national competitive bidding (ncb) single stage two cover ... · office in tamil nadu. the bidder...
Post on 03-Nov-2019
3 Views
Preview:
TRANSCRIPT
1
National Competitive Bidding (NCB)
Single Stage Two Cover System
BIDDING DOCUMENT
For Procurement of the work
Tender for the Supply, Installation and Commissioning of
CCTV Surveillance System at various identified beaches in
Tamil Nadu under Swadesh Darshan Scheme
Volume 1-Technical Bid
Issued on : 06.10.2018
Invitation for Bids No. : 2600/Engg/2018
Project Cost: 567.91 Lakhs
Employer:
The Chairman & Managing Director,
Tamil Nadu Tourism Development Corporation Limited,
Tamil Nadu Tourism Complex,
2, Wallajah Road, Chennai – 600 002,
Tamil Nadu
Telephone: +91- 44-, 25333851-85 Email:pe.ttdc@gmail.com
2
Contents
1. Preamble ................................................................................................................................................................................ 4
2. Tender Schedule ................................................................................................................................................................... 5
3. Eligibility Criteria ................................................................................................................................................................. 7
4. Bid Preparation and Submission ......................................................................................................................................... 8 4.1 General Instructions .................................................................................................................................................. 8 4.2 Pre – Bid Meeting ..................................................................................................................................................... 9 4.3 Clarifications on RFP ................................................................................................................................................ 9 4.4 Cost of Bidding ......................................................................................................................................................... 9 4.5 Language of the Bids ................................................................................................................................................ 9 4.6 Tender Document Fee ............................................................................................................................................. 10 4.7 Earnest Money Deposit (EMD) ............................................................................................................................... 10 4.8 Letter of Authorization ............................................................................................................................................ 10 4.9 Clarification and Amendments ................................................................................................................................ 11 4.10 Two Part Bidding .................................................................................................................................................... 11 4.11 Technical Bid .......................................................................................................................................................... 11 4.12 Price Bid Form ........................................................................................................................................................ 12 4.13 Bid closing date and time ........................................................................................................................................ 13 4.14 Outer Cover ............................................................................................................................................................. 13 4.15 Modification and withdrawal of Bids...................................................................................................................... 14
5. Tender Opening and Evaluation ....................................................................................................................................... 14
5.1. Tender Opening ..................................................................................................................................................... 14
5.2. Tender Validity ..................................................................................................................................................... 14
5.3. Initial Scrutiny....................................................................................................................................................... 14
5.4. Tender Evaluation ................................................................................................................................................. 14 5.4.1 Sample Evaluation .................................................................................................................................................. 14 5.4.2 Technical Bid Evaluation ........................................................................................................................................ 16 5.4.3 Demonstration by the Bidders ................................................................................................................................. 16 5.4.4 Price Bid Evaluation ............................................................................................................................................... 16 5.4.5 Negotiations ............................................................................................................................................................ 17
6. Terms and Conditions ........................................................................................................................................................ 18
7. Scope of Work ..................................................................................................................................................................... 23
8. Payment Clause ................................................................................................................................................................... 43
3
This Tender procedure is governed by “The Tamil Nadu Transparency in Tenders Act
1998 and The Tamil Nadu Transparency in Tenders Rules 2000” as amended from time
to time.
Important Notice
4
1. Preamble
Travel and tourism is one of the most important economic activities in many countries
worldwide. India has a high potential to become one of the most preferred tourist destinations
globally. The Ministry of Tourism, under GoI, strives to increase the world tourist arrival from
0.6% to 1% and to achieve this, the ministry has developed multi- pronged strategies. Swadesh
Darshan Scheme was evolved to development theme based circuit development of tourism in
India. Under this scheme, various destinations have been identified city for the development of
tourism facilities.
5
2. Tender Schedule
1. Tender inviting
Authority, Designation
and Address
The Chairman & Managing Director
Tamil Nadu Tourism Development Corporation
No.2, Wallajah Road
Triplicane
Chennai-600002.
