Post on 10-May-2020
transcript
1
ANDHRA PRADESH GRAMEENA VIKAS BANK
Head Office :: WARANGAL
(A Government of India Undertaking) (Sponsored by State Bank of India)
Planning & Development Department
REQUEST FOR PROPOSAL (RFP)
Tender Ref. No.: 7 Date: 16.11.2017
Empanelment of Vendors for Supply & Installation of Security Systems
1. Integrated Systems (CCTV+Burglar+Smoke Alarms)
2. Standalone CCTV (NVR) Systems
3. Standalone Smoke alarms at
Various Branches/Offices/ATMs of the Bank
Tender Cost – Free – Download from www.apgvbank.in
Last date of receipt of tenders: 12.12.2017 up to 2.00PM
General Manager-1
2
S.No CONTENTS Page No.
I Invitation for Tender 4
II Process of Tender 5
III Instruction to Vendors 6
1 Bid-Offer System 7
2 Schedule of Requirements 7 & 8
3 Qualification Criteria 9
4 Terms and Conditions (Annexure-C) 9
5 Empanelment of Vendors ( 3- years) 9
6 Non-transferable Offer 9
7 Offer Validity Period (180 days) 9
8 Proposal Ownership 10
9 Address for Communication 10
10 Modification and Withdrawal of Offer 10
11 Opening of Offers 10
12 Preliminary Scrutiny 10
13 Clarification on Offers 10
14 No commitment to accept lowest or any other Offer 11
15 Documents 11
16 Submission of Technical Details 11
17 Make, Models and Part Numbers of the Equipment 11
18 Format for Technical Offer 12
19 Erasures or Alterations 13
20 Multiple/Alternative Offers 13
21 Locations of Installation 13
22 Shortlisting of Vendors 13
23 Right to alter quantities and issue of Purchase Orders 13
24 Liabilities of the Bank 13
25 Proposal Process Management 14
26 Downloading of Tender Document from Website 14
IV Qualification/Eligibility Criteria 15
1 Eligibility of the Vendor 15
2 Track Record of the Installations 15
3 Quality Standard 15
4 Service Center 16
5 Manufacturer‘s Authorization Form 16
6 Earnest Money Deposit(EMD) 16
7 Tender Cost 16
V Annexure A-Tender Offer Covering Letter 17
VI Annexure B-Checklist to Vendors 18
VII Annexure C-Terms and Conditions of the Tender 19
1 Technical Inspection and Performance Evaluation 19
2 Pricing and payments 19
3 Payment terms 19
4 Delivery and Installation 20
3
S.No CONTENTS Page No.
5 Site Preparation 20
6 Completeness of Installation 21
7 Acceptance Testing 21
8 Penalties 22
9 Order Cancellation 22
10 Insurance 22
11 Warranty & Preventive Maintenance 22
12 Annual Maintenance Contract (AMC) 23
13 Spare parts 24
14 Watermarking Technology 24
15 Storage of Data and Providing Video Proof 25
16 Local Support 25
17 Mean time Between Failure (MTBF) 25
18 Interworking of Hardware and Software 25
19 Co-operation with Service Provider 26
20 Software Driver and Manuals 26
21 Training 26
22 Passwords 26
23 Central Monitoring Software (CMS 26
24 Facility Management Service (FMS) 27
25 Service Level Agreement (SLA) 28
26 Indemnity 28
27 Limitations of Liability 28
28 Publicity 28
29 Guarantee 28
30 Assurance 28
31 Non-Disclosure Agreement 29
32 Confidentiality 29
33 Information Security 29
34 Force Majeure 29
35 Resolution of Disputes 30
36 Letter of Undertaking Authenticity 30
37 Black listed or Financial disputes with APGV Bank 30
VIII Annexure C1-Terms and Conditions Compliance Table 31
IX Annexure D-Details of the Vendor 32
X Annexure E-Manufacturer’s Authorization Form 33
XI Annexure F-Details of Track Record of Past Installations 34
XII Annexure G-Details of Service Center 35
XIII Annexure H-Bill of Materials and Price Schedule (Technical Offer)
36 - 40
XIV Annexure I-Technical Details and Specifications Form 41 – 51
XV Annexure J- Mandatory 52 – 53
XVI Annexure K- Scope under FMC 54 – 55
XVII Annexure L-Terms of Empanelment 56
XVIII Annexure M-Checklist for Qualification Criteria 57 - 59
XIX COMMERCIAL BID FORMATS 60 - 63
4
I. Invitation for Tender
Andhra Pradesh Grameena Vikas Bank, Head Office, Warangal, (APGVB) invites offers in
THREE sealed envelopes, viz;
1. EMD (Ernest Money Deposit)
2. Technical Bid
3. Commercial Bid
from eligible, reputed manufacturers and/or their authorized dealers/agents (The Vendor)
for Empanelment for supply & installation in three categories as given below:
S.No PROCUREMENT CATEGORY EMD Rs.
1 Integrated Systems (CCTV+Burglar+Smoke ALarms) 2,50,000
2 Standalone CCTV (NVR) Systems 1,00,000
3 Standalone Burglar & Smoke alarms 75,000
APPLY SEPERATELY FOR EACH CATEGORY WITH SEPARATE EMDs
for installation at various Regional Office/Branches/Offices/ATMs of the Bank located in the
districts of Andhra Pradesh & Telangana State as described in this document. The details
are given below:
Tender Reference No.7 /2017-18 dated 16.11.2017
Tender Cost Free – Download from www.apgvbank.in
Earnest Money Deposit (EMD) Apply Category wise - For any one or two or all
Tender document available from 16.11.2017 in website
Pre-bid meeting 27.11.2017 at 03:00 PM at Head Office, Warangal
Last Date for receipt of queries 04.12.2017, 05:00PM
Last Date & Time for receipt of offers 12.12.2017, 02:00 PM
Mode of receipt of tenders
Tender Box placed at 4th Floor or through Courier or Post or in person by Officers seated in P&D Department K.Kishan Rao, Manager – Contact - 7382297156 K.Ram Reddy, Sr.Manager – Contact - 9440663873
Date and time of opening Bids/Offers On 12.12.2017 at 03:00 PM
Place of Opening of offers
Andhra Pradesh Grameena Vikas Bank Head Office,
H.No.2-5-8/1, Ram Nagar, Hanmakonda,
Warangal Urban District l – 506 001
Telangana State
Address for Communication
General Manager (I) Andhra Pradesh Grameena Vikas Bank, Head Office,
H.No.2-5-8/1, Ram Nagar, Hanmakonda,
Warangal Urban District– 506001
Telangana State
Contact Telephone Numbers Phone: 0870-2577766 K.Kishan Rao, Manager – Contact - 7382297156 K.Ram Reddy, Sr.Manager – Contact - 9440663873
Email ID cmpd@apgvbank.in
5
II. PROCESS OF TENDER: Clarifications, if any, should be submitted to the Bank before the date mentioned above. The queries may also be asked over phone or sent to the mailbox cmpd@apgvbank.co.in. Bids received shall be opened in the presence of the representatives of the vendors who attend the opening of Tender on the date and time specified above. The Tender Opening Process shall start in following sequence:
1. EMD Envelope: Should enclose Demand Draft in original for Rs.2.5 lakh or Rs.1 lakh or Rs.75000/- as the case may be, favouring Andhra Pradesh Grameena Vikas Bank, payable at Warangal. Any Tender NOT accompanied with the EMD will not be processed further
2. Technical Bid/Offer: This envelope should contain all the requirements of Technical Specifications, Terms and Conditions, various formats and proforma for submitting the offer described in this tender document and its Annexures, duly signed by the competent authority under their seal/stamp on all pages. All documents enclosed should be chronologically/serially numbered and arranged.
3. Commercial/Price Bid/Offer : This envelope should contain the price bid on the Annexures specifically provided in this tender and filed in the same sequence
4. All the above THREE envelops should be enclosed in another big, single envelope
NOTE
MODIFICATIONS OR CORRIGENDUM TO THIS TENDER DOCUMENT Any modifications or corrigendum to this tender document that may require after floating this tender shall be uploaded to the same website address, i.e., www.apgvbank.in, on any day before closure of the tender. The aspiring vendors may visit the website till the last day of tender for updates
6
III. INSTRUCTIONS TO VENDORS
1. BID / OFFER SYSTEM
Tender Bids/Offers (EMD + Technical BID + Commercial/Price Bid/Offer) must be submitted in a single envelope/cover, for each of the categories, superscribed “Tender for supply of Integrated System or Standalone CCTV System or Burglar Alarm System” giving:
Full address of the Bank given below Vendors’ address with contact number & official email Reference of the Tender Number & date
on or before 02:00 PM on 12.12.2017
General Manager (I) Andhra Pradesh Grameena Vikas Bank,
Head Office, Warangal,
H.No.2-5-8/1, Ram Nagar,
Hanmakonda,
Warangal Urban District– 506001
Telangana State
APPLY SEPERATELY FOR EACH CATEGORY WITH SEPARATE EMDs The envelope should be securely sealed and stamped.
Rejection of bid/offer: Offers received after the date and time specified for receiving the offers shall be rejected. EMD, i.e., Demand Draft should be in ORIGINAL. No Xerox copies shall be accepted and the bid will be summarily rejected
ENVELOPE- (Technical Bid-Offer):
The Technical Bid/Offer (T.O.) should be complete in all respects and should contain all
information asked for, as per Annexure-I except price information. The T.O. should be
complete to indicate that all products and services asked for are quoted.
ENVELOPE- (Commercial Bid-Offer):
The Commercial Bid should be prepared & submitted in the FORMATS enclosed to this
document only on page No.s from 60 to 63 duly signed by the authorized person.
7
2. SCHEDULE OF REQUIREMENTS & QUANTITY
This tender is for procurement in THREE CATEGORIES comprising the following schedule:
A. Integrated Security Systems
(CCTV+Burglar Alarm+Smoke Alarms)
B. Standalone CCTV (NVR) Systems
C. Standalone Burglar & Smoke alarms
A. Integrated system (16/8-Channel HD IP CCTV +Burglar & Smoke Alarm system) as
one unit: Technical Specifications
S
No Schedule / Description Make Qty
1
Integrated 8-CHANNEL Smart
server with Alarm, Fire safety,
automation and NVR
Crestron/GE Security /
Intermatic/Onebee/ Belkin/Wink 1
2
Integrated 16-CHANNEL Smart
server with Alarm, Fire safety,
automation and NVR
Crestron/GE Security /
Intermatic/Onebee/ Belkin/Wink 1
3 19.5” or above LED Monitor Hp/Acer/ LG/Samsung/Dell/lenovo 1
4 2 MP(IP) IR Dome Camera
Hikvision/ Bosch/Pelco/Onebee/
CPplus/Q-See/Dauha/Honey well
3
5 2 MP( IP) IR Bullet Camera 2
6 2MP (IP), IR Wireless – Camera
(For Self Recording & Storage) 1
7 64Gb Micro Sd Card Sandisk/Transcend/ Kingston
/Samsung/Cellet 1
8 4 TB, Surveillance Hard Disk Seagate/Toshiba/Western Digital 1
9 Poe Switch 8-Port Full , Gigabyte
(10/100/1000)
D-ink/Hikvision/
Netgear/Digisol/UTT 1
10 Poe Switch 8-Port Full , Megabyte
(10/100/1000)
D-ink/Hikvision/
Netgear/Digisol/UTT 1
11 Wireless Door Sensor
Crestron/Schlage/GE Security/
Intermatic/Onebee/Belkin/Wink/Q-
See
1
12 Wireless Shutter Sensor 1
13 Wireless Smart Switch 1
14 Wireless Outdoor Siren 1
15 Wired Indoor Siren (110db) 1
16 Wireless Smoke Detector 2
17 Panic Switch wireless 2
18 Two Way Key-Pad wired 1
19 650Va UPS (140-300Vac) 12V 8AH Microtek/Luminous/Zebronics/APC 1
20
Cable(Cat 6 Type) laying with RJ 45
connectors with Plastic Pipe or
Casing in the False roofing or wall
D-link/Finolex/UTP /Prolink/Aston
HDPE
100-150 metres
Approx / per meter
21 Installation Charges, if any
8
B. Standalone CCTV (NVR) systems – Latest Specifications
C. Standalone Burglar & Smoke Alarms - Latest Specifications
“Security System” herein after referred elsewhere in this document shall mean all the three categories of items mentioned above, i.e., Integrated System, Standalone
CCTV system & Standalone Burglar Alarm units.
FOR INDIVIDUAL CCTV/NVR UNIT
23 8 CHANNEL NVR for CCTV Crestron/GE Security / Intermatic/Onebee/
Belkin/Wink /Q-See/Securico/Honeywel/
Bosch
1
24 16 CHANNEL NVR for CCTV 1
25 19.5” or above LED Monitor Hp/Acer/ LG/Samsung/Dell/lenovo 1
26 2 MP(IP) IR Dome Camera
Hikvision/ Bosch/Pelco/Onebee/ CPplus/Q-
See/Dauha/Honey well
3
27 2 MP( IP) IR Bullet Camera 2
28 2MP (IP), IR Wireless – Camera (For Self Recording & Storage)
1
29 64Gb Micro SD Card Sandisk/Transcend/ Kingston
/Samsung/Cellet 1
30 4 TB, Surveillance Hard Disk Seagate/Toshiba/Western Digital 1
31 Poe Switch 8-Port Full , Gigabyte
(10/100/1000) D-ink/Hikvision/ Netgear /Digisol
1
32 Poe Switch 8-Port Full , Megabyte
(10/100) 1
41 650Va UPS (140-300Vac) 12V 8AH Microtek/Luminous/Zebronics/APC 1
42
Cable(Cat 6 Type) laying with RJ
45 connectors with Plastic Pipe or
Casing in the False roofing or on
wall fully concealed
D-link/Finolex/UTP /Prolink/Aston
HDPE / Standard
100-150
metres Approx
43 Installation Charges, if any
FOR INDIVIDUAL BURGLAR & SOMKE ALARM SYSTEMS
44 Main Controlling Panel (SIM / TSPN based)
Crestron/Schlarge/GE Security/
Intermatic /Onebee/ Belkin/
Wink/Q-See/Securico/Honeywel/
Bosch
1
45 Wireless Door Sensor 1
46 Wireless Shutter Sensor 2
47 Wireless Smart Switch 1
48 Wireless Outdoor Siren (150db) 1
49 Wired Indoor Siren (110db) 1
50 Wireless Smoke Detector 1
51 Panic Switch wireless 2
52
Installation charges: Wiring to be concealed
with Plastic Pipe or in the False roofing
wherever required
HDPE / Standard Plastic
9
Quantity of Purchase: (Approximate)
The Bank may decide to purchase for an estimated quantity as under:
S.No SCHEDULE QUANTITY
1 Integrated Security Systems
(16 or 8 Channel CCTV+Burglar+Smoke Alarms) 152+28=180
2 Standalone CCTV (NVR) Systems – 8 CHANNEL 74+16=90
3 Standalone Burglar & Smoke alarms 145+25=170
The Bank may decide to purchase more or less of the quantity specified in this tender from L1 Vendor / (L1 & L2 /L1 or L2 Vendor in case of split order), at the same terms & conditions and at the L-1 rate approved by the Bank.
