You are on page 1of 95

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

E-TENDER
FOR
Supply, Installation & Commissioning of IP Surveillance System
at various Bus Stands of Haryana Roadways

Haryana State Electronics Development Corporation Limited


SCO109-110, Sector 17-B Chandigarh-160017
Phone 0172-2714302, 2545479
Email:-md@hartron.org, projectdivision@hartron.org
Website: www.hartron.org, https://haryanaeprocurement.gov.in

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

24. Annexure 10 DECLARATION REGARDING CLEAN TRACK RECORD


. 87
25. Annexure 11 MAINTAINANCE & TECHNICAL SUPPORT FACILITIES . 88
26. Annexure 12.. DELIVERY AND IMPLEMENTATION SCHEDULE . 89
27. Annexure 13 CONTRACT FORM . 90
28. Annexure 14. Performa certificate for issue by the purchaser after successful commissioning.. 91
29. Annexure 15.. CERTIFICATE OF ACCEPTANCE ..92
30. Annexure 16.. DECLARATION REGARDING SUBMISSION OF HARD COPY OF THE DETAILS UPLOADED ..93
31. Appendix 1 Request for clarification ..94
32. Appendix 2 Post-Delivery Inspection Report and Acceptance Sign-Off 95

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

Tender Inviting Authority


Designation and Address

2. Name of the Work


Tender reference
Place of Execution

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

Tender document is available at


https://haryanaeprocurement.gov.in
www.hartron.org from 2.00PM onwards from 01.01.2016
The Payment for Tender Document Fee `5000/- (Rupees Five
b) Processing Fee for Tender
thousand Only) and e-Service Fee `1000/- (Rupees one thousand
only) (Non refundable) can be made by eligible bidders /
contractors online directly through Debit Cards & Internet Banking
Accounts.
The Payment for EMD of `2,00,000/- (Rupees Two Lac only) can
c) Earnest Money Deposit (EMD)
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.
Publication of Tender Notice
4.
01.01.2016from 2.00 PM onwards
3

a) Tender document
availability

Last date for receiving


queries/ clarifications through
emails
Email address for
6.
communication for any
queries/clarifications

16.01.2016 by 05.00 PM

7. Pre-bid meeting

18.01.2016 at 2.30 PM in the conference room of Hartron Bhawan,


Bay No. 73-76, Sector 2, Panchkula

5.

Response to vendor queries /


Release of corrigendum (if
required)
Last date and time for
8.
submission of e-Tender
Date and Time of Opening
9.
of Technical Bids
10. POC Date
11. POC Venue
12. Date and Time of Opening of
Commercial Bids
13.

i.
ii.
iii.
iv.

md@hartron.org, projectdivision@hartron.org, roshanlal@hartron.org

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

Eligibility Criteria: Please refer to the Section 2 of the Tender Document.


Two Bid System i.e.Stage-1 Prequalification cum Technical Bid; Stage-2 Commercial Bid.
Tenders received after due date and time will be summarily rejected.
Any Bid not conforming to the format will be summarily rejected.

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

1.1 PAYMENT OF TENDER DOCUMENT FEE AND EMD


1.1.1 The Bidders shall have to pay for the Tender document, EMD Fees & eService Fee of Rs.1000/online by using the service of secure electronic payment gateway. The secure electronic payments
gateway is an online interface between contractors and online payment authorization networks.
1.1.2

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

Technical Bid Opening

Start date and


time
Tender Document Download 01.01.2016from
and Bid Preparation
14.00 hrs
Bidders 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

Expiry date and


time
29.01.2016
upto 14.30 hrs

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

1. INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM


1.1 These conditions will over-rule the conditions stated in the tender document, wherever relevant and
applicable.
1.2 Registration of bidders on e-Procurement Portal:All the bidders intending to participate in the tenders processed online are required to get
registered on the centralized e - Procurement Portal i.e. https://haryanaeprocurement.gov.in.
Please visit the website for more details.
1.3 Obtaining a Digital Certificate:
1.3.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate
to establish the identity of the bidder bidding online. These Digital Certificates are issued by an
Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India.
1.3.2

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

In case of any change in the authorization, it shall be the responsibility of management /


partners of the firm to inform the certifying authority about the change and to obtain the digital
signatures of the new person / user on behalf of the firm / company. The procedure for
application of a digital certificate however will remain the same for the new user.
1.3.7 The same procedure holds true for the authorized users in a private/Public limited company. In
this case, the authorization certificate will have to be signed by the directors of the company.
1.4 Opening of an Electronic Payment Account:
For purchasing the tender documents online, bidders are required to pay the tender documents
fees online using the electronic payments gateway service shall be integrated with the system. For
online payments guidelines, please refer to the Home page of the e-tendering Portal
https://haryanaeprocurement.gov.in.
1.5 Pre-requisites for online bidding:
In order to bid online on the portal https://haryanaeprocurement.gov.in , the user machine must
be updated with the latest Java & DC setup. The link for downloading latest java applet & DC setup
are available on the Home page of the e-tendering Portal.
1.6 Online Viewing of Detailed Notice Inviting Tenders:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders
floated through the single portal e-Procurement system on the Home Page at
https://haryanaeprocurement.gov.in
1.7 Download of Tender Documents:
The tender documents can be downloaded free of cost from the e-Procurement portal
https://haryanaeprocurement.gov.in. However the bidders are required to submit the non
refundable tender document cost as per the clause 1.8 below.
1.8 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting
Tenders. The date and time shall be binding on all bidders. All online activities are time tracked
and the system enforces time locks that ensure that no activity or transaction can take place
outside the start and end dates and the time of the stage as defined in the online Notice Inviting
Tenders.
1.9 Bid Preparation (Qualification & Financial) Online Payment of Tender Document Fee, eService
fee,
EMD fees of online Bids:
1.9.1

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

1.10.2 Operative Procedures for Bidder Payments


A) Debit Card
The procedure for paying through Debit Card will be as follows.
(i)
Bidder selects Debit Card option in e-Procurement portal.
(ii)
The e-Procurement portal displays the amount and the card charges to be paid by bidder.
The portal also displays the total amount to be paid by the bidder.
(iii)
Bidder clicks on Continue button
(iv)
The e-Procurement portal takes the bidder to Debit Card payment gateway screen.
(v)
Bidder enters card credentials and confirms payment
(vi)
The gateway verifies the credentials and confirms with successful or failure message,
which is confirmed back to e-Procurement portal.
(vii)
The page is automatically routed back to e-Procurement portal
(viii) The status of the payment is displayed as successful in e-Procurement portal. The eProcurement portal also generates a receipt for all successful transactions. The bidder can
take a print out of the same,
(ix)
The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
B) Net Banking
The procedure for paying through Net Banking will be as follows:
(i)
Bidder selects Net Banking option in e-Procurement portal.
(ii)
The e-Procurement portal displays the amount to be paid by bidder.
(iii)
Bidder clicks on Continue button
(iv)
The e-Procurement portal takes the bidder to Net Banking payment gateway screen
displaying list of Banks
(v)
Bidder chooses his / her Bank
(vi)
The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank
(vii) Bidder enters his account credentials and confirms payment
(viii) The Bank verifies the credentials and confirms with successful or failure message to the
Net Banking gateway which is confirmed back to e-Procurement portal.
(ix)
The page is automatically routed back to e-Procurement portal
(x)
The status of the payment is displayed as successful in e-Procurement portal. The eProcurement portal also generates a receipt for all successful transactions. The bidder can
take a print out of the same.
(xi)
The e-Procurement portal allows Bidder to process another payment attempt in case
payments are not successful for previous attempt.
C) RTGS/ NEFT
The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module,
bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would offer

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

2. SCOPE OF WORK & OBJECTIVE


2.1 The proposed sites are various Bus Stands of Haryana Roadways in the State. The proposed IP
Surveillance System consists of Network Video Recorders (NVR), Indoor & Outdoor IP Cameras, PTZ
Cameras and with a backbone of structured Network consists of PoE Switches etc. The control room
shall have all the IT equipment's housed in a centrally located rack. The System is designed that it
should work in 24x7 environment. All the cameras (except PTZ) should use POE functionality to avoid
the conventional power cabling using centrally located On-Line UPS Systems. Each IP Camera must be
capable to deliver good quality video recordings without any blurring in the video. The Network Video
Recorders shall be provided with required Video management software and it should ensure that once
recorded, the video cannot be altered or tampered; ensuring that the audit trail is intact for evidential
purposes. The proposed Video Surveillance system includes tracking movements/ verification and
recognition, through high quality images, of persons and objects including vehicles. The recordings of
the scene of the Jurisdiction shall be helpful in case of enquires etc. in establishing the truth.
2.2 Scope of work: This invitation of bids is for Design IP Surveillance System, Supply & Installation thereof
of IP Cameras, required active & passive networking components including other allied items to
establish IP Surveillance System and its maintenance & management for 2 years and also followed by
CAMC for the period of 3 Years. The total no. of proposed Bus Stands in which IP Cameras are to be
installed is approximately 33 and total required quantity of IP Cameras is around 596. The details of the
same are provided as under:A. Estimated Bill of material for Supply & Installation of IP Surveillance System
at various Bust Stands in Haryana
Tentative
#
Item
Qty.
16 Channel Network Video Recorder (NVR)
1
Network Video
13
Recorder
2

On-Line UPS
System

IP Cameras

Networking
Components

32 Channel Network Video Recorder (NVR)


2 KVA On-Line UPS System with approx. 4 hrs Back-up Time

24
13

3 KVA On-Line UPS System with approx. 4 hrs Back-up Time

20

PTZ30x Full HD Outdoor High Speed Day & Night IP Camera

15

Dome Vari Focal (3-9mm) OutdoorDay& Night IP Camera

400

Bullet/Box Vari Focal (9-20mm) OutdoorDay& Night IP Camera

100

Dome Vari Focal (3-9mm) IndoorDay& Night IP Camera

55

Dome Fixed Lens (2.8/4mm) Indoor Day & Night IP Camera

70

Memory Card 32 GB Micro SD (Class 6 or higher)


16Port PoE+ Gigabit Managed/ Web Smart Managed (10/100/1000)
Switch with 2 SFP Ports

640
25

8/10 Port PoE+ Web Smart Managed (10/100/1000) Gigabit Switch


with 2 combo 10/100/1000 BASE-T/SFPPorts
4/2 Port Web Smart Managed (10/100) Gigabit PoE Switch having 4
PoE+ 10/100/1000 Mbps and 2 combo 10/100/1000 BASET/SFPPorts
12 U Rack including Mounting Kit, Cable Manager, Power supply
with 5 Socket with Fan etc.

