend any of the above-stipulated condition/criterion depending upon
assignment/project priorities vis-à-vis urgent commitments.
6.10 Authentication of Bid
The original and all copies of the bid shall be typed or written in indelible ink. The
original/copies shall be signed by the Bidder or a person or persons duly authorized
to bind the Bidder to the contract. A letter of authorization shall be supported by a
written power of attorney accompanying the bid. All pages of the bid, except for unamended printed literature, shall be signed and stamped by the person or persons
signing the bid.
6.11 Validation of Interlineations in Bid
The bid shall contain no interlineations, erasures or overwriting except as necessary
to correct errors made by the BIDDER, in which case such corrections shall be
counter signed by the person or persons signing the bid.
6.12 Disqualification of bids
VISAKHAPATNAM CITY POLICE COMMISSIONERATE/Evaluation Committee may at
its sole discretion and at any time during the processing of tender, disqualify any
BIDDER from the tendering process if the BIDDER has
i) Submitted the tender after the prescribed date and time of submission of bids.
ii) Made misleading or false representations in the forms, statements and
attachments submitted in proof of the eligibility requirements.
iii) If found to have a record of poor performance such as abandoning works, not
properly completing the contract, inordinately delaying completion, being
involved in litigation or financial failures, etc.
iv) Submitted bid document, which is not accompanied by required documentation
and Earnest Money Deposit (EMD) or Tender process Fee or nonresponsiveness.
v) Failed to provide clarifications related thereto, when sought.
vi) If the technical offer contains any price information the offer will be summarily
rejected.
vii) Conditional bids will be summarily rejected.
viii) Bidders who are found to canvass, influence or attempt to influence in any
manner the qualification or selection process, including without limitation, by
offering bribes or other illegal gratification, shall be disqualified from the
process at any stage.
ix) If found to submit more than one bid.
39 | P a g e
6.13 Bid Submission Format
The entire proposal shall be strictly as per the format specified in this Tender. Bids
with deviation from this format shall be rejected.
6.14 Clarification of Bids during Evaluation
During evaluation of the bids, VISAKHAPATNAM CITY POLICE COMMISSIONERATE
may, at its discretion, ask the BIDDER for clarification of its bid content and seek
information.
Preliminary Examination of the Bids
o Preliminary scrutiny will be made to determine whether they are complete,
Whether any computational errors have been made, whether required
sureties have been furnished,
o Whether, the documents have been properly signed, and whether the bids
are generally in order.
o Arithmetical errors will be rectified on the following basis. If there is a
discrepancy between words and figures, the amount in words will prevail.
o VISAKHAPATNAM CITY POLICE COMMISSIONERATE may waive any minor
informality; nonconformity or irregularity in a bid that does not constitute a
material deviation, provided such waiver does not prejudice or affect the
selection of any BIDDER.
o Prior to the detailed evaluation, VISAKHAPATNAM CITY POLICE
COMMISSIONERATE will determine the substantial responsiveness of each
bid to the bidding documents. For purposes of these clauses, a substantially
responsive bid is one, which conforms to all the terms and conditions of the
bidding documents without material deviations.
o If a bid is not substantially responsive, it will be rejected by VISAKHAPATNAM
CITY POLICE COMMISSIONERATE and may not subsequently be made
responsive by the BIDDER, by correction of the nonconformity.
6.15 Rights to Accept / Reject any or all Proposals
The Evaluation Committee reserves the right to accept or reject any
proposal, and to annul the Tender process and reject all bids at any time prior to
award of contract, without thereby incurring any liability to the affected Solution
Provider or Bidder or any obligation to inform the affected Bidder(s) of the ground
for Committee’s action.
6.16 Quotation of Prices
i) Bidder should provide all prices as per the prescribed format in this document.
ii) All the prices are to be entered in INR only.
iii) Prices indicated shall be inclusive of all charges and all applicable taxes, levies,
duties etc.
iv) It is mandatory to provide breakup of all Taxes, duties and levies wherever
asked for.
v) The Authority, reserves the right to ask the Bidder to submit proof of payment
against any of the taxes, duties and levies indicated.
vi) Authority shall take into account all charges & all applicable taxes, duties, levies
etc for the purpose of evaluation.
vii) VISAKHAPATNAM CITY POLICE COMMISSIONERATE also intends to utilize the
rates of items (Rate Contract) obtained through this tender for requirements of
various Departments. Bidders are requested to factor this larger demand and
give the best possible rate to the Authority.
40 | P a g e
viii) No escalation of prices will be considered under any circumstances during the
contract period.
6.17 Term of Empanelment & Rate Contract
Empanelment & Rate Contract shall be for a period of ‘1’ year and contract shall
come to an end on expiry of such period, except when its term is extended by
Authority in consultation with VISAKHAPATNAM CITY POLICE COMMISSIONERATE.
VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department shall reserve
the sole right to grant any extension to the term mentioned above on mutual
agreement including fresh negotiations on prices, terms & conditions
6.18 Signing of Rate Contract
All empanelled Firms / Agencies shall execute a Rate Contract with Authority to
comply with all the provisions in this Tender. VISAKHAPATNAM CITY POLICE
COMMISSIONERATE also intends to utilize the rates of items (Rate Contract)
obtained through this tender for the requirements of other State / Central
Government Departments / Agencies (PSUs).
6.19 Definitions
i) Tender call or invitation for bids means the detailed notification seeking a set of
solution(s), service(s), materials or any combination of them.
ii) Specification means the functional and technical specifications or statement of
work, as the case may be.
iii) Firm means a Company, Authority, Society, or any other Organization
incorporated under appropriate statute as is applicable in the country of
incorporation.
iv) Bidder means any firm offering the solution(s), service(s) and/or materials
required in the tender call. The word Bidder/bidder when used in the pre award
period shall be synonymous with bidder and when used after award of the
contract shall mean the successful bidder with whom User Department signs the
contract for rendering of goods and services.
v) Pre- qualification and Technical bid means that part of the offer that provides
information to facilitate assessment by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, professional, technical and financial standing of the bidder,
conformity to specifications etc.
vi) Financial Bid means that part of the offer, that provides price schedule, total
project costs etc.
vii) Three part Bid means the Pre-qualification bid, Technical and Financial bids
submitted in Sealed Cover.
viii) Goods and services mean the solution(s), service(s), materials or a combination
of them in the context of the tender call and specifications.
ix) The word goods when used singly shall mean the hardware, firmware
component of the goods and services.
6.20 Bid forms
i) Wherever a specific form is prescribed in the bid document, the bidder shall use
the form to provide relevant information. If the form does not provide space for
any required information, space at the end of the form or additional sheets shall
be used to convey the said information.
ii) For all other cases the bidder shall design a form to hold the required
information.
41 | P a g e
6.21 Cost of bidding
i) The bidder shall bear all costs associated with the preparation and submission of
its bid, and VISAKHAPATNAM CITY POLICE COMMISSIONERATE will in no case be
responsible for those costs, regardless of the conduct or outcome of the bidding
process.
ii) Bidder is expected to examine all instructions, forms, terms, and specifications
in the bidding documents. Failure to furnish all information required by the
bidding documents or to submit a bid not substantially responsive to the bidding
documents in every respect will be at the bidder’s risk and may result in the
rejection of its bid.
iii) The participating bidder should purchase the document and enclose a receipt of
the same with the bid document.
