+ All Categories
Home > Documents > NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION · PDF fileNATIONAL INSTITUTE OF...

NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION · PDF fileNATIONAL INSTITUTE OF...

Date post: 20-Feb-2018
Category:
Upload: doantu
View: 215 times
Download: 0 times
Share this document with a friend
37
0 NATIONAL INSTITUTE OF SCIENCE COMMUNICATION & INFORMATION RESOURCES (NISCAIR) Tender No.20(08)2016-Pur Date: 08.09.2016 Bid Document Request for Proposal (RFP) For SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE at NISCAIR, Pusa Campus, New Delhi – 110012 & NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067 Events Date Time Last Date for Submission of Bids: 29.09.2016 2:30 pm Date of Opening of Technical Bid: 29.09.2016 03:00 PM Important Notice: An incomplete offer and/or late bid is liable to be Rejected. Yours faithfully Stores & Purchase Officer
Transcript

0

NATIONAL INSTITUTE OF SCIENCE

COMMUNICATION & INFORMATION RESOURCES

(NISCAIR)

Tender No.20(08)2016-Pur Date: 08.09.2016

Bid Document Request for Proposal (RFP)

For

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV

CAMERAS for SECURITY SURVEILLANCE at

NISCAIR, Pusa Campus, New Delhi – 110012

&

NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067

Events Date Time

Last Date for Submission of Bids: 29.09.2016 2:30 pm

Date of Opening of Technical Bid: 29.09.2016 03:00 PM

Important Notice: An incomplete offer and/or late bid is liable to be Rejected.

Yours faithfully

Stores & Purchase Officer

1

CONTENTS

SECTION - I

Invitation for the Bids ... 2

SECTION - II

Qualification Requirements …4

SECTION - III

Technical Specifications And Requirements ...6

SECTION - IV

Instructions to Bidders ...14

SECTION - V

General Terms and Conditions of Contract ...18

SECTION - VI

Annexure/Formats for Bid Submission ...24

2

SECTION – I

INVITATION FOR THE BIDS

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE of NISCAIR, Pusa

and Satsang Vihar Marg Campuses, New Delhi

1.1 Sealed bids in two parts, i.e., Technical Bid & Earnest Money Deposit (EMD),

and Financial Bid valid for 60 days are invited for the CCTV CAMERAS for SECURITY SURVEILLANCE. All the respective contents, i.e., Technical Bid, Financial Bid and Earnest Money Deposit should be submitted in three different

envelopes duly sealed and clearly marking the type of content on the envelop, bidder’s name & address on the top of the sealed envelopes. 1.2 Key Details:

Ernest Money Deposit / Security amount

Rs. 50,000/-

Completion period of the Work

60 Days from award of work

Last date of Seeking Clarification

Date & time of Submission of Tender

29.09.2016 till 2:30 PM

Date & time of Opening of Tender

29.09.2016 till 3:00 PM

1.3 The bidder may inspect the sites and have an idea about the nature of work

involved in order to make estimates about the cost of work required to be done. The bidder may contact the following persons at respective locations:

Mr. C B Singh, Head IT Division, Dr. K. S. Krishnan Marg, Pusa Campus, New Delhi – 110012

Mr. Mukesh Pund

14, Satsang Vihar Marg, New Delhi-110067

1.4 The bids complete in all respects addressed to the Director, NISCAIR should

reach at the following address latest by 14.30 hours on 29.09.2016.

3

Purchase Section (Room No. 214) Second Floor

National Institute of Science Communication & Information Resources (NISCAIR)

Dr K.S. Krishnan Marg, Near Pusa Gate, New Delhi 110 012 Phones: 25843182; Fax: 25849949 & 25847062; Website: www.niscair.res.in

1.5 The bid must be accompanied by a valid EMD for Rs. 50,000/- (Rs. Fifty

Thousand only ) in the form of DD or Bank Guarantee in favour of Director NISCAIR, New Delhi issued by a Scheduled Bank, and the original tender. All Tenders which are received without earnest money will be rejected.

1.6 The successful Bidder's bid security will be discharged upon the Bidders

signing the contract & furnishing the performance security for 10% of the contract value for the period of 14 months. Unsuccessful Bidder's bid security will be discharged or returned as promptly as possible but not later than 30

days after the expiration of the period of bid validity prescribed by the Bank/purchaser.

1.7 The Technical Bid will be opened in the Conference Hall of NISCAIR on the

same day (last date of submission of the Bid) at 15:00 hours in the presence of bidders who choose to be present and whose EMD is in order.

Yours faithfully,

Stores & Purchase Officer

4

Section – II

QUALIFICATION REQUIREMENTS

Following are the specific qualification requirements which should be satisfied by the

Bidder to be primarily considered for bidding for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE OF NISCAIR, Pusa and Satsang Vihar Marg Campuses, New

Delhi at the terms & conditions, mentioned in the appropriate section in this document:

2.1 The bidder should be either OEM of the offered products or may be an

authorized System Integrator of the OEM for the offered components.

(Documentary Evidence- Authorization certificate from OEM for this specific

tender).

2.2 In case the bidder is OEM, they should have Service Center operating in Delhi

& NCR or ensure that support services will be provided within 24 hours of

complaint registration. (Communication addresses and telephone numbers

shall be provided).

2.3 The complete submitted bid should be signed by the bidder.

2.4 The Bidder has to submit complete Project Proposal Document along with

Camera Location, Network diagram, and Cabling Layout both in print and soft

copy form.

2.5 The firm should have a turnover of Rs. 10 Crores/year or more during the last

two years. (submit copies of Income Tax return for last two years)

2.6 The OEM/Bidder Should ensure that MHA guidelines be followed.

2.7 The bidder should be ISO 9001:2008 certified.

2.8 The bidder should not have been blacklisted / banned by any Govt. agency.

(Documentary Evidence - Self Certification)

2.9 The bidder should have successfully carried out the following works as on the

date of opening of Technical Bid:-

Must have completed one work of similar nature of minimum value equal to

INR 20 Lacs within last two years

5

OR

Must have completed two works of similar nature of each costing minimum INR

15 Lacs within last two years

OR

Must have completed three works of similar nature of each costing minimum

INR 10 Lacs within last two years

(Copies of the Purchase order for works executed should be provided by

Bidder.)