40
10
25

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

6 U Rack including Mounting Kit, Cable Manager, Power supply with


5 Socket with Fan etc.

Various required
items

6 U/7UOutdoor Rack (Rain Protected) including Pole / Wall


Mounting Kit, Power supply with 3 Socket,Shelf, Dual Fan and
standard accessories etc.
CAT 6 UTP Cable (per Box) Including Laying Charges
(1 Box /Roll = 305 meters)

10
100

Cat 6 Jack Panel 24 Port with 12 Keystone loaded


UTP CAT 6 Patch Cord (1 Meter)

65
1000

UTP CAT 6 Patch Cord (5 Meter)

100

1 Gigabit SFP Module (LX Optics)

100

LC to SC Duplex Fiber Patch Cord 3 Meter (SMF)


6 Core Outdoor Armored Single Mode Fiber Cable (in meters)
Including Laying Charges
12 Port Rack Mount Fiber LIU fully Loaded with all associated
items & termination including Fiber Pigtails SC 1 mtr.
8 Port Outdoor Fiber LIU fully Loaded with all associated items &
termination including Fiber Pigtails SC 1 mtr.
32 Full HD Commercial Display

100

RJ45 Connector

10000
20
30
33
350 Nos.

CAT 6 Information Outlet with Face Plate & Junction Box

500

4 TB Internal Video Surveillance SATA Hard Disk Drive

35

9 Mtr. Camera Pole with Concrete Foundation including Fixing


3 Mtr. Camera Pole 3 Dia (ISI) for root top PTZ Camera with
mounting hardware and grouting
3 Core Power Cable in Mtr. Including Laying Charges
Finolex/Hevells/Delton make
5 &15 amp 2 nos socket & 1 no switch with board with wiring from
Electrical Duct to UPS and UPS to Switch (ISI)

35

Digging & Re-leveling in Soft Soil


Digging & Re-leveling in Hard Soil
1" PVC Conduit (ISI) Medium
1.5" PVC Conduit (ISI) Medium
50 mm HDPE Pipe (ISI)
6

40

Project Installation, Testing, Commissioning charges - Per Site

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)

Approximately Requirement of CCTV Cameras to be installed at Bus Stands of Haryana Roadways


Depot.
Sr.
Name of the
#
Name of the Bus
Approximate No. Additional
No.
Depot
Stands under the
of Cameras to be cameras for
depot
installed Bus
w/Shop/office
Stand wise
1
Ambala
1
Bus Stand Ambala
20
10
Cantt.
2
Bus Stand
12
05
Naraingarh
2
Bhiwani
3
Bus Stand Bhiwani
16
10

CharkhiDadri

Fatehabad

Bus Stand
Tohsham

05

05

Bus Stand Dadri

09

10

Bus Stand Loharu

03

05

08

10

Bus Stand
Fatehabad
Bus Stand Tohana

03

05

Depot & Sub


Total
Approximate
Camera required
in a Depot
30+17 = 47

26+10=36

19+08=27

18+08=26

Gurgaon

Gurgaon

10

10

Hisar

10

Bus Stand Hisar

11

10

11

Bus Stand Hansi

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

Bus Stand Jhajjar


Bus Stand
Bahadurgarh
Bus Stand Jind
Bus Stand
Narwana
Kaithal
Bus Stand Karnal
Bus Stand Narnaul

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

Bus Stand Rewari


Bus Stand Rohtak

11
22

10
10

11+10=21
22+10=32

16

Sirsa
Yamunanagar

Bus Stand Sirsa


Bus Stand Dabwali
Bus Stand
Yamunanagar
Bus Stand
Jagadhari

11
4
13

10
05
10

21+09=30

17

23
24
25

05

27
28

Bus Stand Sonipat


Bus Stand Gohana

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

ELIGIBILITY CRITERIA FOR BIDDERS:


3.1 Bidders General Qualifications:
i. This tender is open to all firms/companies from within India, who are eligible to do business under
relevant Indian laws as in force at the time of bidding.

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.

The Payment for Tender Document Fee `5,000/- (Rupees


Five Thousand Only) and eService Fee `. 1000/- (Rupees
one thousand only (Non refundable) can be made by
eligible bidders / contractors online directly through
Debit Cards & Internet Banking Accounts.

2.

EMD should have been submitted.

3.

Business

4.

Bidder Turnover

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 prime bidder/the non OEM teaming partner should be
in the business of IP Surveillance for the last 3 years. The
bidding company or their Principal manufacturer should
have after sales service centers in North India preferably
in tricity (Chandigarh/Mohali/Panchkula) or Delhi (NCR).
The support facilities should be fully owned by the
bidder/OEM and managed by their permanent employees
(Company Payroll) and not through franchisee. The bidder
should have valid ISO 9001 certificate. The company must
be a registered company under companies Act and should
have import export license. The bidding company must be
a security and surveillance system integrator.
The prime bidder should have minimum annual turnover
of `15.00 Crores each during last three financial years
and must have a minimum cumulative turnover of `60.00
Crores in the last three financial years 2012-13, 2013-14
and 2014-15.

15

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

S.No.

Clause

Documents Required

5.

Executed Turnkey project

6.

OEM Turnover and Experience

The prime bidder or consortium/Teaming partner must


have successfully executed at least one order of minimum
value of `50.00 Lacs or two orders of minimum value
`30.00 Lacs (each) related to installation of CCTV
Cameras/Surveillance Systems during last 3 years in Govt.
Sector/PSUs/Registered Companies. Further, in case of
Teaming agreement, the non OEM teaming partner should
also have executed or supported at least two projects
worth `10.00 Lacs (each) with Indian listed companies
with the same OEM for the same category of items. The
satisfactory reports from the said customers including
copies of such purchase orders including technical as well
as commercial aspects are to be enclosed with the PreQualification cum Technical Bid.
(i)The OEM of IP cameras must have minimum turnover of
` 500 Crore globally or `100 Crore in India during each of
the last three financial years 2012-13, 2013-14 and 201415.

7.

8.

9.

10.

11.

16

(ii) The make offered by bidder or OEM ( directly or


through other system integrators) should have
successfully supplied and installed more than 200 nos. of
IP Cameras in single purchase order anywhere in India (in
Govt. Sector/PSUs/Registered Companies) during last
three years.
(iii) The OEM of IP Cameras must be operational in India
for at least 5 years directly or any other mode.
Customer list
Customer list is to be provided as proof for number of
Cameras installed against each order for reference
purpose.
No. of Engineers/ Certified
The firm should have team of minimum 10 nos. (On-roll)
engineer
qualified and experienced engineers in the field of
installation and commissioning of CCTV Cameras.
Bidder
should
be
either Certificate of dealership/authorization letter as per
manufacturer/authorized dealer the Annexure-5 from OEM.
as mentioned in scope of work.
The Bidder should be registered The bidder shall provide the Certificate of
in India under the Indian Incorporation for Registered Companies, Partnership
Companies Act, 1956/Partnership Deed for Partnership Firms/VAT or Service Tax
firm/sole proprietorship firm and Registration Certificate for Sole Proprietorship Firms.
existing for the past 3 years
The bidding company must be in Copy of Purchase Order issued in the name of Bidder and
the related business of supplying copy of the completion/ Performance Certificate for the
related IP cameras for the last above Purchase Order shall be submitted.
three years.

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

S.No.
12.

13.

14.
15.

16.
17.

18.

19.

17

Clause

Documents Required

The Turn-over of the bidding


company must be minimum `15.0
Crores (Rs. fifteen Crore) during
the last three financial years and
and must have a minimum
cumulative turnover of `60.00
Crores in last three financial
years 2012-13, 2013-14 and 201415.
The Bidder should have positive
net worth (measured as paid-up
capital plus free reserves) and
should be a profit making
company for each of the last
three audited financial years (FY
12-13, FY 13-14, FY 14-15)
Should not have been black listed
as on date of submission of Bid
In case Bidder is not an OEM then
an authorized undertaking will be
required from the OEM stating
that OEM will discharge all
responsibilities under warranty
for the period indicated in the
contract, in case the Bidder fails
to do the same for any reason.
Performance certificate by
Bidder

Audited Balance sheet of the Bidder for each of the last 3


financial years i.e. FY 12-13, FY 13-14 and FY 14-15.

The Bidder must have successfully


executed such orders of these
type of items as mentioned under
scope of work in any Govt.
Departments/ Organization India
in last 3 years as on the date of
submission of Bid.
The bidder/OEM shall have
minimum one service center in
Tri-city (Chandigarh/Panchkula /
Mohali)/Delhi (NCR)

Audited Balance sheet and Profit & Loss account


statement of the Bidder for each of the last 3 audited
financial years FY 12-13, FY 13-14 and FY 14-15.

Affidavit as per the Annexure-2


Authorized undertaking from the OEM as per the
Annexure-5

The performance certificate from two customers where


minimum 150 nos. IP CCTV Cameras are installed.
A certified letter from the concerned Client confirming
the date of engagement and successful completion of
order.

In case of OEMs/bidders Own Service Centre, copies of


the landline telephone bills or valid rent agreement as
on tender opening date shall be submitted as a proof for
availability of the service centres.
ISO 9001:2008 Certificate issued Copies of valid ISO 9001:2008 and ISO 14001:2004
in the name of OEM for Certificates.
Manufacturing Process and ISO
14001:2004 Certificate issued in
the name of OEM for handling of
hazardous
items
in
the
manufacturing process.

