Professional Documents
Culture Documents
E-TENDER
FOR
Supply, Installation & Commissioning of IP Surveillance System
at various Bus Stands of Haryana Roadways
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
INDEX
IMPORTANT INFORMATION ..................................................................................................... 3
1.SECTION 1. INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM ...................................... 5
2.SECTION 2. SCOPE OF WORK & Objective ................................................................................ 9
3.ELIGIBILITY CRITERIA FOR BIDDERS: ......................................................................................14
4.MINIMUM TECHNICAL SPECIFICATIONS ...................................................................................19
5.SECTION 3. CONDITION OF CONTRACT.34
6.SCHEDULE OF TENDER: .....................................................................................................38
7.PROCEDURE FOR SUBMISSION OF BID: ....................................................................................39
8.EVALUATION OF BIDS: .......................................................................................................39
9. PROOF OF CONCEPT(POC).... 40
10.RIGHT TO NEGOTIATE: ....................................................................................................43
11.RELEASE OF ORDER: .......................................................................................................44
12.SECTION 4. TERMS AND CONDITION OF THE CONTRACT .45
13 PRE QUALIFICATION CUM TECHNICAL BID ...............................................................................53
14. Format 2. COMMERCIAL BID .............................................................................................59
15. Annexure 1. Bidding Document Acknowledgement Form ..........................................................63
16. Annexure 2. Self-Declaration on not being blacklisted .............................................................64
17.ANNEXURE 3. STATUTORY UNDERTAKING ............................................................................................................... 65
18. Annexure 4.. Technical Compliance ...................................................................................66
19. Annexure 5. Certificate of Dealership/Authorization Letter/Warranty .........................................80
20. Annexure 6. Undertaking for honoring warranty ....................................................................81
21. Annexure 7.. Checklist to be enclosed with Technical bid ........................................................82
22. Annexure 8.. AFTER SALES SERVICE CERTIFICATE ...................................................................85
23. Annexure 9.. UNDERTAKING OF RATES ................................................................................86
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
IMPORTANT INFORMATION
Haryana State Electronics Development Corporation Limited
SCO 111-113 & 109 - 110, Sector 17 B, Chandigarh
Supply, Installation & Commissioning of IP Surveillance System at
various Bus Stands of Haryana Roadways
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Various Bus Stands of Haryana Roadways, Haryana
a) Tender document
availability
16.01.2016 by 05.00 PM
7. Pre-bid meeting
5.
i.
ii.
iii.
iv.
22.01.2015
by 4.30PM
29.01.2016 by 2:30 PM
29.01.2016 at 3:00 PM
POC date(s) will be intimated separately after evaluation of
Technical bids of prospective bidders.
Haryana Roadways Bus Stand, Ambala Cantt.
To be intimated later on
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/
contractors online directly through Debit Cards & Internet Banking Accounts. The Payment for EMD
can be made online directly through RTGS / NEFT and the bidder would remit the funds at least T
+ 2 working day (Transaction + Two working days) in advance to the last day and make the
payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.
1.1.3
The Bidders can submit their tender documents (Online) as per the dates mentioned in the key
dates:-
Sr.
No.
Department Stage
POC Date
POC Venue
Short listing of Qualified bids
& Opening of Financial Bid
5
1.1.4
29.01.2016 at 3.00PM
POC date(s) will be intimated
separately after evaluation of
Technical bids of prospective
bidders.
Haryana Roadways Bus Stand,
Ambala Cantt.
3
4
To be informed later
The bidders have to complete Bid Preparation & Submission stage on scheduled time as
mentioned above. If any bidder failed to complete his/her aforesaid stage in the stipulated online
time schedule for this stage, his/her bid status will be considered as bids not submitted.
1.1.5
Bidder must confirm & check his/her bid status after completion of his/her all activities for ebidding.
1.1.6
Bidder can rework on his/her bids even after completion of Bid Preparation & submission stage
(Bidder Stage), subject to the condition that the rework must take place during the stipulated
time frame of the Bidder Stage.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
SECTION 1
A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicants PAN Card) and
Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted
Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For
more details please visit the website https://haryanaeprocurement.gov.in.
1.3.3
The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or
Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain
information and application format and documents required for the issue of digital certificate
from:
M/s Nextenders (India) Pvt. Ltd. O/o. DS&D Haryana,
SCO 09, IInd Floor, Sector 16, Panchkula 134108,
E - mail: Chandigarh@nextenders.com Help Desk: 1800-180-2097 (Toll Free Number)
1.3.4
Bid for a particular tender must be submitted online using the digital certificate
(Encryption
& Signing), which is used to encrypt and sign the data during of bid preparation stage. In case,
during the process of a particular tender, the user loses his digital certificate (due to virus
attack, hardware problem, operating system or any other problem) he will not be able to submit
the bid online. Hence, the users are advised to keep a backup of the certificate and also keep
the copies at safe place under proper security (for its use in case of emergencies).
1.3.5
In case of online tendering, if the digital certificate issued to the authorized user of a firm is
used for signing and submitting a bid, it will be considered equivalent to a no-objection
certificate/power of attorney /lawful authorization to that User. The firm has to authorize a
specific individual through an authorization certificate signed by all partners to use the digital
certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it
will be assumed to represent adequate authority of the user to bid on behalf of the firm in the
department tenders as per Information Technology Act 2000. The digital signature of this
authorized user will be binding on the firm.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
1.3.6
1.9.2
1.9.3
1.9.4
1.9.5
1.9.6
The online payment for Tender document fee, eService Fee & EMD can be done using the secure
electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be
made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking
Accounts and the Payment for EMD can be made online directly through RTGS / NEFT.
The secure electronic payments gateway is an online interface between contractors and Debit
card / online payment authorization networks.
The bidders shall upload their technical offer containing documents, qualifying criteria, technical
specification, schedule of deliveries, and all other terms and conditions except the rates (price
bid).
The bidders shall quote the prices in price bid format.
If bidder fails to complete the Online Bid Preparation & Submission stage on the stipulated date
and time, his/hers bid will be considered as bid not submitted, and hence not appear during
tender opening stage.
Bidders participating in online tenders shall check the validity of his/her Digital Signature
Certificate
before
participating
in
the
online
Tenders
at
the
portal
https://haryanaeprocurement.gov.in.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
1.9.7
For help manual please refer to the Home Page of the e-Procurement website at
https://haryanaeprocurement.gov.in, and click on the available link How to .. ? to download
the file.
1.10
Guideline for Online Payments in e-tendering
1.10.1 Post registration, bidder shall proceed for bidding by using both his digital certificates (one each
for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the
respective Departments page in the e-tendering portal, the Bidder would have following options
to make payment for tender document & EMD:
i.
Debit Card
ii.
Net Banking
iii.
RTGS/NEFT
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
a wide reach for more than 90,000 bank branches and would enable the bidder to make the
payment from almost any bank branch across India.
I.
Bidder shall log into the client e-procurement portal using user id and password as per
existing process and selects the RTGS/NEFT payment option.
ii.
Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan
will have all the details that is required by the bidder to make RTGS-NEFT payment.
iii.
Each challan shall therefore include the following details that will be pre-populated:
Beneficiary account no: (unique alphanumeric code for e-tendering)
Beneficiary IFSC Code:
Amount:
Beneficiary bank branch:
Beneficiary name:
iv.
The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the
basis of the details printed on the challan.
v.
The bidder would remit the funds at least T + 2 working day (Transaction + Two working
days) in advance to the last day and make the payment via RTGS / NEFT to the beneficiary
account number as mentioned in the challan.
vi.
Post making the payment, the bidder would login to the e-Tendering portal and go to the
payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for
real time validation. On clicking the same, system would do auto validation of the payment
made.
D) List of Net banking banks
Sr.no
Name of the bank
Sr.no
Name of the bank
I.
Allahabad Bank
II.
Axis Bank
III.
Bank of Bahrain and Kuwait
IV.
Bank of Baroda
V.
Bank of India
VI.
Bank of Maharashtra
VII.
Canara Bank
VIII.
City Union Bank
IX.
Central Bank of India
X.
Catholic Syrian Bank
XI.
Corporation Bank
XII.
Deutsche Bank
XIII.
Development Credit Bank
XIV.
Dhanlaxmi Bank
XV.
Federal Bank
XVI.
HDFC Bank
XVII.
ICICI Bank
XVIII.
IDBI Bank
XIX.
Indian Bank
XX.
Indian Overseas Bank
XXI.
Indusind Bank
XXII.
ING Vysya Bank
XXIII.
J and K Bank
XXIV.
Karnataka Bank
XXV.
Kotak Mahindra Bank
XXVI.
KarurVysya Bank
XXVII.
Punjab National Bank
XXVIII.
Oriental Bank of Commerce
XXIX.
South Indian Bank
XXX.
Standard Chartered Bank
XXXI.
State Bank of Bikaner and
XXXII.
State Bank of Hyderabad
Jaipur
XXXIII.
State Bank of India
XXXIV.
State Bank of Mysore
XXXV.
State Bank of Travencore
XXXVI.
State Bank Of Patiala
XXXVII.
Tamilnad Mercantile Bank
XXXVIII.
Union Bank of India
XXXIX.
United Bank of India
XL.
Vijaya Bank
XLI.
Yes Bank
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
SECTION 2
On-Line UPS
System
IP Cameras
Networking
Components
24
13
20
15
400
100
55
70
640
25
40
10
25
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Various required
items
10
100
65
1000
100
100
100
RJ45 Connector
10000
20
30
33
350 Nos.
500
35
35
40
10
2500 mtr.
20
2000 mtr
approx.
5000 mtr.
Approx.
5000 mtr
approx.
1500 mtr
approx.
7000
mtr approx.
33 Sites
Note:2.3 .1 The L1 bidder will be calculated on turnkey basis by comparing the rate of complete tentative
requirement of items provided in above table with 2 years warranty and CAMC for 3 years for all
Bus Stands. The quantity provided above is tentative only. The detailed specifications of items
will be as mentioned & specified in the tender document.
2.3.2 The UPS will be offered as per the required power capacity of each installation site, which must
meet the power budget of the offered PoE Switches & IP Cameras. Similarly, the offered PoE
switches must meet the power budget of the attached IP Cameras.
10
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
2.3.3 All the items mentioned in the above table must be including Installation, commissioning and Laying
charges.
2.3.4 The Purchaser reserves the right at the time of contract award to increase or decrease the quantity
of goods (as per actual requirement) and services originally specified in the schedule of
requirement, without any change in unit price or other terms and conditions. Purchaser may also
decide not to buy a good or service or part of it at all.
2.3.5 The purchaser reserves the right to buy any product or not, if the price of item(s) found on higher
side.
2.3.6 Tentative Quantities of required items in above table are provided for calculating L1 bidder, actual
quantity may vary during installation and the bill is to be raised as per actual installed quantity.
2.3.7 In the first phase 5 District Head quarter Bus Stands will be covered namely Ambala Cantt, Hisar,
Karnal, Faridabad (Ballabhgarh) and Kurukshetra (new bus stand) and order will be placed on the
successful bidder. The bill of material for the same will be provided at the time of award of
Contract. The Transport Department/HARTRON will evaluate the performance & quality work done
and if found satisfactory, the Supply Order of balance Bus Stands will be released accordingly. Order
of remaining sites may be placed in one go or in phases incase work of the successful vendor found
satisfactory in terms of completion of work in time, quality, workman ship and performance.
DISTRICT WISE LIST OF BUS STANDS OF HARYANA ROADWAYS
#
1
5
6
9
10
Name of
District
Ambala
1
2
Bhiwani
3
4
5
6
Faridabad
7
Fatehabad
8
9
Gurgaon
10
Hisar
110
12
Jind
13
14
Jhajjar
15
16
Kaithal
17
Karnal
18
11
Name of the
Bus Stands
Bays
Name of District
11
Name of the B/
Stands
Bays
Ambala
Cantt.(D)
Naraingarh
18
Kurukshetra
19
Kurukshetra (D)
20
Pehowa
Bhiwani(D)
Ch.Dadri(D)
Tosham
Loharu
18
6
3
3
Narnaul(D)
Panipat(D)
11
Panchkula
Kalka
12
4
Rohtak(D)
12
Rewari(D)
Sonipat(D)
Gohana
10
6
Sirsa(D)
Dabwali
6
6
Y.Nagar(D)
Jagadhari
6
6
Palwal(D)
12
13
14
Ballabgarh
12
Fatehabad(D)
Tohana
6
3
15
Gurgaon(D)
12
Hisar(D)
Hansi
18
13
Jind(D)
Narwana
13
6
16
17
18
19
Jhajjar(D)
Bahadurgarh
3
6
Kaithal(D)
Karnal(D)
14
20
Mohindergarh
21
Panipat
22
Panchkula
23
24
Rohtak
25
Rewari
26
Sonipat
27
28
Sirsa
29
30
Yamuna Nagar
31
32
Palwal
33
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
CharkhiDadri
Fatehabad
Bus Stand
Tohsham
05
05
09
10
03
05
08
10
Bus Stand
Fatehabad
Bus Stand Tohana
03
05
26+10=36
19+08=27
18+08=26
Gurgaon
Gurgaon
10
10
Hisar
10
11
10
11
05
05
12
13
10
07
10
05
20+12=32
11
06
10
05
21+11=32
12
25
10
10
10
10
12+10=22
25+10=35
10+10=20
21+10=31
9
10
11
Kaithal
Karnal
Mahendergarh
16
17
18
12
13
Palwal
Panipat
19
20
Palwal
Bus Stand Panipat
08
06
10
10
08+10=18
06+10=16
14
15
Rewari
Rohtak
21
22
11
22
10
10
11+10=21
22+10=32
16
Sirsa
Yamunanagar
11
4
13
10
05
10
21+09=30
17
23
24
25
05
27
28
19
8
10
05
Kurukshetra
29
10
Faridabad
Panchkula
30
31
32
33
Bus Stand
Kurukshetra
Bus Stand Pehowa
Ballabgarh
Panchkula
Kalka
Total
5
12
12
04
05
10
05
05
Jhajjar
10+10=20
Jind
14
15
26
18
19
20
21
Sonipat
12
23+13=36
29+13=42
15+10=25
12+10=22
17+09=26
596
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
2.3.8 As the project involves distributed sites and installations will be done at multiple sites. The bidder
has to install IP Cameras, initially at 5 District Head quarter Bus Stands in phase 1, namely
Ambala Cantt, Hisar, Karnal, Faridabad (Balabhgarh) and Kurukshetra (new bus stand). The
Transport Department/HARTRON will evaluate the performance & quality work done by the bidder
and if found satisfactory the Supply Order of balance Bus Stands will be released in favor of bidder
either in one go or in phases incase work of the successful vendor found satisfactory in terms of
completion of work in time, quality and workmanship. The Rates of the successful bidder will be
kept valid for a period of one year from the date of decision of High Powered Purchase Committee
(HPPC) as a Rate Contract for each required items for Installation of IP Surveillance System at
Haryana Roadways Bus Stands. The successful vendor would make the arrangements of site survey in
a time bound manner and submit the design/layout plan of each Bus Depot/ Sub-Depot with Bill of
Material (BOM). The proposed design of each Bus Stand will be approved by the Committee
including concerned GM of Bus Stand & representative of local District Administration, before
commencement of work.