2.10 All Camera Components should be from one OEM make only.

2.11 OEM should have direct presence in India more than at-least 5 years

(Supporting documents required)

2.12 OEM Must ensure 5 year life cycle of the products. (Supporting documents

required)

2.13 Camera and Network Video Recorder (NVR) should be from one OEM

make only. The make of major components should be as per given

below:

S. No Item Makes

1 Indoor & Outdoor IP Camera dvtel/Pelco/Sony/Honeywell

2 Network Video Recorder(NVR) dvtel/Pelco/Sony/Honeywell

3 LED Display Devices Sony/ Samsung/LG

4 Network Switches CISCO/HP/Brocade

5 Optical fiber cables AMP/Tyco/Molex/Lgrand

7 UPS Libert/Emerson/APC

6 Wall Mount Rack Valrack/HCL/President/Rittal

8 HDPE Pipe AKG/Apollo/ Supreme

9 Iron Pole ISI Mark

10 GI/ Conduit Pipes AKG/Setia/Kalinga

If complying all of the above and qualifying to bid, the prospective bidder shall

provide supporting documents, wherever stated and give compliance of the

above, put them in a separate envelope along with a compliance statement stating

compliance to all the above requirements, super scribe it with “Compliance of

qualification requirements” and enclose it along with the Technical bid.

6

Section -III

TECHNICAL SPECIFICATIONS AND REQUIREMENTS

3.1 INTRODUCTION

National Institute of Science Communication And Information Resources (NISCAIR) is one of the premier institutes of CSIR serving the society using modern IT infrastructure. NISCAIR, since its inception, has been laying emphasis on reaping

the benefits of information technology to effectively serve the national and international community to be an institution of international standard and repute in

the areas of knowledge networking, databases on natural resources, science communication, science popularization and S&T information management systems and services.

NISCAIR is the prime custodian of vast pool of digital information resources of CSIR. The volume of data, being managed at NISCAIR, in the form of Databases and CDs,

is in Tera Bytes with an exponential growth. NISCAIR also acts as repository on Library and Analytical facilities under CSIR - National Knowledge Network (NKN) Project. With new ICT tools the knowledge repositories are growing at exponential

rates and require massive and updated capabilities for management of information resources and services including hosting and sharing.

3.2 Scope of work

• The bidder shall supply the required CCTV Cameras & Video recorder along with required passive material at respective Stores of NISCAIR, Pusa &

Satsang Vihar Campuses, New Delhi. The bidder shall also supply all cable laying accessories including clamps, identification tags, ferules, etc required for lying of cables.

• The Bidder has to bid for 3 years warranty from OEM and comprehensive

AMC for 4th & 5th year.

• The bidder shall undertake to install, test & commission all CCTV Cameras at required locations.

• The bidder shall lay, terminate and test OFC, Copper (UTP). The

Installation of passive components shall include installation of Light

7

Interconnect Units (LIUs), Patch cords, connectors etc. required to complete the work on structured cabling concept.

• The bidder shall undertake dressing of cables in the racks using cable

managers using Velcro/cable ties.

• Minor civil works such as soft soil/hard soil digging etc. required for

execution of work shall be in the scope of the Bidder.

• The bidder shall integrate the new security surveillance cameras with existing LAN infrastructure.

• The bidder shall Supply all relevant documents/drawings/test certificates

and manuals.

• The acceptance report shall be mutually signed between NISCAIR and the

bidder after successful supply, installation, commissioning of the Networking components.

• Any equipment, fitting, material, software or supplies which may not be

specifically mentioned in the specifications but which are necessary for carrying out the contract works within the scope of the tender are to be provided for and rendered to by the bidder. Such items not quoted by the

vendor, if found necessary during execution of the contract, shall have to be supplied at no extra charge by the bidder.

• The bidder shall ensure that the structured cabling system work is carried out by an experienced team.

• The bidder shall submit project completion report to NISCAIR once the

commissioning has been done.

• The bidder shall submit the detailed documentation of security system

including cabling layout, camera location and bill of material etc. The vendor shall give all documents in computer format as well as in hard

copy.

8

• The bidder shall confirm that the BoM indicated in the tender document is completed in all respects. However, bidder can indicate any additional item

if required.

3.3 Requirements and Specifications

The requirements and functional specifications set out in this Section present an

overview of the total requirements and associated needs so that supplier(s) can get the total problem prospective. However vendor may visit the sites before quoting to understand the requirements.

In broad terms, the requirement is to provide to NISCAIR with a maintainable and

sustainable security surveillance facility. For awarding the contract, it is essential to bid for all the items in a package. The detail specifications of the products are as follows:

The indicative camera positioning are given in Annexure ‘A’

A. SPECIFICATIONS – CCTV CAMERAS & Network Video Recorder

Full HD IP Network Indoor Dome Camera with Adaptive IR & WDR

S.No Particulars Specifications

Video

1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG Selectable

2 Bit Rate Control VBR or CBR

3 Bit Rate Configurable between 64kbps & 8 Mbps

4 Image Sensor 1/3 progressive scan CCD/CMOS or better

5 Resolution 1920x1080

6 Frame Rate Configurable up to 30fps or better

7 White balance ATW/AWB

8 White balance range

2500 to 8000 k

9 Wide Dynamic Range

Upto 65 db or better

10 Camera Rotation & Placement

3 Axis ( Pan, Tilt, Rotation)

9

11 Day & Night capabilities

Auto

12 Video S/N >=50db

Audio

13 Audio Compression

G.711a-law/ G.711 U-law

Optical Lens

14 Adaptive Bulit-in IR

up to 25 meter Auto ON or Auto Off

15 Sensitivity 0.1(B/W)lux or better

16 Lens Built-in, varifocal

17 Focal length 3 to 9 mm or better

18 Focus Autofocus, Motorized & auto iris

19 Zoom Remote Motorized

20 Shutter Speed 1 Sec to 1/10,000 or better

21 Motion Detection

Within user defined field of view 0r with in specified rectangular zone

Software Control

22 Users 1 Administrator up to 4 Viewer

23 Configuration Via Web interface to configuration & control

24 Firm ware upgrade

Remote via Web Interface or software utility

25 Supported Protocol

TCP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, RTP, RTSP, RTCP, , NTP, UPnP, SMTP, SNMP v2 & SNMP v3, IGMP, 802.1X, , IPv4, IPv6, SSL,