3. QUALIFICATION CRITERIA
Only the Vendors who meet all the qualifications mentioned in ― Qualification Criteria
of the tender, shall be eligible to finally participate in the tender.
4. TERMS AND CONDITIONS
The Terms and conditions for Vendors who participate in this tender are specified in the
section named ― Annexure -C- Terms and Conditions of the Tender. These terms and
conditions are binding on all the Vendors. These terms and conditions will also form part of
the purchase order, to be issued to the successful Vendor/s on the outcome of the tender
process.
5. EMPANELMENT OF VENDORS
The tender is for supply of three types of systems as mentioned above. The Bank shall
empanel the Vendors who qualify in the Technical Offer and product evaluation as per the
tender. The empanelment shall be for a period of three years from the date of
entering into agreement subject to yearly renewal based on the satisfactory service
rendered as per the terms and conditions as given in Annexure-C and it will be at the sole
discretion of the Bank, unless terminated by the Bank at its own discretion by giving a prior
notice of 30 days in writing to the Vendor without assigning any reason/s and without any
cost/s or compensation therefor.
Purchase Orders for supply & installation of Integrated Systems or Standalone CCTVs or
Burglar Alarms & Smoke Alarms in a staggered manner in lots of 2/5/10 or 15 units, each
depending upon the requirement.
6. NON-TRANSFERABLE OFFER
This tender document is not transferable. Only the Vendor, who has downloaded the tender document, is entitled to quote/participate.
7. OFFER VALIDITY PERIOD
The Technical Bid/Offer should hold good for a period of 180 days from the date of opening
of the same.
10
8. PROPOSAL OWNERSHIP
The proposal and all supporting documents submitted by the Vendor shall become the property of the Bank.
9. ADDRESS FOR COMMUNICATION
Offers should be addressed to the following officer at the address given below: General Manger (I) Andhra Pradesh Grameena Vikas Bank,
Head Office, Warangal,
H.No.2-5-8/1,
Ram Nagar, Hanmakonda,
Warangal Urban District– 506001
Telangana State
10. MODIFICATION AND WITHDRAWAL OF OFFER
The Vendors will not be allowed to modify their offer once submitted. However, the Vendors
are allowed to withdraw their offers at any time before the last date and time specified for
receipt of offers. No offer can be withdrawn by a Vendor after the last date and time specified
for submission of offers.
11. OPENING OF OFFERS
Offers received within the prescribed closing date and time will be opened in the presence of
Vendors‘ representatives who choose to attend the opening of the offer on the date and time
specified in this tender document or any other date which is convenient to the Bank and
informed in Bank‘s website tender page. The Vendors‘ representatives present shall sign a
register of attendance.
12. PRELIMINARY SCRUTINY
Offers from Vendors not meeting the qualification criteria shall be rejected.
The Bank will scrutinize the offers received to determine whether they are complete and as per tender requirement, whether any errors have been made in the offer, whether technical documents as asked for and required to evaluate the offer has been submitted, whether the documents have been properly signed and whether items are offered as per the tender requirements.
The Bank may, at its discretion, waive any minor non-conformity or any minor irregularity in the offer. This waiver shall be binding on all Vendors and the Bank reserves the right for such waivers.
13. CLARIFICATION ON OFFERS
To assist in the scrutiny, evaluation and comparison of offers, the Bank may, at its discretion, ask some or all Vendors for clarifications on the offer made by them. The request for such clarifications and the Vendor response will necessarily be in writing/e-mail.
11
14. NO COMMITMENT TO ACCEPT LOWEST OR ANY OFFER
The Bank shall be under no obligation to accept the lowest or any other offer received in
response to this Tender and reserves its right to reject all the offers including incomplete
offers by recording the reasons for the same. The Bank reserves the right to make any
changes in the terms and conditions of purchase as and when need is felt.
The Bank will not be obliged to meet and have discussions with any Vendor and / or to entertain any representation. Action of the Bank in this regard shall not be questioned before any Forum/Court.
15. DOCUMENTS
The following technical information should be furnished along with the Technical Offer by
means of printed technical brochures/Manuals/CD etc, in support of the Offer made.
Annexure- B provides a suggested checklist for documents to be submitted by the Vendor.
Make and model numbers of all the items quoted.
Specifications of all items asked along with technical specifications brochures.
Version number in case of software. It is required to indicate if the software requires any particular version of the operating system for compatibility.
Restrictions on software usage, if any, should also be mentioned.
16. SUBMISSION OF TECHNICAL DETAILs
It is mandatory to provide the technical details in the exact format of Annexure-I -
Technical Details & Specifications Form given in this Tender. The offer may not be evaluated /
may be rejected by the Bank in case of non-adherence to the format or partial submission of
technical information as per the format given in the offer. The deviations in the technical
requirements should be mentioned in the Annexure-I - Technical Details & Specifications
Form only and on the contrary specifying the deviations elsewhere in the offer is not
acceptable and will not be considered.
The Bank shall not allow/permit changes in the technical specifications after the last date and time of receipt of offers as specified in this tender.
The relevant product information, brand and model number offered, printed product brochure, technical specification sheets etc., should be submitted along with the offer. Failure to submit this information along with the offer could result in disqualification. (Please refer to the suggested checklist given in this document).
17. MAKE, MODELS & PART NUMBERS OF THE EQUIPMENT
It is mandatory to provide make, model and part numbers of all items and their
subcomponents as asked in the technical specification. The offer may not be evaluated and/or
will be liable for rejection in case of non-submission or partial submission of make, model and
part numbers of the items offered. It is also mandatory that the Vendor quotes for the
products models whose specific feature are available in public domain i.e., OEM‘s website and
verifiable by the Bank or its consultant independently. Please note that substituting this
information by just brand name is not enough.
In order to consider the offer, the Vendor has to specify clearly the:
a. Make/Model/Part No. of the DVR, various Camera, monitor and other components in
12
Annexure -I properly.
b. URL which points to website of the OEM Vendor through which the details of the
products offered is verifiable for conformity with specifications.
The successful Vendor must also certify that no counterfeit and refurbished part/equipment is supplied. The specification of each replacement part should be equivalent or better than that of the
original.
18. FORMAT FOR TECHNICAL OFFER
The Technical Offer should be made in an organized, structured and neat manner along with
Brochures/leaflets etc., should not be submitted in loose form and should also be properly
paginated.
The Vendor shall provide information on the acceptance of the terms & conditions exactly as per the Annexure-C.
The comments in the Deviation Column of technical details is permitted only if compliance
column is shown 'No', otherwise it will be construed as complied as per the requirement of
Bank. Please note that specifying deviation elsewhere in the offer document will not be
considered. If there is any deviation the same should be mentioned in the Technical Offer
with compliance column clearly marked as 'No'.
Similarly compliance of Terms and Conditions of the Tender should be clearly stated in the
Compliance Table itself and should not be covered elsewhere in the offer document. If so,
such deviations will not be considered and it will be construed as complied as per the
requirement specified in the Tender.
The suggested format for submission of Technical Offer is as follows:
1. Index 2. Earnest Money Deposit (EMD)
3. Annexure -A - Covering letter.
4. Annexure –C1- Terms and Conditions Compliance Table. The table suggested in Annexure –C1 must cover Vendor‘s response to all the terms and conditions specified in the offer document.
5. Annexure -D - Details of the Vendor.
6. Annexure -E - Manufacturer‘s Authorization Form (if applicable).
7. Annexure -I - Technical details & specification. Complete with all columns duly filled in.
8. Annexure -H - Bill of Materials and Price Schedule (Technical Version). This table should not contain any price information in Technical Offer.
9. Technical Documents (Product brochures, leaflets, manuals etc.). An index of technical documents submitted with the offer must be enclosed.
10. Software details, if any
11. Annexure -F - Track record of installation. 12. Annexure - G- Details of Service Support Center
13. Vendors‘ Financial Details (audited Balance Sheets & Profit and Loss account etc.) and other supporting documents, as asked in the tender document.
14. Annexure N - Checklist of submission of relevant documents for qualification criteria.
All Annexures shall bear the full signature of the authorized officials with stamp, instead of initials.
13
19. ERASURES OR ALTERATIONS
The offers containing erasures or alterations shall not be considered. There should be no
hand- written material, corrections or alterations in the offer. Technical details must be
completely filled in. Correct technical information of the product being offered must be filled in. Filling up of the information using terms such as ―OK‖, ―accepted‖,
―noted‖, ―as given in brochure/manual‖ is not acceptable. The Bank may treat
such offers as not adhering to the tender guidelines and as unacceptable.
20. MULTIPLE/ALTERNATIVE OFFERS
Each offer should preferably specify a single solution, which is cost effective and meeting the
tender specifications, and shall not include any alternatives. The Vendor desirous of offering
the Bank multiple offers should submit separate Offer complete in all respects. Each offer
should be complete in all respects and should not make cross-reference to details given in
other offer. Every such alternative Offer should accompany separate EMD and Tender cost.
Offers made without EMD and Tender cost shall be rejected.
In case any Vendor offers more than one alternative of DVR System and submits only one
EMD and Tender cost, then the Bank will consider the first offer for evaluation and
subsequent offers will not be evaluated at any cost.
21. LOCATIONS OF INSTALLATION
The Head Office of the Bank is floating this tender for empanelment of Vendors. The DVRs
being procured through this tender shall be installed and commissioned/supported by the
Vendor getting the order at various locations of the Bank, shall be furnished with the
Purchase Order / Delivery Instructions subsequently. The Bank reserves the right to make
changes in the locations list given to the Vendor. The Vendor should be in a position to
provide maintenance support at all the locations of installations. The Bank reserves the right
to make changes in the locations/quantity list given to the Vendor.
22. SHORT-LISTING OF VENDORS
The Bank shall prepare a shortlist of technically qualified Vendors based on the technical
evaluation of the offers received and the performance evaluation of the hardware & software
by Bank‘s Consultant. The Bank shall intimate the Vendors whose Offer is technically in line
with the tender requirement.
23. RIGHT TO ALTER QUANTITIES & ISSUE OF PURCHASE ORDERS
The Bank reserves the right to alter the quantities to be specified by Zonal Office/s upto
±25% of the Tendered quantity during inviting Financial Offer. The Bank proposes to place
Purchase orders in staggered manner in lots of 2/5/10 or 15 DVRs each, depending upon the
requirement.
24. LIABILITIES OF THE BANK
This tender is not an offer by the Bank, but an invitation for Vendor responses. No
contractual obligation on behalf of the Bank, whatsoever, shall arise from the tender process
unless and until a formal contract is signed and executed by duly authorized officers of the
Bank and the Vendor.
14
25. PROPOSAL PROCESS MANAGEMENT
The Bank reserves the right to accept or reject any/all proposal/ to revise the tender, to
request one or more re-submissions or clarifications from one or more Vendors, or to cancel
the process in part or whole. No Vendor is obligated to respond to or to continue to respond
to the tender. Additionally, the Bank reserves the right to alter the requirements, in part or
whole, during the tender process. Each party shall be entirely responsible for its own costs
and expenses that are incurred while participating in the tender, subsequent presentation
and contract negotiation processes.
26. DOWNLOADING OF TENDER DOCUMENT FROM WEBSITE
The tender document is also available for download from the bank‘s website
http://www.corpbank.com/corptenders . Those who choose to download the tender from our
website are required to pay the price of tender while submission of their offer. They are also
required to confirm in writing that they have not modified any part of the tender and they
will abide by the same. If any Vendor fails to pay the tender cost, his offer will be rejected.
In case of any dispute/discrepancy, the physical version of the tender available with the bank will be final & binding on all who participate in the tender.
The Vendors are requested to verify the website during the currency of the tender for any
modification / corrigendum before submission of the tender.
15
IV. Qualification / Eligibility Criteria
1. Eligibility of the Vendor
The Vendor/Vendor‘s parent company (in case of 100% subsidiary) submitting the offers
should be
A Registered Company or a Partnership Firm or Proprietorship, having a sales
turnover of Rs.10,00,000.00 (Rupees Ten lakhs Only) for each of the last 2 financial
years (2015-16 & 2016-17). This must be the individual Company‘s/Firm’s turnover
and not that of any group of Companies. If any agent/distributor/reseller/channel
partner is making the offer, then the turnover criteria is applicable to their turnover
and not to the principal.
Having an ISO certified quality systems. A photocopy of valid authenticated ISO 9000 certificate should be furnished along with the offer.
A net profit making Company/Firm in the last 2 financial years (2015-16 & 2016-17).
If it’s a manufacturing OEM, should be in the business of manufacturing/selling
NVR/DVR System for at least 3 financial years (2014-15, 2015-16 & 2016-17) in
India.