2.3.9 Objective: Video Surveillance System at each Bus Stand is intended to effectively monitor public
areas of each Bus Stand Campus especially at Bus Bays area, Entry/Exit of Bus Stand and various
other crowded places. The issue of installation of CCTV Camera (Surveillance system) at Bus Stand
was being raised by the General Manager of the depot(s) of Haryana Roadways, in view of directions
for the same being received by them through District Administration, at the meeting held at the
level Dy. Commissioners and Superintendent of Police. Moreover, Honble Supreme Court of India
has advised for installation of CCTV Cameras at Public places including Bus Stands in view of
prevailing security environment directing all state Governments and Union Territory to install CCTV
Cameras in strategic position which itself would be deterrent and if detected, the offender could be
caught. Accordingly State Transport, Haryana has planned Surveillance system to be installed at
various bus stands of the Haryana including one PTZ Camera per Bus Stand mounted on a high mast
tower for all such bus stands having number of bays exceeding 7 bays along with other stands
accessories for reviewing, recording and storage of video feds of CCTV Cameras including
installation and hand-holding for satisfactory operation for five years after installation. In first
phase IP Surveillance System will be installed on five bus stands/location (referred above) and after
satisfactory feed-back from the respective depot(s) IP Surveillance System will be installed on
remaining location/bus stands. The broad objectives of the integrated Video Surveillance system at
each Bus Stands of State Transport are as follows:Security & Surveillance of Bus Stand Complex.
Operational & Safety enhancements
Crime Control
Mitigation of threats, Provide adequate alerts and Alarms including auto recording during an
alarm situation.
Video Surveillance System is required to ensure effective security & surveillance of an area
as well as create a tamper proof record for post event analysis.
13
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Video Surveillance system should be capable to raise alerts in case of Camera Up/Down,
Camera Tempering, Out of Focus. The alerts raised by the System will be automatically sent
to administrator/end user via e-mail immediately.
It should facilitate viewing of live and recorded images and controlling of all cameras by the
authorized users of LAN/Remotely.
System should provide inter-operability of Hardware, OS, Software, Networking, reporting
and communication protocols. System expansion should be possible through off-the-shelf
available hardware.
2.3.10 The contract will cover the design of IP Surveillance system, supply, delivery, installation, testing &
commissioning including 2-year onsite warranty period from OEM, followed by 3 Years
comprehensive annual maintenance period (CAMC). Bidder has to submit assurance of availability of
spare parts and OEM support on OEM letter head for the next 7 years before awarding CAMC. The
payment of CAMC would be released quarterly by the Transport Department, Haryana after the end
of each quarter after expiry of warranty period of 2 years.
2.3.11 The Video recordings done by the offered solution cannot be altered or tampered and it should be
admissible as evidence in the Court, the bidder must produce a Certificate for the same. The items
will be accepted after due inspection.
2.3.12 The methodology of conducting & cabling an installation work, to be adopted, has to ensure
minimum damage to the existing finish and no loss to the aesthetic beauty of the floors & Walls.
Any damage to the existing flooring / walls etc. shall be made good by the bidder. It is advised that
bidder should visit all sites before submitting the bid to get apprised about the site conditions.
a. The bidders are advised to visit the above mentioned sites to satisfy themselves to the conditions
prevalent there.
b. Comprehensive hands on Training to the officials of the Transport Department, Haryana is to be
provided by the successful bidder.
c. The successful bidder shall carry out the work strictly as per specifications, terms & conditions
provided with this tender document to the satisfaction of the Department.
d. Workmanship and material used should be of best quality.
e. Bids shall be considered only in those cases where the bidder has offered for the entire scope of
the work.
2.3.13 The contract will cover the delivery, installation, testing & commissioning with 2 years onsite
warranty from OEM, followed by Comprehensive Annual Maintenance (CAMC) for next 3 years after
expiry of warranty period of 2 years. Bidder has to submit assurance of availability of spare parts
and OEM support on OEM letter head for the next 7 years before awarding CAMC. The payment of
CAMC would be released quarterly by the Transport Department, Haryana after end of each quarter
after expiry of warranty period of 2 years.
3
14
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ii. Firm/company declared by Govt. of Haryana (GoH) to be ineligible to participate for corrupt,
fraudulent or any other unethical business practices shall not be eligible during the period for which
such ineligibility is declared.
iii. Breach of general or specific instructions for bidding, general and special conditions of contract
with GoH may attract a proceeding to declare a firm/company ineligible for a certain period or
certain number of consecutive tender calls.
3.2 Minimum Eligibility Criteria:
S.No.
Clause
Documents Required
1.
Processing
fee
for
Tender
Document should have been
submitted.
2.
3.
Business
4.
Bidder Turnover
15
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
S.No.
Clause
Documents Required
5.
6.
7.
8.
9.
10.
11.
16
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
S.No.
12.
13.
14.
15.
16.
17.
18.
19.
17
Clause
Documents Required
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
S.No.
20.
21.
22.
23.
24.
Clause
Documents Required
The Bidder should have all Copies of PAN No., Sales Tax, Service Tax and EPF
necessary licenses, permissions, Certificate,
consents, NOCs, approvals as
required under law for carrying
out its business. The Bidder
should have currently valid Sales
tax/Service
Tax
Registration
Certificate and PAN No.
Solution
Solution to be provided by the supplier should be
complete and meet required performance
specifications of technical specification section.
Supplier will also provide certificate for
completeness of solution.
Supplier will apprise the purchaser of deficiencies &
limitations (if any) in the solution demanded. He
shall quote for all items essential and necessary for
complete solution, otherwise solution offered shall
be deemed to include all such items along with
cost. No plea of such items not being part of
solution/item demanded shall be entertained.
Warranty
The warranty of complete equipments should be 2 years
from OEM followed by CAMC for 3 years unless and
otherwise specified from the date of installation &
commissioning. However, warranty assurance should be
from the OEM of the main products i.e. NVRs, Cameras,
switches etc. Support pack from OEM for the same
should be submitted along with technical bid which
clearly mentioned details about services which are
hired/ purchased from OEM including part code and
other relevant details.
CAMC
The firm should cover cabling maintenance and
components & camera failure & remedy and CAMC rates
should be fixed for minimum 3 years from the date of
expiry of warranty period of 2 years. Bidder has to
submit assurance of availability of spare parts and OEM
support on OEM letter head for the next 7 years before
awarding CAMC. The payment of CAMC would be
released by the Transport Department, Haryana
quarterly after the end of each quarter, after expiry of
warranty period of 2 years.
Eligible Equipment and Services
All
the
equipment
should
be
of
the
National/International repute. If Bidder does not
manufacture the equipment, Bidders must submit proof
of authorization from manufacturers. All accessories
bundled by the manufacturer with the equipment
should also accompany the equipment. The items will
be accepted after due inspection.
failing to meet the above stated Qualification/Eligibilty criteria shall be summarily rejected and
be considered for Financial Evaluation.
Any Bid
will not
Note 1) Documentary Proof should be attached with the offer wherever required. The vendor should be
in a position to produce the original document(s) for verification, if needed.
2) The qualified bidder (s) may be considered for empanelment for a period of 1 year for supply of IP
CCTV Security/Surveillance System.
18
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
19
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
2) The viewing resolution should be on HDTV 1080P @ 25 fps and recording should be on @ 720P/
Full HDTV 1080P @ 25 fps resolution. However, these parameters should configurable &
customizable as per site requirement.
3) Proposed System should be so capable that, on failure of any IP Cameras/tempering automated
e-mail/alarm should be sent to Administrator/ authorized representative from Transport
Department. The internet connectivity will be provided by the Transport Department.
4) The operational responsibility of the entire IP Surveillance System during warranty and CAMC
period is with the prime bidder/System Integrator.
5) The offered solution must be capable to allocate watermark(s) on each video recording with
unique Camera Number & Bus Stand Name for each Bus Stand location.
6) Offered system/solution should be capable for further integration with State/District
Command & Control Center for security operations & management.
4.4
Supply, Installation, Testing and maintenance of IP Surveillance System & LAN components
The IP Surveillance System would comprise of the following items of the work:-
4.5
a) Approved LAN design with rack or switch wise node details (in excel sheets) cabling diagram,
cable identification, before commencing of actual cabling work.
b) Complete set of Technical/Operation and Maintenance Manual for active components.
c) An inventory of items delivered as per site requirement
d) Comprehensive inventory including additional items
e) Certification details of all active & passive network equipments.
f) Laminated cable diagrams with cable identification no. should be pasted on the racks & copy of
the same to be provided to Nodal Officer.
g) Laminated Cable Identification no. for I/O & Networking equipments.
h) 20 Years Certification from OEM.
i) Completion certificate from Nodal Officer / Project Coordinator appointed by State Transport,
Haryana.
j) Final acceptance certificate from State Transport after trouble free operations from 30 days of
installation.
k) 2 years on-site warranty along with 3 year CAMC of all IP Cameras, NVR, Network Switches,
Fiber Components, Patch Panel, Racks, I/O with SMB etc.
4.6 LAN Scope
4.7
The successful bidder will be required to supply the equipment, install and commission the LAN
with necessary switches, data communications cables, connectors etc. which include laying
20
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
conduits, channels, cables, fixing information outlets, configuration and setting up of all other
items and providing connectivity between existing nodes and servers wherever applicable.
4.8
A.
Supply, install & commission all the Active, Passive networking components & IP Surveillance
Components supplied. It includes rack mounting, configuration and physical connectivity and
configuration of switches etc. The arrangements of switches are to be finalized in consultation with
Nodal Officer/Project Coordinator authorized representative of concerned Bus Depot.
B.
Supply, Install and configure IP Surveillance System to provide the following functionality:
The Fiber & CAT 6 Cable will be laid as per requirement and proposed design of the Network.
Identification of location for placement of Network switches as per requirement. NVR & LED should
be preferably placed in control room of Bus Stand.
Preparation of Detailed Network Plan & its approval from authorized representative of concerned
Bus Depot.
Allocation of UPS power to all IP Cameras, Core, Access switches in the network.
Scope of cabling will include supply, laying, conducting, termination and rack mounting of
components wherever applicable.
The bidder will configure all IP Cameras, Network switches, NVR for meeting the all functional
requirements IP Surveillance at each Bus Stand.
Data communication / interlinking of nodes and cabling shall conform to EIA / TIA standards. The
adaptation of standard is very essential to certify the cabling guarantee life of longer duration i.e.
20 years. The supplier will be required to submit certificate for the network installation on
completion of the networking.
4.9
*
4.10
Detailed note on the understanding of purpose, objective and scope of the project
Technical Solution
The bidder should provide an outline of the solution under the following topics:
21
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Overall architecture
Scalability
Redundancy
Operations & Maintenance
Training
Quality assurance/process
Any other additional requirement that the bidder envisages is necessary for the success of
the project.
In-building UTP/ Fiber cable laying, cable route survey & detailed diagram of cable route map are
indicating the lengths, termination of cables with connectors, labeling and marking as per
approved labeling plan, crimping of RJ45 connectors, supply and fixing of industry standard PVC
cable ducts.
ii.
UTP CAT6/ Fiber cables from Core switches to Access switches. Spare UTP/Fiber cables to be
terminated on same / extra patch panels with same / different color.
iii.
Backbone switches with patch panels shall be placed in 6U/12U wall mount racks.
iv.
v.
Performance testing of the laid UTP cables as per EIA/TIA TSB-155, standard in particular wire
map (Short, Open, Transpose, Reverse, Split), attenuation and Near end cross talk (NEXT) using a
proper cable analyzer. Fiber cable as per EIA/TIA TSB-140 standards using OTDR.
22
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
4.12 Minimum Desired Technical Specifications of IP Surveillance System in various Bus Stands of
Haryana Roadways
General Guidelines:i)
All Networking Switches should be of single OEM. All IP Cameras, Network Video Recorder (NVR)
should be of single OEM. However it is desirable that bidder may offer entire solution with
single OEM.
ii)
All offered Network switches, Network Video Recorders, IP Cameras should support seamless
inter-operability between them. There should also be no compatibility issue in between the
existing installed Network Switching Components, Servers and Software installed at each Bus
Stand of Haryana Roadways.
iii)
The Statement of Technical compliance must be submitted by respective OEM (by National
Technical Head with his Name, Designation, Contact Details and address) on their letter head of
Company for NVR, IP Camera including NVMS, UPS System and Network Switches.
iv)
All offered IP Cameras & LAN equipments should be as per IEEE standards. The product
certifications of respective items are mandatory, however, equivalent certifications issued by
Indian registered Laboratory/Organizations would also be considered as alternate certification.