26 Ethernet RJ-45, 100 Base TX, PoE Enabled

27 Power PoE, IEEE 802.3af

28 Text Superimposing

Superimposing Date & time on Video

29 Motion Detection

Automatic, ON & OFF

30 Discovery Detects camera automatically & Configure network Settings

31 Compliance ONVIF profile S Compliant

32 Vandal Rating IK10 rated vandal or better

33 Operating temperature

-10°C to +50°C

34 Certification FCC, CE, UL

10

Full HD IP Network Outdoor Bullet Camera with Adaptive IR

S.No Particulars Specifications

Video

1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG Selectable

2 Bit Rate Control VBR or CBR

3 Bit Rate Configurable between 64kbps & 8 Mbps

4 Image Sensor 1/3 progressive scan CCD/CMOS or better

5 Resolution 1920x1080

6 Frame Rate Configurable up to 30fps better

7 White balance ATW/AWB

8 White balance range

2500 to 8000 k

9 Wide Dynamic Range

Upto 65 db or better

10 Camera Rotation & Placement

3 Axis ( Pan, Tilt, Rotation)

11 Day & Night capabilities

Auto

12 Vide S/N >=50db

Audio

13 Audio Compression

G.711a-law/ G.711 U-law

Optical Lens

14 Adaptive Bulit-in IR

up to 25 meter Auto ON or Auto Off

15 Sensitivity 0.1(B/W)lux or better

16 Lens Built-in, varifocal

17 Focal length 3 to 9 mm or better

18 Focus Autofocus, Motorized & auto iris

19 Zoom Remote Motorized

20 Shutter Speed 1 Sec to 1/10,000 or better

21 Motion Detection

Within user defined field of view or within specified rectangular zone

11

Software Control

22 Users 1 Administrator up to 4 Viewer

23 Configuration Via Web interface to configuration & control

24 Firm ware upgrade

Remote via Web Interface or software utility

25 Supported Protocol

TCP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, RTP, RTSP, RTCP, NTP, UPnP, SMTP, SNMPv 2 & SNMP v3, IGMP, 802.1X, IPv4, IPv6, SSL,

26 Ethernet Rj-45, 100 Base TX, PoE Enabled

27 Power PoE, IEEE 802.3af

28 Text Superimposing

Superimposing Date & time on Video

29 Motion Detection

Automatic, ON & OFF

30 Discovery Detects camera automatically & Configure network Settings

31 Compliance ONVIF profile S Compliant

32 Vandal Rating IK10 rated vandal IP66 or better

33 Operating temperature

-10°C to +50°C

34 Certification FCC, CE, UL

Network Video Recorder ( NVR )

S.No Particulars Specifications

1 Minimum Channel

32 or Higher

2 Video Compression

H.264, MPEG-4, and MJPEG

3 Internal Memory 8 GB DDR3 or better

4 Internal Storage 4TB Internal Storage Required, SATA HDD with RAID 5

5 Video card Built -in Intel HD Graphic Card

6 Video standard NTSC/PAL

7 Video Ports Minimum 2 ports HDMI/DVI-D/VGA

8 Video Outputs Support up to two simultaneous display

9 Processor Intel Xeon E-3 series or Higher

10 Operating System

Windows 7 64 bit

12

11 Network Interface

2 ports of Gigabit Ethernet

12 USB Ports 2 Nos of USB 2.0, 2 Nos of USB 3.0

13 Audio Decoding & bit rate

G.711 & 64kbps

14 Audio Via HDMI or 3.5mm audio jack 1 x Mic-in / 1 x Headphone-out

15 Operating Interface

Web / GUI

16 Live view / Playback resolution

5MP/3MP/1080p/UXGA/720p/VGA/4CIF/DCIF/2CIF/CIF/QCIF

17 Compliance ONVIF profile S Complaints

18 Certifications CE, FCC, UL

19 The Network Video Recorder (NVR) shall support operation using the front panel keyboard or Remote or USB mouse. Remote NVR configuration and priority management via Ethernet.

20 The NVR should be of the same make as the Cameras and should have UL,EN, FCC and CE Certifications.

21 Feature-rich Client application

22 It should Supports up to two monitors

23 It should Supports monitoring from web client

24 It should be capable of Mobile viewing applications.

25 The IP video management system shall support automatic detection of IP cameras.

26 The IP video management system shall be capable of continuous scheduled alarm/event and motion recording. Pre- and post- alarm recording shall also be available and shall be fully programmable on a per channel basis.

27

The IP video management system shall allow archival of video data to computers or SAN storage devices over a network connection with the optional Archive Utility. The archival schedule shall be either automatic at user-defined intervals or manual and shall be configurable per connected camera.

28 The IP video management system shall support network health and monitoring utilizing SNMP monitoring tools.

29 The IP video management system shall indicate system performance and operation status utilizing a variety of HTML reports.

30 Should supports up to 8,16, 24 or 32 camera channels and 320Mbps or better recording throughput

31 Support manual, schedule, alarm, motion detection and event-based recording triggers

13

32 Should create bookmark to mark a time of interest

33 Exported files have digital signature for evidence management

34 Instant replay of any camera displayed over tile in the GUI application

35 Should configure users, user groups and their camera access rights and privileges

36 Pre- and post-alarm recordings

37 Should supports Guard Tours (layout tours) and camera sequences

38 PTZ control, including digital zoom control for clear identification

B. SPECIFICATIONS –Installation/Services Installation/Services should be quoted with 3 Year on call support

S. No. Item

1 Installation of CCTV Cameras at respective locations

2 Installation of Network Video Recorder at server room

3 Integration & Configuration of CCTV cameras & NVR

4 Installation of Display unit

5 Laying of UTP Cable through PVC Conduit/Raceway

6 Termination of UTP cable at Cameras

7 Termination of UTP cable at rack end

8 Installation of Wall Mount Racks

9 Laying of Fiber Cable through PVC Conduit/Raceway /HDPE pipe

10 Fiber Core Preparation for Splicing

11 Fiber Core Splicing

12 Fiber LIU Fixing

13 Fiber Testing Through Lazer light

14 Fixing of HDPE Pipe

15 Soft Soil Digging and refilling

16 Wall Punchering

17 Project Management & Documentation

18 Any other work related to Installation and not covered above

14

SECTION – IV

INSTRUCTIONS TO BIDDERS

4.1 Preparation of Bids

The bids are to be submitted in two separate sealed envelopes

a. Envelop 1 - EMD, Technical Bid and Compliance of Qualification

requirements (three separate envelops)

b. Envelop 2 - Financial Bid (one envelop)

The above two envelops should be properly marked, sealed and kept in one envelop.

4.1.1 Technical Bid:

The Technical bid prepared by the bidder shall be provided in the Response

Format as shown in Annexure-I

4.1.2 Financial Bid: (i) The financial bid shall indicate the Unit prices (wherever applicable) and

total bid prices of the goods it proposes to supply under the contract.