A copy of relevant audited balance sheets and profit and loss account must be submitted with the offer for:
a) Previous three financial years‘(2014-15, 2015-16 & 2016-17) by manufacturing concerns
b) Previous two financial years‘(2015-16 & 2016-17) by Agents, Distributors, Dealers, etc (other than manufacturing concerns & direct suppliers)
c)
2. Track Record of installations
The Vendor should provide proof of having sold similar Security System to any reputed concerns in India during the last 2 financial years (2015-16 & 2016-17) put together. (In case more than one Purchase Order is enclosed then these orders should be arranged properly with a covering list with index for easy evaluation).
The client information should be provided in the format as given in Annexure-F.
Satisfactory Track Record with our bank shall also be considered. Offer from Vendors who
have already supplied NVR/DVR System to our Bank and whose service support was not
satisfactory are liable for rejection.
3. Quality Standards
The Bank is looking for state of the art, well proven / designed and quality product, which is
used by a large number of users in India / abroad. All items quoted should be associated
with specific model numbers and names and with printed literature. The Bank may reject any
offer on the basis of past experience of the product / company. Any departure from the
specifications as given in Annexure-I should be clearly listed in Annexure-I
―deviations column giving reasons thereof.
Vendors need to provide a sample system to the Bank or its consultants for
functional and performance evaluation, if the Bank so desires. The Charges for
functional and performance evaluation shall be borne by the Vendor.
16
4. Service Center
The Vendor should have or setup/establish own/franchisee or Service Center:
At the Regional Office towns of the Bank in Andhra Pradesh & Telangana
States in which they are operating
within 3 months from the date of acceptance of the offer for empanelment
should be able to provide onsite services at the branches where the units are
installed.
the details of Service Center are to be provided as per Annexure-G.
In case of failure of the same, Bank may at its discretion de-empanel the
Vendor.
The Bank may at its discretion, verify the information provided in this Annexure-G in respect of the service center for their veracity and correctness. Providing false information shall attract cancellation of empanelment.
The Vendor should also have satisfactory track record of service support rendered by them as judged by the Bank.
5. Manufacturer’s Authorization Form
Vendors, other than the manufacturers must submit a letter of authority [Original letter on
letterhead of the OEM duly signed and stamped by its authorized signatories] from their
manufacturers that they have been authorized to quote on behalf of the manufacturer as per
Annexure - E.
The Bank has a right to verify the Manufacturers Authorization Form [MAF] submitted by the Vendors.
6. Earnest Money Deposit (EMD)
Vendors are required to give Earnest Money Deposit (EMD) of Rs.2,50,000/- or Rs.1,00,000/- or Rs.75,000/- or any two or all, by way of Demand Draft favouring Andhra Pradesh Grameena Vikas Bank. The EMD amount of the empanelled vendors shall be retained for the period of empanelment i.e., THREE YEARS and deposited in the Bank’s EMD A/c as security deposit and NO INTEREST is payable.
Offers made without EMD will be rejected.
Forfeiture of EMD: The EMD will be forfeited, if the Vendor withdraws or amends impairs or
derogates from the offer in any respect within the period of validity of the offer or does not
perform the obligation as per Tender.
7. Tender Cost
Tender is available free of Cost and can be downloaded from our Bank’s website:
www.apgvbank.in
17
V. ANNEXURE - A
Tender Offer Covering Letter (on Vendor‟s letter head)
Date: 2017
Your Offer Reference No. :
To
General Manger (I) Andhra Pradesh Grameena Vikas Bank,
Head Office, H.No.2-5-8/1, Ram nagar,
Hanmakonda, Warangal Urban District– 506001
Telangana State
Dear Sir,
Tender Ref. No: 7 /2017-18 dated 16/_/2017
Having examined the tender documents including all annexures, the receipt of which is hereby duly acknowledged. We, the undersigned, offer to supply and install
1. Integrated Systems (CCTV+Burglar+Smoke Alarms)
2. Standalone CCTV (NVR) Systems
3. Standalone Smoke alarms
at various branches/ATMs of the Bank in conformity with the said tender documents. We accept all the terms & conditions of this tender.
If our tender offer is accepted, we undertake to supply & install all the equipment as
specified in the contract as per terms and conditions of the tender. We also agree to provide
Warranty and AMC as per the terms specified in the tender.
We agree to abide by this tender offer till 180 days from the date of opening of Technical Offer and our offer shall remain binding upon us and may be accepted by the Bank any time before the expiration of that period.
Until a formal contract is prepared and executed, this tender offer, together with the Bank‘s written acceptance thereof and the Bank‘s notification of award, shall constitute a binding contract between us.
We confirm that, we have not made any changes in the tender documents downloaded, except for filling in appropriate columns.
We understand that the Bank is not bound to accept the lowest or any offer the Bank may receive.
Dated this day of _2017
Signature: (In the Capacity of :)
Name: Email ID:
Duly authorized to sign the offer for and on behalf of Contact No:
Contact address:
18
VI. ANNEXURE - B
Checklist to Vendors Notes:
1. Technical Documents should be neatly indexed.
2. Your offer will be liable for outright rejection in case you do not submit the
following manuals/information/literature along with the offer in a printed and
readable form / on a CD. If the same is provided in printed form, Vendors are
requested to provide original copies of the documents. In case the original copies
are not available, Vendors may provide good quality photocopies.
3. Availability of adequate, correct and relevant technical documents is essential for
evaluation of the offer.
4. Vendors may add any other documents in addition to the one listed below, which
will support their offer.
Sl. No. Item Description Documents Provided
1 Index of technical documents
2
Integrated Systems & Standalone systems’
technical manual & documents on the software
items
3 Integrated Systems & Standalone systems’ installation manual
4 Integrated Systems & Standalone systems’ site preparation guide
5 Product Brochures/Leaflets of the CCTV/NVR
6
Integrated Systems & Standalone systems’
user manual (Viewing/downloading image pictures
through Client Software in a PC)
7 Documents on Central Monitoring Software (CMS)
19
VII. ANNEXURE - C
Terms and Conditions of the Tender
1. Technical Inspection and Performance Evaluation
The Bank reserves its right to carry out technical inspection and performance evaluation
(bench- marking) of Security Systems offered by Vendors, on the date and time as per the
discretion of the Bank. The Vendor shall install the Security system in an identified Office/
Branch/ATM of the Bank for evaluation, if required.
2. Pricing & Payments
The Vendor should quote unit price of Integrated or Standalone Systems (Security
System) in the Commercial Offer, when called for, with 3 Years comprehensive on-site
warranty in Indian Rupees and inclusive of prevailing GST or any taxes, packing, forwarding,
import and customs clearance, transportation to respective sites, insurance till delivery at
sites, cost of installation including civil work for wall mounting of Security System on a
rack either in Branch Manager’s cabin or any other place in a concealed position, fixing the
cameras in a concealed and image clear position, wall mounting, commissioning and
comprehensive on-site maintenance services.
From the date of placing the order till the delivery of the Security System, if any changes are
brought in the tax structure by the Government resulting in reduction of the cost of the
Security System, the benefit arising out of such reduction shall be passed on to the Bank.
However, no increase in rates shall be accepted due to any change in tax structure.
3. Payment Terms
The Bank will make payment as follows:
3.2.1 90 % of the order value (of the cost of lot instructed to be delivered) will be paid on
delivery, installation, and satisfactory performance of the Security System. Vendor
may claim 90 % of the order value on per site basis, if he provides a certificate from
the concerned location or Branch Manager, that the site is not ready (SNR) for
installation. The Bank will make this payment within 30 working days from the date
of receipt of claim from the Vendor against proof of delivery, installation and
satisfactory performance duly acknowledged by the branch officials under
branch/office seal. The Security System installed should be linked to CMS(Central
Monitoring Station) at our Regional Office (RO) or head Office)HO or designated
location, for branches already with Internet or as and when linked with internet, for
monitoring health of Security Systems on a daily basis at the vendors cost.
3.2.2 The balance of 10% will be paid only after successful completion of the WARRANTY
PERIOD with a claim period of six months, subject to penalty clauses cited in this
tender document elsewhere.
All the documents evidencing delivery & installation of Security System shall be in original.
20
4. Delivery & installation
The Vendor shall be responsible for delivery & installation of the Security System ordered
at all the sites and for making them fully functional at no additional charges to the Bank
within 3 (three) weeks from the date of issue Delivery Instruction (DI). The Bank
reserves the right to issue DI in staggered manner depending upon the requirements. The
Vendor shall be responsible for immediate delivery of the Security System on receipt of
such DIs.
If the Vendor fails to deliver and/or install all the equipment ordered within the stipulated
time schedule or by the date extended by the Bank, the same shall be treated as a breach of
contract. In such case, a penalty of 2% of the bill amount shall be levied for the first week
and 4% for the next two weeks and thereafter cancellation of order or considering any other
option shall be at the discretion of the Bank.
In the event of the Bank agreeing to extend the date of delivery at the request of the
Vendor, it will be at the discretion of the Bank.
The Vendor may be required to shift and install the Security System to alternative locations if the Bank desires so.
Appropriate insurance to cover the Security System for the transit period and till the time
of its acceptance (till the systems are installed & performing to the satisfaction of the Bank)
by the Bank at the respective site is to be taken-care by the Vendor.
At the discretion of the Bank, there will be an acceptance test conducted by the Vendor in presence of the Bank officials and/or its nominated consultants after installation of complete equipment. In case of serious discrepancy in Security System supplied including software, the Bank may reject the entire lot of Security Systems supplied & installed and return them back to the Vendor at Vendor‘s costs and risks.
The Vendor should not substitute any internal components or subsystems of Security
System by similar items from different manufacturers, without adequate justification
acceptable to the Bank.
The Bank will not arrange for any Road Permit/Sales Tax clearance for delivery of Security
System to different locations and the Vendor is required to make its own arrangements for
delivery of Security System to the locations as per the list of locations/sites provided from
time to time by the Bank. However, the Bank will provide letters/certificate/authority to the
Vendor, if required.
5. Site Preparation
The Security System should normally be installed in the Branch Manager‘s Cabin in a wall
mounted rack. All wiring/cabling being done should be fully concealed in false roofing/pipe.
The ATM Cameras should be flushed to the wall and appropriately hidden. Hub, wherever
provided for the ATM, should be so placed/ installed that it is not accessible to the public.
The Vendor shall also be responsible to provide any related equipment and complete/provide
wiring work at the site. The Bank will not provide any additional equipment/component for
completion of the Security System installation at the site. Immediately on receipt of
21
Delivery Instructions the Vendor has to take up with Branch/Regional Office for necessary
site preparation and liaise with them for necessary arrangements required for installation. In
exceptional cases where there is specific cause of delay, the Vendor need to obtain a
Certificate from the Branch having received the delivery of Security System and the reason
for delay in installation. This should be done in exceptional cases only. However, final
payment will be released only after complete installation.
6. Completeness of Installation
The Vendor shall be responsible for installation of the Security System at the
branches/ATMs for making them fully functional at no additional charge. The installation will
be deemed as incomplete if any component/s of the Security System is/are not delivered
or is delivered but not installed and/or not operational or not acceptable to the Bank after
acceptance testing/examination.
In such an event, the supply & installation will be termed as incomplete and it will not be
accepted and warranty period will not commence. The installation will be accepted after
complete commissioning of Security System, satisfactory working and furnishing of the
certificate from the Branch. Further, a Security System shall be deemed as installed, only if
the Security System is configured in CMS, unless otherwise the reasons are due to network
issues.
7. Acceptance Testing
Acceptance test/s shall be conducted by the Bank randomly, at its discretion, at the site in
the presence of the officials of the Bank and/or its nominated consultants to arrive at
necessary Bench Marking and as part of Proof of Concept regarding placement and
positioning of Security System / Cameras/ Hub and concealed laying of related cables.
There shall not be any additional charges payable by the Bank for carrying out this
acceptance test. The Bank may seek the help of OEM.
The Acceptance Test/s shall be carried out broadly on the following guidelines
a) The delivered Security System and Software should be as per the purchase order
without deviation.
b) Security System Configuration and the Software should be fully installed as per specifications.
c) The Vendor must demonstrate the features specified in Security System specifications.
d) Successful live operation of Security Systems
e) Satisfactory demonstration of CMS for the Security Systems installed.
In the event of any errors and bugs detected during acceptance testing, resulting in
corrective action required by the Vendor, the schedule for acceptance testing will be revised
to a mutually convenient date at the cost and expenses of the Vendor.
The Bank reserves its right to get the Security System and related accessories tested by
any consultant/agency of its choice and the Vendor shall not object to the same.
22
8. Penalties
8.1 For delay in delivery/installation
For any delay in delivery/installation of the Security System beyond 3(three) weeks from
the date of Delivery Instruction (DI) by the Bank, a penalty of 2% of the bill amount shall
be levied for the first week and 4% for the next two weeks and thereafter cancellation of
order or considering any other option shall be at the discretion of the Bank.
However this penalty will not be applicable if the delay is with the prior written approval of
the Bank.
8.2 For delay in repair
Any Security System that is reported to be down on a given date should be repaired by the next day. The downtime should not normally exceed 24 hours and in no case beyond 3 working days. If it is getting late the vendor should replace with a new one immediately. The reporting shall be through an Email and telephonic message or any other mode as the Bank may decide.
In case Vendor fails to meet the above standard of maintenance, the Bank reserves
the right to levy a penalty of Rs.500.00 (Rupees Five Hundred Only) per day. The
Bank shall have the right to set off the amount towards penalty, if any remains
unpaid from the balance 10% of the order value of the current or any other unit/s
parked anywhere with the Bank.
9. Order Cancellation
The Bank reserves its right to cancel the entire/unexecuted part of the order in the event of
one or more of the following situations:
1. Delay in delivery beyond the specified period for delivery.
2. Delay in installation beyond 6 weeks from the date of delivery instruction.
3. Serious discrepancy in Hardware/Software noticed during the subsequent
evaluation/acceptance testing.
4. Repetitive hardware failures/poor service after the delivery and acceptance of a lot by
the Bank.
5. Any other reason
In addition to the cancellation of purchase order, the Bank reserves the right to set-off the
EMD or RMD set off 10% performance amount deposited earlier and may claim the
damages from the Vendor.