6.22
Clarification of bidding documents
i) A prospective Firm / bidder requiring any clarification of the bidding documents
may notify VISAKHAPATNAM CITY POLICE COMMISSIONERATE contact person.
Written copies/ e-mail of the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE response (including an explanation of the query but
without identifying the source of inquiry) will be sent to all prospective bidders
that have received the bidding documents.
ii) The concerned person will respond to any request for clarification of bidding
documents which it receives no later than bid clarification date mentioned in
the notice prior to deadline for submission of bids prescribed in the tender
notice. No clarification from any bidder shall be entertained after the closure of
date and time for seeking clarification mentioned in tender call notice. It is
further clarified that VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User
Department shall not entertain any correspondence regarding delay or nonreceipt
of
clarification
from
VISAKHAPATNAM
CITY
POLICE
COMMISSIONERATE/User Department.
6.23 Amendment of bidding documents
i) At any time prior to the deadline for submission of bids, VISAKHAPATNAM CITY
POLICE COMMISSIONERATE, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective bidder, may modify the
bidding documents by amendment.
ii) All prospective bidders those have received the bidding documents will be
notified of the amendment and such modification will be binding on all bidders.
iii) In order to allow prospective bidders reasonable time in which to take the
amendment into account in preparing their bids, the VISAKHAPATNAM CITY
POLICE COMMISSIONERATE, at its discretion, may extend the deadline for the
submission of bids.
6.24
Modification and withdrawal of bids
i) No bid can be modified subsequent to the deadline for submission of bids.
ii) No bid can be withdrawn in the interval between the deadline for submission of
bids and the expiration of the period of bid validity. Withdrawal of a bid during
this interval will result in the forfeiture of its bid security (EMD).
42 | P a g e
6.25 Suspension of Work
The Bidder shall, if ordered in writing by User Department representative, temporarily
suspend the works or any part thereof for such a period and such a time as ordered. The
Bidder shall not be entitled to claim compensation for any loss or damage sustained by him
by reason of temporary suspension of the Works as aforesaid. An extension of time for
completion corresponding with the delay caused by any such suspension of the works as
aforesaid shall be granted to the implementation agency, if request for same is made and
that the suspension was not consequent to any default or failure on the part of the
implementation agency. In case the suspension of works is not consequent to any default
or failure on the part of the Identified Bidder and lasts for a period of more than 3 months,
the Bidder shall have the option to request the User Department to terminate the Contract
with mutual consent.
6.26 Force Majeure
i) The Bidder shall not be liable for forfeiture of its performance security, liquidated
damages, or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of
Force Majeure.
ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the
OEM/bidder and not involving the Supplier’s fault or negligence and not foreseeable.
Such events may include, but are not restricted to, acts of the State Government in its
sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes.
iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the
VISAKHAPATNAM CITY POLICE COMMISSIONERATE in writing of such condition and the
cause thereof. Unless otherwise directed by the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE / User Dept. in writing, the Bidder/bidder shall continue to
perform its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
6.27 Terminate the Contract
i) Retain such amounts from the payment due and payable by User Dept to the Bidder as
may be required to offset any losses caused to User Dept as a result of such event of
default and the Bidder shall compensate User Dept for any such loss, damages or other
costs, incurred by User Dept in this regard. Nothing herein shall effect the continued
obligation of the Bidder / other members of its Team to perform all their obligations
and responsibilities under this Contract in an identical manner as were being performed
before the occurrence of the default.
ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity, recover such other costs/losses and other amounts
from the Bidder may have resulted from such default and pursue such other rights
and/or remedies that may be available to User Dept under law.
6.28 Termination
User Department may terminate this contract in whole or in part by giving the
Bidder prior and written notice indicating it’s intention to terminate the Contract
under the following circumstances i) Where it comes to User Department attention that the Bidder (or the
implementation agency’s Team) is in a position of actual conflict of interest with
the interests of User Department in relation to any of terms of the
implementation agency’s bid, the tender or this Contract
ii) Where the Bidder ability to survive as an independent corporate entity is
threatened or is lost owing to any reason whatsoever including inter alia the
filing of any bankruptcy proceedings against the implementation agency, any
43 | P a g e
failure by the Bidder to pay any of its dues to its creditors, the institution of any
winding up proceedings against the Bidder or the happening of any such events
that are adverse to the commercial viability of the implementation agency. In
the event of the happening of any events of the above nature, User Department
shall reserve the right to take any steps as are necessary to ensure the effective
transition of the project to a successor implementation agency/Bidder, and to
ensure business continuity.
iii) Termination for Default: User Department may at any time terminate the
contract by giving 30 days written notice to the Identified Bidder without
compensation to the Identified Bidder in the event of default on the part of the
Bidder, which may include failure on the part of the Bidder to respect any of its
Commitment with regard to any part of its obligations under its bid, the tender
or under this contract.
6.29 Termination for Insolvency
The
User
Department/
VISAKHAPATNAM
CITY
POLICE
COMMISSIONERATE may at any time terminate the contract by giving 30 days
written notice to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent.
In this event, termination will be without compensation to the Bidder, provided that
such termination will not prejudice or affect any right of action or remedy which has
accrued or will accrue thereafter to the User Department.
6.30 Termination for Convenience
i) The User Department may terminate the Contract at any time by giving 30 days
written notice to the Bidder in whole or in part, for its convenience. The notice
of termination shall specify that termination is for the User
Department/Purchaser’s convenience, the extent to which performance of the
Bidder under the contract is terminated, and the date upon which such
termination becomes effective.
ii) The entire infrastructure of CCTV Surveillance System including software
procured & used for the project will be taken over by the User Department from
the date of service termination & any delay in handing over these equipment’s
will not be acceptable & will be viewed severely for appropriate action.
iii) The client may in the following events after giving a prior notice and conducting
investigations if required, terminate the contract forfeiting the bid security and
any sums due for payment to the Vendor:






If the value of the penalty for different services together exceeds 10% of
the contract amount for 1 year.
If the Bidder becomes Bankrupt or financially insolvent during currency of
the contract.
If it is found that the bidder has been convicted for any unlawful activities.
If it is found that bidder has made gross misconduct or involved in practices
injurious to the image and interest of the client or has failed in performing
his duties as per contract.
6.31 Liquidated Damages
If the Identified Bidder fails to deliver Services or install any or all of the systems or
if any of the services fail to gain Acceptance within the period(s) specified in the
Contract, the Client shall, without prejudice to its other remedies under the
Contract, deduct from the performance security, as liquidated damages, a sum
equivalent to the percentage of the Contract price specified in SCC. Once the
maximum is reached, the Client may consider termination of the Contract. If
delivered or installed goods and/or Services cannot be put to use without the
undelivered goods/Services, the damages will be calculated using the total price of
the goods/services that cannot be put to use.
44 | P a g e
6.32 Application of LD
Liquidated damages shall be assessed as per the millstones as per schedule,
submission of deliverables and its acceptance”.
6.33 Right of Monitoring, Inspection and Periodic Audit
i) User Department/VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right
to inspect and monitor/assess the progress/performance/maintenance of project at any
time during the course of the contract.
ii) User Department/ VISAKHAPATNAM CITY POLICE COMMISSIONERATE shall have the
right to conduct, either itself or through another Third Party as it may deem fit, an audit
to monitor the performance by the Third Party of its obligations/functions in
accordance with the standards committed to or required by User Department and the
Bidder undertakes to cooperate with and provide to the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE any other agency appointed by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, all documents and other details as may be required by them for
this purpose. Any deviations or contravention identified as a result of such
audit/assessment would need to be rectified by the Bidder failing which the client may
without prejudice to any other rights that it may have issue a notice of default.