(ii) Quoted prices should be firm and inclusive of sales tax, octroi, freight and forwarding charges, handling charges, loading and unloading

charges, insurance charges, any other tax/charges applicable and installation, testing and commissioning charges for all products inclusive of all direct and indirect taxes.

(iii) Prices quoted by the bidder shall be fixed during the bidder’s performance of the contract and not subject to variation on any

account. A bid submitted with an adjustable price, quotation will be treated as non-responsive and will be rejected.

(iv) All prices and other information like discount etc. having a bearing on

the price shall be written both in figures and words in the prescribed offer form. If there is discrepancy between the price/information, the

higher price/information will be treated as final. (v) During the validity of this bid or during the extended period, if any, if

the bidder provides services to any other Department/Organization in

15

India at a price lower than the fixed price for the Purchases, the bidder shall automatically pass on the benefits to the Purchaser.

(vi) Rates should be valid for 60 days from the date of opening of technical Bids.

The Financial bid prepared by the bidder shall be provided in the Response Format as shown in Annexure-II

4.2 Submission of Bids

4.2.1 Sealing and Marking of Bids (i) The bids are to be submitted in two separate sealed envelopes

a. Envelop 1 - EMD, Technical Bid and Compliance of Qualification

requirements (three separate envelops) b. Envelop 2 - Financial Bid (one envelop)

(ii) The outer envelope containing Technical Bid and Financial Bid shall be

addressed to The Director, National Institute of Science Communication

& Information Resources & Information Resources (NISCAIR), Dr K S Krishnan Marg, New Delhi 110 012, mentioning bid no. and due date.

(iii) The inner envelopes shall indicate the name and address of the bidder

to enable the bid to be returned unopened in case it is declared late.

4.2.2 Deadline for Submission of Bids

(i) Bids must be received by NISCAIR at the address given in Section-I not

later than the time and date specified on the cover page. In the event of the specified date for the submission of bids being declared a holiday

for NISCAIR, the bids will be received upto the appointed time on the next working day.

(ii) The Director, NISCAIR may, at his discretion extend this deadline for submission of bids by amending the bid documents, in which case all

rights and obligations of the purchaser and bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

4.2.3 Late Bids Any bid received by NISCAIR after the deadline for submission of bids

prescribed by the NISCAIR will be rejected and/or returned unopened to the bidder.

16

4.3 Bid Opening and Evaluation

4.3.1 Opening of Technical Bids by Purchaser

The Purchaser will open all technical bids if the EMD is submitted as per requirement in the presence of bidders’ representatives, who choose to

attend, at the time, on the date and at the place specified in Section-I. In the event of the specified date of the bid opening being declared a holiday for the

Purchaser, the bids shall be opened at the appointed time and location on the next working day.

4.3.2 Clarification of Bids

i. During evaluation of the bids, the Purchaser may at its discretion, ask the Bidder for clarification of its bid. The request for clarification and the response shall be in writing and no change in price or substance of

the bid shall be sought, offered or permitted.

ii. No Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the bid opening to the time the contract is awarded.

Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award decisions may result in rejection of the Bidder’s bid.

4.3.3 Evaluation of Technical Bid

As per clause 2.1 to 2.13

&

As per Annexure-I

4.3.4 Opening of Financial Bids

(i) The purchaser will open the financial bids of only those bidders, which

have been found to be technically qualified to undertake the job, pursuant to Clause 4.3.3.

(ii) The Financial Bids of the technically qualified bidders shall be opened in

the presence of their representatives, who choose to be present, on a

specified date and time and Venue.

4.3.5 Evaluation and Comparison of Financial Bid

(i) The decision on the award of the work will be based on lowest quote

of Grand total (Total A + Total B +Total C +Total D + Total E) as per Annexure-II

17

(ii) The comparison shall be of all-inclusive price of goods, such price to include all costs as well as duties and taxes paid or payable.

(iii) Discrepancies in Prices: Any discrepancy between quoted prices in

figures and that in words, if noted, will be sorted out in the following manner.

• If there is a discrepancy between the unit price and the total price the unit price shall prevail and the total price will be corrected accordingly

• If there is an error in a total corresponding to the addition or subtraction of

Sub totals, the sub totals shall prevail and the total shall be corrected.

• if there is a discrepancy between words and figures, the amount in words

shall prevail unless the amount expressed in words is related to an arithmetic error, in which case the amount in figures shall prevail subject to above.

• if there is a such discrepancy in a bid, the same is to be conveyed to the

bidder and if the bidder does not agree to the observation of the CSIR, the tender is liable to be ignored.

18

SECTION - V

GENERAL TERMS AND CONDITIONS OF CONTRACT

Definitions and Interpretation

In this contract, the following terms shall be interpreted as indicated:

( i ) “The Contract” means the agreement entered into between the Purchaser and the Supplier as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference

therein;

(ii) “The Contract Price” means the price payable to the Supplier under the Contract

for the full and proper performance of its contractual obligations;

(iii) “The Services” means those services ancillary to the supply of the Goods, such as transportation and insurance, and any other incidental services, such as

installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;

(iv) “NISCAIR project site” means NISCAIR, Pusa Campus, New Delhi & Satsang Vihar Marg, New Delhi

(v) “The Vendor” means the firm(s) bidding for supply, installation, testing and

commissioning of CCTV cameras for security surveillance.

(vi) “The Site” means the NISCAIR, Pusa Campus, New Delhi & Satsang Vihar Marg,

New Delhi

Time Schedule

(i) Potential suppliers should provide detailed activities time schedule, which represents the shortest practical time to complete all necessary tasks and meet

the obligations of the requirements which should not exceed 30 days after the placement of order and subject to the approvals by NISCAIR for the work. All

significant activities must be included, including those associated with the delivery, installation and commissioning of CCTV cameras for security surveillance at NISCAIR Pusa Campus, New Delhi & Satsang Vihar Marg, New

Delhi

(ii) The delay in meeting the activities schedule will call for a penalty @ 1% per week

subject to maximum 10% of the contract value. NISCAIR may terminate the contract if delay is beyond 3 Weeks.

Acceptance Certificate

(i) On successful completion of acceptability test for 5 days and after NISCAIR is satisfied with the accuracy and completeness of the performance of the work, the

acceptance certificate signed by the representative of NISCAIR and representative of the Vendor will be issued. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the

awarded work.

19

(ii) The firm should quote additional rate required for each functional process based on the efforts required for implementing the change/functional process.