10. Insurance
The Security System to be supplied should be insured by the Vendor against all risks of
loss or damage from the date of shipment till such time it is delivered at the Bank‘s site,
installed & accepted by the Bank in full functioning state. The Bank shall not be liable to
the vendor for any loss during the transport and till the installation is complete and the
unit is performing to the satisfaction of the Bank.
23
11. Warranty & Preventive Maintenance (Quarterly)
The offered Security System should have THREE YEARS COMPREHENSIVE ON-SITE
WARRANTY from the date of installation and acceptance of the Security System by the
Bank. All the COMPONENTS in the Security System should be covered under warranty
without exception and will be replaced in case of defect or malfunction, at no cost to the
Bank.
Vendor shall be fully responsible for the manufacturer‘s warranty in respect of proper design,
quality and workmanship of all equipment, accessories etc., covered by the tender. Vendor
must warrant all equipment, accessories, spare parts etc. against any manufacturing defects
during the warranty period. During the warranty period, the Vendor shall maintain the
systems and repair/replace at the installed site all defective or failed components, at no
additional charges to the Bank.
Preventive Maintenance: Should be carried out once in a quarter at each site after
installation of the Security System and the same should be properly recorded under
authentication of the Bank’s branches/offices. In case the Vendor fails to maintain the
Security System as per the warranty terms during the warranty period, the 10%
Performance Deposit will be invoked and the damages will be claimed from the Vendor.
The Vendor should send the quarterly service report to the respective Regional
Offices(RO) of the Bank and a summary of the same (RO wise) to the Planning &
Development(P&D), Head Office of the Bank.
Warranty should not become void if the Bank buys any other supplemental hardware/
software from a third party and installs it with/in these machines in the presence of the
representative of the Vendor. However, the warranty will not apply to such third-party
hardware/ software items installed by the Bank.
The Vendor should quote unit price of Security System in the Commercial Offer, when
called for, with 3 Years comprehensive on-site warranty and inclusive of all taxes.
12. Annual Maintenance Contract (AMC) – 4 years
The Vendor should also quote separately for Annual Comprehensive Maintenance
Charges at site from the date of expiry of the warranty period (post-warranty) for Security
System in the Commercial Offer, when called for. This rate shall be as under:
1. 4th year comprehensive on-site annual maintenance charges in Indian rupees inclusive
of all taxes
2. 5th year comprehensive on-site annual maintenance charges in Indian rupees inclusive
of all taxes
3. 6th year comprehensive on-site annual maintenance charges in Indian rupees inclusive
of all taxes
4. 7th year comprehensive on-site annual maintenance charges in Indian rupees inclusive
of all taxes
The offer must give commitment to provide the Annual Comprehensive Maintenance at site
24
inclusive all the components in the Security System (NVR, Cameras, Monitor, all
Sensors, Hooters/Sirens etc.), for four years from the date of expiry of warranty.
Vendors are expected to maintain the equipment supplied for least seven years from the
date of installation.
It may be noted that the Bank reserves its right to ask for a performance bank
guarantee (in the prescribed format as per Annexure-K) to the tune of 15 % of the
value of the order, for one year, renewable every year, if AMC charges quoted by
the Vendor are abnormally low (below 3 % of the cost). The Bank also reserves its
right to decide on this matter and its decision shall be binding on the Vendor without any
further explanation to the Vendor. This Bank Guarantee will be linked to the AMC
obligations of the Vendor. The Bank reserves its right to disqualify any offer made with
AMC rate of less than 3 % as unrealistic.
Preventive Maintenance - Quarterly: The Vendor shall accomplish Preventive
Maintenance activity once in a quarter at each site during AMC period to ensure that all
hardware / software components function without defect or interruption. In case the Vendor
fails to maintain the Security Systems as per the AMC terms during the AMC period, the
Performance Bank Guarantee will be invoked and the damages will be claimed from the
Vendor.
The Bank will pay AMC Charges at the end of each quarter after receiving the service reports
from the Vendors and a review after each year.
The Vendor should send the quarterly service report to the respective Regional
Offices of the Bank and a summary of the same (Regional Office wise) to the P&D
department, at Head Office of the Bank or as directed by the Bank.
13. Spare Parts (Available for 7 years)
The Vendor will make the spare parts for the Security Systems available for a minimum
period of seven years from the time of acceptance of the system. Thereafter, the Vendor
may give a minimum of twelve months’ notice prior to discontinuation of support services,
so that the Bank may order its requirements of the spares in one lot, if it so desires.
During the warranty/AMC period, if any spares are not available or difficult to procure or the
procurement is likely to be delayed for replacement, if required, the replacement shall be
carried out with equipment of equivalent capacity or higher capacity at no additional charges
to the Bank.
14. Watermarking Technology
The Vendor shall confirm the availability of technology of “Watermarking”, which
is a global standard, while capturing the images from the Security System, which deals
with embedding certain information into the host data in such a way, that it remains
transparent or undetectable. The “watermarking” should be intact always and it should
be disturbed when somebody tries to edit the content in any manner in order ensure that
the originality of recordings can always be maintained and verified.
The backed up files should have the watermarking intact. The Vendor should confirm
that by the virtue of adopting aforesaid “watermarking”, should there be attempts for
25
modifications in the backed up files in another system or another media, the watermarking
will get disturbed and tampering can be easily detected.
15. Storage of Data & Providing Video Proof (90days)
The Vendor shall be fully responsible to ensure the availability of minimum 90 days
recorded data in the hard disk/s in the Security System (NVR/DVR), with an
overwriting mechanism on FIFO (First In First Out) basis. The Vendor shall provide
the technical calculation of storing minimum 90 days of data (HD recording) in the
mentioned storage disk size. The Vendor shall also be responsible to provide recorded data
duly written on the storage media viz. DVD/ CD/ Pen Drive or any other suitable media in
case of any requirement from the Bank and also pass on the procedure to the usage branch
staff for retrieving the required data on date wise basis.
The Vendor shall be fully responsible to ensure the adherence to the above Clause. In the event Vendor fails to meet the above requirement, he shall indemnify the Bank for loss incurred to the Bank. Further, the Bank shall not be liable to any third party and Vendor shall be solely responsible to third party/authorities.
Video Proof should be provided to the Bank Officials only. The Vendor shall not give/provide
Video Proof etc., directly to any individuals other than our Bank Officials under any
circumstances. Video Proof provided through e-mail should not be charged. Necessary
Client Software/Tool for retrieval of Data from the (Security System)NVR/DVR to
the local PC should be ported in one/two PCs in the branch and necessary write-
up/document should be supplied to the branches. Viewing of images/data recorded in
NVR/DVR in both live and playback mode should be enabled at the Branch Manager‘s cabin
through the TFT Monitor.
16. Local Support
The Vendor should be capable of meeting the service & support standards as specified in this
tender. Vendors are also required to submit along with their offer a detailed support plan
providing complete details like address of the support center, number of service engineers
available along with their names, telephone/mobile numbers, etc. This plan must cover all
the locations that have been indicated in the list of the locations as given in Annexure-G.
17. Mean Time between Failures (MTBF) – During Warranty
If during the warranty period, any Security System (hardware) fails on four or more
occasions in a quarter, it shall be replaced by equivalent / superior new Security System
by the Vendor at no additional cost to the Bank.
18. Inter-working of Hardware and Software
The Vendor must integrate all the components supplied by him to make the Security
System (NVR/DVR System) integrated and fully functional. It will be Vendor‘s
responsibility to locate/identify the exact nature of the problem/fault/s and rectify the same.
Under no circumstances will a problem/fault be blamed on the interface/ATM/switch/any
other hardware/ software without sufficient cause and justification.
The Vendor must also take necessary steps to install all the software components supplied by him on the hardware supplied. Moreover, any relevant software patches that are required to be applied to the system software to make it compatible with supplied hardware must be identified and installed from time to time during the warranty period and AMC period.
26
19. Co-operation with Service Providers
The Vendor, who is awarded the works, should co-operate with Bank‘s ATM Service
Provider or any other agency which has been entrusted with or involved in the work of
managing & maintaining the Bank‘s Branch / ATM network.
20. Software Drivers & Manuals
The Security Systems / NVR/DVR System shall have to be supplied with the software drivers
and manuals as applicable. The Vendor should supply along with each integrated or
standalone System, all the related documents and software. These will include all, but not
restricted to user manual, operation manual, Operating System, other software, drivers etc.
21. Training
The Vendor shall provide necessary and adequate:
a) Training to the staff of the Bank/Branch
b) The Bank will not pay any additional charges for the training
c) Write-ups for the staff about accessing the client software, downloading
images to a local PC etc.
d) Give passwords that may be required to access & use the system/s
e) Maintenance aspect of the INTERNET / SIM, that may require for sending
SMSs or EMAILS or live VIDEO STREAMING at remote locations or on their
connected MOBILE PHONES.
22. Passwords
All the passwords for Hardware / Software that may be required for un-interrupted
functioning of the Security Systems & usage by the Bank staff shall be provided by the
vendor/s. No hidden passwords should be installed.
23. Central Monitoring Software (CMS)
The Vendor should provide Central Monitoring Software (CMS) Solution to monitor the health
and functioning of all Security Systems (NVR/DVRs) or Controlling units to be set up at a
central location (FTS Center, RO/HO) at no additional cost to the Bank. This CMS Solution
should be IP based and should be accessible from at least two PCs at Regional Offices/Head
Office. The CMS should be implemented and demonstrated after successful
installation of 25 branches at our Regional Offices or IT Cell at Hyderabad or Head
Office at Warangal.
The software should generate daily health status reports of all the installed Security system
or NVR/DVRs or the Controlling unit and send through Email to the designated officials
automatically. Minimum health status required is:
a) Functioning status of Security System or NVR/DVR
b) Functioning status of each and every camera
c) Functioning status of each and every Hard Disk
d) Status of recording
e) Date-wise number of days of recorded data available
f) If down, since when and the reasons
27
Further, the CMS should have the below mandatory features;
a) Clock synchronization of Security System or NVR/DVR with that of server. b) Restart the Security System or NVR/DVR from CMS. c) Preview and playback feature of the cameras. d) Accessing NVR/DVR configuration window from CMS. e) NVR/DVR quick search feature. f) Capture the snap shot of the camera/s & pull the Footage from CMS.
g) Sending SMS to the saved numbers (in case of malfunction of NVR/DVR system).
h) Real time monitoring as well as schedule monitoring. i) Giving rights to different users with different privileges. j) Generating Management Information System (MIS) reports. k) No restriction on the number of channels to be linked.
l) A pop-up for the following alerts should appear on the screen and should be able to
export as a report in Excel format.
Ping failure
Router error
Signal error
Record error of the Camera/s
Hard Disk/s error
Port error
Login error
No Error
Change of System configuration from Motion Detection mode to Regular mode
The bank will also need weekly and monthly consolidated reports which are auto generated and
sent by emails. The report formats shall be arrived through discussions during the installation
phase. In addition to the above, the software should generate the following reports;
a) Branch-wise details of non-functional NVR/DVRs and accessories, where issues are not resolved within 24hrs.
b) Branch-wise details, where recording is not taking place. c) Branch-wise details, where recording is not available for 90 days.
d) Branch-wise details, where the cable has been disconnected from DVR.
24. Facility Management Services (FMS)
The Bank shall also avail the services of the successful Vendor for the Facility Management
of Security System remotely from a central location (FTS Center, RO/HO). Hence, the
Vendor shall also offer Facility Management Services (FMS) through CMS to extend the
service support and monitoring of NVR/DVRs, at various locations in the Bank, by deploying
one Service Engineer for one shift from Monday to Saturday (from 10:00 AM to 06:00 PM)
at their own cost to achieve the following objectives:
1. Remotely monitoring the working of the Security System, Cameras, Hard disks, Hubs and other related hardware, software as per the requirements of the Bank, through their Central Monitoring Software from the Bank‘s FTS Center, RO/HO Warangal.
2. Providing footages through video clippings to the Bank officials for producing the same as evidence to the Law Enforcing Authorities.
3. To remotely PING and TELNET the DVR system to check proper connectivity to CMS
and to query proper establishment of connection to TCP port. 4. Configuring the DVR in Motion Detection mode, if the same is configured in Regular
Mode.
The scope of work for these services shall be as detailed in Annexure –L of this tender.
28
25. Service Level Agreement (SLA)
The successful bidder is required to enter into a Service Level Agreement(SLA) with the
Bank, which will include various aspects of services to be provided to the Bank and
maintenance apart from each and every point published in this Tender. The SLA to be
entered in to by the successful Bidder shall be as approved by the Bank only. Failure of the
successful Bidder to comply with the requirement of executing Contract constitutes
sufficient grounds for the annulment of the award and forfeiture of the bid security.
26. Indemnity
The Vendor shall indemnify, protect and save the Bank against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademarks, copyrights etc. or such other statutory infringements in respect of all the Security System supplied by Vendor.
27. Limitation of Liability
The liability of the successful Vendor arising out of any penalty and/or damages (on account
of non-performance or inadequate performance or deficiency of services or breach of
contract), which are resulting from any actions and/or deficient services of the Vendor or its
employees or agents or the Service Provider shall be up to an amount equivalent to 10% of
the order value. However this limitation shall not be applicable for the damages / claims /
costs / losses arising out of any infringement by the successful Vendor. The Vendor shall
indemnify in full without any limitation, protect and save the Bank against all claims, losses,
costs, damages, expenses, action suits and other proceedings resulting from infringement of
any law pertaining to patent, trademarks, copyrights, etc., or such other statutory
infringements in respect of all the hardware and software supplied and /or used by them for
the purpose of fulfilling the contractual obligations or while rendering the necessary services
specified in this tender/contract/scope of services.
28. Publicity
Any publicity by the Vendor in which the name of the Bank is to be used should be done only with the explicit written permission of the Bank.
29. Guarantee
Vendor should guarantee that the Security Systems delivered to the Bank are brand new, including all accessories. In the case of software, the Vendor should guarantee that the software supplied to the Bank is licensed and legally obtained. All hardware and software must be supplied with their original and complete printed documents.
30. Assurance
The Vendor should provide an assurance, by accepting the Order and by complying with
same during execution, that the application /software/ other item that is being supplied is
free of malware, free of any obvious bugs and free of any covert channels in the code of the
version of the application, at the time of delivery of programs/codes/items as well during as
any subsequent versions/modifications done to the supplied programs/codes.