Please note that the specifications given below are the minimum specifications. Bidders are free to
propose any specification over and above the minimum indicated.
A) Network Video Recorder (NVR) including Viewing, Recording, Control and Playback Software
S#
1
Description
Channel
Recording Capacity
Specifications
16/32 Channel Embedded NVR
Auto-discovery of Cameras and support up to 1920 x 1080 resolution
for each Camera per NVR.
16 Channel:
8 TB installed HDD initially into NVR
Note:- NVR must be capable to expand its storage capacity as per
requirementupto16 TB or More having capacity of 30 days recording
on 1080P @25 FPS (24 hrs x 30 days continuous recording)
32 Channel:
16 TB installed HDD initially into NVR
OS Embedded
23
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
6
7
8
Video Format
Video Compression
Recording Bit Rate on Input
Stream on H.264 @ 1080P
9
10
Recording
Live View Control
11
12
Overwrite Recording
View
13
14
15
16
18
19
Playback System
Video Settings
Network Protocols
Ports
Mouse
Ethernet
20
21
22
23
24
25
25
Operating Environment
Mounting Kit
Device Compatibility
NVR Reset Mode
RAID
Certifications
Lock & Key Arrangement
26
27
28
29
PAL
H.264 High Profile
16 Channel: 96 Mbps or better
32 Channel: 192 Mbps or better
Schedule, Manual and Motion Detection
Live view, Preset, Go to Camera, Focus, PTZ functions, Capture
Snapshot, Full Screen, Digital Zoom
Auto Overwriting from beginning when disk storage is full
Directly from NVR to Monitor and also via Internet Browser, NVR
Client Software
Playback System with Timeline GUI
Resolution, Quality, Frame Rate, Bandwidth, Video Streams
IPV4, TCP, DHCP, HTTP, SMTP, DNS, PPPoE, DDNS, FTP
VGA, HDMI and USB
Standard USB Mouse
RJ-45 (1000 Base-T)
0 to 45o C
Suitable Rack Mounting & Connector Kit
On-vif Profile S
Hardware Reset Button
Built in 0,1,5
CE, FCC, UL / NABL Lab approved Government of India
NVR must be capable to place in offered RACK under lock & key
arrangement with proper air circulation.
Email notification upon Camera Up/Down, Camera Tempering,
Motion detection, Camera de-focus alarm
Scheduled, Manual, Motion based
Live Viewing of Cameras, Searching Video Recordings (timeline &
motion), Playback of Video on various speed, Spot & Multi screen
Visual Display, Digital Zooming, Export video recording to External
Media (in VLC player format). Auto Reboot, Password Protection,
Schedule Recording, Motion Detect from camera, Auto Recycling,
Time stamp, E-mail notification, Digital watermark protection,
Thumbnail View, Timeline View, On-vif Profile S
Mobile Application (Android / Apple iOS / Windows) for remote view
of live & recorded Video through NVR.
24
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
3.
Minimum Illumination
4.
5.
6.
Pan/Tilt/Zoom
7.
8.
9.
10.
11.
Television System
Video compression
Resolutions
Frame rate H.264
WDR
14. Security
15. Supported protocols
16. Browser Support
17. Intelligent video
18. Alarm triggers
19. Alarm events
20. Device Compliant
21.
22. Power
23. Interfaces
24. Local Storage
25. Operating conditions
26. Certifications
27. Included accessories
25
Description
1/3 Progressive scan Megapixel CMOS sensor
3 -9 mm or better, Auto iris
1/1 ~ 1/10000 sec.
0.2 color lux, 0 lux with IR On
20meters or higher built in IR LEDs
Automatically removable infrared-cut filter
PAL
H.264 High Profile
1920 x 1080 or better
Minimum 25 fps or higher in HDTV 1080P (1920 x 1080)
Minimum 2 or more individually cropped out view areas.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Video streaming
Image settings
WDR
Security
Supported protocols
Browser Support
Device Compliant
Event triggers
Recording
Alarm events
Weatherproof and VandalProof Casing
Other Settings
Power
Max. Power Consumption
Interface
Local storage
Certifications
Operating Temperature
Included accessories
E) Outdoor Bullet/Box Vari Focal (9-20mm lens) Day & Night IP Camera
Specifications
Image sensor
Mega pixel Lens
Shutter time
Minimum Illumination
IR LEDs
Day and night
Television System
Video compression
Maximum Video Resolutions
Frame rate H.264
Multi-view Streaming
Video streaming
Image settings
WDR
Security
Supported protocols
Browser Support
Device Compliant
Event triggers
26
Description
1/3 Progressive scan Megapixel CMOS sensor
9-20 MM mm or better, Auto iris
1/1 ~ 1/10000 sec.
0.04 color lux, 0 lux with IR corrected
25meters or higher built in IR LEDs
Automatically removable infrared-cut filter
PAL
H.264 High Profile
1920 x 1080 or better
Minimum 25 fps or higher in HDTV 1080P (1920 x 1080)
Minimum 2 or more individually cropped out view areas.
Multiple individually configured streams in H.264,Controllable frame rate
in each stream and bandwidth VBR/CBR H.264
Compression, color, brightness, sharpness, contrast, white balance,
exposure control, backlight compensation, 3 configurable privacy masks,
Time stamp and text overlays, Flip & Mirror
100 dB (True)
Administrator and User Group protection, Password protection, HTTP
digest encryption
IPv4, HTTP, HTTPS, FTP, SMTP, DNS, DDNS, NTP, RTSP, RTP, TCP, IGMP,
RTCP, ICMP, DHCP
Internet Explorer
On-vif Profile S
Motion Detection
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Recording
Alarm events
Weatherproof
Other Settings
Power
Max. Power Consumption
Interface
Local storage
Certifiations
Operating Temperature
Included accessories
F) Indoor Vandal Proof Dome Vari Focal Day & Night IP Camera
Specifications
Image sensor
Mega pixel Lens
Shutter time
Minimum Illumination
IR LEDs
Day and night
Television System
Video compression
Maximum Video Resolutions
Frame rate H.264
Multi-view Streaming
Video streaming
Image settings
WDR
Security
Supported protocols
Browser Support
Device Compliant
Event triggers
Recording
Alarm events
Vandal-Proof Casing
Other Settings
Power
Max. Power Consumption
Interface
Local storage
Certifiations
Operating Temperature
Included accessories
27
Description
1/3 Progressive scan Megapixel CMOS sensor
3 -9 mm lens or better, Auto iris
1/1 ~ 1/10000 sec.
0.2 Color lux, 0 lux with IR On
15 meters or higher built in IR LEDs
Automatically removable infrared-cut filter
PAL
H.264 High Profile
1920 x 1080 or better
Minimum 25 fps or higher in HDTV 1080P (1920 x 1080)
Minimum 2 or more individually cropped out view areas.
Multiple individually configured streams in H.264 and Motion JPEG
,Controllable frame rate in each stream and bandwidth VBR/CBR H.264
Compression, color, brightness, sharpness, contrast, white balance,
exposure control, backlight compensation, 3 configurable privacy masks,
Time stamp and text overlays, Flip & Mirror
100 dB (True)
Administrator and User Group protection, Password protection, HTTP
digest encryption
IPv4/v6, HTTP, HTTPS, FTP, SMTP, DNS, DDNS, NTP, RTSP, RTP, TCP,
IGMP, RTCP, ICMP, DHCP
Internet Explorer, Firefox, Mozilla
On-vif Profile S
Motion Detection
Schedule Recording to Hard Drive and Event triggered recording
Tempering, Video Recording to Local Storage
Vandal Proof IK10
8x Digital Zoom, Enable/Disable LED Indicators
PoE
Up to 802.3af PoE
RJ-45 10BASE-T/100BASE-TX PoE
With Automatic overwrite capability SD/SDHC memory card slot (card not
included), Auto recording upon network failure
CE, FCC, UL / NABL Lab approved Government of India
0 50 C
Power Supply, Pendant Wall / Pole mounting & connector kits with other
standard accessories
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
G) Indoor Vandal Proof Dome Fixed Lens Day & Night IP Camera
Specifications
Image sensor
Mega pixel Lens
Shutter time
Minimum Illumination
IR LEDs
Day and night
Television System
Video compression
Maximum Video Resolutions
Frame rate H.264
Multi-view Streaming
Video streaming
Image settings
Security
Supported protocols
Browser Support
Device Compliant
Event triggers
Recording
Alarm events
Vandal-Proof Casing
Other Settings
Power
Max. Power Consumption
Interface
Local storage
Certifications
Operating Temperature
Included accessories
Description
1/3 Progressive scan Megapixel CMOS sensor
2.8 mm / 4 mm lens, Auto iris
1/1 ~ 1/10000 sec.
0.2 Color lux, 0 lux with IR On
15 meters or higher built in IR LEDs
Automatically removable infrared-cut filter
PAL
H.264 High Profile
1920 x 1080 or better
Minimum 25 fps or higher in HDTV 1080P (1920 x 1080)
Minimum 2 or more individually cropped out view areas.
Multiple individually configured streams in H.264 and Motion JPEG
,Controllable frame rate in each stream and bandwidth VBR/CBR H.264
Compression, color, brightness, sharpness, contrast, white balance,
exposure control, backlight compensation, 3 configurable privacy masks,
Time stamp and text overlays, Flip & Mirror, WDR
Administrator and User Group protection, Password protection, HTTP
digest encryption
IPv4/v6, HTTP, HTTPS, FTP, SMTP, DNS, DDNS, NTP, RTSP, RTP, TCP,
IGMP, RTCP, ICMP, DHCP
Internet Explorer, Firefox, Mozilla
On-vif Profile S
Motion Detection
Schedule Recording to Hard Drive and Event triggered recording
Tempering, Video Recording to Local Storage
Vandal Proof IK10
8x Digital Zoom, Enable/Disable LED Indicators
PoE
Up to 802.3af PoE
RJ-45 10BASE-T/100BASE-TX PoE
With Automatic overwrite capability SD/SDHC memory card slot (card not
included), Auto recording upon network failure
CE, FCC, UL / NABL Lab approved Government of India
0 50 C
Power Supply, Pendant Wall / Pole mounting & connector kits with other
standard accessories
28
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Security Features
Management Features
Operating Temperature
Certifications
I)
Description
Gigabit PoE : 8 Ports auto negotiable (Minimum PoE budget 120 Watt)
1G SFP : 2
Switching Capacity : 20 Gbps
Performance
Layer 2 Features
Loopback Detection
Static Port Trunking : Up to 8 groups / Max. 8 ports per group
Link Aggregation LACP 802.3ad : Up to 8 groups / Max. 8 ports per group
Jumbo Frame : 9000 Bytes
Layer 2 Multicast
Features
29
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Quality of Service
(QoS) Features
Strict Priority
Weighted Round Robin (WRR)
CoS based on Switch Port
CoS based on 802.1p Priority
Bandwidth Control
Authentication,
Authorization &
Accounting (AAA)
Management Features
Operating Temperature 0 50 C
Certifications
CE, FCC, UL
Description
10/100BASE-T PoE+ : 4 (80.2.at PoE+ Interfaces) with minimum 120 Watt PoEbuget
1000BASE-T/SFP Combo : 2
Switching Capacity : 12 Gbps
Performance
Layer 2 Features
Layer 2 Multicast
Features
Virtual LAN (VLAN)
Features
Quality of Service
(QoS) Features
30
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
CE, FCC, UL
Note:- The offered PoE/PoE+Switches must meet the power budget of all attached IP Cameras.
K) 2 or 3 KVA On-Line UPS System(with 4 hours backup) specification:Feature
Detailed Specifications
Technology
True on-Line UPS with double conversion Microprocessor/DSP based
technology and Generator compatible
Diagnostic Indications
Fully Automatic control for Battery low, Auto restart, Auto recovery from
mains, Under voltage and Over voltage trip, Automatic return from bypass
on recovery from overload requires no manual attention. Ready status and
Fault diagnostics with LED/LCD display.
Input Voltage
160-280V AC
Input frequency range
50 Hz (45-55 Hz)
Output Voltage
230VAC 1%, Single phase
Output Frequency
50Hz 0.05 Hz
Output Crest factor
3:1
Power factor
Input Power factor > 0.99 Output Power factor between 0.8 to Unity
Overload Capacity
125% for 60seconds, 150% for 5 second or better
Transient Response &
For 100% Step Load at Unity PF Dip <5% Peak <5% with recovery time Within
Voltage Recovery Time for
3 cycles to normal output
Step Load
Charger
For 2 KVA UPS:- Suitable Internal Charger of the UPS should be 8 amp or
more for smooth charging of batteries.
For 3 KVA UPS:- Suitable Internal/External Charger of the UPS should be 10
amp or more for smooth charging of batteries.
Output Overall AC to AC
>= 93%
efficiency
Inverter efficiency DC to AC >= 94%
Input Harmonic distortion
< 5% full load
Output Harmonic distortion < 3% on linear load &<5% on Non linear Load
Wave form
Pure sine wave
Cooling
Forced Air
Battery Type
Lead acid sealed maintenance free
Min. VAH Desired
For 2 KVA UPS:Minimum 8064 VAH (using Single Battery Bank) 4 hrs backup
For 3 KVA UPS:a) Minimum 11520 VAH (using Single Battery Bank) -4 hrs Backup
(suitable powder coated metallic cabinet with appropriate air ventilation
for housing of batteries)
31
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Protections
Environment Operating
temperature
Relative humidity
Credentials
CERTIFICATIONS
Noise Level
Transformer:
32
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
f)
Fiber Components
g)
Fiber Cables to support 1G for distance upto 10 Kilo meters
Fiber cable should conform to 1 Gbps performance for distance up to 10 K. Mtrs.