Liquidated Damages:

For any delay in installation and commissioning beyond 2 week from the date of acceptance of purchase order issued by the NISCAIR, NISCAIR reserves

the right to charge an LD (Liquidated Damages) at the rate of 0.50% of the total awarded work per week. If the items delivered could not be installed for

reasons attributable to NISCAIR, the same should be recorded and submitted to office in writing. In case, the LD reaches 10% as above, NISCAIR reserves the right to terminate the contract and invoke all the BGs submitted

by the Bidder.

Warranty & Comprehensive AMC (i) The bidder has to bid with 3 year warranty & Comprehensive AMC for

4th & 5th year.

(ii) The bidder has to submit a Performance Bank Guaranty (PBG) of 10% of total value of equipment cost at the time of starting of warranty

period, which will be released after one month of completion of warranty period.

(iii) The bidder has to submit a Performance Bank Guaranty (PBG) of 10 of

the total value of Comprehensive AMC charges of 4th & 5th year one month before the commencement of CAMC period. The Performance

Bank Guaranty (PBG) will be released after one month of completion of Comprehensive AMC period.

(iv) During the warranty period if the complaint is not resolved within 48

hours, a recovery of Rs. 200/Unit/Day will be made from Performance Bank Guaranty (PBG).

(v) During the Comprehensive AMC period if the complaint is not resolved within 48 hours, a recovery of Rs. 200/Unit/Day will be made from quarterly bill till 10 days. Beyond which the review & termination of

contract may take place.

Payment

(i) The 80% payment of awarded value will be done for delivery of CCTV Camera, Network Video Recorder & required Passive components at the

both locations of NISCAIR as per the requirement of NISCAIR. The Bidder has to provide the Bank Guarantee of same amount to NISCAIR, valid till the period of 60 days or satisfactory

completion of the contract, whichever is later. The balance 20% of the awarded value would be released after satisfactory completion of

the contract.

(ii) For Installation and Services component, the payment will be made

on actual basis.

20

(iii) The payment of Comprehensive AMC for the 4th & 5th year will be made on quarterly basis after the completion of respective quarter on

satisfactory services.

(iv) All payment shall be made subject to deduction of TDS, if applicable as per the income Tax act 1961 and any other tax.

Earnest Money Deposit

(i) EMD of Rs.50,000/-(Rs. Fifty thousand only) in the form of Demand Draft or Bank Guarantee as per Annexure –IV in favour of Director, NISCAIR, valid for a period upto 30 days beyond the bid validity period

(i.e. valid for 90 days from the date of opening of tender) shall be submitted along with the Bid failing which the quotation will be

rejected. (ii) In case the successful bidder withdraws his offer within the validity of

quotation or before entering into the contract within the bid validity period, his EMD will be forfeited. The bidder will have no right to claim

for refund of the EMD.

(iii) In case the successful bidder does not honor his commitment within the validity of quotation and back out after placing the order with him, the EMD will be forfeited.

(iv) The EMD if submitted in the form of Demand Draft can be adjusted with

the Performance Security if so desired by the successful bidder. If not so, the EMD will be returned to the successful bidder after receipt of Performance Security along with the order acceptance from him.

I. No interest will be paid by NISCAIR on the EMD amount.

Arbitration

Except where otherwise provided in the Contract, all questions and disputes relating

to the meaning of the specifications, and instructions herein before mentioned and as to the quality of the materials, as to any question, claim, right, matter or thing

whatsoever, in any way arising out of or relating to the Contract, Specification, estimates, instructions, orders or these conditions or otherwise concerning the works, or the execution of the same whether arising during the process of the work

or after the completion or abandonment thereof shall be referred to the sole arbitration of a person nominated by the Director General, Council of Scientific &

Industrial Research, New Delhi, and if he is unable or unwilling to act to the sole arbitration of some other person appointed by him willing to act as such arbitrator. The submission shall be deemed to be Submission to Arbitration under the meaning

of the Arbitration Act, 1940 or any satisfactory modification of reenactment thereof for the time being in force, conclusive and binding on all parties of the Contract.

21

The Contract shall be governed in accordance with the Indian Laws.

Award Criteria

(i) NISCAIR will award the Contract to the successful Bidder whose bid have been determined to be substantially responsive and has been determined as

the best evaluated bid provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

(ii) NISCAIR has right to accept any Bid and to reject any of all Bids. NISCAIR

reserves the right to accept or reject any bid, in part or full, and to annul the bidding process and reject all bids at any time prior to award of Contract,

without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the NISCAIR’s action.

Notification of award

(i) Prior to the expiration of the period of bid validity NISCAIR will place a firm

order to the vendor or notify the successful Bidder in writing by fax to be confirmed in writing by speed post or hand delivery that his bid has been accepted.

(ii) The notification of Award will constitute the formation of the contract

Corrupt or Fraudulent Practices

(i) Bidders & Vendors shall observe the highest standard of ethics during the

procurement and execution of the contract. (ii) NISCAIR will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question.

(iii) NISCAIR will declare a firm ineligible, either indefinitely or for a stated

period of time, to be awarded a contract if it at any time determines that the

firm has engaged in corrupt or fraudulent practices in competing for this bid, or in executing the contract.

Force Majeure clause

If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract is prevented or delayed

by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts of God (hereinafter referred to as "events"), provided notice of happenings of any

such event is duly endorsed by the appropriate authorities/chamber of commerce in the country of the party giving notice, is given by party seeking concession to the

other as soon as practicable, but within 21 days from the date of occurrence and termination thereof and satisfies the party adequately of the measures taken by it, neither party shall, by reason of such event, be entitled to terminate this contract,

22

nor shall either party have any claim for damages against the other in respect of such nonperformance or delay in performance, and deliveries under the contract

shall be resumed as soon as practicable after such event has come to an end or ceased to exist and the decision of the purchaser as to whether the deliveries have

so resumed or not, shall be final and conclusive, provided further, that if the performance in whole or in part or any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days, the purchaser

may at his option, terminate the contract.

Miscellaneous

(i) It will be imperative on each bidder to fully acquaint itself of all the local conditions and factors which would have effect on the performance of the

work and its cost.

(ii) Alterations if any in the tender should be attested properly by the vendor,

failing which the tender is liable to be rejected.

(iii) Prices quoted must be firm and final and shall remain constant throughout the period of the contract. The rates quoted should not be higher than the rates

quoted for any other Government Organization. Prices should be inclusive of all taxes, duties, octoroi, license fees, etc. leviable of the services being

offered. All prices and discounts etc must be clearly shown in figures and words. The charges quoted should be inclusive of transportation charge,

logistics charges and all other expenses related with the visits of the Vendor’s personnel in connection with the performance of the contractual obligations by the vendor.