29
31. Non-Disclosure Agreement
The Vendors undertake that they shall not disclose confidential data pertaining to the Bank and its customer‘s data, which is acquired by them during the course of implementing and providing services.
32. Confidentiality
The Parties shall observe the strictest confidentiality in respect of all matters relating to the
implementation of this tender. All the information under this tender will be treated as
confidential and shall not be disclosed to any third party unless otherwise agreed by the
non-disclosing party. Nothing in this tender shall however be deemed to prohibit disclosure
of any confidential information required under law, under a court order or by any regulatory
or governmental authority. The obligation to maintain secrecy shall survive the termination
of the agreement.
33. Information Security
The Vendor shall represent and warrant that it has developed, implemented and will
maintain effective information security policies and procedures that include administrative,
technical and physical safeguards designed to (1) ensure the security and confidentiality of
confidential information provided to the Vendor hereunder, (2) protect against anticipated
threats or hazards to the security or integrity of such confidential information; and (3)
protect against unauthorized access or use of such confidential information. The Vendor
represents and warrants hat its collection, access, use, storage, disposal and disclosure of
information does and will comply with all applicable privacy and data protection laws, as well
as all other applicable regulations and directives.
The Vendor shall agree to notify the Bank within two (2) business days in writing of any
discovery by the Vendor of any breach or suspected breach of the provisions of this Tender
or any loss or unauthorized use, disclosure, acquisition of or access to any Bank‘s
Confidential Information and/or bank‘s business systems of which the Vendor becomes
aware. The Vendor shall promptly take all appropriate or legally required corrective actions,
and shall cooperate fully with Bank in all reasonable and lawful efforts to prevent, mitigate
or rectify such Data Breach.
34. Force Majeure
The parties shall not be liable for default or non-performance of the obligations under the
contract, if such default or non-performance of the obligations under this contract is caused
by any reason or circumstances or occurrences beyond the control of the parties, i.e. Force
Majeure.
For the purpose of this clause, Force Majeure shall mean an event beyond the control of
the parties, due to or as a result of or caused by acts of God, wars, insurrections, riots,
earth quake and fire, events not foreseeable but does not include any fault or negligence or
carelessness on the part of the parties, resulting in such a situation.
In the event of any such intervening Force Majeure, each party shall notify the other party
in writing of such circumstances and the cause thereof immediately within five calendar
days. Unless otherwise directed by the other party, the party pleading Force Majeure shall
continue to perform/render/discharge other obligations as far as they can reasonably be
attended/fulfilled and shall seek all reasonable alternative means for performance affected
by the Event of Force Majeure.
30
In such a case, the time for performance shall be extended by a period/s not less than the
duration of such delay. If the duration of delay continues beyond a period of three months,
the parties shall hold consultations with each other in an endeavor to find a solution to the
problem.
Notwithstanding above, the decision of the Bank shall be final and binding on the Vendor.
35. Resolution of Disputes
The Bank and the Vendor 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. If after thirty days from the commencement of such informal negotiations, the
Bank and the Vendor have been unable to resolve amicably a contract dispute, either party
may require that the dispute be referred for resolution by formal arbitration.
All questions, disputes or differences arising under and out of, or in connection with the
contract, shall be referred to two Arbitrators: one Arbitrator to be nominated by the Bank
and the other to be nominated by the Vendor. In the case of the said Arbitrators not
agreeing, then the matter will be referred to an umpire to be appointed by the Arbitrators in
writing before proceeding with the reference. The award of the Arbitrators, and in the event
of their not agreeing, the award of the Umpire appointed by them shall be final and binding
on the parties.
The Arbitration and Reconciliation Act 1996 shall apply to the arbitration proceedings and the venue of the arbitration shall be Warangal or Hyderabad.
During the period of dispute each party shall continue its obligations under this tender.
36. Letter of undertaking of Authenticity
The Vendor shall undertake that all the components /parts/ software used in the NVR/DVRs shall be original, new components /parts/ software only, from respective OEMs of the products and that no refurbished/duplicate/second hand components/parts/software are being used or shall be used.
The Vendor shall undertake that in respect of licensed operating system, if asked for by the
Bank in the Purchase Order, the same shall be supplied along with the authorized license
certificate and also that it shall be sourced from the authorized source.
The Vendors shall undertake to produce the certificate form its OEM supplier in support of
above undertaking at the time of delivery/installation. It will be the Vendors responsibility to
produce such letters from its OEM suppliers at the time of delivery or within a reasonable
time.
In case of default and the Vendors are unable to comply with the above at the time of delivery or during installation, for the Security systems NVR/DVRs already billed, the Vendor shall agree to take back the Security systems NVR/DVRs without demur, if already supplied and return the money, if any paid to the Vendor by the Bank.
37. Black listed / Financial disputes with APGV BANK
Vendors who are black listed by any organization or Bank or those vendors having financial
disputes with APGV Bank are not eligible for participation in the tender process.
31
VIII. ANNEXURE - C1 Terms and Conditions Compliance Table
The Offer must specify the unconditional willingness to abide by the Terms and Conditions of
the Tender. The Terms and Conditions specified elsewhere in the Tender should be complied
along with the compliance / conformity / willingness to offer as per the terms of the Tender
towards requirements of the Bank as under:
Term No.
Short Description of term [This column Not to be altered by the
Vendor]
Accepted / Complied (Yes/No)
[Blanks not permitted; either YES‘ or NO‘ only]
Detailed Explanation about deviation, if not complied (See NOTE below this table)
1 Technical Inspection and Performance Evaluation
2 Pricing and Payments
3 Payment Terms
4 Delivery & Installation
5 Site Preparation
6 Completeness of Installation
7 Acceptance Testing
8 Penalties
9 Order Cancellation
10 Insurance
11 Warranty
12 Annual Maintenance Contract (AMC)
13 Spare Parts
14 Watermarking Technology
15 Storage of Data & Providing Video Proof
16 Local Support
17 Mean Time Between Failure(MTBF)
18 Inter-working of Hardware and Software
19 Co-operation with Service Provider
20 Software drivers & Manuals
21 Training
22 Passwords - Dissemination
23 Central Monitoring Software (CMS)
24 Facility Management Services (FMS)
25 Service Level Agreement (SLA)
26 Indemnity
27 Limitations of Liability
28 Publicity
29 Guarantee
30 Assurance
31 Non-Disclosure Agreement
32 Confidentiality
33 Information Security
34 Force Majeure
35 Resolution of Disputes
36 Letter of Undertaking of Authenticity Note: Deviation can be mentioned only if compliance column is shown as “NO”. Otherwise it will construed as complied as per the requirement of Bank] Please note that specifying deviation elsewhere in the Offer document will not be considered, if here it is mentioned as complied – YES
Dated this _day of_ _Month, _2017. Signature: In the Capacity of: Duly Authorized to Sign the Offer and Terms and Conditions on behalf of (Company)
32
IX. ANNEXURE - D Details of the Vendor
Details filled in this form must be accompanied by sufficient documentary evidence, in order to facilitate the Bank to verify the correctness of the information.
S. No
Item Details
1 Name of Company
2 Postal Address
3 Telephone, mobile and Fax numbers
4 Constitution of the Company (should be a Registered Company and not a Proprietorship/ Partnership firm)
5 Name and designation of the person authorized to make commitments to the Bank
6 Email Address
7 Year of commencement of Business
8 Year of commencement of Business of NVR/DVR System
8 GST Registration Number
9 Income Tax Number [TAN / PAN No.]
10 Service Tax Registration Number
11 Whether direct manufacturer or authorized dealers/agent
12 Name and Address of manufacturer
13 Location of Manufacturing facility
14 Brief Description of facilities for manufacture, production, inspection, testing and quality assurance
15 Brief Description of after sales service facilities available with the Vendor Please fill up Annexure -G also.
16 Website Address of the Company
17 Whether you are blacklisted by any organizations / Banks, during the last five years, if so give details
Dated this day of_ ________Month, 2017
Signature:___________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of
(Company)
33
X. ANNEXURE - E Manufacturer’s Authorization Form (MAF)
Ref. No. dated ____/___2017
General Manager (I) Andhra Pradesh Grameena Vikas Bank,
Head Office, Warangal,
H.No.2-5-8/1, Ram Nagar, Hanmakonda,
Warangal Urban District– 506001
Telangana State
Dear Sir,
Tender Ref. No: 7 /2017-18 dated ___.11.2017
We who are established and
reputable manufactures of _having factories at
_________ and ________________________ do hereby
authorize M/s ____________________________________(Name and address of the
Vendor) to offer their quotation, negotiate and conclude the contract with you against the
above invitation for offer.
We confirm that the Vendor's Security system or NVR/DVR business alone had annual sales
turnover exceeding Rs.10.00 lakhs during each of the Financial Years 2015-16 and 2016-17.
We hereby extend our full guarantee and warranty for the products as per the terms and
conditions of the offer and the contract for the equipment and services offered against this
invitation for offer by the above firm.
Yours faithfully,
(Name)
for and on behalf of
M/s ______________________ (Name of manufactures)
Note: This letter of authority should be on the letterhead of the manufacturer/s and should be signed by a competent person of the manufacturer.
34
XI. ANNEXURE - F Details of Track Record of Past Installations
Name of the Vendor
S. No.
Name of the Client DVR System Date of the completion of
installation
Contact Person -Name, -Tel. No. -Fax No., -Address In FY
2015-16 In FY
2016-17 Make & Model
Qty
1
2
3
4
5
Dated this _day of_ _Month, _2017.
Signature: ____________________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of
(Company)
35
XII. ANNEXURE - G Details of Service Center
Vendor has to specify the service center from where they will support the location, where the Vendor does not have own/franchisee [details to be furnished in Column No. 9].
Please mention in Column No. 3- 1. O- For Own Service Center
2. F- For Franchisee Center 3. No- For center where Vendor do not have Own/Franchisee Center
4. Column 9 should be filled only when the response to column 3 is 'No'
S. No
REGIONAL OFFICES
(Mandatory Locations)
Own or
Franchisee
O/F/No
Postal Address
Con-tact Nos.
Service Facilities available
Number of
service engineers
Time required
to
report to the
Branch
Service center name
where Vendor do not have
own/ franchisee
1 2 3 4 5 6 7 8 9
1 SRIKAKULAM
2 VIZIANAGARAM
3 VISHAKAPTNAM
4 KHAMMAM
5 WARANGAL
6 NALGONDA
7 MAHABUBNAGAR
8 SANGAREDDY
9 ASHOKNAGAR
10 BHADRACHALAM
11 PARVATHIPURAM
Note: The availability of service center at the above locations are mandatory.
Dated this _________day of_ _____________Month, 2017.
Signature: ________________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of company)
36
XIII. ANNEXURE - H Bill of Materials and Price Schedule (Technical Offer)
Note:
This bill of material must be attached to the Technical Offer. Vendor must take care that no price information is given in this format accompanying Technical Offer.
Technical Specifications for Supply and Installation of INTEGRATED SYSTEM
(8/16-Channel HD IP CCTV +Burglar & Alarm system) as one unit:
S
No Schedule / Description Make Qty
Rate
Rs.