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)

MINIMUM TECHNICAL SPECIFICATIONS

SCOPE OF WORK & MINIMUM DESIRED TECHNICAL SPECIFICATIONS OF ITEMS


4.1 Introduction:-The proposed system is to install & commissioning of IP Surveillance System at various
Bus Stands of Haryana Roadways in the State. The IP Surveillance system consists of Network Video
Recorders (NVR), Indoor & Outdoor IP Cameras, PTZ Cameras and with a backbone of structured
Network consists of PoE Switches etc. The System is designed that it should work in 24x7 environments.
4.2 Scope of work: The objective is to establish 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. This integrated Video Surveillance system at each Bus Stands
of State Transport will helps in Security & Surveillance of Bus Stand Complex, Crime Control and to
ensure effective security & surveillance of an area as well as create a tamper proof record for post
event analysis. This invitation of bids is for Design IP Surveillance System, Supply & Installation thereof
of IP Cameras, required active & passive networking components to establish IP Surveillance System and
its maintenance and management for 2 years and also followed by a CAMC for the period of 3 Years. 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 list of the same will be provided
at the time of award of Contract. 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. The Rate of the successful vendor will be kept valid for a period of 1 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 in phases. The
selected 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 the Committee including concerned GM of Bus Stand(s),
representative of district Administration before start execution of work.
4.3 SYSTEM SPECIFICATIONS
The Video Recording Server/NVR shall be provided with required Video management software
should ensure that once recorded, the video cannot be altered or tampered; ensuring that the audit
trail is intact for evidential purposes. The proposed Video Surveillance system includes tracking
movements/ verification and recognition, through high quality images, of persons and objects
including vehicles. The recordings of the scene of the Jurisdiction shall be helpful in case of
enquires etc. in establishing the truth.
The bidder has to consider following points to achieve the functional requirements of IP Surveillance
System in various Bus Stands of Haryana Roadways:1) The offered System/Solution should be capable to store 30 days Video recording.

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

1. Design of IP Surveillance System of 33 Bus Stand Locations of Haryana Roadways.


2. Supply of Active & Passive Components of IP Surveillance System at each site.
3. Preparation of network plan with rack wise node details (in form of excel tables) and cable
layout diagrams separately for each site.
4. Identification & Termination of already laid Fiber & UTP cable at Bus Stands and integrate
into the proposed IP Surveillance System if any?
5. Digging, Trenching, re-leveling, Cable laying and testing of the all laid cable.
6. Installation & fixing of Electrical Cable & Camera Poles.
7. Installation, connectivity and testing of the IP Surveillance System.
8. Configuration and Management of Network Switches, IP Cameras, NVR.
9. Integration with already existing Server, Nodes, Power Supply & Peripherals.
10. Removal of extra cable, switches & other LAN components.
Following documents should be submitted by the supplier carrying LAN cabling and Integration
work.

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

The Specifications of the work involved are as below:

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

Alternate Networking Solutions


A proposed IP Surveillance System is indicated above. The bidders may like to forward their
suggestions / recommendations for improving the effectiveness and efficiency of the IP Surveillance
System solution along with details of implementing similar solutions in other organizations if any.
The bidder shall explain all special features incorporated in the suggested solution clearly indicating
the advantages of these features.
BIDDERS ARE ALSO REQUIRED TO SEND A DETAILED ACTION PLAN FOR SUPPLY OF
EQUIPMENT, INSTALLATION AND COMMISSIONING OF THE SYSTEM ALONG WITH A
NETWORK DIAGRAM OF THE PROPOSED SOLUTION. THIS IS REQUIRED FOR TECHNICAL
EVALUATION OF THE BIDDERS. STATE TRANSPORT, HARYANA/HARTRON MAY ASK THE
SELECTED BIDDERS TO MAKE A PRESENTATION OF THEIR SUGGESTED SOLUTION TO
STATE TRANSPORT, HARYANA/HARTRONPROJECT MANAGEMENT TEAM / TECHNICAL
EVALUATION TEAM.

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

Overview of the Proposed Solution

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.

4.11 Installation, Termination and Testing


A. Installation and Termination
i.

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.

Termination of cable on components likes Jack Panel and Information Outlet.

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.

B. Integration and Testing:


After the individual testing of Active & Passive components, integration of complete IP Surveillance
System is to be done followed by IP Surveillance performance & Video Quality testing.
C. All test reports should be verified & accepted by State Transport, Haryana. Final Acceptance
certificate should be issued by State Transport, Haryana after verification of test reports & trouble
free operations for 30 days after commissioning.
D. Two years onsite support for operation & maintenance of IP Surveillance System (including all Active
items like IP Cameras, Network Switches, NVR and all Passive Items like Cables system, IO, Patch
Panel etc.) will start after final acceptance followed by CAMC for 3 years after expiry of 2 years
warranty period.
E. All IP Surveillance equipment like IP Cameras, Network Switches, NVR will be configured for best
performance and central manageability.
Note:- The IP Surveillance System shall be delivered and the technologies are implemented in
conjunction with a set of best practices guidelines & industry standards. Offered system/solution
should also be capable for further integration with State/District Command & Control Center for
security operations & management.

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

Internal Video Surveillance


Hard Disk Drive

OS Embedded

23

Note:- NVR must be capable to expand its storage capacityas per


requirementupto32 TB or More having capacity of 30 days recording
on 1080P @25 FPS (24 hrs x 30 days continuous recording)
Size: 3.5-inch/2.5-inch
Capacity: 4/6 TB SATA Surveillance Optimized Disk
Interface : minimum 6 Gb/s
RPM Speed: 7200 rpm
Cache: 64 MB Cache or higher
Linux / Windows Embedded

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

Built In Alart notification


with email notification
Recording Type :
Other Software Features:

29

Mobile Web clients

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.

C) LED SPECIFICATIONS 32 Full HD commercial display


# Description
Specification
1 Size
32
Resolution
Full HD (1920x1080) Pixel
Response Time
less than 5 ms
Audio
Minimum 20 watt RMS (2x10 watt) or better
Ports
VGA and HDMI
Accessories
wall mount kit & with standard main cables, Energy saving features Available
C) 30X Full HD PTZ Outdoor High Speed Day & Night IP Camera
#
Specifications
Description
1. Image sensor
1/3 Full HD progressive CMOS sensor or better
<=4.3 to >=129 mm, auto iris and autofocus, 30x Optical Zoom & 12X
2. Lens
Digital Zoom or better,

24

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

3.

Minimum Illumination

4.
5.

Day and night


Shutter time

6.

Pan/Tilt/Zoom

7.
8.
9.
10.
11.

Television System
Video compression
Resolutions
Frame rate H.264
WDR

12. Video streaming

13. Image settings

14. Security
15. Supported protocols
16. Browser Support
17. Intelligent video
18. Alarm triggers
19. Alarm events
20. Device Compliant
21.

Weatherproof & VandalProof Casing

22. Power
23. Interfaces
24. Local Storage
25. Operating conditions
26. Certifications
27. Included accessories

Color: 0.3 Lux or better


B/W: 0.06 Lux or better
Infrared-Cut Removable (ICR) Filter module
1/1 ~ 1/10000 sec.
30x Optical zoom and 12x Digital zoom, Total 360x zoom,
Pan: 360 endless
Tilt: 0~90 auto flip
Direct Drive Electromechanically Pan Tilt Mechanism
PAL
H.264 High Profile
1080P Full HD, minimum 1920x1080 on 25fps or higher
Minimum 25fps or higher
100 dB (True)
Multiple individually configurable streams in H.264, Controllable frame
rate on each stream and bandwidth VBR/CBR H.264
Manual Shutter time, Compression, Color, Brightness, Sharpness, White
Balance, Backlight Compensation, fine tuning of behaviour at low light,
rotation, Time Stamp and Text overlay, minimum 5 configurable Privacy
mask, image freeze & Image Inverse on PTZ, Minimum PTZ Pre-sets 150,
Image Stabilization
Administrator and User Group protection, Password protection, HTTP
digest encryption
IPv4, HTTP, HTTPS, FTP, SMTP, UPnP, DNS, IP Filtering, NTP, RTSP,
RTP,TCP, UDP, IGMP, RTCP, ICMP, DHCP
Internet Explorer
Video motion detection
Intelligent Video Motion Detection, External Input, PTZ position
File upload via FTP, HTTP and email Notification via email, HTTP and
TCP, PTZ pre-set, local storage
On-vifProfle S
IP-66 and Vandal Proof IK10
with in-built Heather & Blower
or Dehumidification device and Defogging feature
PoE 802.3at
RJ-45 Ethernet 100BASE-TX, Connector for AC/DC power
Automatically re-writable SD/SDHC memory card slot (card not included),
Auto recording upon network failure
0 50 C
CE, FCC, UL / NABL Lab approved Government of India
Power Supply, mounting & connector kits with other standard accessories

D) Outdoor Dome VariFocal (3-9 mm 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

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

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
Schedule Recording to Hard Drive and Event triggered recording
Tempering, Video Recording to Local Storage
IP-66 and Vandal Proof IK10
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 50C
Power Supply, Pendant Wall / Pole mounting & connector kits with other
standard 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

Schedule Recording to Hard Drive and Event triggered recording


Tempering, Video Recording to Local Storage
IP-66
Digital Zoom, Enable/Disable LED Indicators
12V DC &PoE
Up to 802.3af PoE
RJ-45 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 50C
Power Supply, mounting & connector kits with other standard 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

H) 16 Gigabit Managed Switch PoE with 2 SFP Port


Features
Description
1G : 16 auto negotiable (Minimum PoE budget 240 Watt)
Interfaces
1G SFP+ : 2
Switching Capacity : 36Gbps (Non-blocking)
Packet Forwarding Rate : 26Mpps (Wire speed)
Performance
MAC Address Table : 8K
Static MAC Entries : 256 entries
LLDP-MED
Spanning Tree (STP) 802.1d
Layer 2Features

Rapid Spanning Tree (RSTP) 802.1w


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

28

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

Port Mirroring : One-to-One / Many-to-One


Jumbo Frame : 9000 Bytes
Layer 2 Multicast Features
Virtual LAN (VLAN) Features

Quality of Service (QoS)


Features

Access Control List (ACL)


Features

Security Features

Management Features
Operating Temperature
Certifications
I)

Internet Group Management Protocol (IGMP) Snooping : v3


IGMP Snooping Groups : 256
Tagged VLAN 802.1Q : 256 Static VLANs
Voice VLAN
No. of Queues : 4 Queues
Traffic Prioritization 802.1p
Strict Priority
Weighted Round Robin (WRR)
CoS based on Switch Port
CoS based on 802.1p Priority
CoS based on Differentiated Services Code Point (DSCP)
Bandwidth Control per port
Access Control List
Max. ACL Profiles / Rules : 50 / 240
Secure Sockets Layer (SSL) : v3
Port Security: Max. 64 MAC Addresses per Port
Broadcast/Multicast/Unicast Storm Control
DHCP Server
ARP Spoofing Prevention
In case of ARP Broadcast Storm (DoS attack and virus throttling) switch
should have ability to protect Control and Management Plane.
Switch should be able to identify unwanted traffic to CPU, prioritized and
throttled from interrupting the smooth operation of the switch.
Web-Based GUI,
Simple Network Management Protocol (SNMP) : v3
0 50 C
FCC,CE, UL