50/125 micron 6 core HDPE Steel Tape Armored jelly filled single mode fiber cable conforming to
following specifications
ISO/IEC 11801:2002, Type-OS2, IEE802.3ba, ANSI/TIA/EIA 568.C, RoHS Compliant
h)
Fiber Panel / LIU
i)
19 12/8 port lockable rack mount Fiber LIU (1/2 RU height) fully loaded with all associated items.
The LIU should have Ball bearing slide rails
j)
Fiber Patch cords
Fiber patch chords with factory molded connectors.
k) Fiber Pigtails
Should have following features Precision ferrule endface geometry, Controlled fiber protrusion, Factory polished, tested and
serialized.
zirconia ceramic ferrule
M) Camera Pole (Hexagonal shape): Hot Dip 50 micron thick Galvanized Camera Poles of total 9 meters height with necessary
accessories for camera mounting.
Thickness : 4 mm
Diameter at bottom : 4 inches
The material used shall be mild steel/HT steel as per IS 2062:2006
All the steel fabrication parts shall be given two coats of approved epoxy painting.
The foundation shall be of Reinforced Concrete. Backfilling should of well compacted.
Concrete foundation of 350 X 350 X 900 mm shall be prepared with a mixture of concrete, pebbles
and sand in 1:1:2(M25) ratio by the supplier.
Concrete mix grade shall be evaluated by subjecting the readymade concrete mix to cube test while
making the pole foundation
The poles shall be fixed on the concrete platform with suitable bolts and these bolts shall be 150
micron thick galvanized.
Provision shall be made in the pole to route the cable inside& outside the pole. Suitable GI conduit
shall be placed inside the concrete foundation to route the cables.
The poles shall be designed to experience a maximum wind speed of 180 Km/hras per IS 875. The
safe bearing capacity of the soil is assumed as 10 tons/sq. m.
N) 3 Core Power cable (Finolex/Hevells/Delton make): Type of cable: Copper Cable, Voltage Rating: 1100 volts, Construction: 1.5 X 3 sq. mm multi
stranded, Compliance IS694:1990, Outer Sheath: Extruded PVC
Core colour Red, Black & green
33
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
SECTION-3
CONDITION OF CONTRACT
3.1 This contract is to last for execution of this project on turnkey basis but in the event of any breach of
the agreement at any time on the part of the contractor; the contract may be terminated summarily by
the Managing Director, HARTRON without compensation to the contractor. Any change in the
constitution of the firm shall be notified forthwith by the contractor in writing to the authority
sanctioning the contract and such change shall not relieve any former member of the firm from any
liability under the contract.No new partner/partners shall be accepted into the firm by the contractor
in respect of this contract unless he/they agree to abide by all its terms & conditions and deposit with
the officer sanctioning the contract a written agreement to this effect. The contractors receipt or
acknowledgement or that of any partners subsequently accepted as above shall bind all of them and
will be a sufficient discharge for any of the purposes of the contract.
3.2 The articles to be supplied under this contract will be of the quality equal and answerable in every
respect to the specifications given in the list accompanying with the tender approved by the Managing
Director, HARTRON. The contractor shall be responsible for all complaints as regards the quality. In
case of dispute regarding quality of articles, specifications, makes & models etc. of the items the
decision of Managing Director, HARTRON will be final and binding on the contractor. It will be open to
the Managing Director, HARTRON to send samples submitted by the tenderer/contractor to any
laboratory/Committee of technical expert for tests and the cost thereof will be borne by the
tenderer/contractor.
3.3 The Managing Director, HARTRON may by notice in writing to call upon the contractor to supply
additional articles to serve as sample and upon such notice in writing, contractor shall at his own cost
be bound to supply additional samples, such additional samples being in all respect of the same quality
as the sample first supplied.
3.4 The contractor will be responsible for damage or loss in transit and replace goods broken or lost within
10 days from the date of notice thereof. Unless otherwise specified, all goods must be delivered &
Installed at destination within 2 weeks from the date of approval.
3.5 Condition as to time for performance whether laid down herein or in any indent shall be always
regarded as the essence of the contract.
3.6 a) The Managing Director, HARTRON or any of the experts or the Indenting Officers or any other officer
or person duly authorized in writing by Managing Director, HARTRON shall have the power to inspect the
stores, before, during or after manufacturers, collection dispatch, transit or arrival and to reject the
same or any part or portion after the written approval of the Managing Director, HARTRON, if he or they
did not be satisfied that the same is equal or according to the specifications submitted by the
contractor. The contractor shall not be paid for supplies rejected items as above and such supplies shall
be
removed
by
the
contractor
at
once
and
at
his
expense.
He
will
neither claim nor be entitled to payment for any damage that rejected supplies may suffer from any
harm whatsoever incidental to a full and proper examination and test of such supplies. HARTRON shall
34
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
be under no liability whatsoever for rejected and the same will be at the contractors risk. Rejected
supplies shall be removed by the contractor within 10 days after notice has been issued to him of such
rejection, and failing such removal of rejected goods be will at contractors risk and Hartron may
charge the contractor rent for the space occupied by such rejected goods.
b)
Final inspection of stores, already inspected may be carried out at the discretion of the Managing
Director, HARTRON, by such officer as may be authorized by him. The provisions of conditions will apply
to the final Inspection also.
3.7 The contractor shall provide without any extra charge all materials, tools, labour and assistance of
every kind which the aforesaid officer may consider necessary for any test or examination which he may
require to be made on the contractors premises and shall pay all cost attendant thereon. In the case of
stores inspected at manufacturer premises, the manufacturer will provide all facilities including testing
appliances for making necessary tests other than special tests, or in dependent tests. Failing these
facilities at the own premises for making the tests, the contractor shall bear the cost of carrying out
test elsewhere. The contractor shall also provide and deliver free of charge at such place as the
aforesaid officer may direct such materials as he may require for tests. If for the purpose of
determining the quality of stores the aforesaid Officer find it necessary to have the stores tested at the
test house or laboratory, all expenses incidental to the test shall be borne by the contractor. On the
failure of the contractor to pay the expenses within 10 days of the receipt of intimation in this behalf
from the Inspecting Officer, the Managing Director, HARTRON shall have the right to deduct the amount
from the security deposited by the contractor, and if the amount so deducted is not deposited within 10
days, the Managing Director, HARTRON may treat the default as a breach of agreement and proceed as
per agreement without further notice. Further the aforesaid officer shall have the right to put all
articles or materials to such tests as he may think proper for the purpose of ascertaining whether the
same are in accordance with the specifications.
3.8 Packing cases, containers, gunny packages etc. which may be used for purposes of packing and which
are delivered with stores will not be returned or paid for unless specifically stipulated, and that to
contractors expense.
3.9 Unless otherwise specified in a requisition, bills for the whole goods referred to in each indent, in
triplicate, will be prepared and submitted by contractor to the Managing Director, HARTRON. The full
amount will be paid on receipt of stores in good condition after their verification as regards
specifications, etc.
3.10 With every dispatch of goods or materials under the contract, invoices in triplicate will be prepared by
the contractor. Invoices in duplicate are to be sent by the contractor to the Indenting Officer, the
duplicate to be returned by the Indenting Officer, with the quantities or number received duly noted
thereon and the third copy to be sent by the contractor to Managing Director, HARTRON for record in
his office. The contractor shall dispatch the material freight paid and duly insured at destination.
This is subject to the condition that the materials are securely packed by the suppliers in sound
containers and the consignment is accepted by the carriers without any adverse remarks as to the
35
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
packing or the condition of the containers. In case of any adverse remarks, the responsibility for the
losses in transit will rest with the suppliers.
Subject to these conditions, the contractor will not be entitled to charge or be paid for supplies
broken, lost or damaged in transit.
determine whether or not the breakage, loss or damage was caused through the contractors
negligence and the decision of the Managing Director, HARTRON or some other officer action on his
behalf shall be final and conclusive against the contractor. Such rejected supplies shall be removed by
the contractor at his own expense.
If during the currency of the contract, the specifications of any article or articles to be supplied there
under be changed the contractor shall continue to comply with demands for the supply of the said
article or articles in accordance with the new specifications at rate to be mutually agreed to in writing
at the time of such change, and in default of such agreement the contractor in so far as it relates to
the said article or articles in respect of which no agreement has been arrived at, shall terminate but
no such change shall affect the supply of any other articles under the contract or entitle the
contractor to any compensation
3.11 In the event of withdrawal or discontinuance of any article or articles and consequent ceasing of or
reduction in demand the contractor shall not be entitled to any compensation.
Purchaser will
however, make all reasonable endeavors to give warning of any impending complete withdrawal or of
any reduction seriously affecting quantities likely to be required under contract.
3.12 The date of delivery stipulated in a supply order shall be deemed to be the essence of the contract
and should the contractor fail to deliver any consignment within the period prescribed for such
delivery stipulated in the supply order, the delayed consignment will be subject a penalty @ 0.5% per
week for the delay of first two weeks and 1% penalty for the delay of next 3 weeks upto a maximum
cap of 4% penalty for 5 weeks delay, would be applicable. Thereafter, HARTRON might cancel the
order in consultation with Indenting Department/Organization and suitable action might be taken
against the defaulter firm. However, in case Purchasing Departments/Organizations opts for accepting
the Items beyond 5 weeks delay, then 1% penalty per week would be continued for unjustified delay.
1% penalty per consignment per week recoverable on the value of the stores supplied. In case of non
payment by the contractor, recovery will be made from his bills or amount of Earnest Money with the
Managing Director, HARTRON provided that:
a) No recovery of penalty will be made if the Managing Director, HARTRON accepts the delayed
supplies by extending the delivery period upto 1 week by recording in writing that the
exceptional circumstances were beyond the control of the supplier and there was no loss to
Purchaser.
b) Where the delay on the part of supplies is more than 2 weeks, the matter of extension of
delivery period will be referred by the Indenting Officer to the Managing Director, HARTRON with
a certificate that there are genuine reasons for delay on the part of suppliers and that no loss
will result to Govt. in case extension delivery period is allowed. The case will be decided on
merits by the office of Managing Director, HARTRON.
36
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
extent of purchasing power delegated to him and in cases above his competence, the extension
will be allowed by Managing Director, HARTRON and Indenting Officer.
period is extended, no penalty for supplies, made during the extended period be recovered from
the supplier.
c) On the failure of the supplier to make supply within the extended period or otherwise and the
receipt of such information in the office of Managing Director, HARTRON, risk purchase at the
cost of suppliers will be made by the Managing Director, HARTRON within 6 months of the expiry
of the stipulated delivery period by inviting short term offers from the registered and other
known suppliers. The excess cost thus incurred will be recovered from the suppliers from his
pending bills/ Earnest Money or through court of law. This procedure will be adopted after
serving registered notice to supply stores within 15 days.
The contractor acknowledges that he has made himself fully acquainted with all the conditions
and circumstances under which the supplies required under the contract will have to be made or
furnished and with all the terms, clauses, conditions, specifications and other details of the
contract and the contractor shall not plead ignorance of any of those as excuse in case of
complaint against or on rejection of supplies tendered by him or with a view either to asking for
encashment of any rates agreed to in the contract or to evading any of his obligations under the
contract.
No payment will be made in advance for any Supplies under this contract.
i)
ii) In the event of the contractor failing duly and properly to fulfill or committing breach of any of the
terms and conditions of this contract or repeatedly supplying goods liable to rejection hereunder or
failing, declining, neglecting or delay to comply with any demand or requisition or otherwise not
executing the same in accordance with terms of this contract or if the terms of this contract or if
the contractor or his agent or servants being guilty of fraud in respect of this contract or any other
contract entered into by the contractor or any of his partners or representatives thereof with
Government directing, giving, promising or offering any bribes, gratuity, gift loan, perquisite,
reward or advantage pecuniary or otherwise to any person in the employment of Government in
any way relating to such officers or person or persons, officer or employment or if the contractor or
any of his partners become insolvent or apply for relief as insolvent debtor or commence any
insolvency proceedings or make any composition with his/their creditors or attempts to do so, then
without prejudice to Government's rights and remedies otherwise, Government shall be entitled to
terminate this contract forth with and to blacklist the contractor and purchase or procure or
arrange from Government's stocks or otherwise at the contractor's risk and at the absolute
discretion of the Managing Director, HARTRON as regards the manner, place or time of such
37
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
purchases, such supplies have not been supplied or have been rejected under this arrangement or
are required subsequently by Government there under and in cases where issues in replacement are
made from Governments stock or supplies, the cost or value or such stocks or supplies together with
all incidental charges or expenses, shall be recoverable from the contractor on demand and the
contractor shall not be entitled to benefit from any profit which may thus accrue to Government.
The termination of this contract in whole or part under these conditions shall not be affected by
the acceptance, meanwhile or subsequently, of supplies accepted or made at any station whether
in ignorance of the termination otherwise.
If any question, difference or objection whatsoever shall arise, in any way connected with or arising
out of the instruments or the meaning or operation of any part thereof or the rights, duties or
liabilities or either party than save in so for as the decision of any such matter is here in before
provided for and has been so decided every such matter including whether its decision has been
otherwise provided for and/or whether it has been finally decided accordingly in whether the
contract should be terminated or has been rightly terminated in whole or part and as regards the
rights and obligations of the parties as the result of such termination, shall be referred for
arbitration to any Officer appointed by Financial Commissioner & Principal Secretary to Govt. of
Haryana, Deptt. of IT & Electronics and decision shall be final and binding and where the matter
involves a claim of the amount if any awarded in such arbitration shall be recoverable in respect of
the matters so referred.