6.34 Risk Management
Bidder shall at his own expense adopt suitable Risk Management methodology to
mitigate all risks assumed under this Tender. The Bidder shall underwrite all the risk
related to its personnel deputed under this project as well as equipment and
components and any other belongings or their personnel during the entire period of
their engagement in connection with this project and take all essential steps to reduce
and mitigate the risk. User Department / VISAKHAPATNAM CITY POLICE
COMMISSIONERATE will have no liability on this account.
6.35 Publicity
The Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the User Department first gives the
Bidder its written consent.
6.36 Resolution of Disputes
i) The User Department and the bidder shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between
them under or in connection with the contract.
ii) If, after thirty (30) days from the commencement of such informal negotiations,
the User Department and the Bidder have been unable to resolve amicably a
contract dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms specified here in. These mechanisms may
include, but are not restricted to, conciliation mediated by a third party.
iii) The dispute resolution mechanism shall be as follows:
In case of a dispute or difference arising between the User department and the
Firm /bidder relating to any matter arising out of or connected with this
agreement, such disputes or difference shall be settled in accordance with the
Arbitration and Conciliation Act, of India, 1996. The place of resolution of
disputes shall at Visakhapatnam , Andhra Pradesh State only.
6.37 Governing Language
The contract shall be written in English. All correspondence and other documents
pertaining to the contract which are exchanged by the parties shall be written in same
languages.
45 | P a g e
6.38 Applicable law
The contract shall be interpreted in accordance with appropriate Indian Laws.
6.39 No Interest for Performance Guarantee
No interest shall be paid on the earnest money, security deposit and the amount retained
against performance guarantee.
6.40 Notices
i) Any notice given by one party to the other pursuant to this contract shall be sent to
the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in
writing to the other party’s address.
ii) A notice shall be effective when delivered or tendered to other party whichever is
earlier.
6.41 Taxes and duties
The Vendor/bidder shall be entirely responsible for all taxes, duties, license fee etc.
incurred until delivery of the contracted services to the User department or as per the
terms of tender document if specifically mentioned.
6.42 Delivery and Documents
Delivery of the goods/services shall be made by the vendor in accordance with the
terms specified in the Schedule of requirements. The details of shipping and / or other
documents to be furnished and submitted by the vendor are specified below.
For Goods supplied from abroad:
i) Within 24 hours of shipment, the vendor shall notify the User Department and
the Insurance Company by cable or telex or fax full details of the shipment
including contract number, description of goods, quantity, the vessel, the bill of
lading number and date, port of loading, date of shipment, port of discharge, etc.
The vendor shall mail the following documents to the User Department, with a
copy to the Insurance Company.
ii) Four copies of supplier’s invoice showing goods description, quantity, unit price
and total amount;
iii) 4 copies of packing list identifying contents of each package;
iv) Insurance certificate; Manufacturer’s/Supplier’s warranty certificate;
v) Inspection certificate, issued by the nominated inspection agency and the
vi) Supplier’s factory inspection report; and Certificate of origin.
The above documents shall be received by the User Department at least one week
before arrival of Goods at the port or place of arrival and, if not received, the Vendor
will be responsible for any consequent expenses.
For Goods from within India:
Upon delivery of the goods to the user, the vendor shall notify the VISAKHAPATNAM
CITY POLICE COMMISSIONERATE/User Department and mail the following
documents to the VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User
Department:
i) Four copies of the vendor invoice showing goods description, quantity, unit price
total amount;
ii) Delivery note, or acknowledgement of receipt of goods from the user;
iii) Manufacturer’s or Supplier’s warranty certificate;
iv) Inspection Certificate issued by the nominated inspection agency, and the
Supplier’s factory inspection report.
v) Certificate of Origin;
46 | P a g e
vi) Insurance policy;
vii) Excise gate pass Octroi receipts wherever applicable duly sealed indicating
payments made and any of the documents evidencing payment of statutory
taxes.
The above documents shall be received by the User Department before arrival of the
Goods (except deliver note and where it is handed over to the user with all
documents) and if not received, the vendor will be responsible for any consequent
expenses.
6.43 Insurance
i) It is suggested that the goods supplied under the contract shall be fully insured in
a freely convertible currency against loss or damage incidental to manufacture or
acquisition, transportation, storage, and delivery up to user site.
ii) The insurance should be for replacement value from “Warehouse to warehouse
(final destination)” on “All Risks” valid up to 3 months till completion of delivery,
installation and commissioning .
6.44 Transportation
Transport of the goods to the project site(s) shall be arranged by the vendor at their cost.
6.45
Hardware & OS Software Installation
The Vendor is responsible for all unpacking, assemblies, wiring, installations, cabling
between CCTV Camera units and connecting to power supplies. The vendor will test all
hardware operations and accomplish all adjustments necessary for successful and
continuous operation of the CCTV Surveillance System at all installation sites.
6.46 Incidental services
The Vendor may be required to provide any or all the following services, including
additional services i) Performance or supervision or maintenance and/or repair of the supplied goods
and services, for a period of time agreed by the parties, provided that this service
shall not relieve the Vendor of any warranty obligations under this Contract, and
ii) Training of user organization personnel, at the Vendor’s site and / or on-site, in
assembly, start-up, operation, maintenance and/or repair of the supplied goods
and services.
iii) Prices charged by the Vendor for the preceding incidental services, if any, should
be indicated separately (if required), and same will be mutually negotiated
separately.
6.47 Spare parts
i) The Vendor may be required to provide any or all of the materials, notifications
and information pertaining to spare parts manufactured or distributed by the
Vendor.
ii) The Vendor shall ensure availability of spares in stock at his nearest service
centre for immediate delivery such spare parts as: (a) are necessary for a
minimum of 5years of operation after installation at the Purchaser’s sites (b) are
necessary to comply with specifications
6.48 Arbitration
i) The selected Implementing Agency / Identified Bidder shall indemnify state
against all third party claims arising out of a court order or arbitration award for
infringement of patent, trademark / copy right arising from the use of the
supplied services or any part thereof.
47 | P a g e
ii) In the event of any dispute or differences arising under these conditions or any
special conditions of the contract in connection with this contract, the same shall
be referred to Secretary, Information Technology & Communications, and
Government of Andhra Pradesh for final decision and the same shall be binding
on all parties.
iii) Any other terms and conditions, mutually agreed prior to finalization of the
order / agreement shall be binding on the selected implementing firm.
iv) The Selected Bidder, User Department and VISAKHAPATNAM CITY POLICE
COMMISSIONERATE shall make every effort to resolve amicably by direct
negotiation any disagreement or dispute arising between them under or in
connection with the purchase order. If any dispute shall arise between parties on
aspects not covered by this agreement, or the construction or operation thereof,
or the rights, duties or liabilities under these except as to any matters the
decision of which is specially provided for by the general or the special
conditions, such dispute shall be referred to two arbitrators, one to be appointed
by each party and the said arbitrators shall appoint an umpire in writing before
entering on the reference and the award of the arbitration or umpire, as the case
may be, shall be final and binding on both the parties. The arbitrators or the
umpire as the case may be, with the consent of parties, may modify the
timeframe for making and publishing the award. Such arbitration shall be
governed in all respects by the provision of the Indian Arbitration and
Conciliation Act, 1996 or later and the rules there under and any statutory
modification or re-enactment, thereof. The arbitration proceedings shall be held
in Visakhapatnam, Andhra Pradesh, India.