8 Port Gigabit Managed/ Web Smart PoE Access Switch Specifications:Features


Interfaces

Description
Gigabit PoE : 8 Ports auto negotiable (Minimum PoE budget 120 Watt)
1G SFP : 2
Switching Capacity : 20 Gbps

Performance

Packet Forwarding Rate : 14 Mpps


MAC Address Table : 8K
Static MAC Entries : 256 entries
LLDP-MED
Spanning Tree (STP) 802.1d
Rapid Spanning Tree (RSTP) 802.1w

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

Internet Group Management Protocol (IGMP) Snooping : v3

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

IGMP Snooping Groups : 256


Virtual LAN (VLAN)
Features

Tagged VLAN 802.1Q : 256 Static VLANs


Voice VLAN
No. of Queues : 4 Queues
Traffic Prioritization 802.1p

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)

802.1X Access Control


Web-Based GUI

Management Features

Simple Network Management Protocol (SNMP) : v1 / v2c / v3


BOOTP / DHCP Client
Cable Diagnostics

Operating Temperature 0 50 C
Certifications

CE, FCC, UL

J) 4 Port 10/100 Managed Industrial Grade PoE+ Switch Specifications:Features


Interfaces

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

MAC Address Table : 8K


Static MAC Entries : 256 entries
Spanning Tree (STP) 802.1d
Rapid Spanning Tree (RSTP) 802.1w
Loopback Detection

Layer 2 Features

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
Port Mirroring : One-to-One / Many-to-One

Layer 2 Multicast
Features
Virtual LAN (VLAN)
Features
Quality of Service
(QoS) Features

30

Jumbo Frame : 9000 Bytes


Internet Group Management Protocol (IGMP) Snooping : v3
IGMP Snooping Groups : 256
Tagged VLAN 802.1Q : 256 Static VLANs
No. of Queues : 4 Queues
Traffic Prioritization 802.1p
Strict Priority

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

Weighted Round Robin (WRR)


CoS based on Switch Port
CoS based on 802.1p Priority
Bandwidth Control
Authentication,
Authorization &
Accounting (AAA)

802.1X Access Control


Web-Based GUI

Management Features Simple Network Management Protocol (SNMP) : v3


BOOTP / DHCP Client
Operating Temperature 0 70 C
Certifications

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:

Input Over/ Under voltage, Output Over/Under voltage, Battery Under


voltage, Output overload / short circuit, Over temperature
Between 0 to 45oC or better
Upto 95% non condensing
Manufacturer should be ISO 9001:2000 certified, Manufacturer should be ISO
14001 certified
EN/IEC 62040/2, UL or equivalent certifications issued by Indian registered
Laboratory/Organizations would also be considered as alternate
certification.
<55 DB @ 1 Meter
Internal/External Galvanic Isolation transformer on Input.

L) Passive Networking Components:


i.
All network cables and components (both UTP1G and fiber-1G) should be from the same OEM.
ii.
The OEM should be ISO 9001:2000 Certified. In the changing needs of the global resources if the
company has environmental management systems in place like ISO14001:2004 accreditation the
same shall be added advantage.
iii.
The offered products must adhere IEEE standards, wherever BIS standards are available that
shall be minimum benchmarking for the offered product.
iv.
All the Cat6 cabling components should be tested and verified by ETL with data transmission
frequencies min 400 MHz or higher.
v.
All the Cat6 components should be RoHS compliance.
vi.
The cabling should be certified to have application support warranty for next 20/25 years.
vii.
OEM to furnish test report from ETL / third party laboratory for testing of IEEE 802.3ab on
cabling system with zero bit error.
viii.
All Fiber patch cords should have connectors as per switching SFP/SFP+ Connectors.
a)
UTP CAT 6 Cable
Should confirm / comply or exceed the TIA / EIA 568-C.2 (1 Gigabit) standards for physical &
Electrical specifications / standards
4 Pair 23 AWG Copper Cable.
b)
24 Port Jack Panel with wire manager
Should conform to TIA / EIA 568-C.2 Component Compliant
Should terminate 24 UTP CAT 6 (4 pair) Cables at 110 type wiring block at the rear end and RJ45
jack on the front panel.
Ports should be with individual dust cover & individually replaceable.
19" rack mountable
Should confirm to EIA/TIA 568A wiring Pattern
Should have labeling strips for identification.
Should have integral cable management shelf.
c)
Wire Manager
19" rack mountable
Height 1 U
Should be able to route wire on both front as well as rear of the jack panel.
d)
Information Outlet with Surface Mount Box
Should meet for exceed the TIA/EIA-568-B.2-1 Component Compliant (1Gigabit) standard
Surface mount box with single RJ45 socket to terminate UTP CAT 6 Cable
Gold plated contact surface
Provision for dust cover for protection against dust (spring loaded).
Provisions for labeling icons and strips.
the size of front plate should be 3 inch by 3 inch (3 X 3)
e)
CAT 6 Patch Cord 5mtr. / 1mtr.
Should confirm / comply or exceed the ISO/IEC 11801:2002, TIA-568-C.2 Cat 6 for physical &
Electrical specifications / standards.
4 Pair 26 AWG Copper Cable
Cord in length on 5mtrs. / 1 mtr with transparent slim line clear anti-snag slip on boots and factory
moulded RJ-45 plugs at both end.

32

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

f)

Racks with all standard accessories (6U, 12U)


19" wall mountable Rack of 6U, 12U height with Powder quoted steel Body, front peforated door,
closed on all sides, lock and key, 2 fans, trays and 6 socket dual power supply strip (5 pin & 5Amp.)
with spike buster, Mounting Hardware etc.
Note:- W x D of offered Rack must be capable to mount the offered NVR & Switches.

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.

The Managing Director, HARTRON will be the authority to

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

The extension will be allowed to the

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.

In case the delivery

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)

The contractor shall not:


a) Assign or sublet contract without written approval of the officer sanctioning the contract.
b) Disposal details of the conditions governing this contract to unauthorized persons (intending
against this contract is permissible only for the bonafide use of Government Departments and
Quasi Public and not for private parties or for the private use of the Government Officers).

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.

Submission of Bids: Bids should be submitted online https://haryanaeprocurement.gov.in before


29.01.2016 by 2.30PM.

d.

Opening of Technical Bids: At 3.00 pm on 29.01.2016 at Haryana State Electronics Development


Corporation Ltd. 2nd Floor, SCO 109, Sector-17 B, Chandigarh.

e.

Advice to the Bidders:


Bidders are advised to study this tender document carefully before participating. It shall be deemed
that submission of Bid by the bidder have been done after their careful study and examination of
the tender Document with full understanding to its implications.

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.

PROCEDURE FOR SUBMISSION OF BID:


The Bids should be submitted in two parts i.e. Pre-Qualification cum Technical Bid and Commercial
Bid.
a. Technical bid (Stage1):- The Technical Bid format as given in the Tender shall be filled, signed and
stamped on all pages. Errors if any shall be attested by the Bidders. The Technical Bid shall not
contain any indications of the Price otherwise the Bid will be summarily rejected. The bidders shall
submit the details of make and model of the items offered against the tender requirement.
b. Price Bid Form (Stage 2):-All the Price items as asked in the Tender shall be filled in the Price Bid
Format as given in the Tender. The Prices quoted shall be only in INDIAN RUPEES (INR) only. The
tender is liable for rejection if Price Bid contains conditional offers.
c. Mode of Submission of Bids:-The Bids shall be submitted electronically on Haryana Govt. eprocurement portal strictly as specified in the Tender document. The Bids will not be received
personally.
d. Rejection of Bid:- Bids submitted other than the electronic form on e procurement portal of
Haryana Government shall not be entertained.
EVALUATION OF BIDS:
An evaluation committee consisting of officials from HARTRON and indenting Department will
evaluate the bids of all the bidders both technically and commercially as per the following
schedule/pattern.
i) Only Technical bid shall be opened on the day of opening of the bids at 3.00 pm on 29.01.2016
ii) Conditional bids shall be summarily rejected.

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)

Approx. Test Plan:


The X-Rite Munsell Color Checker Chart will be used for color accuracy test. This 24-color array
provides a known reference for accurate reproduction of true-to-life images in any medium,
under any illumination. Each of the 24 colors represents the actual color of natural objects such
as blue sky, skin tones, and foliage and each color reflects light just like its real-world
counterpart.

X-Rite MunsellColorChecker Chart (Fig. 1)


ii) Many factors that influence video quality include lens, image sensor, image signal processor (with
all the enhancement support like auto exposure, auto white balance, auto focus, WDR, DNR,
Sharpening etc.) and compression. With simple visual observation anybody can tell that the image
quality. For example the image quality of the given below Image-1 is much better than the Image2. The details are very clear on the Image-1 but quite blurry on the Image-2. Yet in both cases the
lens was adjusted to the best possible focus.

Image-1 @ Resolution: 250x130

Image-2 @ Resolution: 375x195

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

Results Obtained / Remarks


Full
HD
PTZ
30X

Showing all actual


Color=10 Marks
Failing to identify 1
Color =5 Marks
Failing to identify 2
Color =3 Marks
Failing to identify > 2
Color = 0 Mark

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

NVR Performance, Storage availability & Camera Performance=5 Marks of


each status (live) (Total=10)
Features of
Solution capabilities/features, relevant in IP Surveillance System in respect
entire offered
of offered NVMS & IP Cameras. Bidder has to do video recording of 15
Solution &
minutes duration at POC site & on this video footage, they have to manage/
NVMS
demonstrate/analyze significant features available with their offered
products = each 5 marks per relevant feature maximum up to 15 marks.
Total (Scoring 70% or above in the POC will qualified for commercial bid opening)

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.