The Arbitrator and his subordinate staff shall be paid a fee of ` 1100/- per hearing subject to a
maximum of ` 5000/- in each case provided that out of this amount 20% will be payable to his staff.
The arbitration fee will be borne equally by the Govt. and by the party concerned. The parties,
other than the Govt. shall deposit their share in shape of Demand Draft in favour of HARTRON,
Chandigarh before announcement of award by the Arbitrator. In case the arbitration proceedings
are conducted exparte and the award is announced against the tenderer than entire amount shall
be payable by the Managing Director, HARTRON but where the exparte award is announced in
favour of the Govt. the share of the opposite party shall be recoverable from the said party."
i)
The Scope of work and detailed technical specifications of items should be as per clause 2 & 4 of
Section II respectively.
ii) Deviation, if any may please be mentioned separately. If there is no deviation than it should be
mentioned as No Deviation.
SCHEDULE OF TENDER:
a.
Availability
of
Bid
Document:
The
tender
document
is
available
at
https://haryanaeprocurement.gov.in
b.
Amendment of Tender Document:The amendments in any of the Terms and Conditions of this
Tender Document shall be uploaded on Hartron website i.e. www.hartron.org and all prospective
bidders are advised to check Hartron website from time to time for any updates.
38
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
c.
d.
e.
f.
Period of Validity of Offer: Offer should remain valid for 120 days after the date of opening of the
Pre-qualification cum technical bids as prescribed by the Corporation. If the validity of the offer is
extended, the validity of EMD will also have to be extended. An offer valid for a shorter period may
be rejected by HARTRON as non-responsive.
g.
Validity of Rates: - Rate of successful bidder should also be kept valid for a period of one year from
the date of decision by the High Powered Purchase Committee (HPPC) as a rate contract.
h.
Language of the Bid Proposal: The Language of the bid proposal as prepared by the Bidders shall be
in English and all further correspondence and documents related to the bid proposal exchange with
the corporation shall be in English.
39
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
iii) The Technical bids:-The documents furnished by each bidder with its Pre-Qualification cum
Technical Bid and will be examined to see whether the qualifications and specific requirements
mentioned in the tender document are fulfilled.
iv) Proof of Concept (POC)
a) The Video quality, performance & technical specifications of the offered IP Surveillance System
solution of the technically qualified bidders will be evaluated by Technical Committee of State
Transport, Haryana, HARTRON, NIC, SeMT & ISMO in terms of their functional requirements using
Proof of Concept (POC). POC clearly indicates the capabilities & limitation of their offered
solution and how it achieves the expectations/requirements of Haryana State Transport. POC will
be done using the same make & model of IP Cameras mentioned in the technical bid. The
technical committee will evaluate the offered solution/products in terms of functional
requirements. Further, the Commercial Bid will be opened only of those bidders who will qualify
Pre-qualification Bid, Technical Bid and Proof of Concept (POC).
b) The bidder shall establish a fully operational proof of concept at Ambala Bus Stand site of
Haryana Roadways using the same IP Cameras offered in the technical bid for a period of
minimum three days or up to completion of POC. The bidder shall supply & install and make
operational the site with solution they offered in the technical bid at no cost to the Transport
Department/HARTRON. The bidder must provide the Manufacture Test Certificate (MTC) of all
installed equipments during POC. Sufficient location will be provided to the bidder at Ambala
Bus Stand. The bidder shall successfully execute all Test Plan, cover functional requirements,
capture and analyze Video streams, Alarm conditions etc. During POC, the Video captured by IP
Cameras will be stored in a NVR and after completion of POC all Video will be transferred in any
external media for further analysis and comparison purpose.
c) The bidder has to present their proposed solution to the Technical Committee in a formal
presentation. A Technical expert of the bidder must remain present during the presentation for
the technical clarifications, if any. Bidder will arrange the demonstration at their own expenses
of the proposed solution during POC. During demonstration period, the committee of experts will
evaluate the solution with respect to the functional and quality requirements of Haryana
Transport Department. After evaluating the demonstration & POC, the committee of experts will
decide the list of successful bidders. Committee will evaluate the technical score for each
successful bidder and decision of Technical Committee shall be binding on all the bidders. The
bidder scoring 70% or above in the POC will be qualified for commercial bid opening. The date of
opening the Commercial Bids will be communicated after completion of POC. It is the sole
discretion of the Transport Department/HARTRON that this task may or may not be exercised. If
Department/HARTRON felt necessary, then the products offered by bidders may be send to
certification agency approved by State Government /Govt. of India for product & quality testing.
Further, the Technical Committee has right to change the POC procedure or to amend the Test
Parameters/Test Plan, if felt necessary. Failure in POC leads to rejection of bid.
d) The offered IP Surveillance System should provide clear image quality through each IP Camera
which easily identify/detect human face. Each IP Camera must be capable to deliver clear
quality videos without any blurring in the Video. The complete deployed system will be
evaluated/ tested using various test methodologies on various parameters like video quality,
performance, color distortion, bandwidth used by each IP Camera, Alarms & Tempering, Easy to
use etc. The POC should be arranged by respective bidder with trail/demo Licenses. Further,
marking paper sheet will be provided to Committee members during POC and Video captured
during POC will be recorded in Network Video Recorder. Parameters / Video quality / Alarm
condition / Test plan which will be asked by Technical Committee to demonstrate will be
common for all bidders. The same will be provided to each bidder before POC and sufficient time
will be provided to each bidder to fine tune their IP Cameras as per requirement.
40
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
v)
i)
iii) Further, the offered IP camera should support tamper detection so that alarm be raised if the
camera is blocked or spray-painted.
iv)
#
The following criteria shall be used to evaluate offered solution during POC:-
Test
Description
parameters
Color
Accuracy Test
using
X-Rite Munsell
Color Checker
Chart
41
Expected Results
for each Camera
Dome
Vari
Focal 39mm
Outdoor
Bullet /
BoxVari
Focal 920mm
Outdoor
Marks
obtained
Dome
Vari
Focal
3-9mm
Indoor
Maximum
Marks
Dome
Fixed
Lens
2.8/4mm
Indoor
50
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
4
(a)
Coverage
with Vehicle
Number Plate
Alarm &
Tempering
Bandwidth&
Storage
42
Location 1 = 1 Marks
Location 2= 3 Marks
Location 3 = 5 Marks
Recording at Local SD
Memory Card in case
communicating with
NVR:- 2 Marks
Automatic Re-Writing
to SD Memory Card:- 2
Marks
Alarm on Camera
blocked / spraypainted
=2 Marks
Automatically
Synchronized Video
recorded in the SD
Card (upon
communication failure)
after restoration of
communication with
NVR= 2 Marks
Automatically send Email notification if
Camera is Up/Down= 2
Marks
Alarm on Camera
Cable Unplugged = 1
Marks
Bandwidth (max 6
Mbps) and Storage
consumption (3.1 GB
for 1 Hrs) in dual
Stream @ 1080 P HD on
25 FSP, Stream Type
H.264
i) Bandwidth
consumption
between (<5
mbps) at said
Parameters =6
marks
ii) Bandwidth
consumption
between (>5 to <=
6 mbps) at said
Parameters =3
marks
iii) Bandwidth
consumption is( >
6 mbps) at said
Parameters =0
marks
15
10
10
10
10
10
10
30
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Maximum Storage
consumption (3.1 GB
for 1 Hrs) in dual
Stream @ 1080 P HD on
25 FSP, Stream Type
H.264
4
(b)
Bandwidth&
Storage
High Image
quality to
identify the
object during
day & night
i) If Storage
consumption is < 2.5
GB at said
Parameters = 6 Marks
ii) If Storage
consumption is in
between >=2.5 GB to
<=3.1 GB at said
Parameters = 3 Marks
iii) If consumption is >
3.1 GB at said
Parameters = 0
Marks
During Evening Light=
Clear color view (3
Marks)
Clear B/W view =(2
Mark)
view not recognize= (0
Mark)
During Night = Clear
color view (3 Marks)
Clear B/W view =(1
Mark)
View not recognize= (0
Mark)
Clear color view in fog/smoke environment for PTZ = 10
Clear B/W view in fog/smoke environment for PTZ = 05
view not recognize in fog/smoke environment for PTZ = 0
30
15
15
10
10
15
250
Note:-Solution provided by the bidder with IP cameras scoring 0 marks in any of the above
parameters will not be considered technically qualified.
vi)
The Commercial Bids of those bidders who satisfy the parameters laid out in the Pre-Qualification cum
Technical Bid and Proof of Concept (POC) will only be opened. The place, date and time of the
opening of the Commercial Bids shall be notified separately.
RIGHT TO NEGOTIATE:
The Hartron and indenting Department jointly or the evaluation committee reserves the right for
negotiation with the bidders as per the prevailing purchase procedures/policy of the State. The
negotiation if required shall be carried out with the technically qualified lowest bidder by the Hartron
and indenting Department Jointly/any other competent authority/High Power Purchase Committee
43
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
(HPPC) of the Haryana Govt. as per the procedure/policy of the Haryana Govt. prevailing at that point
of time.
Hartron also reserves the right to choose part or whole of the technically acceptable bids at
individual costs quoted in the commercial bids.
RELEASE OF ORDER:
After Acceptance of a Bid Proposal either by HARTRON and indenting Department or by High Power
Purchase Committee of Haryana Govt., as the case may be, HARTRON on behalf of indenting
Department will release the formal purchase order in favour of the successful bidder.
The bidder is expected to examine all the instructions, forms, terms & conditions and
specifications in the indenting document. Further to furnish all the information required by the
indenting document or submission of a bid in every respect will be at bidders risk and may result
in rejection of the bid.
Signature on behalf of
M/s------------------------
44
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
SECTION 4
1.
Offer
Acceptance
2.
FORMAT
Contract
3.
4.
Specification
Conformity
5.
Opening Date
6.
7.
Jurisdiction
Offer Discretion
8.
Certification
9.
Documents
Sister concerns
10.
11.
Authentic
Signatory
12.
Quantity
13
Inspection
45
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
14.
Partnership
15.
Agreement
16.
Authorization
17.
Past
Performance
18.
Price
19.
Validity of rates
20.
Corrections
21.
Price Variation
22.
Negotiation
Rights
Bindings
HARTRON reserves the right to call all or selected parties for negotiations.
23.
46
HARTRON does not bind himself to accept the lowest tender and reserve to
himself the right to reject any or all tenders without assigning any reasons.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
24.
Signature
An authorized person should sign the tender/offer. His name, designation and
address should be given in capital letters.
The prices offered in the tender for the stores should be lower than the price
Rates
at which the tenderer supply the stores of identical description to various
State Government Institutions/Undertakings/ or any other organization during
the validity period. If at any time during the validity period the successful
tenderer reduces the sale price of quoted stores to any other organization at a
price lower than the price chargeable under this supply order/contract, the
tenderer should be forthwith notify such reduction to this office, then the
prices payable under the supply order/contract for the stores supplied after
the date of prices reduction will be reduced to that level. Otherwise double of
the difference will have to be refunded to Hartron / Haryana Tourism
Corporation Ltd.
a)
The supplier have to submit a performance Bank Guarantee of equivalent
Payment Terms
10% amount of total order value to be placed in phases (valid for 66
and schedule of
months) within 15 days of placement of order for successful Installation/
payment
commissioning of items & maintaining the services as per contract.
Performance Bank Guarantee shall further be extendable, if required by
the HARTRON/ indenting Department from the date of commissioning and
acceptance of items & maintaining the services as per contract.
b) Eighty (80) % of the Contract Price/order value except CAMC shall be paid
within 15 days after delivery, Installation & Commissioning of all active
and passive components (as per bill of material) & trouble free operations
for 30 days of Installation & successful Commissioning. The receipt of
approved design of IP Surveillance System, Network Layout, delivered
material, Installation & Test reports, Certifications, Technical
documentations, Performance reports must be produced (with sign &
stamp of authorized person from respective Bus Stand of Haryana State
Transport) before releasing the payment to supplier.
c) Balance Twenty (20) % of the Contract Price/order value except CAMC
shall be paid after 6 months (180) days from the date of installation &
commissioning. The payment will be released against Acceptance
Certificate issued by the Purchasers authorized representative in the
Performa given in Annexure14 and final acceptance of the same from
State Transport, Haryana after trouble free operations of all active and
passive components for 30 days (as per bill of material) after Installation &
Commissioning.
d) CAMC payment would be released quarterly after the end of each quarter
by Transport Department, Haryana after expiry of 2 years warranty period.
e) Successful bidder has to submit required bank guarantee from a
25.
26.
Delivery
Installation
Period
27.
47
The EMD of the successful bidder shall be refunded after expiry of validity
period of rates i.e.1 year from the date of decision of High Powered
Purchase Committee (HPPC).
Delivery
of the items and commissioning of IP Surveillance System shall be
&
made by the bidder as per delivery schedule placed at Annexure - 12. After
expiry of given period of supplies, penalty specified below clause 34 will be
imposed on the SI for any unjustified delay on the part of SI.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Comprehensive
Warranty Period
and Maintenance
Services
28.
i.
29.
Acceptance Test
30.
Security money
48
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
31.
Responsibilities
32.
OEM Service
Support
33.
Bid Price
34.
Penalty of delay
in delivery and
configuration
35.
Penalty against
failure to rectify
complaint
36.
Training
49
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Supplier will provide up-to-date industry standard system and user documentation with each component or module before acceptance testing
commences. The Successful bidder shall document all the installation and
commissioning procedures and provide the same to the Transport
Department, Haryana/ HARTRON within 15 days of the commissioning &
trouble free operation for 30 days of System.