6.49
Assignment, subletting and outsourcing
The whole work included in the Tender shall be executed by the identified vendor
and the vendor shall not directly or indirectly transfer, assign sublet, the contract or
any part thereof or interest therein without the written consent of User
Department/VISAKHAPATNAM CITY POLICE COMMISSIONERATE. In the event of
doing so, it shall result in termination of contract and forfeiture of Security Deposit.
6.50 User License and Patent Rights
i) The vendor shall provide licenses for all software products, whether developed
by it or acquired from others. In the event of any claim asserted by a third party
for software piracy, the vendor shall act expeditiously to extinguish such claim. If
the vendor fails to comply and the Visakhapatnam City Police is required to pay
compensation to a third party resulting from such software piracy, the vendor
shall be responsible for compensation including all expenses, court costs and
lawyer fees. The Visakhapatnam City Police will give notice to the vendor of such
claim, if it is made, without delay.
ii) The vendor shall indemnify the purchases against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of
the goods, software package or any part thereof.
6.51
Taxes and Duties
i) The vendor shall be entirely responsible for all taxes, duties, license fee, Octroi,
road permits etc. incurred until delivery of the contracted Goods/services at the
site of the user or as per the terms of tender document if specifically mentioned.
ii) If during the period of contract any upward revision of Service Tax/VAT/Octroi is
made by the Central or State government the vendor is entitled to claim the
same subject to production of proof of payment. Similarly in case of any
downward revision of the taxes, the benefit goes to the Authority.
48 | P a g e
6.52 Use of Documents and Information
i) The vendor shall not, without prior written consent from User Department
(Visakhapatnam City Police), disclose/share/use the bid document, contract, or
any provision thereof, or any specification, plan, drawing, pattern, sample or
information furnished by or on behalf of the User Department (Visakhapatnam
City Police) in connection therewith, to any person other than a person
employed by the vendor in the performance of the contract. Disclosure to any
such employed person shall be made in confidence and shall extend only, so far
as may be necessary for purposes of such performance.
ii) The vendor shall not, without prior written consent of User Department
(Visakhapatnam City Police), make use of any document or information made
available for the Implementation Agency, except for purposes of performing the
Contract.
iii) All project related document (including this bid document) issued by
VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department
(Visakhapatnam City Police), other than the contract itself, shall remain the
property of the User Department (Visakhapatnam City Police) and shall be
returned (in all copies) to the User Department (Visakhapatnam City Police) on
completion of the vendor’s performance under the contract if so required by the
User Department (Visakhapatnam City Police).
6.53 Confidentiality
Please note that the software related activities as specified in the Tender are
confidential. It shall be the repository of the vendor to take all necessary
precautions and measures to maintain utmost confidentiality with regard to each
and every stage of work.
The Bidder’s personnel shall not divulge or disclose to any person, any details of
office, operational process, technical know-how, security arrangements and
administrative / organizational matters as all are of confidential/secret nature that
can attract legal action.
49 | P a g e
Section -7.0 Guidelines to Empanelled Firms for
Implementation of CCTV Surveillance Systems
i)
Award of Work Orders
The User Department shall issue a Purchase / Work Order to the selected
empanelled Firm / Vendor for execution of the proposed works as per Rate Contract.
Identified Bidder shall give confirmation of their acceptance which shall
automatically be considered as part of Agreement.
ii)
Agreement with Implementing Agency
Implementing Agency / Identified Bidder shall execute / sign an Agreement with
User Department to comply with all the provisions of the rate contract and
Purchase / Work order on Rs. 100/- non-judicial stamp paper.
iii)
Roles & Responsibilities of implementing Agency
a)
Implementation of CCTV Surveillance System(s) as per the technical
specifications / standards in the identified locations / areas and meet all SLAs
specified.
b) Regularly visit the works spots along with the concerned User Department
Staff (Inspector of Police / local SHO) to ensure that the works are progressing
satisfactorily as per the prescribed specifications and the time schedule.
c)
The bidder should supply all necessary accessories along with the devices for
Installation/mounting of the devices at specified location/ places
d) Furnish physical progress of such work(s) to User Department (The
th
Commissioner of Police, Visakhapatnam City) by 5 of every month.
e) Furnish work completion report include extract of property register, photos of
the works completed and other related documents to the competent authority
of User Department (Commissioner of Police, Visakhapatnam City) within one
month of completion of works.
f)
Execute an agreement with the User Department after receipt of the firm
Purchase / Work Order.
g)
Maintain Assets creation register for sanctioned and completed works.
h) Responsible for comprehensive on-site warranty & maintenance of the
Complete System for next five years from the date of hand over of complete
system, free of Cost adhering to all specified SLAs.
i)
iv)
The delivery location details along with quantities shall be informed by the
Department in the respective Work Orders.
Performance Bank Guarantee
Along with the Agreement the Implementing Agency / Identified Bidder shall
furnish 5% of the contract / invoice value as Performance Bank Guarantee
drawn in favour of “the Commissioner of Police, Visakhapatnam City” from any
Nationalised / Scheduled Bank which is valid for warranty period of (60) months.
The performance bank guarantee shall be released to the Implementing Agency
/ Identified Bidder after completion of warranty period, subject to conditions
and recoveries as per agreement, if any.
50 | P a g e
v)
Project Timelines
The works shall be commenced within 10 days from the date of issue of firm
Purchase / Work Order. The works should be executed strictly as per Technical
sanctions and completed as per timelines mentioned below without any spill
over.
Timelines: “T” stands for the date of issue of assigning of PO/WO for each of
the community or any project from time to time.
#
Project Activity
1 Project Planning
Deliverables
Detailed Project Plan (DPP) for
implementation of the project scope
Approval of DPP
Demonstration of CCTV system
installation to understand its features
and for evolving standard template of
implementation of remaining batch
In Days
T0
2 Approval by Authority
T0 + 5
3 Design, Supply, Installation
T0 + 45
and Commissioning of CCTV
system (as defined by the
Authority at the time of
awarding the PO/WO)
4 Testing and
completion of Demonstration of complete system as
T0 + 60
entire project scope
per the project scope to the Authority
5 Acceptance and Approval
T0 + 65
by the Authority for System
Provisional Go-Live
6 Stabilization
& Training Training; Documentation and Support
T0 + 85
Period
during stabilization period
7 Go-Live and Handover of
Handover of the system and artifacts
T0 + 90
the Stable system
to the User department
vi) Standards
All items / equipment / software to be supplied under CCTV Surveillance System
should conform to the standards mentioned in the Technical Specifications. Before
shipping, the Firm / Vendor shall furnish complete details of the equipment with
standards to the User Department for approval. All software licenses should be
supplied in the name of “Commissioner of Police, Visakhapatnam Police”.
vii)
Payment Terms
The bidder should ensure that the deliverables are submitted to User Department as
per the timelines in the Tender. The payments shall be released by User Department
as per the deliverables and timelines after due deduction of Penalties /SLAs if any.