Read and accepted

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

TERMS AND CONDITION OF THE CONTRACT


Offers are to be submitted for complete solution/system along with required
mentioned details of Hardware & Software. Offers received without these,
tender may be ignored.
Any required details, which is not on the proper form and received late, may
not be considered.
The conditions of contract attached to the form be returned duly signed along
with the schedule and in case of non compliance the tender may be ignored.
Tenders which are not strictly according to the specifications laid down in the
schedule will not be considered. Unless a deviation from the specification /
delivery period given in schedule is pointed out by the tenderers specifically,
it will be presumed that offer conforms to the specifications, delivery period
as laid down in the schedule
In case the date of opening falls on Holiday, gazetted or subsequently
declared, the tender will be opened on the next working day following the
closed day.
All disputes will be settled within the jurisdiction of Chandigarh.
The offers will be regarded as constituting an offer or offers open to
acceptance in whole or in part or parts till the date as indicated in the
schedule.
The Bidder and OEM must have ISO 9001:2008 certification or CMMi Level 3
Certification and any other certification should furnish the certificates.
Photocopies of all the required documents should be attached with the offer.
The vendor should be in a position to produce the original document(s) for
verification, if required.
The tenderer will give complete addresses of its sister concerns/authorized
dealers along with name of partners with their complete address (es) and
extent of share.
It should also be ensured that tender/offer has been signed by an authorized
person. His name, designation and address should be given in capital letters.
Please also indicate the name, designation of the person who signs the
schedule and who shall have further correspondence in this case.
This office reserves the rights to increase or decrease the quantity at any
stage.
Inspection of the Items/Equipments
i. The inspection of the instruments shall be carried out by HARTRON &
indenting Department and shall have the power to inspect/verify the
equipment supplied as per the order before, during or after installation
and to reject the same or any part or portion, if he or they be not
satisfied that the same is not at par or according to the specifications
submitted by the successful bidder.
ii. The successful bidder shall not be paid for supplies rejected as specified
at part i of clause no. 6.
iii. The successful bidder shall 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.
iv. HARTRON and indenting Department shall be under no liability whatsoever
for rejected item and the same will be at the successful bidders risk

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

v. Rejected supplied shall be removed by the successful bidder at his own


expense within 10 days after notice has been issued to him of such
rejection, and failing such removal of rejected goods will at vendors risk
and HARTRON on behalf of and consultation with indenting Department
may charges the successful bidder the market rent for the space occupied
by such rejected goods.
vi. Super inspection of already inspected equipments may be carried out at
the discretion of indenting Department after installation, such officer as
may be authorized by him. The provisions of condition mentioned at part
(i) also apply to the super inspection.
The tenderers must attach with their offers the partnership deed or
constitution of the firm indicating the name of the proprietor.

14.

Partnership

15.

Agreement

16.

Authorization

17.

Past
Performance

18.

Price

19.

Validity of rates

20.

Corrections

The successful tenderers are required to send the agreement in duplicate as


the condition of the contract, tenders for accepted applicable in this case to
the firm of issue of acceptance/adhoc/detailed orders by Director General,
Transport
Department,
Haryana/
HARTRON,
failing
which
no
acceptance/supply order will be issued and a copy of the same shall be
returned to the tenderers duly executed on behalf Director General, Transport
Department, Haryana / HARTRON by this office and second copy will be
retained in this office for record.
Only manufacturers or their distributors/agents/stockiest/authorized dealers
are entitled to submit their tenders. The manufacturers should supply
documentary proof i.e. Registration with the Director of Industries, National
Small Scale Industries Corporation or with penal of HARTRON this Directorate,
Offers other then the manufacturers should be supported with an authority
letter from the manufacturers, authorizing them to quote rates standing
guarantee for the satisfactory execution of supply orders failing which offers
are liable to be ignored.
Tenderers who are dealing first time with HARTRON are required to furnish
particulars of supplies of similar stores made by them during the past three
years to various State Govt./ Directorate General, Supplies & Disposals, New
Delhi / or any other organisation in the Country, failing which the
offers/tenderers are liable to be ignored.
The total landed prices in the Project Cost Proposal should be inclusive of
current excise duty, freights, insurance, sales tax etc., failing which the offer
may be ignored. However octroi shall be extra if applicable. Further if there
is any change in the excise duty by Govt. of India then the same shall be
applicable on presentation of the proof. The change in any other duties
including sales tax, custom duties effect due to devaluation of Rupee shall not
be entertained.
The validity of the offer/prices should be valid for 120 days from the date of
opening of bids unless otherwise specified and successful bidder should also
have to keep rates valid for a period of one year from the date of decision of
High Powered Purchase Committee (HPPC) as a Rate Contract. If any firm
withdraws their offer within the validity period or modifies conditions without
approval of HARTRON, the EMD of the firm may be forfeited and the firm may
be debarred from doing any business with HARTRON and other State Govt.
Organizations.
The tenderer must sign each Correction.

21.

Price Variation

Offer with price variation clause will not be accepted.

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.

Scheduled/ Nationalized Bank.


f)

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.

The successful bidder will be responsible for the comprehensive


maintenance of the supplied equipment and its related accessories free
of charge during the comprehensive warranty period of 2 years.
However, warranty assurance should be from the OEM of the main
products i.e. NVRs and Cameras. Switches etc. The payment of SI would
be released after receipt of written confirmation from the OEM that the
SI has procured mentioned items from them with 2 years standard
warranty and OEM support certificate for the next 7 years.
ii. The said comprehensive warranty shall be deemed to commence from
the date of issue of the letter for successful completion of the supply
and installation by the indenting department.
iii. It shall be the responsibility of the successful bidder to keep the
equipments in good working condition during the comprehensive
warranty period; otherwise it shall be treated as a non performance on
the part of the vendor for penalty.
iv. The comprehensive warranty shall cover repair/replacement of all
defective parts, if any, with the same or equivalent make for any
part removed. Maintenance will be provided at site. Limited/carry in
comprehensive warranty will not be accepted. The successful bidder
will provide after sale service during the comprehensive warranty
period from Chandigarh (Tricity)/Delhi (NCR) as per the after sales
certificate attached at Annexure 8.
v. After the expiry of the comprehensive warranty of 2 years, the
successful bidder shall also provide Comprehensive Annual
Maintenance Contract (CAMC) for a period of three years i.e. 3 rd, , 4th
and 5th year covering repair/replacement of all defective parts, if any,
with the same or equivalent make for any part removed. Maintenance
will be provided at site under the CAMC. The bidders have to submit
OEM support certificate for the next 7 years with technical bid.
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.
vi. 10% bank guarantee of the order value submitted valid for 66 months
shall be kept by Transport Department/HARTRON as a security against
the comprehensive warranty period of 2 years and CAMC for 3 years
after expiry of warranty period of 2 years. For CAMC of 3 years, the
said bank guarantee would be extended till the period of the CAMC.
The payment of CAMC would be released by the Transport Department,
Haryana quarterly after end of each quarter, after expiry of 2 years
warranty from OEM.

29.

Acceptance Test

30.

Security money

48

The CCTV System shall be accepted by the department after successful


implementation at all the locations mentioned in Section-II.
Security Money / Bank Guarantee of 10% of total order value including
software will be deposited by the vendor valid for 66 months within 15 days
from the date of acceptance of order.

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

It shall be the responsibility of the vendor to keep the equipment in good


working condition so as to ensure a minimum of 95% uptime on monthly basis
by carrying out the necessary repairs/maintenance of equipment, otherwise
it shall be treated as a non performance on the part of the vendor for which
performance guarantee may be forfeited and firm may be black listed for
future business. The vendor shall provide free replacement of equivalent part
as and when required.
The bidder will complete the service call within one working day otherwise
penalty shall be levied @1% per working day for total down system & 0.5% per
working day for partially down system for failure beyond 95% up time
condition for any unjustified delay. The annual warranty amount shall be
deemed to be @ 10% of the total project cost. The same terms also applicable
during CAMC Period. Absence of and failure by on-site assistant for more than
3 consecutive days without replacement will attract penalty @ 1% of annual
warranty amount for per day of unauthorized absence or delay.
The bidders have to submit OEM support certificate for the next 7 years with
technical bid. Certificate 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.
List of OEM support centers in India along with address should also be
submitted with technical bid.
The bidders would have to quote the prices in Indian Rupees only for the total
scope of work. Prices quoted must be firm and final price and shall remain
constant throughout the period of the contract and shall not be subject to any
upward modifications, whatsoever
After expiry of delivery period 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 will be considered. Thereafter, HARTRON
might
cancel
the
order
with
the
consultation
of
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, than 1% penalty per week or
part thereof would be continued for delay till the date of supply. The penalty
will be calculated on total contract value.
Bidder must provide comprehensive warranty of 2 years to ensure smooth
functioning of Surveillance solution which includes all the items such as IP
cameras, NVR/Video Recording Server, Networking equipment and allied
software during the warranty period. In case of failure of any Camera or any
other item installed in various depots, the complaints shall be attended within
24 hours of reporting through email/telephone etc. and should be rectified
within 48 hours failing which penalty @ `200/- per day per item shall be
deducted from the invoices of the vendor/performance bank guarantee. In
case vendor fails to rectify the complaint within 7 days than the department
will get this rectified at the risk and cost to vendor from open market. Bidder
must provide details of Contact Person and Contact Number for complaints at
every Bus Depot. The escalation matrix will also to be provide to escalate the
complaint if it does not got resolved in due time. The details of logging
Complaints & Escalation Matrix must be labeled with NVR at every Bus Depot
on a printed & laminated paper.
The vendor shall provide adequate / operational training on the complete
system / supplied items and other related accessories to end user department
i.e. Transport Department, Haryana.
Training shall be commenced
immediately after installation & Commissioning and the bidder must produce
training certificate in writing before releasing of payment.

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

HARTRON/Transport Department, Haryana reserves the right to increase or


decrease quantity of goods, subject to the final requirement at the time of
placement of order or as per site requirement without any change in unit
price or others terms & conditions.
The bidder should be able to undertake repair/maintenance of the equipment
for the period of 8 years as & when required by the user department.
Service Information Cards with details (Address of Service Center with nearest
place to installation, phone no., engineer name etc.) be provided along with
equipments at all sites.
Bidder will provide Integration and installation commitment of Complete
System.

45.
46.
47.

Purchase
Preference

48.

50

Purchase of specific quantity of stores, goods and award of Turnkey Contracts


shall be generally determined based on the rates quoted by the L 1 bidder if
the quoted rates are found to be reasonable by the indenting Department and
negotiations, if any, held with the lowest bidder. However, the negotiations
could be held upto L3 bidder, if the difference between L1 quoted rate and
those quoted by L2& L3 is within 5% of the L1 quoted rate. In cases where the
L1 bidder refuses to further reduce his offered price and the L 2 or L3 bidders
come forward to offer a price which is better than the prices offered by L 1
bidder, the bidder whose price is accepted becomes the L1 bidder. However,
in such a situation, the original L1 bidder may be given one more opportunity
to improve upon the discovered price. In case the original L 1 bidder further
improves upon the price discovered during the negotiations, he would be
treated as the L1 bidder.
MD, HARTRON reserves the right to allow Purchase preference upto 50% of
the tendered quantities to the Suppliers/ Manufacturers situated in Haryana
on the lowest valid rates, provided:
The supplier/manufacturer firm claims purchase preference in the tender;

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.