1
Integrated 8-CHANNEL Smart
server with Alarm, Smoke safety,
automation and NVR
Crestron/GE Security / Q-See
Intermatic/Onebee/ Belkin/Wink/
Q-See/Securico/Honeywel/ Bosch
1 X
2
Integrated 16-CHANNEL Smart
server with Alarm, Smoke safety,
automation and NVR
Crestron/GE Security / Q-See
Intermatic/Onebee/ Belkin/Wink/
Q-See/Securico/Honeywel/ Bosch
1 x
3 19” or above LED Monitor HP/ACER/ LG/SAMSUNG/ 1 X
4 Wireless Door Sensor
Hikvision/ Bosch/Pelco/Onebee/
CPplus/Q-See/Dauha/Honey well
1 X
5 Wireless Shutter Sensor 1 X
6 Wireless Smart Switch 1 X
7 Wireless Outdoor Siren (150db) 1 X
8 Wired Indoor Siren (110db) 1 X
9 2 MP(IP) IR Dome
Hikvision/ Bosch/Pelco/Onebee/
CPplus/ Q-See
3 X
10 2 MP( IP) IR Bullet 2 X
11 2MP (IP), IR Wireless –
(For Self Recording facility & Storage) 1 X
12 64Gb Micro Sd Card Sandisk/Transcend/ Kingston
/Samsung/Cellet 1 X
13 Poe Switch 8-Port Full , Gigabyte
(10/100/1000)
D-ink/Hikvision/Netgear/Digisol/
UTT 1 X
14 Poe Switch 8-Port Full , Megabyte
(10/100
D-ink/Hikvision/Netgear/Digiso/
UTT l 1 X
15 Wireless Smoke Detector Crestron/Schlage/GE Security/ Q-
See
Intermatic/Onebee/Belkin/Wink
2 X
16 Panic Switch wireless 2 X
17 Two Way Key-Pad wired 1 X
18 4 TB, Surveillance Hard Disk Seagate/Toshiba/Western Digital 1 X
19 650Va UPS (140-300Vac) 12V 8AH Microtek/Luminous/Zebronics/APC 1 X
20 Cable(Cat 6 Type) laying with
RJ 45 connectors D-link/Finolex/UTT/Prolink/Aston
Rate per
Meter X
21 Wiring to be concealed with Plastic
Pipe Plastic wiring pipe
Rate per
Meter X
22 Installation & Commissioning
charges x
TOTAL X
37
TOTAL COST OF OWNERSHIP (TCO)
8/16-CHANNEL INTEGRATED SECURITY SYSTEM (8/16CH NVR + BURGLAR + SMOKE ALARM)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
1 Integrated 8-CHANNEL Smart server with
Alarm, Smoke safety, automation and NVR 1 x
x x x x x x
2 Integrated 16-CHANNEL Smart server with
Alarm, Smoke safety, automation and NVR 1 x
x x x x x x
3 19.5” or above LED Monitor 1 x x x x x x x
4 Wireless Door Sensor 1 x x x x x x x
5 Wireless Shutter Sensor 1 x x x x x x x
6 Wireless Smart Switch 1 x x x x x x x
7 Wireless Outdoor Siren (150db or above) 1 x x x x x x x
8 Wired Indoor Siren (110db or above) 1 x x x x x x x
9 2 MP(IP) IR Dome 3 x x x x x x x
10 2 MP( IP) IR Bullet 2 x x x x x x x
11 2MP (IP), IR Wireless –
(For Self Recording facility & Storage) 1 x
x x x x x x
12 64Gb Micro Sd Card 1 x x x x x x x
13 PoE Switch 8-Port Full, Gigabyte (10/100/1000)
1 x x x x x x x
14 PoE Switch 8-Port Full, Megabyte
(10/100) 1 x
x x x x x x
15 Wireless Smoke Detector 2 x x x x x x x
16 Panic Switch wireless 2 x x x x x x x
17 Two Way Key-Pad wired 1 x x x x x x x
18 4 TB, Surveillance Hard Disk 1 x x x x x x x
19 650Va UPS (140-300Vac) 12V 8AH 1 x x x x x x x
20 Cable(Cat 6 Type) laying with RJ 45 connectors
(Rate per Meter)
Rate
per
Meter x
x x x x x x
21 Wiring to be concealed with Plastic Pipe (Rate per Meter) -Do- x x x x x x x
22 Installation & Commissioning charges x x x x x x x
TOTAL
X
38
TOTAL COST OF OWNERSHIP (TCO)
SECURITY SYSTEM - STANDALONE CCTV (8/16-CH NVR)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
23 Integrated 8-CHANNEL NVR 1 x x x x x x x
24 Integrated 16-CHANNEL NVR 1 x x x x x x x
25 19.5” or above LED Monitor 1 x x x x x x x
26 2 MP(IP) IR Dome 3 x x x x x x x
27 2 MP( IP) IR Bullet 2 x x x x x x x
28 2MP (IP), IR Wireless –
(For Self Recording facility & Storage) 1 x
x x x x x x
29 64Gb Micro Sd Card 1 x x x x x x x
30 PoE Switch 8-Port Full, Gigabyte (10/100/1000)
1 x x x x x x x
31 PoE Switch 8-Port Full, Megabyte (10/100)
1 x x x x x x x
32 Two Way Key-Pad wired 1 x x x x x x x
33 4 TB, Surveillance Hard Disk 1 x x x x x x x
34 Built-In backup - 650Va UPS (140-300Vac) 12V 8AH 1 x x x x x x x
35 Cable(Cat 6 Type) laying with RJ 45 connectors
(Rate per Meter)
Rate
per
Meter x
x x x x x x
36 Wiring to be concealed with Plastic Pipe (Rate per Meter) -Do- x x x x x x x
37 Installation & Commissioning charges x x x x x x x
TOTAL
X
39
SECURITY SYSTEM - BURGLAR + SMOKE ALARM)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
38 Main Controlling Panel 1 x x x x x x x
39 Wireless Door Sensor 1 x x x x x x x
40 Wireless Shutter Sensor 1 x x x x x x x
41 Wireless Smart Switch 1 x x x x x x x
42 Wireless Outdoor Siren (150db or above) 1 x x x x x x x
43 Wired Indoor Siren (110db or above) 1 x x x x x x x
44 Wireless Smoke Detector 2 x x x x x x x
45 Panic Switch wireless 2 x x x x x x x
46 Two Way Key-Pad wired 1 x x x x x x x
47 Wiring if any required to be concealed with Plastic Pipe (Rate per Meter)
-Do- x x x x x x x
48 Installation & Commissioning charges x x x x x x x
TOTAL X
40
(in Rs.)
SHIFTING or RE-LOCATION CHARGES
Integrated System or Standalone 8/16-Channel NVR/DVR System
or Individual Cameras or Sensors etc
S.
No.
Schedule Unit Price (X)
49 Cable per meter for relocating/shifting of Camera/NVR/DVR X
50 Charges for relocating/repositioning & commissioning - One camera including laying cabling & electrical work
X
51 Charges for relocating & commissioning NVR/DVR & Related Equipment within the same premises including laying cabling & electrical work
X
52 Charges for shifting of Security System (NVR/DVR & Related Equipment) from existing premises to alternate premises at the same place & commissioning
X
53
Charges for shifting Security System (NVR/DVR & Related Equipment) from one location to another location outside the city & commissioning (Shifting includes de-installation at existing site and re-installation at the alternate site excluding transportation)
X
TOTAL *
PRICE STATEMENT
TCO = Cost of Item No. 1 to 53 of the TCO Column of the above Tables. We understand that the above-mentioned figure is for price comparison purpose only and the Bank will pay on actuals, taking into account the unit prices quoted by us.
We confirm that
1. Unit Price quoted is inclusive of all taxes wherever applicable.
2. AMC rate quoted is inclusive of all taxes
3. We have understood that in case of non-adherence to any of the above, our offer
will be summarily rejected.
Dated this ___________day of_ ____________Month, _2017.
Signature: ______________________________________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of
(Company)
41
XIV. ANNEXURE I Technical Details & Specifications Form
Please note that specifying deviation elsewhere in the offer will not be considered. If
there is any deviation, the same should be clearly mentioned in this Technical Offer by
marking in Vendor's Offer as 'No'.
16/ 8-CHANNEL NVR
Make:
Model:
S. No.
Parameters Specifications Complian
ce
(Yes/No)
Deviatio
n
(if any)
1 Video Compression H.264+ or Higher version
2 INPUT - IP RCA INTERFACE(1.0Vp-p, 75 Ω), RJ45
3 Support
HD Camera /Network Camera, 32
Wireless Zone, 8 Wired Zone, Smart
Office Connectivity and Linking, Built-in
GSM/GPRS Module, CMS and Mobile App
for accessing remote locations
4 Supported camera types
IP, 720P, 960H, 960P, 1080p, CVBS
5 IP video input 2.0MP resolution (8 & 16 Channel)
6 Audio compression G.711u
7 Audio input/two-way audio in
2.0Vp-p, 1 KΩ
8 HDMI Output 1920x1080/60Hz
9 Encoding resolution
Main Stream: 1080p/720p/VGA / WD1
Sub stream: CIF/QCIF
10 Frame rate
Main stream: 20-30fps~Real time frame rate
Sub stream: 10/20fps~Real time frame rate
11 Video bitrate 32 Kbps-6 Mbps
12 Audio output 1-ch, RCA(Linear, 1KΩ)
13 Audio bitrate 64Kbps
14 Dual stream Support
15 Stream type Video, Video & Audio
16 Synchronous playback resolution
1080p/960p/720p/VGA/WD1/4CIF/CIF/ QVGA/QCIF
17 Network protocols TCP/IP, PPPoE, DHCP, EZVIZ cloud P2P, DNS, DDNS, NTP, SADP, SMTP, SNMP, NFS, iSCSI , UPnP, HTTPS
18 SATA 2 SATA interface (Each SATA to support upto 4TB)
42
S. No.
Parameters Specifications Compliance
(Yes/No)
Deviatio
n
(if any)
19 Storage Capacity 8 TB HDD
20 E SATA 1 PORT
21 Network interface 1:10M/100/1000 Mself-adaptive Ethernet interface
22 Serial interface 1; standard RS-232 serial interface, half duplex
23 USB port 2 x USB 2.0
24 Alarm in/out 4 INPUT/1 OUTPUT
25 Power Supply 12V DC
26 Consumption (without hard disk)
≤20 W
27 Working temp. -10C - +55 C
28 Working Humidity All indoor weather condition
29 Recording resolution 960p/720p/VGA/WD1/4 CIF/CIF/QVGA/QCIF
30 Record rate-Main stream
1080p/960P/720p/VGA/WD1/4 CIF/CIF/QVGA/QCIF (1/16 fps to real time frame rate)
31 Record rate-Sub stream
960P/WD1/4 CIF/CIF/QVGA/QCIF (1/16 fps to real time frame rate)
32 Record mode Motion Detection
33 Privacy masking Supported
34 OSD Camera Title, Time, Video Loss, Recording, Motion Detection
35 Remote Yes
36 External Battery Lead-Acid 12V-7Ah
37 Certifications UL/CE/FCC
38 Accepted Make Honeywell/Hikvision/Pelco/Dahua/Sony/LG/ Samsung/CP Plus/Bosch/Q-see/Onebee
43
FIXED 2 MP IP IR WIRELESS CAMERA Make: Model:
S.
No.
Parameters Specifications Compliance
(Yes/No)
Deviation
(if any)
1 Video Standards H.264/MPEG4/MJPEG or Higher version
2 Sensor 1 / 2.8” Progressive Scan CMOS,
3 Scanning Progressive scan system
4 System compatibility ONVIF
5 Resolution 2.MP 1920x1080
6 Signal stream Dual stream
7 Lens 2.8MM / 3.6MM @F2.0
8 Min. Illumination 0.01LUX@(F1.2,AGC ON), 0 LUX with IR, 0.028Lux
@(F2.0, AGC ON), 0 Lux with IR,
9 IR cut filter Yes (ICR)
10 Wide Dynamic Range Digital WDR
11 Digital noise reduction 3D DNR,
12 Day & Night IR cut filter with auto switch
14 BLC/HLC Yes
15 IR range Min. 100 ft
16 Audio Compression G.711/G.722.1/G.726/MP2L2
17 Audio Bit rate 64Kbps(G.711)/16Kbps(G.722.1)/16Kbps(G.726) /32
-128Kbps(MP2L2)
18 Wireless Range: 50M,
19 Frequency Range: 2.4Ghz- 2.4835Ghz
20 Wireless Standards: IEEE802.11b, 802.11g, 802.11n
21 Frame Rate: 50Hz: 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (12
80 × 720),
60Hz: 30fps (1920 × 1080), 30fps (1280 × 960), 30fps (12
80 × 720)
22 Image Settings: Rotate mode, Saturation, Brightness, Contrast,
Sharpness adjustable ny client software or web
browser.
23 Zone Configurable.
24 ROI support
25 Network Storage: NAS (Support NFS, SMB/CIFS), ANR
27 Protocols TCP/IP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS,
DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UpnP, SMTP,
SNMP, IGMP, 802.1X, QoS, IPv6.
28 Ethernet One RJ45 10M/100M Ethernet port
29 Input voltage 12 V DC±10%
30 Power Consumption Less than 5 Watt
31 Working temp./humidity All indoor weather condition
32 Local storage Micro SD/SDXC card slot, supports up to 128GB
(High speed HD card)
33 Video bt rate 32kbps~8Mbps
34 Alarm trigger Line Crossing, Motion Detection, tampering alarm, network disconnect, IP address conflict, storage exception
35 Security Watermark, User authentication, IP
address filtering, anonymous access.
36 Enclosure IEC 60068 to IK 10 Impact protection
37 Certification UL/CE/FCC
38 Accepted Make Honeywell/Hikvision/Pelco/Dahua/ Sony/LG/ Samsung/ Disvu/ Q-See/ Bosch/Onebee
44
FIXED 2 MP IP IR BULLET CAMERA
Make:
Model:
Sl.
No. Parameters Specifications
Complianc
e
(Yes/No)
Deviation
(if any)
1 Video Standards H.264/MPEG4/MJPEG or Higher version
2 Sensor 1 / 2.8” HD resolution CMOS/CCD
3 Scanning Progressive scan system
4 System compatibility ON/VIF (Profile S, Profile G), PSIA, CGI, ISAPI
5 Resolution 1920x1080
6 Signal stream Dual stream
7 Lens 3.6 mm @F2.0
Frame Rate
50Hz: 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720) 60Hz: 30fps (1920 × 1080), 30fps (1280 × 960), 30fps (1280 × 720)
8 Min. Illumination 0.01LUX@(F1.2,AGC ON), 0 LUX with IR, 0.028Lux @(F2.0
9 IR cut filter Yes
10 Wide Dynamic Range Digital WDR
11 Digital noise reduction 3D DNR
12 Day & Night IR cut filter with auto switch
13 AGC ON
14 BLC/HLC Yes
15 IR range Min. 20mtrs.
16 Protocols
TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1 X, Qos, IPv6
17 Ethernet One RJ45, 10M/100M Ethernet port
18 Input voltage 12 V DC ± 10%
19 Working temp./humidity
-30°C ~ 60°C (-22°F~ 140°F),
Humidity 95% or less (non-condensing)
20 Network storage NAS ( Support NFS, SMB/CIFS), ANR
21 Alarm trigger Line Crossing, Motion Detection, tampering alarm, network disconnect, IP address conflict, storage exception
22 Security Watermark, User authentication, IP address filtering, anonymous access.
23 Enclosure IEC 60068 to IK 10 Impact protection
24 Certification UL/CE/FCC
25 Accepted Make Honeywell/Hikvision/Pelco/Dahua/Onebee Sony/LG/Samsung/Disvu/Q-See/ Bosch/Cpplus
45
FIXED 2 MP IP IR DOME CAMERA
Make: Model:
Sl.