#
Milestone Deliverables
% of payment
1 Receipt of 100% material delivered
50% of Invoice value
2 System Go-Live duly approved by
50% of
Balance
Authority
Amount payable
3 Successful completion of support
Balance Amount Payable
during 3-month Stabilization period
a. In case, if the site is not made available for installation of supplied items during the
period of delivery and installation as given in the bidding document, then the bidder
would request purchaser in writing accompanied by "Site Not Ready" certificate for
extension of installation period without liquidity damages.
b. All remittance charges will be borne by the supplier/ selected bidder.
c. In case of disputed items, disputed amount shall be withheld and will be paid only
after settlement of the dispute.
d. Advance Payments will not be made.
51 | P a g e
e. Any penalties/liquidated damages, as applicable for delay and non-performance, as
mentioned in this bidding document, will be deducted from the payments for the
respective mile stones.
f. Taxes (work contract tax, service tax, VAT, income tax, etc.), as applicable, will be
deducted at source, from due payments, as per the prevalent rules and regulations.
The payments will be arranged –
i) After achieving the tasks in each Milestone as per timelines
ii) In respect of Service charges will be at the end of project completion after
due verification and approval of performance as per key parameters /
metrics in SLA.
The payment schedule is applicable to the engaged services with vendor at the time of
agreement and accordingly the scheduled payment will be made applicable
viii)
Periodical inspection by the concerned Inspector of Police / SHO
It shall be the responsibility of the Identified Bidder to regularly visit the
works spots along with the concerned Inspector of Police (local SHO) to ensure that
the works are progressing satisfactorily as per the prescribed specifications and the
time schedule. The Inspector of Police shall take assistance of special wing with
personnel who are having knowledge and expertise in the subject of functioning of
electronic devices and CCTV devices including the quality validations of the CCTV
system such as system technical specifications; Live & Recording video quality;
Bandwidth consumption, maximum coverage of the area by the camera etc.,
ix)
Area of Quality validations
The quality checks includes –
i)
Process adherence and technology compliance
ii)
Project Management-Planning & Execution; Risk Management
iii)
System optimization and Quality Deliverables
iv)
Implementation; Deployment; Support and Maintenance
v)
Conflict Resolution and Incident Management
x)
Protection against Damages - Site conditions
i) The system shall not be prone to damage during power failures and trip outs.
The normal voltage and frequency conditions available at site are as under:
a) Voltage 230 Volts
b) Frequency 50Hz.
ii) However, locations may suffer from low voltage conditions with voltage
dropping to as low as 160 volts and high voltage conditions with voltage going
as high as 220 + 20% volts. Frequency could drop to 50Hz + 2%. The ambient
temperature may vary from 10oC to 48oC. The relative humidity may range in
between 5% to 95%.
iii) The goods supplied under the contract should provide protection against
damage under above conditions.
xi)
Fail-safe procedure
The vendor should indicate in detail fail-safe procedure(s) for the following:
i) Power failure
ii) Voltage variation
iii) Frequency variation
iv) Temperature and humidity variations.
xii)
Manuals and Technical Documentation
i) The Vendor shall provide complete technical documentation project whatever is
necessary for its optimum functioning and operation manuals as applicable.
52 | P a g e
ii) The manuals and drawings wherever applicable shall be in English.
iii) At least one set of the manuals should be supplied for installation site.
iv) Unless and otherwise agreed, the goods and services shall not be considered to
be completed for the purpose of taking over until such manuals and drawings
have been supplied to the user.
xii)
Licensing considerations
The software mentioned in the Schedules of Requirement will be used in all Police
Wings / Units in Andhra Pradesh State Police Department.
xiii) Testing of equipment & Acceptance Certificate.
As the discretion of VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User
Department, acceptance tests will be conducted by the vendor at the site in the
presence of the officials of VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User
Department (Visakhapatnam City Police) and / or its nominated consultants. The tests
will check for trouble free operation, apart from physical verification and complete
functional test of CCTV Surveillance equipment / system. On successful completion of
acceptability test of System and after satisfied with the working of the system, the
acceptance certificate will be issued by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE/User Department. The date on which such certificate is signed
shall be deemed to be the date of successful commissioning of the complete CCTV
Surveillance System.
Any reduction in functional requirements and performance specifications shall be
ground for failure. In case of the material/solution supplied and installed is rejected
owing to its non-conformity to the specification or due to the poor quality of
workmanship, the vendor shall be responsible for replacement of the same within 7
days from the date of testing.
xiv) Final Completion of Works/ Project
Identified Bidder shall send a final report on completion of work / project duly
including Delivery Challans, Installation Reports, Attested property register extract,
Test & Acceptance Reports, photos of sign boards & Tabloid and other related
documents to the concerned Authority of User Department.
xv)
Release of Final payment to Identified Bidder
Once the work completion report, attested property register extract, Photos, etc are
received and the project launch is completed, the concerned authority of User
Department will release final installment of the contract value to the identity.
xvi)
Project Launch
a) Implementing Agency / Identified Bidder shall inform to the concerned authority
of User Department well in advance to attend at the time of inauguration of the
works sanctioned.
b) Name board of the works shall be erected at the works spots showing the name
of the Organization / Agency, amount spent, year & date of starting and
completion of the works.
xvii) Transfer of Ownership of CCTV Surveillance System to User Department
The Ownership of the Assets created in terms of CCTV Surveillance System under CSR
initiative of PSUs and MP/MLA funds shall be transferred to the User Department
53 | P a g e
under proper acknowledgment with a formal agreement devolving the responsibility
for the upkeep and utilization of the System.
xviii) Post Implementation tasks for Maintenance of CCTV System Assets
a)
The User Department (Visakhapatnam City Police) shall monitor the upkeep and
maintenance of the entire asset of CCTV Surveillance System.
b) Warranty: Post launch of the Project, Identified Bidder shall provide
comprehensive on-site free warranty for complete system (including all spares &
software) for a period of five (5) years from the date of hand over of complete
system and shall ensure 24x7 up & running of the complete system.
c)
SLA: Implementing Agency / Identified Bidder shall execute a separate Service
Level Agreement (SLA) with the User Department. As a part of the post
implementation services, the Agency shall provide technical support for
Software, Hardware, Network equipment, other infrastructure provided and
handholding support.
d) In case the vendor seek for any technical service from external agency, it is
mandatory to take prior written permission from the competent authority
allowing them to work on the system. The vendor should furnish necessary
details of external agency, action taken by the technical person with duration.
Further, the vendor is solely responsible for protection of data and information
and not allowing take out of the premise. Any violation in this matter will result
in strict penal action.
xix) Change Request
The successful bidder will also incorporate new requirements that will emerge in
course of time primarily relating to this platform. For these new requirements, which
are not in the nature of maintenance of the solution, the identified bidder and
Department will mutually arrive at the effort based on the extent of changes involved
and a work order will be issued. The following would constitute a Change request
during the Project period:
A. Any work which has not been specifically mentioned in the scope of work.
B. Any changes in the deliverables post approval by the Client/Purchaser.
xx)
Exit Management Schedule
This schedule sets out the provisions which apply on expiry or termination of work
contract/ agreement, the project Implementation, Operation and Management and
Statement of works. Service Provider should also run the system for one month along
with the new service provider identified after the three years period to make sure that
the new service provider shall completely aware of the system. The service provider
will sign a non discloser agreement with the department.
54 | P a g e
APPENDIX – I
Pre Qualification (PQ) Proposal Submission Forms
55 | P a g e
Bid Letter
From:
(Registered name and address of the bidder.)