1. Forfeiture of Earnest Money:


i. If the Bidder withdraws his bid before the expiry of validity or after the acceptance of the bid, the
Earnest Money Deposited by the bidder will be forfeited.

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

Company Identification No. (CIN)

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.

Name of Bid and Contract Signing


Authority I
Name
Designation
Contact No.
Email:
Power Of Attorney or resolution of Board of
Directors through which authorized as signatory
Authority II
Name
Designation
Contact No.
Email:
Power Of Attorney or resolution of Board of
Directors through which authorized as signatory
Memorandum of Association and Articles of
Association of the company
Bye Laws and certificates of registration (in
case of registered firm)
Whether MOA of Bidding Company allows entering
into the bid of respective services? If yes, indicate
the relevant clause.

10) Our Entitys Financial Details is give as under:1.


2.
3.
4.
5.
6.
7.
8.
9.
10.
11.

Authorized Capital of the Indian Company


Paid up Capital of the Company
Turnover of the Indian company for last
three years
Net worth of the Indian company for last
three years
Profit of the Indian company for
last
three years
Customer references
Past 1-3 year supply record
Quality certificates received, if any
Customer approval letters if any
Awards and recognition received , if any
After sales support mechanism

11) Our entitys Legal Details


1.

55

Whether, In the past five years prior to the date of


this application, has this entity or any principal of
the entity has been deemed to be in default on
any contract, or been forcefully terminated from
any contract of any Organisation ? If yes, state the
names of the entity, relationship to firm and the
circumstances.

Yes
No.

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

2.

3.

4.

Whether an undertaking (Affidavit) submitted that


the bidder has not been blacklisted/debarred by
any
central/state
Government
department/organization
Whether an undertaking submitted to the effect
that there has been no litigation with any
Government department/organization on account
of similar services
Whether the entity has undergone legal
proceedings in the past three years.
If yes, Submit details

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

16 /32 Channel Network Video


Recorder (NVR)
LED 32 Full HD commercial
display

3 A) 30X Full HD PTZ Outdoor High


Speed Day & Night IP Camera
4
Outdoor Dome Vari Focal (3-9
mm lens) Day & Night IP
Camera
5
Outdoor Bullet/Box Vari Focal
(9-20mm lens) Day & Night IP
Camera
6
Indoor Vandal Proof Dome Vari
Focal Day & Night IP Camera
(3-9 mm lens)
7
Indoor Vandal Proof Dome
Fixed Lens Day & Night IP
Camera (2.8/4 mm lens)
8
Memory Card 32 GB Micro SD
(Class 6 or higher)
9
10
11

16 Gigabit Managed Switch PoE


with 2 SFP Port
8 Port Gigabit Managed/ Web
Smart PoE+ Access Switch
4 Port 10/100 Managed
Industrial Grade PoE+ Switch

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

2 KVA On-Line UPS System with


approx. 4 hrs Back-up Time

13

3 KVA On-Line UPS System with


approx. 4 hrs Back-up Time
12 U Rack including Mounting
Kit, Cable Manager, Power
supply with 5 Socket with Fan
etc.
6 U Rack including Mounting
Kit, Cable Manager, Power
supply with 5 Socket with Fan
etc.
6 U/7UOutdoor Rack (Rain
Protected) including Pole /
Wall Mounting Kit, Power
supply with 3 Socket, Shelf,
Dual Fan and standard
accessories etc.
CAT 6 UTP Cable (per Box)
Including Laying Charges
(1 Box /Roll = 305 meters)
24 Port Jack Panel with wire
manager with 12 Keystone
loaded
UTP CAT 6 Patch Cord (1
Meter)
UTP CAT 6 Patch Cord (5
Meter)
1 Gigabit SFP Module (LX
Optics)

14

15

16

17
18
19
20
21
22
23

24

25

26
27
28
29

LC to SC Duplex Fiber Patch


Cord 3 Meter (SMF)
6 Core Outdoor Armored Single
Mode Fiber Cable (in meters)
Including Laying Charges
24 Port Rack Mount Fiber LIU
fully Loaded with all
associated items &
termination including Fiber
Pigtails SC 1 mtr.
12 Port Rack Mount Fiber LIU
fully Loaded with all
associated items &
termination including Fiber
Pigtails SC 1 mtr.
RJ45 Connector
CAT 6 Information Outlet with
Face Plate & Junction Box
4 TB Internal Video
Surveillance SATA Hard Disk
Drive
9 Mtr. Camera Pole with
Concrete Foundation including
Fixing

57

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

30

31

32

33
34
35
36
37

3 mtr. Camera pole 3 Dia(ISI)


for roof top PTZ Camera with
mounting hardware and
grouting
3 Core Power Cable in Mtr.
Including Laying Charges
Finolex/Hevells/Delton make
5 &15 amp 2 nos socket & 1 no
switch with board with wiring
from Electrical Duct to UPS and
UPS to Switch (ISI)
Digging & Re-leveling in Soft
Soil
Digging & Re-leveling in Hard
Soil
1" PVC Conduit (ISI) Medium
1.5" PVC Conduit (ISI) Medium
50 mm HDPE Pipe (ISI)

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.

16 Channel Network Video


Recorder (NVR)
32 Channel Network Video
Recorder (NVR)
PTZ30x Full HD Outdoor High
Speed Day & Night IP Camera
Dome Vari Focal (3-9mm)
OutdoorDay& Night IP Camera
Bullet/Box Vari Focal (9-20mm)
Outdoor Day & Night IP Camera
Dome Vari Focal (3-9mm)
IndoorDay& Night IP Camera
Dome Fixed Lens (2.8/4mm)
Indoor Day & Night IP Camera
Memory Card 32 GB Micro SD
(Class 6 or higher)

13

2
3
4
5
6
7
8
9
10

11

12

16Port PoE+ Gigabit Managed


Switch with 2 SFP Ports
8 Port Gigabit
Managed/WebsmartPoE excess
Switch
4/2 Port Web Smart Managed
(10/100) Gigabit PoE Switch
having 4 PoE+ 10/100/1000
Mbps and 2 combo 10/100/1000
BASE-T/SFPPorts
2 KVA On-Line UPS System with
approx. 4 hrs Back-up Time

59

24
15
400
100
55
70
640
25
40

10

13

Make &
model

Item
Part
No.

(`) Unit Price


inclusive of all
taxes & duties
with 2 Years
On-Site
comprehensive
warranty

(`)Total
Price

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

19
20

3 KVA On-Line UPS System with


approx. 4 hrs Back-up Time
12 U Rack including Mounting
Kit, Cable Manager, Power
supply with 5 Socket with Fan
etc.
6 U Rack including Mounting Kit,
Cable Manager, Power supply
with 5 Socket with Fan etc.
6 U/7UOutdoor Rack (Rain
Protected) including Pole / Wall
Mounting Kit, Power supply with
3 Socket,Shelf, Dual Fan and
standard accessories etc.
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)

1000
100

21

1 Gigabit SFP Module (LX Optics)

100

22

LC to SC Duplex Fiber Patch


Cord 3 Meter (SMF)
6 Core Outdoor Armored Single
Mode Fiber Cable (in meters)
Including Laying Charges
12 Port Rack Mount Fiber LIU
fully Loaded with all associated
items & termination including
Fiber Pigtails SC 1 mtr.
8 Port Outdoor Fiber LIU fully
Loaded with all associated items
& termination including Fiber
Pigtails SC 1 mtr.

13

14

15

16

17
18

23

24

25

20

25

40

10

100
65

100
10000

20

30

26

32 Full HD Commercial Display

27

RJ45 Connector

28

CAT 6 Information Outlet with


Face Plate & Junction Box

500

29

4 TB Internal Video Surveillance


SATA Hard Disk Drive

35

30

9 Mtr. Camera Pole with


Concrete Foundation including
Fixing

35

31

3 Mtr. Camera Pole 3 Dia (ISI)


for root top PTZ Camera with
mounting hardware and grouting

10

60

33
350 Nos.

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

32

3 Core Power Cable in Mtr.


Including Laying Charges
Finolex/Hevells/Delton make

33

5 &15 amp 2 nos socket & 1 no


switch with board with wiring
from Electrical Duct to UPS and
UPS to Switch (ISI)

34

Digging & Re-leveling in Soft Soil

35

Digging & Re-leveling in Hard


Soil

36

1" PVC Conduit (ISI) Medium

37

1.5" PVC Conduit (ISI) Medium

38

50 mm HDPE Pipe (ISI)

2500 mtr.

20
2000 mtr
approx.
5000 mtr.
Approx.
5000 mtr
approx.
1500 mtr
approx.
7000
mtr approx.

Total Project Cost ( In figures)


Total Project Cost ( In words)
CAMC for 3 years after expiry of 2 years onsite warranty
Net Project cost including CAMC

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.

Note:The bid found in any other currency shall be summarily rejected.

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,

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)

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

Subject: Tender no :- e Tender/Hartron/INFRA/CCTV/2015-16-06(1)


I/We hereby acknowledge we have downloaded a complete set of Bidding Document enclosed to the
"Invitation for Bid" pertaining to tender Notification dated ___________________ along with corrigendum,
if any, for the selection of vendor for the Supply, Installation, Testing & Commissioning of IP CCTV
Cameras along with required accessories on turnkey basis at various Bus Stands of Haryana Roadways,
Haryana, _____________________________________ I/We have noted that the closing date for receipt of
the this tender document by Hartron is _____________at 2:30 PM.
I/We guarantee that the contents of the above said Bidding Documents will be kept confidential within our
organization and text of the said documents shall remain the property of Hartron and that the said
documents are to be used only for the purpose intended by Hartron.

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)

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.