CAMC of the net equipment (products / system) for 3 years will be at the
discretion of Transport Department, Haryana and would become applicable
after expiry of warranty period of 2 years and would remain unchanged for the
next 4 years after the expiry of warranty period.
(The same should be quoted by bidder in commercial bid. The same will be
compared & negotiated separately and would be considered for L1 evaluation
as the required product / system is with warranty period of 2 years.)
The bill shall be raised in the name mentioned in the order, and the payment
shall be released as per payment terms by HARTRON. The Payment of CAMC
would be released quarterly after end of each quarter by the Transport
Department, Haryana after expiry of 2 years warranty from OEM.
In the eventuality of any dispute, the sole Arbitrator shall be Financial
Commissioner & Principal Secretary to Govt. Haryana, Information Technology
Department, Haryana and his decision shall be binding on all the parties.
37.
Documentation
38.
Comprehensive
Annual
Maintenance
Contract
39.
Billing
40.
Arbitration
Clause
42.
Augmentation
Supplier shall have to guarantee for a minimum period of 3 years from the
date of acceptance that the equipment shall be upgraded to the latest version
or some additional equipment at their negotiated prices (if any).
43.
Changes
44.
Repair/
Maintenance
Service
Information
Cards
Integration and
installation
commitment
Purchase
Process
45.
46.
47.
Purchase
Preference
48.
50
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
The firm submits the registration certificate for the quoted items and
valid purchase preference certificate issued by the Industries Department
along with the tender;
The firm submits an undertaking that their sales office for the purpose of
billing is based in Haryana and all the billings are/will be raised from
Haryana only;
The gross rates of the firm claiming Purchase Preference are not higher
than 10% of the lowest valid gross rates received in tender and the
Haryana based supplier/ firm agrees to the lowest gross rates;
For the purpose of Financial Evaluation, 50% of the VAT revenue accruing
to the State of Haryana would be discounted from the composite price of
the bidder while comparing the bids received in response to DNIT and the
L1, L2, L3 bidder status will be determined accordingly.
If a successful bidder is awarded the bid offer after discounting/rebating
50% of the VAT revenues accruing to the state of Haryana as stated above
and the sale does not lead to the full accrual of the VAT revenues to the
State of Haryana on the accepted price bid, a penalty equivalent to short
accrual of the VAT revenues to the State of Haryana would be recovered
from the supplier.
Where more than one tenderer claim Purchase Preference and fulfill all the
above conditions, 50% quantity covered under purchase preference may be
divided between them on proportionate basis keeping in view the
quantity/delivery period quoted by them.
Price Fall Clause
MD, HARTRON can accept lower rates from the vendor at any stage during the
contract under price fall clause. Further, if the firm reduces the price of the
items of the offered models/replaced models with same or better
specifications during the contract/supplies, then the rates will also be
reduced accordingly.
Compliance
The bidder must have to submit compliance of all the parameters with
technical bid. If there is no compliance that it should be mentioned as no
compliance
OEM
Service The bidders have to submit OEM support certificate for the next 3 years with
technical bid. List of OEM support centers in India along with address should
Support
also be submitted.
The bidders would have to quote the prices in Indian Rupees only for the total
Bid Price
scope of work. Prices quoted must be firm is final price and shall remain
constant throughout the period of the contract and shall not be subject to any
upward modifications, whatsoever
If the Purchaser considers necessary, it may ask for revised commercial
bids from the technically qualified bidders. The revised bids in sealed
envelopes shall be submitted within a specified time of intimation to
this effect. The revised bids shall not be for amounts more than the one
quoted earlier for an item by the respective bidder, unless the
Revised
specifications are for higher configuration. Any bidder quoting higher
Commercial Bids
rates in their revised commercial bid for the same item quoted earlier
shall be disqualified for further consideration and the bid security may
be forfeited.
Technical and Purchase Committee have right to change the
specifications before opening of the commercial offers for the
betterment for project. In case the specifications are changed then the
bidders will have the right to submit the revised offer.
49.
50.
51.
52.
53.
51
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ii.
iii.
If the Bidder fails to comply with any of the terms, conditions or requirement of order and the
technical specifications of the tender document. The Earnest Money deposited by the Bidder will be
forfeited.
In case successful bidder fails to comply with the delivery period as specified the earnest money
deposit will be forfeited.
2. Cancellation of Order:
i.
In the event of the successful bidder failing duly and properly to fulfill the order or committing
breach of any of the terms and conditions of this order or repeatedly supplying goods liable to
rejection hereunder or failing, declining, neglecting or delay to comply with any demand or
requisition or otherwise not executing the same in accordance with terms of this contract or if the
bidder or his agent or servants being guilty of fraud in respect of this contract or any of his partners
or representatives found directing, giving, promising or offering any bribes, gratuity, gift loan,
perquisite, reward or advantage pecuniary or otherwise to any person in the employment of
Government in any way relating to such officers or person or persons, officer or employment or if the
bidder or any of his partners become insolvent or apply for relief as insolvent debtor or commence
any insolvency proceedings or make any composition with his/their creditors or attempts to do so,
then without prejudice to HARTRONs as well as Indenting Department rights and remedies otherwise,
HARTRON on behalf of and in consultation with Indenting Department shall be entitled to
cancellation of order forth with and to blacklist the bidder and may claim back all or part of the
money already paid to the bidder.
ii.
If during the currency of execution of order, the successful bidder becomes bankrupt or otherwise
insolvent or is likely to become insolvent or bankrupt, HARTRON on behalf of and in consultation with
Indenting Department may, at any time, cancel the order by giving written notice to the successful
bidder. Notwithstanding the above, such termination will not prejudice or affect any right of action
or remedy which has accrued or will accrue thereafter to HARTRON and Indenting Department.
3. Consequences of Cancellation of Order:
i.
ii.
iii.
iv.
v.
vi.
Upon cancellation of order, the successful bidder shall deliver or cause to be delivered all works
carried out for and on account of the indenting department and all data and records required from or
on account of the Indenting Department.
Cancellation of order shall not affect any continuing obligations of the successful bidder under the
Contract Agreement, which, either expressly or by necessary implication, are to survive its expiry or
termination such as confidentiality obligations of the successful bidder.
Upon cancellation of order for any reason whatsoever, the successful bidder shall return to the
Indenting Department any and all confidential information and any other property of the Indenting
Department.
HARTRON on behalf of and in consultation with Indenting Department may procure services similar to
those undelivered, upon such terms and in such manner, as it deems appropriate, at the risk and
responsibility of the successful bidder and the successful bidder shall be liable for any additional costs
for such services.
The successful bidder shall continue the performance of the order to the extent not terminated.
Upon cancellation of order for whatsoever, HARTRON on behalf of and in consultation with Indenting
Department shall have the right to perform the following penalties: Forfeiture of earnest money
Imposition of liquidated damage.
BLACK LISTING OF THE SUCCESSFUL BIDDER.
52
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Format 1
Pre Qualification cum Technical bid
(To be submitted on its Letter head by the bidder)
To,
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
Dear Sir,
Sub:
Tender for Supply, Installation & Commissioning of IP Surveillance System at various Bus Stands
of Haryana Roadways.
1) Having examined the Tender document, I/We [name of the bidder (s)], the undersigned, herewith
2)
3)
4)
5)
6)
7)
8)
9)
submit our response to your Tender Notification dated _________________ for selection of vendor
for Supply, Installation, Testing & Commissioning of CCTV Cameras along with required accessories
on turnkey basis at various Bus Stands of Haryana Roadways, Haryana, _________________ in
full conformity with the said tender document no ______________.
I/We have read the provisions of the Tender document and confirm that these are acceptable to
us. Hence, we are hereby submitting our Bid.
I/We agree to abide by this Tender, consisting of this letter, financial bid and all attachments, for
a period of 120 days from the closing date fixed for submission of bid as stipulated in the Tender
document.
I/We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption, in force in India.
I/We understand that Hartron/Department is not bound to accept/annul any bid received in
response to this Tender.
In case I/We are engaged by Hartron/Department as service provider, I/We shall provide all
assistance/cooperation required by Hartron/ Department appointed auditing agencies officials for
performing their auditing and inspection functions. I/We understand that our non-cooperation for
the same shall be grounds for termination of service.
In case I/We are engaged as a vendor, we agree to abide by all the terms & conditions of the
Contract and Guidelines issued by Hartron/Department from time to time.
I/ We have submitted requisite fee and EMD as per procedure laid in the Tender. All other
required documents (details given in summary table below) as per the stated Qualification Criteria
Our Entitys profile is as under:-
S.No
1.
2.
3.
53
Required details
Legal Name of Entity
Type of Business
Remarks
Corporation
Individual
Sole Proprietorship
Joint Venture
Partnership
Limited Liability Partnership
Other
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
4.
5.
6.
7.
8.
9.
10.
11.
54
Business Address:
City
District
State
Zip code
Telephone Nos.:
Contact email:
Registered Address of the Company:
Address:
City
District
State
Zip code
Contact Person:
Telephone Nos.:
Contact email:
Company Website URL
PAN No. of bidder
TAN No. of bidder
VAT or CST of bidder
Has the firm transacted business under any other
previous names?
If yes, under which name business transacted
Ownership of the Company/Firm:
Whether Company owned or controlled by parent
Company?
If yes, complete the following:
Legal name of the parent company
Full address of parent company
Street
City
District
State
Zip/Pin
Relationship with the parent company
Date of ownership
Shareholding pattern of Parent Company:
Percentage of shares held by the parent
company
Other majority shareholders in the Indian
Company
Details of Board of Directors
Yes
No
Yes
No
Subsidiary
Division
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
12.
13.
14.
55
Yes
No.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
2.
3.
4.
Yes
No
Yes
No
Yes
No
Technical part
I/We hereby tender for the ______________________________________________ and provision of
services during the 2 years warranty period followed by 3 years CAMC, as per the specifications given
in this Tender document within the time specified and in accordance with the specifications and
instructions
Statement of Technical compliance
S#
1
2
Items
56
Make
Model
No.
Item
Part No.
Compliances
Technical
specification
attached
including
product valid
certifications
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
57
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
30
31
32
33
34
35
36
37
Note:- The offered PoE/PoE+ Switches must meet the power budget of all attached IP Cameras and
must meet the Indoor & Outdoor operating temperature as per climate conditions of the Haryana
State.
Yours Sincerely,
Authorized Signatory (ies)[In full and initials]: ___________________________
Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Bidding
Company)
58
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
FORMAT 2
Commercial Bid
(To be submitted by the bidder on its letter head)
To,
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
I/We hereby tender for the ______________________________________________ and provision of services
during the warranty period, as per the specifications given in this Tender document within the time specified and
in accordance with the specifications and instructions. Mentioned below are the rates quoted in the prescribed
format are FOR destination inclusive of all taxes:
PRICE SCHEDULE PART A
Statement of prices with 2 year On-site comprehensive warranty inclusive of all taxes & duties
S#
Items
Qty.
13
2
3
4
5
6
7
8
9
10
11
12
59
24
15
400
100
55
70
640
25
40
10
13
Make &
model
Item
Part
No.
(`)Total
Price
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
19
20
1000
100
21
100
22
13
14
15
16
17
18
23
24
25
20
25
40
10
100
65
100
10000
20
30
26
27
RJ45 Connector
28
500
29
35
30
35
31
10
60
33
350 Nos.
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
32
33
34
35
36
37
38
2500 mtr.
20
2000 mtr
approx.
5000 mtr.
Approx.
5000 mtr
approx.
1500 mtr
approx.
7000
mtr approx.
NOTE:
a) The price quoted should be inclusive of all charges including all applicable taxes, Octroi, freight and
handling charges, and all other miscellaneous expenses.
b)
The price quoted should be inclusive of preparing of cable layout / diagram, Installation,
Commissioning of all items including laying of Fiber Cable, Cat6 Cable, PVC & HDPE Conduit, digging,
refilling, trenching, relieving, installation / fixing of electrical cabling & networking items such as rack,
patch panel, I/O with SMB, Switches etc. & configuration of IP Cameras, NVR/Server, NVMS Software.
c)
In case Department does not require paid Network Video Management Software (NVMS) the bidder must
provide free NVMS available with their OEM with sufficient licences for all installed Cameras at each
Bus Stand location having all standard features of Network Video Management Software (NVMS).
d)
In case of discrepancy between unit price and total price, the unit price will prevail.
e)
Price shall remain valid for the minimum period of one year from the date of decision of High Powered
Purchase Committee (HPPC) as a Rate Contract for Installation of IP Surveillance System at each Bus
Stands of Haryana Roadways and others similar / or small value projects for repeat order.
f)
Approximated Bill of Material is prepared for calculating the L1 bidder, however the billing of items
would be as per actual.
g)
Price must be quoted for 2 years on-site comprehensive warranty followed by 3 years CAMC.
61
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
1.
2.
3.
4.
5.
6.
No upward revision shall be allowed in the case of any fluctuation in the foreign currency
Period of Delivery: We do hereby undertake that in the event of acceptance of our bid, the supply of items will
be completed within stipulated days from the date of issues of purchase order unless otherwise specified in the
purchase order.
Terms of Delivery: The landed prices quoted are inclusive of current Excise Duty, Freight, Insurance, Sales Tax,
etc.
We agree to abide by our offer for a period of 120 days from the date fixed for opening of the PreQualification cum Technical bids and that we shall remain bound by a communication of acceptance within
that time.
We hereby certify that we have read and understood the terms and conditions applicable to the bidder and we
do hereby undertake to supply as per these terms and conditions.
A company and the person signing the bid/offer is the constituted attorney.
NOTE: Delete whatever is not applicable. All corrections/deletions should invariably be duly attested by the
person authorized to sign the bid/offer document.