To:
The Commissioner of Police,
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam City – 530002.
Sir,
Sub : Bid letter for Tender No.
dated -
/
/
.
We, the undersigned vendor, having read and examined in detail the specifications and all
the bidding documents do propose to provide the Services as specified in the bidding
document no. ___________
All the prices mentioned in our proposal are in accordance with the terms as specified in
bidding documents.
All the prices and other terms and conditions of this proposal are valid for a period of 180calendar days from the date of opening of the Bids.
We, do hereby confirm that our Bid prices include all taxes, levies, octroi etc.
Earnest Money Deposit (EMD) as indicated in the bid for an amount equal to Rs. /(Rupees……………………………………………) is enclosed. We understand and agree that in the
event of our bid being evaluated as successful, we will submit Security Deposit of Rs /(Rupees ……………………………………..) valid for the empanelment period.
We have carefully read and understood the terms and conditions of the contract applicable
to the tender and we do hereby undertake Services as per these terms and conditions.
We declare that our prices are as per the technical specifications and bid documents. These
prices are indicated in Annexure(s) attached with our proposal as part of the commercial
bid.
We do hereby undertake that, in the event of acceptance of our bid, the Services shall be
completed as stipulated in the tender document.
Certified that we are:
A sole proprietorship firm and the person signing the tender is the sole
proprietor/constituted attorney of the sole proprietor,
Or
A partnership firm, and the person signing the tender is a partner of the firm and he has
authority to refer to arbitration disputes concerning the business of the partnership by
virtue of the partnership agreement by virtue of general power of attorney.
Or
56 | P a g e
A Company and the person signing the tender is the constituted attorney.
(NOTE: Delete whatever is not applicable. All corrections /deletions should invariably be
duly attested by the person authorized to sign between us.)
We do hereby undertake, that until a contract is prepared and executed, this bid together
with your written acceptance thereof, the tender document and placement of letter of
intent awarding the contract, shall constitute a binding contract between us.
Date:
Detail of enclosures:
Signature of vendor representative
Name of Vendor:
Full Address:
Telephone No.:
57 | P a g e
Form – PQ#1 - General Information of Bidder
(To be submitted in Pre-qualification Bid)
Name of the Bidder:
Name of the Project:
#
1
2
Description
Name of the Company/ Firm
Date of incorporation (Registration Number &
Registering Authority)
3
Copies of authorized current documents in
connection with registration of the firm under
i) VAT
ii) CST
iii) PAN Card
4
Legal Status of the Company in India & Nature
of Business in India
5
6
7
Address of the Registered Office in India
Date of Commencement of Business
Name & e-mail id, phone number, fax of the
8
9
Contact Person
Web-Site
EMD details (Amount, DD No. & Date, Name
10
11
of the bank, Valid up to)
Certification details, if any
Proof of purchase of bid document (Receipt
Supporting Documents
Copy of certificate of
Registration of the Firm /
Company.
Partnership deed in case of
partnership Firm
Certified copies should be
submitted
Public Ltd / Private /
Partnership Firms (copy of
partnership deed in case of
partnership)
No. & Date of purchase)
Place:
Bidder’s signature & seal
Date :
58 | P a g e
Form - PQ#2 Financial Turnover Details
(To be submitted in Pre-qualification Bid)
Name of the Bidder:
Name of the Project:
Financial Information of Bidder (in Cores)
Financial
Year
#
1
(1)
2015 – 2016
2
3
2016 – 2017
2017 – 2018
Turnover of the Firm in
Total
Turnover
Turnover
from Similar
(2)
Business
(3)
Total Profit
after Tax
Net worth of
the Firm
(4)
(5)
Note:
1. Turnover in areas other than mentioned above shall not be considered for
evaluation.
2. Please attach audited Balance Sheets and IT return statements to confirming the
figures mentioned in columns (2).
3. Bidder should submit any of the Audited balance sheet / Profit & Loss statement
/ certificates from CFO of the Company duly audited by the Charted Accountant
and certified by the Company Secretary for all the above stated three financial
years.
Place:
Date :
Bidder’s signature & seal
59 | P a g e
Form – PQ#3 Past Project Experience
(To be submitted in Pre-qualification Bid)
Name of the Bidder :
Name of the Project:
#
Description
1
Client
2
Phone/Mobile
Consortium / JV Arrangement and
Partnership Ratio
3
4
5
Name,
Address
Details
Brief Project Details
Period / Date of Contract and Tenure
Solution Details (but not limited to):
 Equipment Make, Type &
Quantity
 Platform & Technology details
 Networking Technology details
 Software & Tools details
7
8
in city outdoor & Communities
Total Value of the Contract
9
Total Value of the Contract for CCTV
10
sheets if any
and
 Any other (Specify in details)
No. of IP based HD cameras installed
indoor & outdoor in Public/State &
Central Govt./PSU
No. of IP based HD cameras installed
6
Reference to attached
Solutions
Total Value of the Contract for IP
based HD CCTV Solutions
NOTE:





Necessary documents to support the claim and the certificates must be signed by the
authorized signatory of the organization clearly indicating his/her name, designation and
contact details such as Telephone Number, Fax number, email-id etc.
Details of each project may be furnished in separate sheets
Project completion certificate / satisfactory performance certificate etc from the client(s)
must be provided as documentary evidence of the projects executed.
Place:
Date :
Bidder’s signature & seal
60 | P a g e
Form – PQ #4 Declaration Regarding Clean Track Record
(To be submitted in Pre-qualification Bid)
Name of the Bidder:
Name of the Project:
To
The Commissioner of Police
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam– 530002.
Sir,
I have carefully gone through the Terms & Conditions contained in the TENDER Document
[No._________________]. I hereby declare that my company has not been debarred/ black
listed as on Bid calling date by any Central or State Government/ Quasi Government
Departments or Organizations in India for non-satisfactory past performance, corrupt,
fraudulent or any other unethical business practices. I further certify that I am competent
officer in my company to make this declaration.
Yours faithfully,
(Signature of the Bidder)
Printed Name
Designation
Seal
Date:
Business Address:
61 | P a g e
Form – PQ #5 Manufacturer Authorization Form
(To be submitted in Pre-qualification Bid)
(TO BE SUBMITTED BY THE BIDDER ON OEM LETTER HEAD)
Date: ______________________
To,
The Commissioner of Police,
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam – 530002.
Sir,
Reference No.: ______________________ Dated ____________________________ for
___________________________________________________________
We ___________________________________ , (name and address of the OEM) who are
the
original
manufacturers
of
________________________________
_________________hereby authorize _______________________________________to bid
, negotiate and conclude the contract with you against Tender No
_________________________________________________ for the following goods are
manufactured by us . As an OEM we assure timely supply and back to back support with
services and spares for the offered product for a period of 5 years as applicable by the
comprehensive warranty terms of this tender.
We also certify that _____________________________________________ are authorized
by us to provide technical service support, warranty and upgrade support up to the expiry
of warranty period for the goods manufactured by us.
We also certify that _____________________________________________ is not blacklisted by
any State/Central Government department/agencies, Public/Private Sector Units.
Name In the capacity of
Signed
Seal
62 | P a g e
Form PQ#6
CHECKLIST
(To be submitted in Pre-qualification Bid)
Sl.
Description
No.
1 Bid Letter Form
2 Bidder Profile Form PQ #1
Date:
Enclosed
(Yes / No ?)