(iv) The Vendor shall be entirely responsible for all taxes, duties, octroi, license

fees, etc., incurred for performance of the services. If there is any reduction in taxes/duties etc. due to any reason whatever, after Notification of Award, the same shall be passed on to NISCAIR .

(v) The selected Vendor shall perform the services and carry out its obligations

under the Contract with due diligence and efficiency, in accordance with generally accepted techniques and practices used in the industry and with professional engineering and training/consulting standards recognized by

national/international professional bodies and shall observe sound management, technical and engineering practices. It shall employ

appropriate advanced technology and safe and effective equipment, machinery, material and methods. The Vendor shall always act, in respect of any matter relating to this Contract, as faithful advisors to NISCAIR and shall,

at all times, support and safeguard NISCAIR’s legitimate interests.

(vi) NISCAIR reserves the right to inspect the performance of the vendor prior to commencement or in between the work progress. The inspection may cover all areas related to the assigned contract order, especially methodology, manpower,

23

infrastructure etc. NISCAIR reserves the right to cancel the contract order assigned to the vendor at any time which includes the time after the completion

of assigned work without assigning any reason for the same. In case the contract order is canceled then the costs incurred will be borne by the vendor and under

no circumstances the vendor shall be eligible for any payment or damages from NISCAIR.

(vii) NISCAIR may, by written notice sent to the selected Vendor, terminate the

purchase order and/or the Contract, in whole or in part at any time of its convenience. The notice of termination shall specify that termination is for NISCAIR's convenience, the extent to which performance of work under the

purchase order and /or the Contract is terminated, and the date upon which such termination becomes effective. NISCAIR reserves the right to:

a. have any portion completed at the purchase order and/or the Contract terms and prices; and/or

b. cancel the remainder and pay to the selected Vendor an agreed

amount for partially completed Services.

Yours faithfully,

Stores & Purchase Officer

24

SECTION - VI

Annexure-I

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE at

NISCAIR, Pusa Campus, New Delhi – 110012

And

NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067

Format of Technical Bid

Name of the Purchaser: Director NISCAIR

Name and address of the Service

Provider:

Full HD IP Network Indoor Dome Camera with Adaptive IR & WDR

S.NO

Make &

Model

Compliance

Yes /NO Remarks

Video

1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG

Selectable

2 Bit Rate

Control VBR or CBR

3 Bit Rate Configurable between 64kbps & 8

Mbps

4 Image Sensor 1/3 progressive scan CCD/CMOS or

better

5 Resolution 1920x1080

6 Frame Rate Configurable up to 30fps or better

7 White balance ATW/AWB

8 White balance

range 2500 to 8000 k

9 Wide Dynamic

Range

Upto 65 db or better

10

Camera

Rotation &

Placement

3 Axis ( Pan, Tilt, Rotation)

11 Day & Night

capabilities Auto

25

12 Video S/N >=50db

Audio

13 Audio

Compression G.711a-law/ G.711 U-law

Optical Lens

14 Adaptive Bulit-

in IR up to 25 meter Auto ON or Auto Off

15 Sensitivity 0.1(B/W)lux or better

16 Lens Built-in, varifocal

17 Focal length 3 to 9 mm or better

18 Focus Autofocus, Motorized & auto iris

19 Zoom Remote Motorized

20 Shutter Speed 1 Sec to 1/10,000 or better

21 Motion

Detection

Within user defined field of view 0r

with in specified rectangular zone

Software Control

22 Users 1 Administrator up to 4 Viewer

23 Configuration Via Web interface to configuration &

control

24 Firm ware

upgrade

Remote via Web Interface or software

utility

25 Supported

Protocol

TCP, UDP, ICMP, HTTP, HTTPS, FTP,

DHCP, DNS, RTP, RTSP, RTCP, , NTP,

UPnP, SMTP, SNMPv 2 & SNMP v3,

IGMP, 802.1X, , IPv4, IPv6, SSL,

26 Ethernet RJ-45, 100 Base TX, PoE Enabled

27 Power PoE, IEEE 802.3af

28 Text

Superimposing Superimposing Date & time on Video

29 Motion

Detection Automatic, ON & OFF

30 Discovery Detects camera automatically &

Configure network Settings

31 Compliance ONVIF profile S Compliant

32 Vandal Rating IK10 rated vandal or better

33 Operating

temperature -10°C to +50°C

34 Certification FCC, CE, UL

26

Full HD IP Network Outdoor Bullet Camera with Adaptive IR

S.NO Make

&

Model

Compliance

Yes /NO Remarks

Video

1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG

Selectable

2 Bit Rate

Control VBR or CBR

3 Bit Rate Configurable between 64kbps & 8

Mbps

4 Image Sensor 1/3 or progressive scan CCD/CMOS or

better

5 Resolution 1920x1080

6 Frame Rate Configurable up to 30fps better

7 White balance ATW/AWB

8 White balance

range 2500 to 8000 k

9 Wide Dynamic

Range

Upto 65 db or better

10

Camera

Rotation &

Placement

3 Axis ( Pan, Tilt, Rotation)

11 Day & Night

capabilities Auto

12 Vide S/N >=50db

Audio

13 Audio

Compression G.711a-law/ G.711 U-law

Optical Lens

14 Adaptive Bulit-

in IR up to 25 meter Auto ON or Auto Off

15 Sensitivity 0.1(B/W)lux or better

16 Lens Built-in, varifocal

17 Focal length 3 to 9 mm or better

18 Focus Autofocus, Motorized & auto iris

19 Zoom Remote Motorized

20 Shutter Speed 1 Sec to 1/10,000 or better

21 Motion

Detection

Within user defined field of view or

within specified rectangular zone

Software Control

22 Users 1 Administrator up to 4 Viewer

27

23 Configuration Via Web interface to configuration &

control

24 Firm ware

upgrade

Remote via Web Interface or software

utility

25 Supported

Protocol

TCP, UDP, ICMP, HTTP, HTTPS, FTP,

DHCP, DNS, RTP, RTSP, RTCP, NTP,

UPnP, SMTP, SNMPv 2 & SNMP v3,

IGMP, 802.1X, IPv4, IPv6, SSL,

26 Ethernet Rj-45, 100 Base TX, PoE Enabled

27 Power PoE, IEEE 802.3af

28 Text

Superimposing Superimposing Date & time on Video

29 Motion

Detection Automatic, ON & OFF

30 Discovery Detects camera automatically &

Configure network Settings

31 Compliance ONVIF profile S Compliant

32 Vandal Rating IK10 rated vandal IP66 or better

33 Operating

temperature -10°C to +50°C

34 Certification FCC, CE, UL

Network Video Recorder ( NVR )