No. Parameters Specifications
Complian
ce
(Yes/No)
Deviation
(if any)
1 Video Standards H.264/MPEG4/MJPEG or Higher version
2 Sensor 1 / 2.8” HD resolution CMOS/CCD
3 Scanning Progressive scan system
4 System compatibility ON/VIF (Profile S, Profile G), PSIA, CGI, ISAPI
5 Max Resolution 1920x1080
6 Signal stream Dual stream
7 Lens 3.6mm @ F2.0
8 Lens Mount M12
9 Angle view 115°(2.8mm), 90°(4mm), 53.9°(6mm),
10 Adjustment Range: Pan:0° ~ 360°, Tilt: 0° ~ 75°,
11 Shutter time 1/3 s to 1/100,000 s,
12 Video Bitrate 32kbps~16mbps
13 Frame Rate
50Hz: 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720) 60Hz: 30fps (1920 × 1080), 30fps (1280 × 960), 30fps (1280 × 720)
14 Image Settings: Rotate mode, Saturation, Brightnedd, Contrast,
Sharpness adjustable client software or web browser
Min. Illumination 0.01LUX@(F1.2,AGC ON), 0 LUX with IR, 0.028Lux @(F2.0
9 IR cut filter Yes
10 Wide Dynamic Range 120dB
11 Digital noise reduction 3D DNR
12 Day & Night IR cut filter with auto switch
13 AGC ON
14 BLC/HLC Yes
15 IR range Min. 20mtrs.
16 Protocols TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, DDNS, RTP, RTSP, RTCP, PPPoE, NTP, UPnP, SMTP, SNMP, IGMP, 802.1 X, Qos, IPv6
17 Ethernet One RJ45, 10M/100M Ethernet port
18 Input voltage 12 V DC ± 10%
19 Working temp./humidity
-30°C ~ 60°C (-22°F~ 140°F),
Humidity 95% or less (non-condensing)
20 Network storage NAS ( Support NFS, SMB/CIFS), ANR
21 Alarm trigger Line Crossing, Motion Detection, tampering alarm, network disconnect, IP address conflict, storage exception
22 Security Watermark, User authentication, IP address filtering, anonymous access.
23 Enclosure IEC 60068 to IK 10 Impact protection
24 Certification UL/CE/FCC
25 Accepted Make Honeywell/Hikvision/Pelco/Dahua/Onebee Sony/LG/Samsung//Q-See/ Bosch/Cpplus
46
LED MONITOR
Make:
Model:
Sl. No. Parameters Specifications Compliance (Yes/No)
Deviation (if any)
1 Diagonal viewing Size
20 inches or above
2 Aspect Ratio 16:9
3 Panel Type, Surface
Antiglare
4 Optimal Resolution
1920 x 1080 or better
5 Display Type Widescreen Flat Panel Display
6 Connectivity HDMI
7 Working temp./humidity
All indoor weather condition
8 Certification UL/CE/FCC
9 Accepted Make DELL/HP/SAMSUNG/LG/LENOVO/
PANASONIC/ACER
OTHER ACCCESSORIES REQUIRED FOR INTEGRATED / STANDALONE SYSTEMS:
Burglar & Smoke Alarms
1. Wireless Door Sensor
2. Wireless Shutter Sensor
3. Wireless Smoke Sensor
4. Wireless Outdoor siren
5. Wireless Panic Switch
6. Wireless Smart Switch
WIRELESS SMOKE DETECTOR
Make: Model:
Sl.
No. Parameters Specifications
Complian
ce
(Yes/No)
Deviation
(if any)
1 Detection Coverage 100m²
2 Sensing technology Photoelectric optical Supervision
3 Warning alerts Low battery detection “Dirty sensor"
signal LED indications Green & Red
LED
4 Power Battery 1 x 3V Lithium CR123A
5 Radio Protocols Alpha or V2GY (configuration by jumper),
6 RF Type & Frequency Narrow band, 868MHz Radio Range 1000m/433.5MHz
7 Sound Output 85dB @ 3m
8 Tamper Proof Anti-tamper against opening Test/Hush button
9 Operating temperature -10 C to 55 C
10 Relative humidity 0% to 95%
47
WIRELESS SHUTTER SENSOR
Make:
Model:
Sl.
No. Parameters Specifications
Complian
ce
(Yes/No)
Deviation
(if any)
1 Working Temp. Range 5C to 55 C
2 Power usage 10 watt
3 Contact Resistance =<200m
4 Action distance 45-60mm
WIRELESS DOOR SENSOR
Make:
Model:
Sl.
No. Parameters Specifications
Compliance
(Yes/No)
Deviation
(if any)
1 Operating Temperature (Maximum) 120ºF
2 Operating Temperature (Minimum) 10°F
3 Operating Voltage (Minimum) 3VDC 3VDC
4 Enclosure Material ABS PA-717C UL
5 FCC Standard Part 15
6 Maximum Humidity 90% non-condensing
7 Battery 3V DL123A Lithium
8 Transmitter Frequency 319.508 MHz
9 Transmitter Frequency Tolerance +/- 8 kHz
10 Bandwidth 24 kHz
11 Modulation Type Amplitude shift key (ASK
12 Unique ID Codes 16 million
13 Peak Field Strength Typical 40,000 uV/m at 3 meters
WIRELESS OUTDOOR SIREN
Make:
Model:
Sl.
No. Parameters Specifications
Complian
ce
(Yes/No)
Deviation
(if any)
1 Sound decibels 150 db
2 Power backup Inbuilt battery, 12 V, 1Amp
3 Sensor handing capacity 8 sensors
4 Wireless Range 30 mtrs
5 Flash LED Flash
6 RF Type 868MHz, 433.5MHz
48
WIRED KEY PAD
Make:
Model:
Sl.
No. Parameters Specifications
Complianc
e
(Yes/No)
Deviation
(if any)
1 Display LCD
2 Tamper alarm Yes
3 Self Checking periodicity Yes
4 Alarm Panel Programmable
5 Panel Communication two way
6 Compatibility Simon XTi or Simon XT™ (v1.3 and later)
7 Power consumption 6VDC, 500mA Batteries Four 1.5V, Alkaline AAA
8 Operating temperature 32 to 104º (0 to 40ºC)
9 Relative humidity 10 to 90% non-condensing
WIRELESS PANIC SWITCH
Make:
Model:
Sl.
No. Parameters Specifications
Complian
ce
(Yes/No)
Deviation
(if any)
1 Communication band 868.1 MHz
2 protocol Communication range 300m (open area)
3 Operating temperature range -10 to + 40 ° C
4 Classification according to EN 50131-1, EN 50131-5-3, EN 50134-2 Grade.
5 Power LS14250 lithium battery (3.6V ½ AA / 1.2
Ah)
WIRELESS SMART SWITCH / FEATHER TOUCH
Make:
Model:
Sl.
No. Parameters Specifications
Complianc
e
(Yes/No)
Deviatio
n (if any)
1 Power Tolerance Max. 300Watt
2 Handling Capacity Upto 3 devices
3 Remote With Auto timer option
4 Zone linkage For Lights & Fan
5 Operation Touch & Remote
6 Mobile Application Yes
49
CAT 6 CABLE
Make:
Model:
Sl.
No. Parameters Specifications
Complianc
e
(Yes/No)
Deviation
(if any)
1 Conductor Standard bare Copper (7x32 AWG),
2 Insulation HDPE (CMI-75E) Nominal Wall thickness: 0.178mm
3 Jacket(Grey) 75°C LSZH
4 Electrical requirements
(cable length:100m)
5 Characteristic impedance (Zo)
85~115 Ω (1~250Mhz)DC
6 Resistance capacitance Unbalance
%
7 Pair to ground capacitance unbalance
330pF/100Max
8 Conductor Resistance: 14.00 Ω/100m 20°Max.
9 Mutual Capacitance: 5.6nF/m Max
10 Spark Test 2.5Kv
11 Nominal Velocity of Propagation (NVP):
69%
POE SWITCH
Make:
Model:
Sl. No.
Parameters Specifications Compliance (Yes/No)
Deviation (if any)
1 Ports 8+1 10/100/1000 Mbps Gigabit Ports 10M full/half duplex and 100M full/half duplex
2 Ports 8+1 10/100 Mbps Megabit Ports 10M full/half duplex and 100M full/half duplex
3 Auto MDI/MDIX, Auto-negotiation,
4 Secure Store-and-forward Switching Scheme
5 Installation Plug-and-play
6 Power supply 15.4W per port
7 PoE port IEEE 802.3af standard
8 LEDs Power, Link/Act, PoE
9 Power 100V to 240V AC
10 Power Consumption 120W
11 Certifications: FCC
50
CENTRAL MONITORING SOFTWARE(CMS)
Software Version:
Software Release Date:
Bandwidth Requirement(Min. & Max.) for video access:
Minimum System Configuration/Hardware Required:
S. No.
Specifications Compliance
(Yes/No)
Deviation
(if any)
1
The software should generate daily status reports and send through
Email automatically pertaining to functioning status of Integrated
Security Systems / NVR/DVR, camera, Hard Disk, status of recording,
date-wise No. of days recording available, downtime date and reason,
etc. The bank will also need weekly and monthly consolidated reports
which are auto generated and sent by emails.
The report formats shall be arrived through discussions during the
installation phase. In addition to the above, the software should
generate the following reports;
1.1 Branch-wise details of non-functional UNITS and accessories, where issues are not resolved within 24hrs.
1.2 Branch-wise details, where recording is not taking place.
1.3 Branch-wise details, where recording is not available for 90 days. 1.4 Branch-wise details, where the cable has been
disconnected from the system.
2 Clock synchronisation of DVR with that of server through CMS.
3 Restart the SECURITY SYSTEM from CMS.
4 Preview and playback feature of the cameras.
5 Accessing NVR/DVR configuration window from CMS.
6 NVR/DVR quick search feature
7 Capture the snap shot of the camera/s & pull the Footage from CMS.
8 Sending SMS to the saved numbers
(in case of malfunction of Integrated system or NVR/DVR system).
9 Real time monitoring as well as schedule monitoring.
10 Giving rights to different users with different privileges
11 Generating Management Information System(MIS) reports
12 No restriction on the number of channels to be linked .
13
Display of following alerts in Pop-up box and exporting the alerts onto
excel file-
Ping failure Router
error Signal error
Record error of the Camera/s Hard Disk/s error
Port error
Login error
No Error
Change of System configuration from Motion Detection mode
to Regular mode
51
CIVIL WORK
Wire Make:
Conduit Make:
S.
No. Specifications
Compliance
(Yes/No)
Deviation
(if any)
1
Cabling and Electrical work should be of meeting BIS specifications and recommended by consultant meeting the Bank‘s requirement and should be concealed in false roofing/pipe. The cables and electrical components shall be one of the top 3 brands.
2 The Security System /NVR/DVR System should be installed in the Branch Manager‘s Cabin or any other place in concealed position in a wall mounted rack
3 Security System /NVR DVR System/HUB should be connected
through UPS Power and not through raw power
4 The ATM Cameras should be flushed to the wall and appropriately hidden.
5 Cameras at appropriate place/ position to be placed achieving the face clarity in day or night
6 For 4 Channel DVR System (ATMs) - the length of wiring / cabling that is to come in DVR package cost is 100 meters, beyond which it is chargeable.
7
All wiring/cabling being done should be fully concealed in false roofing/pipe. The brand & specification (BIS) of the cables should be mentioned in the tender document. Cable length between Camera & DVR shall not have any joint
52
XV. ANNEXURE – J Mandatory Details to furnish
S.
No Components Make Model
Part Number [Where ever
available within the component]
URL for verification of OEM site.
FOR INTEGRATED SYSTEM
1 Integrated 8-CHANNEL Smart
server with Alarm, Fire safety,
automation and NVR
Integrated 16-CHANNEL Smart
server with Alarm, Fire safety,
automation and NVR
2 19” or above LED Monitor
3 2 MP(IP) IR Dome Camera
4 2 MP( IP) IR Bullet Camera
5 2MP (IP), IR Wireless – Camera
(For Self Recording & Storage)
6 64Gb Micro Sd Card
7 4 TB, Surveillance Hard Disk
8 Poe Switch 8-Port Full , Gigabyte
(10/100/1000)
9 Poe Switch 8-Port Full ,
Megabyte
(10/100)
10 Wireless Door Sensor
11 Wireless Shutter Sensor
12 Wireless Smart Switch
13 Wireless Outdoor Siren
14 Wired Indoor Siren (110db)
15 Wireless Smoke Detector
16 Panic Switch wireless
17 Two Way Key-Pad wired
18 650Va UPS (140-300Vac) 12V
8AH
19
Delivery / Installation &
Commissioning charges to the
Branch
20 Cable(Cat 6 Type) laying with RJ
45 connectors
21
Wiring to be concealed with
Plastic Pipe (HDPE) or in the False
roofing
53
Dated this ___________day of_ ____________Month, _2017.
Signature: ______________________________________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of
(Company)
FOR INDIVIDUAL CCTV, BURGLAR & SOMKE ALARM SYSTEMS
22 8 CHANNEL NVR for CCTV
23 16 CHANNEL NVR for CCTV
24 19.5” or above LED Monitor
25 2 MP(IP) IR Dome Camera
26 2 MP( IP) IR Bullet Camera
27 2MP (IP), IR Wireless – Camera (For Self Recording & Storage)
28 64Gb Micro Sd Card
29 4 TB, Surveillance Hard Disk
30 Poe Switch 8-Port Full, Gigabyte
(10/100/1000)
31 Poe Switch 8-Port Full, Megabyte
(10/100)
32 Wireless Door Sensor
33 Wireless Shutter Sensor
34 Wireless Smart Switch
35 Wireless Outdoor Siren
36 Wired Indoor Siren (110db)
37 Wireless Smoke Detector
38 Panic Switch wireless
39 Two Way Key-Pad wired
40 650Va UPS (140-300Vac) 12V
8AH
41
Delivery / Installation &
Commissioning charges to the
Branch
54
XVI - ANNEXURE - K
Scope of work under Facility Management Services(FMS) SCOPE
The Vendor shall provide Central Monitoring Software (CMS), at no additional cost which is
required for monitoring NVRs/DVRs mainly installed/ to be installed at Branches/ATMs,
through Facility Management Services at our FTS Center, Bangalore. The details of Scope
of Work shall be as under:
2. First Line Maintenance (FLM) including preventive maintenance of DVRs
3. Help Desk at FTS for NVR/DVR fault reporting
4. DVR monitoring for improved up-time and network management
5. Incident Management & Reporting Services
6. Call escalation and co-ordination of services
7. Image retrieval and forwarding services
8. Weekly attendance sheet of the Vendor‘s resource person to be submitted to DVR
Cell, FTS Center, Bangalore
9. Monthly Call Report (for video requests provide/not provided) to be submitted to DVR
Cell, FTS Center, Bangalore
10. MIS Reports as per the Bank‘s requirement
The Vendor shall extend the service support and monitoring of DVRs, at various locations in
the Bank, by deploying one Service Engineer in one shift from Monday to Saturday [from
10:00 AM to 06:00PM], at their own cost, at our FTS Center, Hyderabad/ Warangal who
shall perform the following activities:
1. To do the health check for all Security Systems in the network
2. To check the Network status of all DVRs
3. To check the NVR/DVR/Cameras/Hard disk Status including space/recording status, etc
4. As and when DVRs are found to be defunct/not working, immediately raise alarm to
their Regional Office or Head Office by e-mail with a copy to our FTS/HO/ZOs/Branch,
for taking corrective action
5. To give feed back to the Bank officials on the pending and completed service calls by
sending daily reports to ROs
6. To check the respective NVR/DVR and pull the videos from the recorded files in the
respective DVR, on demand from the Bank officials and to hand over the same to the
Bank officials, within 24 hours, subject to availability of sufficient bandwidth for
retrieving the footage
7. To add and cover any new DVR/s supplied and installed by the Vendor in future, into
the CMS Module
8. To submit MIS Reports to the Bank Officials as per the requirement of the Bank.
9. To remotely PING and TELNET the NVR/DVR system to check proper connectivity to CMS and to query proper establishment of connection to TCP port.