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)

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

Note:- NVR must be capable to expand its storage


capacity as per requirementupto32 TB or More
having capacity of 30 days recording on 1080P
@25 FPS (24 hrs x 30 days continuous recording)
Size: 3.5-inch/2.5-inch
Capacity: 4/6 TB SATA Surveillance Optimized
Disk
Interface : minimum 6 Gb/s
RPM Speed: 7200 rpm
Cache: 64 MB Cache or higher
Linux / Windows Embedded
PAL

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

32 Channel: 192 Mbps or better


viii.
ix.

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.

Lock & Key


Arrangement

xxv.

Built In Alarm
notification with email
notification
Recording Type :
Other Software
Features:

xxvi.
xxvii.

xxviii.

Mobile Web client

67

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 45 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 Installed in 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.

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

LED 32 Full HD commercial display


LED 32 Full HD commercial
display
Sr.no
Description

Make :-

Model:-

Minimum Technical specifications

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:-

Minimum Technical specifications

Compliance
Yes/No

Image sensor

Ii

Lens

Iii

Minimum Illumination

Iv

Day and night

V
Vi

Shutter time
Pan/Tilt/Zoom

vii
viii
Ix

Television System
Video compression
Resolutions

X
Xii
Xiii

Frame rate H.264


WDR
Video streaming

Xiv

Image settings

1/3 Full HD progressive CMOS sensor


or better
<=4.3 to >=129 mm, auto iris and
autofocus, 30x Optical Zoom & 12X
Digital Zoom or better,
Color: 0.3 Lux or better
B/W: 0.06 Lux or better
Infrared-Cut Removable (ICR) Filter
module
1/1 ~ 1/10000 sec.
30x Optical zoom and 12x Digital zoom,
Total 360x zoom,
Pan: 360 endless
Tilt: 0~90 auto flip
Direct Drive Electromechanically Pan
Tilt Mechanism
PAL
H.264 High Profile
1080P Full HD, minimum 1920x1080 on
25fps or higher
Minimum 25fps or higher
100 dB (True)
Multiple individually configurable
streams in H.264, Controllable frame
rate on each stream and bandwidth
VBR/CBR H.264
Manual Shutter time, Compression,
Color, Brightness, Sharpness, White
Balance, Backlight Compensation, fine
tuning of behaviour at low light,
rotation, Time Stamp and Text overlay,
minimum 5 configurable Privacy mask,
image freeze & Image Inverse on PTZ,

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

Minimum PTZ Pre-sets 150, Image


Stabilization
Administrator and User Group
protection, Password protection, HTTP
digest encryption
IPv4, HTTP, HTTPS, FTP, SMTP, UPnP,
DNS, IP Filtering, NTP, RTSP, RTP,TCP,
UDP, IGMP, RTCP, ICMP, DHCP
Internet Explorer
Video motion detection
Intelligent Video Motion Detection,
External Input, PTZ position
File upload via FTP, HTTP and email
Notification via email, HTTP and TCP,
PTZ pre-set, local storage
On-vifProfle S
IP-66 and Vandal Proof IK10
with in-built Heather & Blower
or Dehumidification device and
Defogging feature
PoE 802.3at
RJ-45 Ethernet 100BASE-TX, Connector
for AC/DC power
Automatically
re-writable
SD/SDHC
memory card slot (card not included),
Auto recording upon network failure
0 50 C
CE, FCC, UL / NABL Lab approved
Government of India
Power Supply, mounting & connector
kits with other standard accessories

Outdoor Dome VariFocal (3-9 mm lens) Day & Night IP Camera


Outdoor Dome VariFocal (3-9 mm lens)
Day & Night IP Camera
Sr.no
Description

Make

Model

Minimum Technical specifications

Compliance
Yes/No

Image sensor

Ii
Iii
Iv
V
Vi

Mega pixel Lens


Shutter time
Minimum Illumination
IR LEDs
Day and night

Vii
Viii
Ix
X

Television System
Video compression
Maximum Video Resolutions
Frame rate H.264

Xi

Multi-view Streaming

Xii

Video streaming

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.
Multiple individually configured streams
in H.264,Controllable frame rate in each

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

Weatherproof and VandalProof Casing


Other Settings

Xxiv
Xxv
Xxvi
Xxvii

Power
Max. Power Consumption
Interface
Local storage

Xxviii

Certifications

Xxix
Xxx

Operating Temperature
Included accessories

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
Schedule Recording to Hard Drive and
Event triggered recording
Tempering, Video Recording to Local
Storage
IP-66 and Vandal Proof IK10
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 50C
Power Supply, Pendant Wall / Pole
mounting & connector kits with other
standard 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:-

Minimum Technical specifications

Compliance
Yes/No

Image sensor

Ii
Iii
Iv
V
Vi

Mega pixel Lens


Shutter time
Minimum Illumination
IR LEDs
Day and night

Vii

Television System

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

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

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
Schedule Recording to Hard Drive and
Event triggered recording
Tempering, Video Recording to Local
Storage
IP-66
Digital Zoom, Enable/Disable LED
Indicators
12V DC &PoE
Up to 802.3af PoE
RJ-45 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 50C
Power Supply, mounting & connector
kits with other standard 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

1/3 Progressive scan Megapixel CMOS sensor


3 -9 mm lens or better, Auto iris

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.

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

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

1/3 Progressive scan Megapixel CMOS sensor


2.8 mm / 4 mm lens, Auto iris

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

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

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

1G : 16 auto negotiable (Minimum PoE budget 240


Watt)
1G SFP+ : 2
Switching Capacity : 36Gbps (Non-blocking)
Packet Forwarding Rate : 26Mpps (Wire speed)
MAC Address Table : 8K
Static MAC Entries : 256 entries

Layer
2Features

LLDP-MED

iv

Spanning Tree (STP) 802.1d


Rapid Spanning Tree (RSTP) 802.1w
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
Port Mirroring : One-to-One / Many-to-One
Jumbo Frame : 9000 Bytes
v

Layer 2
Multicast
Features

vi

Virtual LAN
(VLAN)
Features

Internet Group Management Protocol (IGMP)


Snooping : v3
IGMP Snooping Groups : 256
Tagged VLAN 802.1Q : 256 Static VLANs
Voice VLAN
No. of Queues : 4 Queues
Traffic Prioritization 802.1p
Strict Priority
Weighted Round Robin (WRR)
CoS based on Switch Port
CoS based on 802.1p Priority
CoS based on Differentiated Services Code Point
(DSCP)
Bandwidth Control per port

vii

Quality of
Service (QoS)
Features

Access Control List


Max. ACL Profiles / Rules : 50 / 240

viii

Security
Features

Secure Sockets Layer (SSL) : v3


Port Security: Max. 64 MAC Addresses per Port
Broadcast/Multicast/Unicast Storm Control
DHCP Server
ARP Spoofing Prevention
In case of ARP Broadcast Storm (DoS attack and
virus throttling) switch should have ability to
protect Control and Management Plane.

74

Model:Compliance
Yes/No

e-Tender/Hartron/INFRA/CCTV/2015-16-06(1)

ix

Management
Features
Operating
Temperature
Certifications

x
xi

Switch should be able to identify unwanted traffic


to CPU, prioritized and throttled from interrupting
the smooth operation of the switch.
Web-Based GUI,
Simple Network Management Protocol (SNMP) : v3
0 50 C
FCC,CE, UL

8 Port Gigabit Managed/ Web Smart PoE Access Switch Specifications


8 Port Gigabit Managed/ Web
Make :Smart PoE Access Switch
Specifications
Sr.no
Description
Minimum Technical specifications
i

Interfaces

ii

Performance

iii

Layer 2 Features

iv

Layer 2 Multicast
Features

Virtual LAN
(VLAN) Features

GigabitPoE : 8 Ports auto negotiable (Minimum


PoE budget 120 Watt)
1G SFP : 2
Switching Capacity : 20 Gbps
Packet Forwarding Rate : 14 Mpps
MAC Address Table : 8K
Static MAC Entries : 256 entries
LLDP-MED
Spanning Tree (STP) 802.1d
Rapid Spanning Tree (RSTP) 802.1w
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
Internet Group Management Protocol (IGMP)
Snooping : v3
IGMP Snooping Groups : 256

vi

Quality of Service
(QoS) Features

Tagged VLAN 802.1Q : 256 Static VLANs


Voice VLAN
No. of Queues : 4 Queues
Traffic Prioritization 802.1p
Strict Priority
Weighted Round Robin (WRR)
CoS based on Switch Port
CoS based on 802.1p Priority
Bandwidth Control

vii

Authentication,
Authorization &
Accounting (AAA)
Management
Features

viii

802.1X Access Control


Web-Based GUI
Simple Network Management Protocol (SNMP) : v1

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

4 Port 10/100 Managed Industrial Grade PoE+ Switch Specifications


4 Port 10/100 Managed
Make :Industrial Grade PoE+ Switch
Sr.no
Description
Minimum Technical specifications
I

Interfaces

Ii

Performance

Iii

Layer 2 Features

Iv

Layer 2 Multicast
Features

Virtual LAN
(VLAN) Features
Quality of Service
(QoS) Features

Vi

10/100BASE-T PoE+ : 4 (80.2.at PoE+ Interfaces)


with minimum 120 Watt PoEbuget
1000BASE-T/SFP Combo : 2
Switching Capacity : 12 Gbps
MAC Address Table : 8K
Static MAC Entries : 256 entries
Spanning Tree (STP) 802.1d
Rapid Spanning Tree (RSTP) 802.1w
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
Port Mirroring : One-to-One / Many-to-One
Jumbo Frame : 9000 Bytes
Internet Group Management Protocol (IGMP)
Snooping : v3
IGMP Snooping Groups : 256
Tagged VLAN 802.1Q : 256 Static VLANs
No. of Queues : 4 Queues
Traffic Prioritization 802.1p
Strict Priority
Weighted Round Robin (WRR)
CoS based on Switch Port
CoS based on 802.1p Priority
Bandwidth Control

vii

Authentication,
Authorization &
Accounting (AAA)
Management
Features

Viii

Ix

Operating
Temperature

76

802.1X Access Control


Web-Based GUI
Simple Network Management Protocol (SNMP) : v3
BOOTP / DHCP Client
0 70 C

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

Minimum Technical specifications

Compliance
Yes/No

Technology

ii

Diagnostic
Indications

iii
iv

Input Voltage
Input frequency
range
Output Voltage
Output
Frequency
Output Crest
factor
Power factor

True on-Line UPS with double conversion


Microprocessor/DSP
based
technology
and
Generator compatible
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.
160-280V AC
50 Hz (45-55 Hz)

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

230VAC 1%, Single phase


50Hz 0.05 Hz
3:1
Input Power factor > 0.99 Output Power factor
between 0.8 to Unity
125% for 60seconds, 150% for 5 second or better
For 100% Step Load at Unity PF Dip <5% Peak <5%
with recovery time Within 3 cycles to normal
output
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.
>= 93%
>= 94%
< 5% full load
< 3% on linear load &<5% on Non linear Load
Pure sine wave
Forced Air

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:

Lead acid sealed maintenance free


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)
Input Over/ Under voltage, Output Over/Under
voltage, Battery Under voltage, Output overload /
short circuit, Over temperature
Between 0 to 45oC or better
Upto 95% non condensing
Manufacturer should be ISO 9001:2000 certified,
Manufacturer should be ISO 14001 certified
EN/IEC 62040/2, UL or equivalent certifications
issued
by
Indian
registered
Laboratory/
Organizations would also be considered as
alternate certification.
<55 DB @ 1 Meter
Internal/External Galvanic Isolation transformer
on Input.