S. No Specification Description Make

&

Model

Compliance

Yes /NO Remarks

1 Minimum

Channel 32 or Higher

2 Video

Compression H.264, MPEG-4, and MJPEG

3 Internal

Memory 8 GB DDR3 or better

4 Internal

Storage

4TB Internal Storage Required, SATA

HDD with RAID 5

5 Video card Built -in Intel HD Graphic Card

6 Video standard NTSC/PAL

7 Video Ports Minimum 2 ports HDMI/DVI-D/VGA

8 Video Outputs Support up to two simultaneous display

9 Processor Intel Xeon E-3 series or Higher

10 Operating

System Windows 7 64 bit

28

11 Network

Interface 2 ports of Gigabit Ethernet

12 USB Ports 2 Nos of USB 2.0, 2 Nos of USB 3.0

13

Audio

Decoding & bit

rate

G.711 & 64kbps

14 Audio Via HDMI or 3.5mm audio jack 1 x Mic-

in / 1 x Headphone-out

15 Operating

Interface Web / GUI

16 Live view /

Playback

resolution

5MP/3MP/1080p/UXGA/720p/VGA/4CI

F/DCIF/2CIF/CIF/QCIF

17 Compliance ONVIF profile S Complaints

18 Certifications CE, FCC,CE, UL

19

The Network Video Recorder (NVR) shall support

operation using the front panel keyboard or Remote or

USB mouse. Remote NVR configuration and priority

management via Ethernet.

20 The NVR should be of the same make as the Cameras and

should have UL, EN, FCC and CE Certifications.

21 Feature-rich Client application

22 It should Supports up to two monitors

23 It should Supports monitoring from web client

24 It should be capable of Mobile viewing applications.

25 The IP video management system shall support automatic

detection of IP cameras.

26

The IP video management system shall be capable of

continuous scheduled alarm/event and motion recording.

Pre- and post- alarm recording shall also be available and

shall be fully programmable on a per channel basis.

27

The IP video management system shall allow archival of

video data to computers or SAN storage devices over a

network connection with the optional Archive Utility. The

archival schedule shall be either automatic at user-

defined intervals or manual and shall be configurable per

connected camera.

28 The IP video management system shall support network

health and monitoring utilizing SNMP monitoring tools.

29

The IP video management system shall indicate system

performance and operation status utilizing a variety of

HTML reports.

29

30 Should supports up to 8, 16, 24, 32 camera channels and

320Mbps or better recording throughput

31 Support manual, schedule, alarm, motion detection and

event-based recording triggers

32 Should create bookmark to mark a time of interest

33 Exported files have digital signature for evidence

management

34 Instant replay of any camera displayed over tile in the GUI

application

35 Should configure users, user groups and their camera

access rights and privileges

36 Pre- and post-alarm recordings

37 Should supports Guard Tours (layout tours) and camera

sequences

38 PTZ control, including digital zoom control for clear

identification

30

Annexure-II

Format of Financial Bid

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE at

NISCAIR, Pusa Campus, New Delhi – 110012

And

NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067

Name of the Purchaser: Director NISCAIR

Name and address of the Service

Provider:

Material For NISCAIR Pusa Campus

S.No. Item Qty UOM Unit Price (INR)

Total price (INR)

Tax Amount

(INR)

Total Amount

(INR)

Camera & NVR

1. FHD IP Network Dome Indoor Camera 10 Nos.

2. FHD IP Network Bullet Outdoor Camera 10 Nos.

3.

24-channel 1080P NVR, 8 HDD SATA Slot,

max 32TB , DC12V/6A, Built-in ATX

power, ONVIF

1 Nos.

4. SATA Surveillance 4TB Hard Disk for NVR 3 Nos.

5. LED 40"Display 1 Nos.

Network Switch

6.

PoE+ Switch with 8 RJ-45 auto-

negotiating 10/100/1000 PoE+ ports & 2

SFP 1000 Mbps ports

4 Nos.

7. 1G SFP LC LX Transceiver 6 Nos.

Passive Cables and Conducting Components

8.

6-core Outside Plant Cable - Corrugated

Steel tape Armored, Loose-tube, Gel-

filled, 50/125 MM OM 3

550 Mtrs

9. 12-Fiber LIU Panel LOADED WITH SPLICE

TRAY/ADAPTERS/SPLICE PROTECTORS 4 Nos.

10. Adaptor for Existing LIU 9 Nos.

11. Pigtails 18 Nos.

12.SC-LC Style Multimode Duplex Patch

Cord, 3 Meter 6 Nos.

13. Cat 6 SL Series Patch cord - 2 Mtr, LSZH 40 Nos.

14. HDPE Pipe 32MM 500 Mtrs

31

15. HDPE Pipe 32MM Coupler 50 Nos.

16. Camera Pole 50MM of Height 3 meter 3 Nos.

Racks

17.

Wall mount CCTV Box 4U weather proof

With PDU 5/15 Amp 1 Nos. Cantilever

Shelf 1 Nos., Hardware Pkts 2 Nos.

3 Nos.

Total A.

INSTALLATION / SERVICES (Payment will be done on Actual Basis)

S.No. Item Qty UOM Unit Price (INR)

Total price (INR)

Tax Amount

(INR)

Total Amount

(INR)

1 Outdoor Fiber Laying Charges 550 Mtrs

2 CAT6 Cable Laying Charges 1200 Mtrs

3 Splicing of Fiber CORE 36 Core

4 HDPE Pipe 32MM 500 Mtrs

5 25 Mm Pvc Pipe Installation 300 Mtrs

6 Installation of POLE for Cameras 3 Nos.

7 Soft & Hard Digging and refling Charges 400 Mtrs

8 Chamber PIT 3 Nos.

9 Installation of IP Cameras 20 Nos.

10 Installation & Configuration of NVR 1 Nos.

11 Installation & Configuration of CMS

Software for Remote Viewing 1 Nos.

12 Installation and configuration of Switches 3 Job

13 Installation of 6U Wall mount Rack 3 Nos.

14 Project Management Charges 1 Job

15 Ongoing Support(3 year warranty on call

support) 1 Job

Total B.