11. Configuring the DVR in Motion Detection mode, if the same is configured in Regular Mode.
12. Sending health status reports daily through Email automatically pertaining to functioning status of DVR, camera, Hard Disk, status of recording, date-wise No. of days recording available, downtime date and reason, etc.
55
13. Sending the following weekly reports
13.1 Branch-wise details of non-functional DVRs and accessories, where issues are not resolved within 24hrs.
13.2 Branch-wise details, where recording is not taking place.
13.3 Branch-wise details, where recording is not available for 90 days.
13.4 Branch-wise details, where the cable has been disconnected from DVR.
METHOD OF PROVIDING VIDEO PROOF
2.1 For the footage pulled through CMS, the Vendor shall provide hard or soft copies of the
footage snap shots on demand to the officials of the Bank at FTS only, irrespective of
where the demand has come from. However, the video clipping taken physically from
the DVR shall be handled over to the respective branch officials only as per the existing
procedure.
2.2 The Vendor shall also be responsible to provide required Data Backup duly written on
the storage media viz., NVR/DVD/CD in case of any requirement from the Bank.
Wherever video clipping is required/ requested, the Vendor shall provide the same by
CD/DVD/any other suitable media as per the agreed terms. The USB/Pen Drive should
not be used in the systems connected to the Bank‘s Wide Area Network without prior
permission from the Bank‘s concerned official/s.
2.3 The Vendor shall agree that any information/clippings/images captured in DVRs will not
be shared or disclosed to any third party, without explicit permission of the Bank and
shall also agree that information/images/clippings will be shared only through the
authorized official of the Bank.
COMMENCEMENT OF FMS
The shortlisted Vendor shall arrange to commence the Facility Management within one
month of successful empanelment.
PAYMENT TERMS
The Bank will make proportionate payment of the annual charges payable for the FMS
service in 4 quarters on receipt of claim/invoice from the Vendor duly recommended by FTS
Center, Bangalore.
PLAYING OF FOOTAGE
The Vendor has to provide software or tool required if any at branches for playing the video
footage received through e-mail from the Vendor.
REGISTERS TO BE MAINTAINED
Following registers shall be maintained by the Vendor Resource Person/s at FTS Center,
Bangalore to record the visit of the Engineer
1. Engineer‘s Visit to FTS
2. DVR IP Register
3. Fault/Breakdown register
4. Register of footage provided to branches by mail
56
XVI. ANNEXURE - L
The terms of the empanelment
1. The empanelment shall be for a period of THREE YEARS from the date of entering
into agreement with the vendor with a provision to renew every year based on the
satisfactory service rendered as per the terms and conditions as per Annexure-C
and it will be at the sole discretion of the Bank, unless terminated by the Bank at its
own discretion by giving a prior notice of 30 days in writing to the Vendor without
assigning any reason/s and without any cost/s or compensation therefor.
2. Head Office shall place the Purchase Orders with the successful Vendor/s for supply &
installation of:
a) Integrated System (CCTV+Burglar Alarm + Smoke Alarm), or b) Standalone CCTV unit, or c) Standalone Alarm System (Burglar+Smoke Alarms)
(for any of the above) in a staggered manner in lots of 2/5/10 or 15 units, each depending upon the project requirements.
3. All the terms of this tender will be applicable for all the purchases to be made using
the panel created out of this tender.
4. The names of the Vendors may be removed from the panel in case
4.1 the Vendor fails to abide by the terms and conditions under which the Vendor
was included in the panel or is found to have given false declaration /
particulars at the time of empanelment. 4.2 The firm fails to respond to the call notice inviting tenders consecutively on 2
occasions or fails to execute any contract awarded to it. 4.3 The Vendor provides defective Security System.
4.4 The Vendor persistently violates any important condition of the contract like time schedule and maintenance of the DVR system.
4.5 The Vendor has been / in the process of being declared as bankrupt / insolvent, wound up or portioned.
4.6 The Vendors adopts unethical practices such as corruption, bribery, fraud, mis-appropriation of funds or tries exert external influence.
4.7 Any other reason / ground which is not in public interest.
5. The Vendor has to undertake that in case the Vendor sells Security System of the
same specifications at a price lower than the price fixed to others, then the same price has to be offered to the Bank.
57
XVII. ANNEXURE - M Checklist for Qualification Criteria
S. No.
Parameter Values Vendor’s
response
1. Eligibility Criteria
1.1
A Registered Company, a Partnership Firm or Proprietorship having a sales turnover of Rs.10,00,000.00 (Rupees Ten Lakhs Only) for each of the last 2 financial years (2015-16 & 2016-17). This must be the individual Company‘s turnover and not that of any group of Companies. If any agent/ distributor/reseller/channel partner is making the offer, then the turnover criteria is applicable to their turnover and not to the principal.
Annual turnover
for FY 2015-16
Annual turnover for
FY 2016-17
1.2 Having an ISO certified quality systems. Yes/No
1.3 A net profit making Company in the last 2 financial years (2015-16 & 2016-17).
Net Profit (FY 2015-16)
Net Profit (FY 2016-17)
1.4 In business of manufacturing/selling DVR System for at least 2 financial years (2015-16 & 2016-17) in India.
Yes/No
1.5
A copy of previous two financial years‘ (2015-16 & 2016-17) relevant audited
balance sheets and profit and loss account must be
submitted with the offer.
Yes/No
2 Track Record of installations
2.1
The Vendor should provide proof of having sold Security Systems to any Commercial Bank in India during the last 2 financial years (2015-16 & 2016-17) put together. (In case more than one Purchase Order is enclosed then these orders should be arranged properly with a covering list with index for easy evaluation).
No. of NVR//DVR
Systems sold during
FY 2015-16
FY 2016-17
3. Quality Standards
3.1
The Bank is looking for state of the art, well proven /
designed and quality product, which is used by a
large number of users in. All items quoted should be
associated with specific model numbers and names
and with printed literature. The Bank may reject any
offer on the basis of past experience of the product /
company.
Printed Brochures including Make and Model - whether enclosed?
Yes / No.
3.2`
Vendors need to provide a sample system to the consultants for functional and performance evaluation. The Charges for functional and performance evaluation shall be borne by the Vendor.
Yes/No
58
4. Service Center
4.1
The Vendor should have Service Center in the major cities in India and also should have own/ franchisee service center at least at 20 locations out of the 30 locations
Whether the
completed
Annexure-G1 is
enclosed? (Yes/No)
4.2
The Bank may at its discretion, verify the information provided in this
Annexure in respect of the service center for their veracity and correctness.
For information
4.3 The Vendor should also have satisfactory track record of service support rendered by them as judged by the Bank.
Supported
documents
enclosed (Yes/No)
5. Manufacturer’s Authorization Form
5.1
Vendors, other than the manufacturers must
submit a letter of authority [Original letter on
letterhead of the OEM duly singed and
stamped by its authorized signatories] from
their manufacturers that they have been
authorized to quote on behalf of the
manufacturer
Whether MAF is
enclosed (Yes/No)
6.
Earnest Money Deposit
(EMD) – DD in Original
6.1
Vendors are required to give Earnest Money Deposit (EMD) by way of Demand Draft/ Bank Guarantee favouring Andhra Pradesh Grameena Vikas Bank (valid for 3 years in case of BG), from the due date of the tender for Rs.2,50,000/- or Rs.1,00,000/- or Rs.75,000/- as the case may be along with their offer. If applying for all three categories, EMDs should be submitted as separate tenders.
Offers made without EMD will be rejected. For
each alternative offer a separate EMD must be
submitted.
Whether EMD is
submitted?
(Yes/No)
6.2
EMD of the Vendors who have technically not qualified shall be returned. EMD of the qualified and empanelled Vendors would be retained with the Bank for the period of 3 years as security deposit. In case the EMD is submitted by way of Demand Draft it would be credited to EMD a/c of the Bank for a period of 3 years and no interest is payable.
For information
59
XIX.
COMMERCIAL BID FORMATS
60
TOTAL COST OF OWNERSHIP (TCO) - COMMERCIAL BID
8-16-CHANNEL INTEGRATED SECURITY SYSTEM (8-CH NVR + BURGLAR + SMOKE ALARM)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
1 Integrated 8-CHANNEL Smart server with
Alarm, Smoke safety, automation and NVR 1
2 Integrated 16-CHANNEL Smart server with
Alarm, Smoke safety, automation and NVR 1
3 19.5” or above LED Monitor 1
4 Wireless Door Sensor 1
5 Wireless Shutter Sensor 1
6 Wireless Smart Switch 1
7 Wireless Outdoor Siren (150db or above) 1
8 Wired Indoor Siren (110db or above) 1
9 2 MP(IP) IR Dome 3
10 2 MP( IP) IR Bullet 2
11 2MP (IP), IR Wireless –
(For Self Recording facility & Storage) 1
12 64Gb Micro Sd Card 1
13 PoE Switch 8-Port Full, Gigabyte (10/100/1000)
1
14 PoE Switch 8-Port Full, Megabyte
(10/100) 1
15 Wireless Smoke Detector 2
16 Panic Switch wireless 2
17 Two Way Key-Pad wired 1
18 4 TB, Surveillance Hard Disk 1
19 650Va UPS (140-300Vac) 12V 8AH 1
20 Cable(Cat 6 Type) laying with RJ 45 connectors
(Rate per Meter)
Rate
per
Meter
21 Wiring to be concealed with Plastic Pipe (Rate per Meter) -Do-
22 Installation & Commissioning charges
TOTAL
61
TOTAL COST OF OWNERSHIP (TCO) - COMMERCIAL BID
SECURITY SYSTEM - STANDALONE CCTV (8/16-CH NVR)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
23 Integrated 8-CHANNEL NVR 1
24 Integrated 16-CHANNEL NVR 1
25 19.5” or above LED Monitor 1
26 2 MP(IP) IR Dome 3
27 2 MP( IP) IR Bullet 2
28 2MP (IP), IR Wireless –
(For Self Recording facility & Storage) 1
29 64Gb Micro Sd Card 1
30 PoE Switch 8-Port Full, Gigabyte (10/100/1000)
1
31 PoE Switch 8-Port Full, Megabyte (10/100)
1
32 Two Way Key-Pad wired 1
33 4 TB, Surveillance Hard Disk 1
34 Built-In backup - 650Va UPS (140-300Vac) 12V 8AH 1
35 Cable(Cat 6 Type) laying with RJ 45 connectors
(Rate per Meter)
Rate
per
Meter
36 Wiring to be concealed with Plastic Pipe (Rate per Meter) -Do-
37 Installation & Commissioning charges
TOTAL
62
TOTAL COST OF OWNERSHIP (TCO) - COMMERCIAL BID
SECURITY SYSTEM - BURGLAR +SMOKE ALARM)
S
No Schedule / Description
No.
of Units
Rate
per
unit
Rs.
AMC for the year Unit Price for 7 years
(B+C+D+E+F)
TOTAL
COST (H=A*G)
4th 5th 6th 7th
% Rs. % Rs. % Rs. % Rs.
A B C D E F G H
38 Main Controlling unit 1
39 Wireless Door Sensor 1
40 Wireless Shutter Sensor 1
41 Wireless Smart Switch 1
42 Wireless Outdoor Siren (150db or above) 1
43 Wired Indoor Siren (110db or above) 1
44 Wireless Smoke Detector 2
45 Panic Switch wireless 2
46 Two Way Key-Pad wired 1
47 Wiring if any required to be concealed with Plastic Pipe (Rate per Meter)
-Do-
48 Installation & Commissioning charges
TOTAL
63
TOTAL COST OF OWNERSHIP (TCO) - COMMERCIAL BID
(in Rs.)
SHIFTING or RE-LOCATION CHARGES
Integrated System or Standalone 4/8-Channel NVR/DVR System or
Individual Cameras or Sensors etc
S.
No.
Schedule Unit Price (X)
49 Cable per meter for relocating/shifting of Camera/NVR/DVR
50 Charges for relocating/repositioning & commissioning - One camera including laying cabling & electrical work
51 Charges for relocating & commissioning NVR/DVR & Related Equipment within the same premises including laying cabling & electrical work
52 Charges for shifting of Security System (NVR/DVR & Related Equipment) from existing premises to alternate premises at the same place & commissioning
53
Charges for shifting Security System (NVR/DVR & Related Equipment) from one location to another location outside the city & commissioning (Shifting includes de-installation at existing site and re-installation at the alternate site excluding transportation)
TOTAL
PRICE STATEMENT
TCO = Cost of Item No. 1 to 53 of the TCO Column of the above Tables. We understand that the above-mentioned figure is for price comparison purpose only and the Bank will pay on actuals, taking into account the unit prices indicated by us.
We confirm that
4. Unit Price quoted is inclusive of all taxes wherever applicable.
5. AMC rate quoted is inclusive of all taxes
6. We have understood that in case of non-adherence to any of the above, our offer
will be summarily rejected.
Dated this ___________day of_ ____________Month, _2017.
Signature: ______________________________________________
In the Capacity of:
Duly Authorized to Sign the Offer and Terms and Conditions on behalf of
(Company)
64
42