We do hereby undertake that until a formal Contract is prepared and executed, this bid, together with your
written acceptance thereof and placement of letter of intent awarding the Contract shall constitute a binding
Contract between us.
Yours Sincerely,
62
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 1
Bidding Document Acknowledgement Form
(To be enclosed with technical bid)
To,
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
63
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 2
Self-Declaration on not being blacklisted
(To be enclosed with Technical bid)
Date: _____________
AFFIDAVIT
Subject: Tender No: - e Tender/Hartron/INFRA/CCTV/2015-16-06(1)
From
_______________________
_______________________
To
The Managing Director,
Haryana State Electronics Development Corporation
SCO: 109-110, Sector 17B Chandigarh
I, _____________________________________son of Sh. _____________________________ resident of
______________________________________________________do hereby solemnly affirm and declare as
under:That we M/s ________________________________________________________ hereby confirm that we M/s
___________________________________________________ has not been blacklisted by any State
Government/ Central Government/ Public Sector Undertakings during the last three years and further
confirm that our EMD/SD/Performance bank guarantee has not been forfeited by any State Government /
Central Government / Public Sector Undertakings during the last three years due to our non-performance,
non-compliance with the tender conditions etc.
That we M/s________________________________________________________ hereby declare that all the
particulars furnished by us in this Tender are true to the best of my/our knowledge and I/We understand
and accept that if at any stage, the information furnished is found to be incorrect or false, I/We am/ are
liable for disqualification from this tender and also are liable for any penal action that may arise due to the
above.
That we M/s ___________________________________________________________ certify that no
refurbished components are used in the manufacturing and supply of Quoted Items and its related
accessories / tendered items.
That in case of violation of any of the conditions above, We M/s ______________________ understand that
We M/s _____________________are liable to be blacklisted by Hartron for a period of three years from
participating any tender published by Haryana Government.
DEPONENT
Verification:
Verified that the contents of the above affidavit of mine are true and correct to the best of my knowledge
and nothing has been concealed therein.
DEPONENT
64
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 3
Statutory Undertaking
(To be enclosed with Technical bid)
Date: _____________
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
I/We (Name of the Bidder) having registered office at (Address of the registered office) and local office at
(Address of the local office), hereby declare and confirm that1) The contents of the Tender have been carefully gone through and we undertake to fully comply
with the terms and conditions specified in the tender document including addendum, if any
thereof.
2) I/We are not engaged into litigation as of date with any Government Department/ PSU/
Autonomous body on account of similar services for indulging in corrupt or fraudulent practices.
We also confirm that we are not determined non-performing by any of the entities specified
above.
3) Neither the Bidder nor any of its Directors are the subject of criminal or civil proceedings that
could be expected to adversely affect its business or its ability to Bid in the present tender.
4) We understand that the technical Bid, if found incomplete in any respect and/or if found with
conditional compliance or not accompanied with the requisite Bid Security/ Earnest Money
Deposit, shall be summarily rejected.
5) We understand that if at any time, any averments made or information furnished as part of
this Bid is found incorrect, then its Bid and the contract if awarded on the basis of such Bid shall
be cancelled.
6) We offer to execute the work in accordance with the Terms of Reference and Conditions of
Contract of this Tender.
7) The information provided in the technical proposal (including the attachments) is true, accurate
and complete to the best of my knowledge & belief.
65
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 4
Technical Compliance
(To be enclosed with Technical bid)
Dated: _____________
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
I/We M/S-------------------------------------------- having registered office at (Address of the registered office) and
local office at (Address of the local office), hereby declare and confirm that the specifications of the items
offered match/exceed the ones quantified as minimum requirements in the Tender document.
I/ We, M/S-------------------------------------------- further undertake that following items to be supplied by us
hereunder shall be brand new, free from all encumbrances, defects and faults in material, workmanship and
manufacture shall be of the highest grade and quality and consistent with the established and generally
accepted standards for materials of the type ordered shall be in full conformity with the specifications, drawings
or samples, if any, and shall operate properly
Network Video Recorder (NVR) including Viewing, Recording, Control and Playback Software
Network
Video
Recorder Make :Model:(NVR)
including
Viewing,
Recording,
Control
and
Part no:Playback Software
Sr.no Description
Minimum Technical specifications
Compliance
Yes/No
i.
Channel
16/32 Channel Embedded NVR Auto-discovery of
Cameras and support up to 1920 x 1080
resolution for each Camera per NVR.
ii.
Recording Capacity
16 Channel:
(with HDD installed)
8 TB installed HDD initially into NVR
Note:- NVR must be capable to expand its storage
capacity as per requirementupto16 TB or More
having capacity of 30 days recording on 1080P
@25 FPS (24 hrs x 30 days continuous recording)
32 Channel:
16 TB installed HDD initially into NVR
iii.
Internal Video
Surveillance Hard Disk
Drive
iv.
v.
OS Embedded
Video Format
66
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
vi.
vii.
Video Compression
Recording Bit Rate on
Input Stream on H.264
@ 1080P
H.264
16 Channel: 96 Mbps or better
Recording
Live View Control
x.
Overwrite Recording
xi.
View
xii.
xiii.
Playback System
Video Settings
xiv.
Network Protocols
xv.
xvi.
xvii.
xviii.
xix.
xx.
xxi.
Ports
Mouse
Ethernet
Operating Environment
Mounting Kit
Device Compatibility
NVR Reset Mode
xxii.
xxiii.
RAID
Certifications
xxiv.
xxv.
Built In Alarm
notification with email
notification
Recording Type :
Other Software
Features:
xxvi.
xxvii.
xxviii.
67
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Make :-
Model:-
Compliance
Yes/No
i
ii
iii
iv
Size
Resolution
Response Time
Audio
v
vi
Ports
Accessories
32
Full HD (1920x1080) Pixel
less than 5 ms
Minimum 20 watt RMS (2x10 watt) or
better
VGA and HDMI
wall mount kit & with standard main
cables, Energy saving features Available
30X Full HD PTZ Outdoor High Speed Day & Night IP Camera
30X Full HD PTZ Outdoor High
Speed Day & Night IP Camera
Sr.no
Description
Make :-
Model:-
Compliance
Yes/No
Image sensor
Ii
Lens
Iii
Minimum Illumination
Iv
V
Vi
Shutter time
Pan/Tilt/Zoom
vii
viii
Ix
Television System
Video compression
Resolutions
X
Xii
Xiii
Xiv
Image settings
68
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Xv
Security
Xvi
Supported protocols
Xvii
Xiii
Xix
Browser Support
Intelligent video
Alarm triggers
Xx
Alarm events
Xxi
Xxii
Device Compliant
Weatherproof & VandalProof Casing
Xxiii
Xxiv
Power
Interfaces
Xxv
Local Storage
Xxvi
Xxvii
Operating conditions
Certifications
xxviii
Included accessories
Make
Model
Compliance
Yes/No
Image sensor
Ii
Iii
Iv
V
Vi
Vii
Viii
Ix
X
Television System
Video compression
Maximum Video Resolutions
Frame rate H.264
Xi
Multi-view Streaming
Xii
Video streaming
69
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Xiii
Image settings
Xiv
xv
WDR
Security
Xvi
Supported protocols
Xvii
Xviii
Xix
Xx
Browser Support
Device Compliant
Event triggers
Recording
Xxi
Alarm events
Xxii
Xxiii
Xxiv
Xxv
Xxvi
Xxvii
Power
Max. Power Consumption
Interface
Local storage
Xxviii
Certifications
Xxix
Xxx
Operating Temperature
Included accessories
Outdoor Bullet/Box Vari Focal (9-20mm lens) Day & Night IP Camera
Outdoor Bullet/Box Vari Focal (9-20mm
lens) Day & Night IP Camera
Sr.no
Description
Make :-
Model:-
Compliance
Yes/No
Image sensor
Ii
Iii
Iv
V
Vi
Vii
Television System
70
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Viii
Ix
X
Video compression
Maximum Video Resolutions
Frame rate H.264
Xi
Multi-view Streaming
xii
Video streaming
Xiii
Image settings
Xiv
Xv
WDR
Security
Xvi
Supported protocols
Xvii
Xviii
Xix
Xx
Browser Support
Device Compliant
Event triggers
Recording
Xxi
Alarm events
Xxii
Xxiii
Weatherproof
Other Settings
Xiv
Xxv
Xxvi
Xxvii
Power
Max. Power Consumption
Interface
Local storage
Xxviii
Certifiations
Xxix
Xxx
Operating Temperature
Included accessories
Indoor Dome Vandal Proof VariFocal (3-9 mm lens) Day & Night IP Camera
Indoor Dome Vandal Proof Make :Vari Focal (3-9 mm lens) Day
& Night IP Camera
Sr.no
Description
Minimum Technical specifications
i.
ii.
Image sensor
Mega pixel Lens
71
Model:Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
iii.
iv.
Shutter time
Minimum
Illumination
IR LEDs
Day and night
Television System
Video compression
Maximum Video
Resolutions
Frame rate H.264
v.
vi.
vii.
viii.
ix.
x.
xi.
xii.
Multi-view
Streaming
Video streaming
xiii.
Image settings
xiv.
xv.
WDR
Security
xvi.
Supported protocols
xvii.
xviii.
xix.
xx.
Browser Support
Device Compliant
Event triggers
Recording
xxi.
xxii.
xxiii.
xxiv.
xxv.
xxvi.
xxvii.
Alarm events
Vandal-Proof Casing
Other Settings
Power
Max. Power
Consumption
Interface
Local storage
xxviii.
Certifiations
xxix.
Operating
Temperature
Included accessories
xxx.
Indoor Vandal Proof Dome Fixed Lens Day & Night IP Camera
Indoor Vandal Proof Dome
Make :Fixed Lens Day & Night IP
Camera
Sr.no
Description
Minimum Technical specifications
I
Ii
Image sensor
Mega pixel Lens
72
Model:Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Iii
Iv
Xii
Shutter time
Minimum
Illumination
IR LEDs
Day and night
Television
System
Video
compression
Maximum Video
Resolutions
Frame rate
H.264
Multi-view
Streaming
Video streaming
Xiii
Image settings
Xiv
Security
Xv
Supported
protocols
Browser Support
Device
Compliant
Event triggers
Recording
V
Vi
Vii
Viii
Ix
X
Xi
Xvi
Xvii
Xviii
Xix
Xx
Xxi
Xv
Xvi
Alarm events
Vandal-Proof
Casing
Other Settings
Power
Max. Power
Consumption
Interface
Local storage
Xvii
Certifications
Xviii
Operating
Temperature
Included
accessories
Xxii
Xxiii
Xiv
Xix
73
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
16 Gigabit Managed Switch PoE with 2 SFP Port:16 Gigabit Managed Switch
Make :PoE with 2 SFP Port
Sr.no
Description
Minimum Technical specifications
I
Interfaces
Ii
Iii
Performance
Layer
2Features
LLDP-MED
iv
Layer 2
Multicast
Features
vi
Virtual LAN
(VLAN)
Features
vii
Quality of
Service (QoS)
Features
viii
Security
Features
74
Model:Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ix
Management
Features
Operating
Temperature
Certifications
x
xi
Interfaces
ii
Performance
iii
Layer 2 Features
iv
Layer 2 Multicast
Features
Virtual LAN
(VLAN) Features
vi
Quality of Service
(QoS) Features
vii
Authentication,
Authorization &
Accounting (AAA)
Management
Features
viii
75
Model:-
Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ix
Operating
Temperature
Certifications
/ v2c / v3
BOOTP / DHCP Client
Cable Diagnostics
0 50 C
CE, FCC, UL
Interfaces
Ii
Performance
Iii
Layer 2 Features
Iv
Layer 2 Multicast
Features
Virtual LAN
(VLAN) Features
Quality of Service
(QoS) Features
Vi
vii
Authentication,
Authorization &
Accounting (AAA)
Management
Features
Viii
Ix
Operating
Temperature
76
Model:Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
Certifications
CE, FCC, UL
Note:- The offered PoE/PoE+ Switches must meet the power budget of all attached IP Cameras.
2 or 3 KVA On-Line UPS System(with 4 hours backup)
2 or 3 KVA On-Line UPS
System(with 4 hours backup)
Sr.no
Description
Make
Model
Compliance
Yes/No
Technology
ii
Diagnostic
Indications
iii
iv
Input Voltage
Input frequency
range
Output Voltage
Output
Frequency
Output Crest
factor
Power factor
v
vi
vii
viii
ix
Overload
Capacity
Transient
Response &
Voltage Recovery
Time for Step
Load
Charger
xi
xii
Output Overall
AC to AC
efficiency
Inverter
efficiency DC to
AC
Input Harmonic
distortion
Output Harmonic
distortion
Wave form
Cooling
xiii
xiv
xv
xvi
xvii
77
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
xviii
xix
Battery Type
Min. VAH Desired
xx
Protections
xxi
xxii
xxiii
Environment
Operating
temperature
Relative humidity
Credentials
xxiv
CERTIFICATIONS
xxv
xxvi
Noise Level
Transformer:
ii.
iii.
iv.
v.
vi.
vii.
78
Make
Minimum Technical specifications
Make /Model
CAT 6 UTP Cable (per Box) Including Laying
Charges
(1 Box /Roll = 305 meters)
Cat 6 Jack Panel 24 Port with 12 Keystone
loaded
UTP CAT 6 Patch Cord (1 Meter)
UTP CAT 6 Patch Cord (5 Meter)
1 Gigabit SFP Module (LX Optics)
LC to SC Duplex Fiber Patch Cord 3 Meter
(SMF)
6 Core Outdoor Armored Single Mode Fiber
Cable (in meters) Including Laying Charges
Model
Compliance
Yes/No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
viii.
ix.
x.
xi.
xii.
xiii.
xiv.
xv.
xvi.
xvii.
xviii.
xix.
xx.
xxi.
xxii.