Various Items material


Various Items material
Sr.no Description
i.

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

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.

12 Port Rack Mount Fiber


LIU fully Loaded with all
associated items &
termination including
Fiber Pigtails SC 1 mtr.
8 Port Outdoor Fiber LIU
fully Loaded with all
associated items &
termination including
Fiber Pigtails SC 1 mtr.
32 Full HD Commercial
Display
RJ45 Connector
CAT 6 Information Outlet
with Face Plate &
Junction Box
4 TB Internal Video
Surveillance SATA Hard
Disk Drive
9 Mtr. Camera Pole
Hexagonal shape with
Concrete Foundation
including Fixing
3 Mtr. Camera Pole 3
Dia (ISI) for root top PTZ
Camera with mounting
hardware and grouting
3 Core Power Cable in
Mtr. Including Laying
Charges
Finolex/Hevells/Delton
make
5 &15 amp 2 nos socket
& 1 no switch with board
with wiring from
Electrical Duct to UPS
and UPS to Switch (ISI)
Digging & Re-leveling in
Soft Soil
Digging & Re-leveling in
Hard Soil
1" PVC Conduit (ISI)
Medium
1.5" PVC Conduit (ISI)
Medium
50 mm HDPE Pipe (ISI)

ix.

x.
xi.
xii.
xiii.
xiv.

xv.

xvi.

xvii.

xviii.
xix.
xx.
xxi.
xxii.

12 Port Rack Mount Fiber LIU fully Loaded with


all associated items & termination including
Fiber Pigtails SC 1 mtr.
8 Port Outdoor Fiber LIU fully Loaded with all
associated items & termination including Fiber
Pigtails SC 1 mtr.
32 Full HD Commercial Display
RJ45 Connector
CAT 6 Information Outlet with Face Plate &
Junction Box
4 TB Internal Video Surveillance SATA Hard
Disk Drive
9 Mtr. Camera Pole Hexagonal shape with
Concrete Foundation including Fixing
3 Mtr. Camera Pole 3 Dia (ISI) for root top PTZ
Camera with mounting hardware and grouting

3 Core Power Cable in Mtr. Including Laying


Charges Finolex/Hevells/Delton make

5 &15 amp 2 nos socket & 1 no switch with


board with wiring from Electrical Duct to UPS
and UPS to Switch (ISI)
Digging & Re-leveling in Soft Soil
Digging & Re-leveling in Hard Soil
1" PVC Conduit (ISI) Medium
1.5" PVC Conduit (ISI) Medium
50 mm HDPE Pipe (ISI)

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)

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.

The authorization will remain valid till <Date of renewal of dealership>


Sr. No.

Product Name

<Fill Model number and Product name>

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)

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

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)

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.

The Bidder should be registered in India


under the Indian Companies Act,
1956/Partnership
firm/sole
proprietorship firm and existing for the
past 3 years

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

The Turn-over of the bidding company


must be minimum ` 15 Crores (Rs.
Fifteen Crore) during the last three
financial years 2012-13, 2013-14 and
2014-15 and must have a minimum
cumulative turnover of `. 60.00 crore in
the last three financial years.
The Bidder should have positive net
worth (measured as paid-up capital plus
free reserves) and should be a profit
making company for each of the last
three audited financial years (FY 12-13,
FY 13-14, FY 14-15)
Should not have been black listed as on
date of submission of Bid
The Bidder must have successfully
executed at least one order of minimum
` 50.00 lacs or two orders of minimum
value of ` 30.00 lacs related to
installation
of
CCTV
cameras/
surveillance systems mentioned under
scope of work during last 3 years in
Govt.Sector/PSUs/Registered
Companies as on the date of submission
of Bid.
In case Bidder is not an OEM then an
authorized undertaking will be required
from the OEM stating that OEM will
discharge all responsibilities under
warranty for the period indicated in the
contract, in case the Bidder fails to do
the same for any reason.
The bidder/OEM shall have minimum
one
service
center
in
Tricity
(Chandigarh/Panchkula/Mohali)/Delhi
(NCR)

Audited Balance sheet of the Bidder


for each of the last 3 financial years
i.e. FY 12-13, FY 13-14 and FY 14-15.

Audited Balance sheet and Profit &


Loss account statement of the Bidder
for each of the last 3 audited financial
years FY 12-13, FY 13-14 and FY 1415.

A self-certified letter as per the


Annexure-2
A certified letter from the concerned
Client confirming the date of
engagement
and
successful
completion of order. The satisfactory
reports from the said customers
including copies of such purchase
orders including technical as well as
commercial aspects are to be
submitted with the Pre-Qualification
cum Technical Bid
Authorized undertaking from the OEM
as per the Annexure-5

In case of OEMs/bidders Own Service


Centre, copies of the landline
telephone
bills
or
valid
rent
agreement as on tender opening date
shall be submitted as a proof for
availability of the service centres.
ISO 9001:2008 Certificate issued in the Copies of valid ISO 9001:2008 and ISO
name of OEM for Manufacturing Process 14001:2004 Certificates.
and ISO 14001:2004 Certificate issued in
the name of OEM for handling of
hazardous items in the manufacturing
process.

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

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)

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

--------------------------------------------------------------------------------------------We do hereby confirm that:


Services including repair/replacement of defective parts will be done by us and fully backed by (name of
the OEM). Replacement of defective Systems/parts will be done by equivalent or better systems/parts of
the same make. We will attend all the complaints/service calls within 24 hours. Down time will not exceed
beyond 48 hours. In case, down time exceeds 48 hours then we will extend the warranty period of that
item(s) double of the down time.

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

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.

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

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.

Ref: Bid document No. HARTRON/INFRA/CCTV/2015-16-06(1)/ dated ..


Sir,
I have carefully gone through the terms & conditions contained in the RFP Document
[No._________________] regarding appointment of an agency for supply, installation, configuration and
Testing of IP Surveillance System at various Bus Stands of Haryana Roadways and support for the period of
three years.

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,

(Signature of the Bidder)


Printed Name
Designation
Seal
Date:
Business Address:

* - Part of Pre-Qualification Bid

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

Name of the Contact


Person with
Telephone no., Fax
No. and E-mail

Total No. of
qualified Service
Engineers

Remarks

Address of the
Service and
Support Centre

Name of the Contact


Person with
Telephone no., Fax
No. and E-mail

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:

Part of Pre-Qualification and Technical Bid.

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.

IP Surveillance System Design, Layout diagram and cable


route identification and approval of same by respective
Committee member(s) of Bus Stand.

2 weeks

2.

Supply of Active & Passive components including NVR, IP


Cameras, Cables & Conduit etc.

3.

Installation of Passive Components like Cable Laying,


Termination, IO box fixing, Rack Mounting etc. and testing
thereof.
Installation & Configuration of Active Components like
Server, Indoor/Outdoor IP Camera, PTZ Camera, Switches
etc.

4 weeks
(from the date of
approval of IP
Surveillance System
Design & Layout
diagram)
2 weeks

4.

5.

1) Testing of the entire IP Surveillance System including


LAN Integration with Network devices, Fine-tuning as per
best performance thereof.

1 Week

1 week

2) Training of department officials and Inspection by


purchaser. Stock Entry & Handover of Installed items
providing details of quantity, Warranty, Escalation Matrix,
Network diagrams/Layout, Documentation, Configuration,
Network & Security Policies to Purchaser.
6.

7.

Final Acceptance by Purchaser

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.

Part of Technical Bid.

89

30 days (One month)


trouble free operation
from Date of inspection

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#

Brief description of Items


and services

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.

SIGNATURE OF THE TENDERER


NAME
DESIGNATION

SEAL
Date

Business Address

Part of Pre-Qualification Bid

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)

Copy of e-receipt as a proof of having remitted prescribed Processing Fee

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.

READ AND ACCEPTED.

SIGNATURE OF THE TENDERER


NAME
DESIGNATION

SEAL

Date

Business Address

Part of Pre-Qualification Bid

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

BIDDERS REQUEST FOR CLARIFICATION


<<Name of Bidder submitting query / request for clarification>>

<<Full formal address of the Bidder>>

Tel:
Fax:
Email:

S. No

Tender
Reference (Section
No. / Page No.)

Content of Tender requiring


clarification

Points of clarification required

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.

Post-Delivery Inspection Report and Acceptance Sign-Off


(Draft Format)
Inspection Report
Refno:<< Tender No>>
: DATE:XX/XX/XXXX

2.

Name of the indenter/Consignee with


detailed address

<<To be filled by Bidder>>

3.

Supply order No.

<<To be filled by Bidder>>

4.

Name and Address oftheBidder

<<To be filled by Bidder>>

5.

Serial No. and Month & Year of Manufacturing

<<To be filled by Bidder>>

Inspection Parameters:

Compliance (Yes/No)

Any physical damage.

Complete Package:

Devices operational after being connected to a


power source

User Manuals comprising of specifications and


operational instructions

Dos and Dont instructions


Warranty card containing-

Name, address and contact numbers of the


Service Centre(s).
Beneficiary name, address and date of
issue.

Quality certificate from OEM has been provided


Package Accepted

Remarks:
Name, designation, contact number of the nodal person from concerned location present during
inspection:

Signature of successful Bidders Representative

Signature of Officer deputed by


Hartron/Department

Name:

Name:

Contact No.:

Contact No.

Date

Date
Location (Name of the office with Address)

95

You might also like