3
4
5
Financial Turnover Details Form PQ #2
Past Project Experience Form PQ #3
Declaration Regarding Clean Track Record Form
6
PQ #3
Manufacturer Authorization
7
Security Deposit (EMD)
Any other documents required as per various
clauses and terms & conditions
8
9
10
11
12
Checklist
TQ Bids
Commercial Bid
Scope of Work
Terms of Empanelment
Signature & seal of the Bidder
63 | P a g e
APPENDIX - II
Technical Proposal Submission Forms
64 | P a g e
1. General Information
The technical proposal should address the following at the minimum:
i)
The proposal should have information specific to the Project.
ii) Describe how the functional requirements will be translated into technical
implementations, that is, it should map with the Functional Requirements
Specifications.
iii) Provide an infrastructure growth plan, including mechanisms for coping with a
mismatch of traffic demand and network capacity, both at the time of launch and
thereafter






iv) Propose how availability, performance rates for the system will be measured and
maintained
v) Project Management Plan including
a. Team deployment.
b. Implementation Methodology and Plan to include

Key implementation objectives,
key deliverables and an implementation

schedule for the same





Roll-out Plan
 at the specified locations including PERT chart of activities
proposed.

Indication of Time Frame
Acceptance Testing Plan


Data Backup plan

Escalation Process during implementation
vi) Training Plan
vii) Hand holding, Operations and Maintenance Plan
viii)Bill of Materials (without price) location wise to include all Hardware, Software
ix) Detailed specifications including make, model and version of Hardware and
Networking equipment
x) Licensing details of software with details of maintenance arrangements with OEM
xi) Manufacturer Authorization letters to be attached of all the components of the Bid
xii) The Bidder shall be responsible for providing the Exit Management Plan for the
project to VISAKHAPATNAM CITY POLICE COMMISSIONERATE at the time of
submission of bids
xiii) Post Implementation Plan
xiv) Exit Management Plan
2. Documentation
i) The Bidder shall prepare all necessary documentation for the project, and provide
them to department for review, approval, record, reference etc as mentioned in
this TENDER.
ii) During installation and post installation, the Bidder shall provide As
Built/customized documentation to department. The as built documentation
should consist of all the configuration details, diagrams, Test plans, administration
manuals, setup guides etc as minimum.
iii) Detailed manuals for each appropriate unit of the supplied equipment and services.
iv) The training manuals and administration manuals
v) Inspection and testing procedures manual including QA Policy &framework and
Procedures for the software/hardware equipment
Any other document(s) deemed necessary for implementation, operations and
maintenance of the hardware and network equipment and the overall system
65 | P a g e
Form TQ#1 Understanding of the Project& Implementation Methodology
(To be submitted in Technical Bid)
Name of the Bidder:
Name of the Project:
A Brief technical proposal by the bidder on Project Scope, understanding of the project,
technologies proposed covering the following and other issues related to project:
i) Project Plan.
ii) High level technology design and identification of functional requirements of the
solution
iii) Compliance to standards (International, National Industry & as specified in
Tender)
iv) Project Implementation approach
v) Operations & Management Approach
vi) Tools proposed for the Project (Reporting & Monitoring)
vii) Key staff to Install & handle the technical support
viii) Non Functional Requirements
ix) Exit Management Plan
Place:
Date:
Bidder’s Signature & seal
66 | P a g e
Form TQ#2 Un-priced Technical BoM
(To be submitted in Technical Bid)
Item wise technical compliance statement as per technical specifications mentioned in
Tender (taking in to consideration all the amendments issued to this document, if any) is to
be submitted in the following format:
Name of the Bidder:
S.No. Part
Code
1
10000
10101
2
10102
3
10103
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
Name of Item
Camera Items & Accessories
IP based fixed outdoor full HD (1080p) camera with motorized
varifocal and SD slot
IP based fixed outdoor full HD (1080p) camera without motorized
varifocal and with SD slot.
Unit
Nos
Nos
Nos
10106
10501
10502
20000
20101
20102
20103
20104
20105
30000
30101
30102
30106
30107
30111
30112
IP based fixed dome full HD (1080p) camera without motorized varifocal
and SD slot
IP based 2 megapixel (1080p) PTZ with SD slot
32 GB SD Memory Card – Class 10
64 GB SD Memory Card – Class 10
NVR Items & Accessories
64 channel Network Video Recorder
32 channel Network Video Recorder
16 channel Network Video Recorder
8 channel Network Video Recorder
4 channel Network Video Recorder
Network Switch & Accessories
24P UTP + 4P Fiber POE L3 manageable switch
24 Port POE Switch without console port
8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch
4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch
8P UTP + 4P Fiber full POE L2 manageable switch
8P UTP + 2P Fiber full POE L2 manageable switch
30113
30114
30115
4P UTP + 2P Fiber full POE L2 manageable switch
8 Port POE Switch without console port
4 Port POE Switch without console port
30201
40000
40101
40102
40301
40326
40501
40502
40526
40527
40701
40711
40712
50000
50101
50102
1-pair (2-port) Mini GBIC / SFP module – same make of Switch
Computing & Storage Equipment & Accessories
Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD
Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD
21”/ 22” Desktop monitor
Professional 40”/42” LED monitor
Surveillance Hard disk – 4 TB – SATA 6GB interface
Surveillance Hard disk – 6 TB – SATA 6GB interface
NAS storage 16 HDD
NAS storage 24 HDD
HDMI cable specifications
8 x 8 HDMI controller for LED video wall assembly
4 x 4 HDMI controller for LED video wall assembly
Network Equipment & Accessories
Network Rack 42” 24U
Network Rack 42” 12U
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
67 | P a g e
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
50103
50104
60000
60101
60102
60106
60107
60301
60302
60501
60502
60503
60504
60505
60506
60507
60508
60506
60510
60511
60701
60702
60703
60704
60710
60711
60712
70100
70101
70102
Name of the
project: Place &
Date:
Network Rack 42” 9U
Network Rack 19” 6U
Network & Power Cables & Accessories
Single mode 12 core fiber cable
Single mode 6 core fiber cable
Fiber Optic pigtails
Fiber Termination Box
CAT 6 STP cable
CAT 6 STP patch cable min. 3 m length
UPS 650 W + Battery -As per OEM warranty
UPS 1KVA + Battery -As per OEM warranty
2C x 2.5 sq. mm flexible cable
3C x 2.5 sq. mm flexible cable
6-socket Spike
4-socket spike
5 Amps MCB
10 KA Power Surge protector
Messenger wire for Fiber cable
Additional battery replacement for UPS 1KVA + Battery -As per OEM
warranty
UPS 5KVA+Battery- As per OEM warranty
25mm CPVC conduit
25 mm PVC conduit
25mm MS conduit
25mm GI conduit
6m Pole hot dip galvanized pole
Cantilever size of 1.5m
Junction Box
Splicing Cost
Software
NVR SDK Kit
Central Management Software (CMS)
Nos
Nos
Mtr
Mtr
Nos
Nos
Mtr
Nos
Nos
Nos
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Mtr
Mtr
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Bidder’s signature and seal
68 | P a g e
Form TQ#3 Technical Compliance Sheet
(To be submitted in Technical Bid)
Item wise technical compliance statement as per technical specifications mentioned
in Tender (taking in to consideration all the amendments issued to this document, if
any) is to be submitted in the following format:
Item Name:
Make & Model Offered:
Sl.