79
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 5
Certificate of Dealership/Authorization Letter/Warranty
(To be provided by the OEMs of devices as mentioned in this tender document
on their Letterhead) to be enclosed with Technical bid
Dated: _____________
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
Sir,
This is to certify that I/We am/are the Original Equipment Manufacturer in respect of the products listed
below. I/We confirm that
<Name of Bidder> have due authorization from us to provide product(s) listed below and related
services of warranty, licensing and maintenance
We endorse the warranty, contracting and licensing terms provided by <Bidder> as per the
requirement of this tender.
We further undertake that we as an OEM of the below mentioned equipment will discharge all
responsibilities under comprehensive warranty for the period indicated in the contract/purchase
order, in case the Bidder fails to do the same for any reason.
We also certify that the below mentioned product being supplied by the <Bidder> meets the
minimum specifications given in the Tender document.
Product Name
80
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 6
Undertaking for honoring warranty
(To be enclosed with Technical bid and to be submitted by the bidder on its letter head)on the
Dated:Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh-160017
Sub:
Undertaking for honoring warranty for the period indicated in the contract
This bears reference to our quotation Ref. ______________ Dated __________
We warrant that,
1) All Products supplied by us shall be brand new (purchased within 2 months of the data of supply), free
from all defects and faults in material, workmanship and manufacture. They shall be of the highest
grade and quality and shall be consistent with the established industry standards.
2) We shall provide the documentary proof for warranty and proof of purchase at the time of deployment
of infrastructure
3) None of the components and sub-components are declared End-of-sale by the respective OEM in
next three (3) years as on date of submission of Bid.
4) If the infrastructure supplied by us is not-supported by the OEM during the period of contract for any
reason, we will replace the product with a suitable higher alternate for which support is provided by
the OEM at no additional cost to Hartron/Indenting department and without impacting the
performance or timelines of this engagement
5) We would provide on-site maintenance of the installed system for a period of Three (3) years from the
date of commissioning of the system within the price quoted by us in the Commercial Bid.
6) After the expiry of the comprehensive warranty, we would provide Comprehensive Annual
Maintenance Contract (CAMC) for a period of two years i.e 3rd and 4th year covering
repair/replacement of all defective parts on the rates finalized at the time of award of the contract,
if any, with the same or equivalent make for any part removed. Maintenance will be provided at site
under the CAMC. However the indenting department has the right to award the CAMC to any other
agency at that point of time
81
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 7
Checklist to be enclosed with Technical bid
Dated:Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
We M/s ____________________ has enclosed documentary evidence for fulfilling the Eligibility in the
Technical Bid and other requirement laid in the tender document.
S.No.
1.
2.
3.
Clause
Documents Required
Processing fee for Tender Document The Payment for Tender Document
should have been submitted.
Fee `5000/- (Rupees Five Thousand
Only) and eService Fee Rs. 1000/(Rupees one thousand only (Non
refundable) can be made by eligible
bidders / contractors online directly
through Debit Cards & Internet
Banking Accounts.
EMD should have been submitted.
The Payment for EMD `2,00,000/(Rupees Two Lac only) can be made
online directly through RTGS / NEFT
and the bidder would remit the funds
at least T + 2 working day
(Transaction + Two working days) in
advance to the last day and make the
payment via RTGS / NEFT to the
beneficiary
account
number
as
mentioned in the challan.
The bidding company must be in the Copy of Purchase Order issued in the
related business of supplying CCTV name of Bidder and copy of the
cameras and allied equipments for the completion/ Performance Certificate
for the above Purchase Order shall be
last three years.
submitted.
4.
5.
of
dealership/
Bidder
should
be
either Certificate
manufacturer/authorized dealer of the authorization letter as per the
equipments as mentioned in scope of Annexure-5 from OEM.
work.
82
The
bidder
shall provide the
Certificate of Incorporation for
Registered Companies, Partnership
Deed for Partnership Firms/VAT or
Service Tax Registration Certificate
for Sole Proprietorship Firms.
Compliance
Yes / No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
S.No.
6.
7.
8.
9.
10.
11.
12.
Clause
Documents Required
83
Compliance
Yes / No
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
S.No.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
Clause
Documents Required
Compliance
Yes / No
The Bidder should have all necessary Copies of Sales Tax, Service Tax
licenses, permissions, consents, NOCs, Certificate & PAN No.
approvals as required under law for
carrying out its business. The Bidder
should have currently valid Sales
tax/Service Tax Registration Certificate
and PAN No.
Format 1
Technical Bid
Format 2
Commercial Bid
Annexure 1
Acknowledgement of bid document
Self-Declaration
on
not
being Annexure 2
blacklisted
Annexure 3
Statutory undertaking
Annexure 4
Technical Compliance
Certificate of Dealership/Authorization Annexure 5
Letter/Warranty
Annexure 6
Undertaking for honoring warranty
Annexure 7
Checklist
Annexure 8
After sales services
Annexure 9 (to be enclosed with
Undertaking of rates
commercial bid)
Declaration Regarding Clean Track
Annexure-10
Record
MAINTENANCE & TECHNICAL SUPPORT
Annexure-11
FACILITIES (INCLUDING ADDRESSES OF
THE SERVICE CENTERS) In
TRICITY(Chandigarh, Panchkula, Mohali),
Haryana, Delhi (NCR)
Delivery and Implementation Schedule
of site(s) provided in purchase order
CERTIFICATE OF ACCEPTANCE
Declaration regarding submission of
hard copy of the details uploaded
Annexure-12
Annexure-15
Annexure-16
84
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 8
(To be enclosed with Technical bid)
AFTER SALES SERVICE CERTIFICATE
Dated:Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
Whereas, we M/s (Bidder Name) are established & reputable manufacturers/authorized dealer for sales &
services of (Make of items) of [items name] having service offices at NCR/Chandigarh. Details are as under:
--------------------------------------------------------------------------------------------Sr.No.
Address of Service
Centre
Phone No.
Number of
Engineers
85
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 9
To be enclosed with the commercial bid
UNDERTAKING OF RATES
Dated:Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
We M/s ______________________________ do hereby confirm that:
The rates quoted against this offer are lowest possible and as on date we have not quoted less rates to any
other customer than the rates quoted herein. In case, we quote less rates than this offer to any other
customer within 1 month of the due date of this offer, then double of the difference in amount will be
refunded to HARTRON. We also confirm that in case our Company/principal officially reduce the price
before the delivery or within 15 days from the date of delivery, then the benefit for the same will be
passed to HARTRON.
We M/s _____________________________ further undertake that any price benefit on account of providing
higher version of these lab instruments for water contamination testing study than the required/specified
in this offer shall not be claimed by us either from Hartron or from indenting Department.
86
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 10
Declaration Regarding Clean Track Record
To,
Managing Director,
Haryana State Electronics Development Corporation Limited,
SCO 109-110, Sector 17-B,
Chandigarh.
I hereby declare that my company has not been debarred / black listed by any Government / Semi
Government organizations in India. I further certify that I am competent officer in my company to make this
declaration.
Yours faithfully,
87
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 11
MAINTENANCE & TECHNICAL SUPPORT FACILITIES (INCLUDING ADDRESSES OF THE SERVICE CENTERS) In
TRICITY(Chandigarh, Panchkula, Mohali), Haryana, Delhi (NCR)
Contact Details of Project Manager deputed for this project, till its completion:Name & Designation:
Address:
e-Mail:
Office Phone:
Mobile No.:
Bidder:
LOCATION
Address of the
Service Centre
Total No. of
qualified Service
Engineers
Remarks
Address of the
Service and
Support Centre
Total No. of
qualified Service
Engineers
Remarks
Delhi (NCR)
Chandigarh
Haryana
Punjab
OEM:
LOCATION
Delhi (NCR)
Chandigarh
Haryana
Punjab
Signature of the Bidder
Name:
Date:
Place:
Business Address:
88
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 12
Delivery and Implementation Schedule of site(s) provided in purchase order:-
Activity
Schedule
1.
S. No.
2 weeks
2.
3.
4 weeks
(from the date of
approval of IP
Surveillance System
Design & Layout
diagram)
2 weeks
4.
5.
1 Week
1 week
7.
The Consignee shall verify & confirm satisfactory or un-satisfactory report of the
supplier regarding 30 days (one month) trouble free operation within 10 working days
on receipt of claim of the firm.
89
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE - 13
CONTRACT FORM
This agreement made the ____ day of ______, 2015 between _____________________ (Name of the
purchaser (Hereinafter the Purchaser)) of one part and______________________ (Name of the supplier
(Hereinafter the Supplier)) of the other part.
Whereas the purchaser invited bids for certain goods and services viz. _______________________________
(Brief description of the goods and services) and has accepted a bid by the supplier for the supply of those
goods and services in the sum of `__________________ (Contract Prices in words and figures) (hereinafter
called the Contract price)
Now this agreement witness as follows:
1.
2.
3.
4.
In this agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract referred to.
The following documents shall be deemed to form and be read and construed as part of this
agreement, viz.,
a. the bid form and the price schedule submitted by the bidder
b. the technical specifications
c. the General conditions of the contract
d. the purchasers notification of award
In consideration of the payments to be made by the purchaser to the supplier as hereinafter
mentioned, the supplier hereby covenants with the purchaser to provide the goods and services and to
remedy defects therein in conformity in all respects with the provisions of the contract.
The purchaser hereby covenants to pay the supplier in consideration of the provisions of the goods and
services and the remedying of defects therein, the contract price or such other sum as may become
payable under the provisions of the contract at the times and in the manner prescribed by the
contract.
Brief particulars of the goods and services, which shall be supplied/provided by the supplier, are as
under:
S#
Quantity to be
supplied
Unit Price
Total Price
TOTAL VALUE:
Delivery Schedule:
In Witness whereof the parties hereto have caused this agreement to be executed in accordance with their
respective laws the day and year first above written.
Signed sealed and delivered by the
Said (for the purchaser)
In the presence of .
Signed sealed and delivered by the
Said(for the supplier)
In the presence of
90
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 14
Performa of certificate for issue by the purchaser after successful Commissioning
Date:
No.
M/s .
..
Sub: Certificate of Acceptance.
1. This is to certify that the equipment as detailed below has/have been received in good condition along
with all the standard and special accessories (subject to remarks in para 2). The same has been
installed and commissioned.
a. Contract No. __________ dated
b. Description of the equipment..
c. Name of the consignee
d. Date of commissioning and proving test..
2. Details of accessories/spares/ services not yet supplied and recoveries to be made on that account:
S.no.
Description
Amount to be recovered
3. The proving test has been done to our entire satisfaction and users have been trained.
4. The supplier has fulfilled his contractual obligations satisfactorily*
Or
The supplier has failed to fulfill his contractual obligations with regard to the following:
(a)
(b)
(c)
(d)
5. The amount of recovery on account of non-supply of accessories spares and services is given under Para
No. 2.
6. The amount of recovery on account of failure of the supplier to meet his contractual obligations is as
indicated in endorsement of the letter.
Signature .
Name..
Designation
SEAL
91
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE 15
CERTIFICATE OF ACCEPTANCE
I/WE HEREBY OFFER TO SUPPLY THE IP SURVEILLANCE SYSTEM EQUIPMENTS ALONG WITH OTHER
RELEVANT ITEMS FOR PROPER IMPLEMENTATION IN THE MANNER IN WHICH AND WITHIN THE TIME
SPECIFIED AS SET FORTH IN THE NOTICE INVITING TENDER.
I/WE HEREWITH ENCLOSE DEPOSIT RECEIPT FOR SUM OF `..AS EARNEST MONEY
(EMD) AND IF I/WE SHOULD FAIL TO EXECUTE AN AGREEMENT EMBODYING THE SAID CONDITIONS.
I/WE HEREBY AGREE THAT THE ABOVE SUM OF EARNEST MONEY SHALL BE FORFEITED BY MANAGING
DIRECTOR, HARTRON.
I declare that all the provisions of this RFP/Tender Document are acceptable to my company. I
further certify that I am an authorized signatory of my company and am, therefore, competent to make this
declaration
READ AND ACCEPTED.
SEAL
Date
Business Address
92
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
ANNEXURE -16
Declaration regarding submission of hard copy of the details uploaded
Bidder (s) have to submit print of the complete document and enclosures of technical bid only, as uploaded
at the http://haryanaeprocurement portal, duly certified, stamped and signed by authorized signatory,
within one working day after opening of technical bids along with the following:a)
b) A Declaration on letter head stating that the certified documents submitted are the same as uploaded
on http://haryanaeprocurement portal and true. If it fails to disclose all the information or suppresses
and/or misrepresents the information and if it is found that the information given in the certified
documents is false HARTRON will be free to take action including rejection of bid and/or any other action
as deemed necessary.
SEAL
Date
Business Address
93
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
APPENDIX 1
Request for clarification
Bidders requiring specific points of clarification may communicate with the Hartron through email during
the specified period using the following format.
Date: _____________
To
Managing Director
Haryana State Electronics Development Corporation Limited (HARTRON)
SCO 111-113 Sector 17 B, Chandigarh. 160017
Tel:
Fax:
Email:
S. No
Tender
Reference (Section
No. / Page No.)
1
2
3
4
5
6
Authorized Signatory (ies)[In full and initials]: ___________________________
Name and Title of Signatory (ies): _________________________________
Name of Bidding Company/Firm: ____________________________________
Address: ____________________________________ (Affix the Official Seal of the Company)
94
e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)
APPENDIX 2
1.
2.
3.
4.
5.
Inspection Parameters:
Compliance (Yes/No)
Complete Package:
Remarks:
Name, designation, contact number of the nodal person from concerned location present during
inspection:
Name:
Name:
Contact No.:
Contact No.
Date
Date
Location (Name of the office with Address)
95