Material For NISCAIR Sastang Vihar Marg Campus

S.No. Item Qty UOM Unit Price (INR)

Total price (INR)

Tax Amount

(INR)

Total Amount

(INR)

Camera & NVR

1 FHD IP Network Dome Indoor Camera 3 Nos.

2 FHD IP Network Bullet Outdoor Camera 6 Nos.

3

24-channel 1080P NVR, 8 HDD SATA Slot,

max 32TB, DC12V/6A, Built-in ATX power,

ONVIF

1 Nos.

4 Sata Surveillance 4TB Hard Disk for NVR 2 Nos.

5 LED 40"Display 1 Nos.

32

Network Switch & SFP Modules

6

PoE+ Switch with 8 RJ-45 auto-negotiating

10/100/1000 PoE+ ports & 2 SFP 1000

Mbps ports

3 Nos.

7 1G SFP LC LX Transceiver 4 Nos.

Passive Cables and conduiting Components

8

6-core Outside Plant Cable - Corrugated

Steel tape Armored, Loose-tube, Gel-

filled, 50/125 MM OM 3

350 Mtrs

9 12-Fiber LIU Panel LOADED WITH SPLICE

TRAY/ADAPTERS/SPLICE PROTECTORS 3 Nos.

10 SC-LC Style Multimode Duplex Patch Cord,

3 Meter 6 Nos.

11 Cat 6 SL Series Patch cord - 2 Mtr, LSZH 20 Nos.

12 PVC Conduit with Accessories 200 Mtrs

13 HDPE Pipe 32MM 200 Mtrs

14 HDPE Pipe 32MM Coupler 20 Nos.

15 Camera Pole 50MM 3 Nos.

Rack

16

Wall mount CCTV Box 6U weather proof

With PDU 5/15 Amp 1 Nos. Cantilever

Shelf 1 Nos.,Hardware Pkts 2 Nos.

3 Nos.

Total C.

INSTALLATION / SERVICES (Payment will be done on Actual Basis)

S.No. Item Qty UOM Unit Price (INR)

Total price (INR)

Tax Amount

(INR)

Total Amount

(INR)

1 Outdoor Fiber Laying Charges 350 Mtrs

2 CAT6 Cable Laying Charges 700 Mtrs

3 Splicing of Fiber CORE 36 Core

4 HDPE Pipe 32MM 300 Mtrs

5 Installation of POLE for Cameras 3 Nos.

6 PVC pipe Installation 200 Mtrs.

7 Soft & Hard Digging and refling Charges 200 Mtrs

9 Installation of IP Cameras 9 Nos.

10 Installation & Configuration of NVR 1 Nos.

11 Installation & Configuration of CMS

Software for Remote Viewing

1 Nos.

12 Installation and configuration of Switches 1 Job

13 Installation of 6U Wall mount Rack 3 Nos.

33

14 Project Management Charges 1 Job

15

Ongoing Support(3 year warranty on call

support)

1 Job

TOTAL D.

Comprehensive AMC Charges for 4th & 5th years

Comprehensive AMC Charges for 4th year

Comprehensive AMC Charges for 5th year

Total E.

Total Charges (SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY SURVEILLANCE )

Total A

Total B

Total C

Total D

Total E

Grand Total =(Total A)+(Total B)+(Total C)+(Total D) +(Total E)

Please note:

The decision on the award of the work will be based on Grand total (Total A)+(Total

B)+(Total C)+(Total D)+(Total E) of the lowest quote.

Place:

Date: Signature of authorized person with seal

34

ANNEXURE –III

PERFORMANCE SECURITY FORM

To _______________________________________________________ (Name of Purchaser) WHEREAS ……………………………………………….(Name of supplier) hereinafter called “the

Supplier” has undertaken, in pursuance of contract No………………………….. dated ……………. 20 ……… to supply ……………………………..(Description of goods and Services)

hereinafter called “the order”. AND WHEREAS it has been stipulated by you in the said order that the supplier shall furnish you with a Bank guarantee by a recognized bank for the sum specified

therein as security for compliance with the Supplier’s performance obligations in accordance with the order.

AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of …………………………………………………………………

(Amount of the Guarantee in Words and figures) and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the order and

without cavil or argument, any sum or sums within the limit of …………………… (Amount of Guarantee) as aforesaid, without your needing to prove or to show

grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ……….. day of ………..20……….

Signature and Seal of guarantors

…………………………………

…………………………………

…………………………………

Date …………………..20……. Address :……………………….

………………………………….

………………………………….

All correspondence with reference to this guarantee shall be made at the following address: ___________________________________________________________________

_____

(Name & address of the lab)

35

ANNEXURE -IV

BID SECURITY FORM (EMD)

Whereas ……………………… 1(hereinafter called “the Bidder”) has submitted its bid

dated ……………………….. (date of submission of bid) for the supply of ………..… ………………………….………… (name and/or description of the goods) (hereinafter called

“the Bid”). KNOW ALL PEOPLE by these presents that WE ……………………… (name of bank) of

…………………………… (name of the country), having our registered office at …………………….. (address of Bank) (hereinafter called “the Bank”), are bound unto

…………………… (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of ……………………………… for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents.

Sealed with the Common Seal of the said Bank this ………………. day of …………… 20 ………… THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by

the Bidder on the Bid Form; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:

(a) fails or refuses to execute the Contract Form if required; or (b) fails or refuses to furnish the performance security, in accordance with

the Instructions to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first

written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred

condition or conditions.

This guarantee shall remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank

not later than the above date.

……………………………..

(Signature of the Bank)

___________________ 1 Name of Bidder

36

Annexure – ‘A’

Location of CCTV Cameras at NISCAIR Pusa Campus.

CCTV Position & Type

S. No Location Type Quantity

1 Reception Indoor 2

2 Main Building First Floor Stairs Indoor 1

3 Main Building Second Floor Stairs Indoor 1

4 Anxee Building Ground Stairs Indoor 2

5 Anxee Building First Floor Stairs Indoor 1

6 Anxee Building Second Floor Stairs Indoor 1

7 Canteen Indoor 2

8 Gate No 1 IARI side Outdoor 2

9 Gate No 2 NPL side Outdoor 2

10 Publication Store Outdoor 1

11 Main Store Outdoor 1

12 DIRF Dg Sets Outdoor 1

13 Plant Nursery Outdoor 1

14 Main Building first Floor Back Side Stairs Outdoor 1

15 Main Building Second Floor Back Side Stairs Outdoor 1

Total 20

Location of CCTV Cameras at NISCAIR Satsang Vihar Marg Campus.

CCTV Position & Type

S. No Location Type Quantity

1 Reception Ground Floor Indoor 1

2 First Floor Staircase Indoor 1

3 Second Floor Staircase Indoor 1

4 Main Gate Outdoor 2

5 Building Boundary Outdoor 4

Total 9


Recommended