No
.
A
1
2
3
4
5
6
7
8
9
10
11
12
13
14
Item /
component
B
Place & Date:
Specification
required as
per Tender &
amendments,
if any given
C
Specification of
proposed item
along with Part
Code &
specification if any
(Part code details
must be provided
if available)
D
(Complied/
Higher/Lowe
r)
Reference for
proof of
compliance
(Required
documents to be
uploaded along
with technical bid)
E
F
Bidder’s signature and seal
69 | P a g e
Form TQ #4 STATEMENT OF DEVIATIONS FROM TENDER TERMS & CONDITIONS
(To be submitted in Technical Bid)
S.No.
Date.
Reference to Terms &
Deviation in the
Conditions
Offer
Brief Reasons
Signature & seal of the Bidder
70 | P a g e
APPENDIX - III
Commercial Proposal Submission Forms
71 | P a g e
Form – C#1 PRICE – SCHEDULE
Name of the Bidder:
Name of the Project:
S.No. PartCode
1
2
Name of Item
10000 Camera Items & Accessories
IP based fixed outdoor full HD (1080p) camera with
10101
motorized varifocal and SD slot
IP based fixed outdoor full HD (1080p) camera
10102
without motorized varifocal and with SD slot.
IP based fixed outdoor full HD (1080p) camera without
motorized varifocal and SD slot
3
10103
4
5
10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot
10501 32 GB SD Memory Card – Class 10
6
7
10502 64 GB SD Memory Card – Class 10
20000 NVR Items & Accessories
20101 64 channel Network Video Recorder
8
9
20102 32 channel Network Video Recorder
20103 16 channel Network Video Recorder
10
11
20104
20105
30000
30101
12
13
30102
8 channel Network Video Recorder
4 channel Network Video Recorder
Network Switch & Accessories
24P UTP + 4P Fiber POE L3 manageable switch
Unit
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
24 Port POE Switch without console port
30106
8P UTP + 2P Fiber Industrial Grade full POE L2 manageable
switch
Nos
15
30107
4P UTP + 2P Fiber Industrial Grade full POE L2 manageable
switch
Nos
16
17
18
19
20
30111
30112
30113
30114
30115
21
30201
8P UTP + 4P Fiber full POE L2 manageable switch
8P UTP + 2P Fiber full POE L2 manageable switch
4P UTP + 2P Fiber full POE L2 manageable switch
8 Port POE Switch without console port
4 Port POE Switch without console port
1-pair (2-port) Mini GBIC / SFP module – same make of
Switch
Computing & Storage Equipment & Accessories
Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB
HDD
Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM &
1 TB HDD
22
40101
23
40102
24
40301 21”/ 22” Desktop monitor
40326 Professional 40”/42” LED monitor
25
26
27
28
29
30
31
32
33
34
40501 Surveillance Hard disk – 4 TB – SATA 6GB interface
40502 Surveillance Hard disk – 6 TB – SATA 6GB interface
40526 NAS storage 16 HDD
40527 NAS storage 24 HDD
40701 HDMI cable specifications
40711 8 x 8 HDMI controller for LED video wall assembly
40712
50000
50101
50102
Unit rate in
words
Nos
14
40000
Unit
Rate*
4 x 4 HDMI controller for LED video wall assembly
Network Equipment & Accessories
Network Rack 42” 24U
Network Rack 42” 12U
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Nos
72 | P a g e
35
36
37
38
39
40
41
42
43
44
45
50103
50104
60000
60101
60102
60106
60107
60301
60302
60501
60502
60503
Network Rack 42” 9U
Network Rack 19” 6U
Network & Power Cables & Accessories
Single mode 12 core fiber cable
Single mode 6 core fiber cable
Fiber Optic pigtails
Fiber Termination Box
CAT 6 STP cable
CAT 6 STP patch cable min. 3 m length
UPS 650 W + Battery -As per OEM warranty
UPS 1KV + Battery -As per OEM warranty
2C x 2.5 sq. mm flexible cable
46
47
60504 3C x 2.5 sq. mm flexible cable
60505 6-socket Spike
48
49
60506 4-socket spike
60507 5 Amps MCB
50
51
60508 10 KA Power Surge protector
60506 Messenger wire for Fiber cable
52
53
60510 UPS 1KVA + Battery -As per OEM warranty
60511 UPS 5KVA + Battery -As per OEM warranty
54
55
60701 25mm CPVC conduit
60702 25 mm PVC conduit
56
57
60703 25mm MS conduit
60704 25mm GI conduit
58
59
60710 6m Pole hot dip galvanized pole
60711 Cantilever size of 1.5m
60
61
62
60712 Junction Box
Splicing Cost
70100 Software
70101 NVR SDK Kit
63
70102 Central Management Software (CMS)
Nos
Nos
Mtr
Mtr
Nos
Nos
Mtr
Nos
Nos
Nos
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Nos
Mtr
Mtr
Mtr
Mtr
Nos
Nos
Nos
Nos
Nos
Nos
Note:
1. All items should be quoted as per the suggested OEMs in the section 2.0
2. All items unit quantity is 1.
3. All the items should be inclusive of product on-site comprehensive warranty (including
spares) for a period of Five years from the date of Go-Live.
4. All unit rates indicated in the schedules shall be inclusive of all applicable taxes &
Labour charges for Laying, Digging/ trenching, filling, splicing & terminating and other
media or service component as applicable according to industry norms are part of
supply, installation & commissioning, testing & certification.
5. All other tasks pertinent to the contract even though may not have been mentioned in
the bid document are assumed to have been included in the work.
6. If Basic video analytics are included in the solution, no separate quote is required,
otherwise, mention as separate line item.
Place :
Bidder’s signature & seal
Date :
73 | P a g e
Draft Bid Security (EMD) Form
File. No: …………………………….....
Project Name: ……………………………….
(To be issued by a bank scheduled in India as having at least one branch in Visakhapatnam)
Whereas...................................... (Here in after called “the Bidder”) has submitted its bid
dated ......(Date). For the execution of........................ (Here in after called “the Bid”) KNOW
ALL MEN by these presents that WE ................... of ........................ having our registered
office at........................ (Here in after called the “Bank”) are bound unto the (hereinafter
called “THE COMMISSSIONER OF POLICE, VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, VISAKHAPATNAM CITY”) in the sum of ................ for which payment
well and truly to be made to the said VISAKHAPATNAM CITY POLICE COMMISSIONERATE
itself, its successors and assignees by these presents.
The conditions of this obligation are:
i) If the bidder withdraws its bid during the period of bid validity or


ii) If the bidder , having been notified of the acceptance of its bid by the
VISAKHAPATNAM CITY POLICE COMMISSIONERATE during the period of bid validity:
 fails or refuses to execute the contract form if required; or

fails or refuses to furnish the performance security, in accordance with the bid
requirement;
iii) bidder submits fabricated documents
We undertake to pay the above amount upon receipt of its first written demand, without
the VISAKHAPATNAM CITY POLICE COMMISSIONERATE having to substantiate its demand,
provided that in its demand the will note that the amount claimed by it is due to it, owing to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee of Rs. ----------will remain in force up to…... and any demand in respect
thereof should reach the Bank not later than the above date.
Place:
Signature of the Bank Official with seal
Date :
74 | P a g e
---END OF DOCUMENT---
75 | P a g e
Download