Phone: +91-44-25333851-85
E-mail: pe.ttdc@gmail.com
2. Name of the Work Tender for the Supply, Installation and Commissioning
of CCTV Surveillance System various identified
beaches in Tamil Nadu under Swadesh Darshan
Scheme
3. Tender reference 2600/Engg/2018
4. Estimate Cost Rs.5,67,91,000
5 Tender documents
available
A complete set of the Tender Document in English
language may be purchased by interested Bidders on
submission of a written application to “The Chairman
& Managing Director, Tamil Nadu Tourism
Development Corporation Limited” address given
above, on payment of a non-refundable document fee
of INR 15,000 (Rupees fifteen thousand only) plus
18% GST for the Contract package separately, only
in the form of Demand Draft (Indian Rupees only)
during 10:00 hours to 17:00 hours on all working
days starting from 06.10.2018.
Further the Tender Document may also be
downloaded from the website www.tenders.tn.gov.in
and www.tamilnadutourism.org The method of
payment of document fee will be in the form of
Demand Draft in favour of “The Chairman &
Managing Director, Tamil Nadu Tourism
Development Corporation Limited” payable at
Chennai. In case the Bidding Document is
downloaded from the website, the document fee has
to be paid along with the Bid as a separate instrument
other than that of Bid security.
6
6. Earnest Money Deposit
(EMD)
An EMD amount of Rs.5,68,000/- (Rupees Five
lakhs Sixty Eight thousand Rupees Only) should be
paid by way of Demand Draft or Banker's Cheque
issued by a Bank scheduled in India only drawn in
favor of “The Chairman & Managing Director
Tamil Nadu Tourism Development Corporation”
payable at Chennai.
7. Pre-Bid meeting Pre-bid meeting will be held on 16.10.2018 at 03.00
PM at the address mentioned in (1).
8. Tender submission Two Part Bid (Technical Bid and Price Bid) should
be submitted on the due date and time specified in
Sl.No.8 below.
9. Submission of Tender –
Due Date and Time
08.11.2018 at 3.00 PM as mentioned in Sl.No.7
above
10. Date, Time and Place
of opening of Technical
Bid
Technical Bid will be opened on 08.11.2018 at 3.30
PM at the address mentioned in Sl.No.(1) above
Date, Time and Place
of opening of Price Bid
The date and time of opening of Price Bid will be
intimated later only to the Technically Qualified
Bidders
7
3. Eligibility Criteria
The Bidders should have the following Eligibility for participating in the Tender. The
Bidders should enclose documentary evidence for fulfilling the Eligibility in the
Technical Bid.
# Eligibility Conditions Documentary Proof to be submitted
1 Bidder should be Manufacturer or
authorized dealer, have tied-up with
the Original Equipment
Manufacturer (OEM) for the supply
and support services of the proposed
CCTV Cameras and related
equipment.
Letter of authorization from the OEM of
major items like camera, NVR, network
switch, UPS for supply and support
services.
2 Bidder should be a Company under
the Indian Companies Act, 1956
who have their registered office in
India and should have been in
existence at least for a period of last
5 years as on 31/03/2018
Copy of Certificate of Incorporation /
Registration Certificate issued by
Statutory Authority concerned.
3 Bidder should be in the business of
implementing Security Systems for
any Government Organizations /
Public Sector Undertakings in India/
Private Sector for the past 3 years as
on 31/03/2018
Photocopy of Work Orders or signed
Agreements in the Bidder's name issued
by the competent authority like Executive
Engineer or General Manager
4 Bidder should have an Average
Annual Turnover of at least
Rs. 852.00 Lakhs in the last three
Audited Financial years as on
31/03/2018
Photo copies of the Audited Balance
Sheet and Profit and Loss Account
Statement of the Bidder for last three
Audited financial years (2015-16, 2016-
17, 2017-18) duly certified by the
Auditors of the company should be
submitted.
5 Bidder should have executed and
maintained at least single project
order value worth not less than
Rs.284.00 Lakhs in Security
Photocopy of Work Orders or signed
Agreements in the Bidder's name issued
by the competent authority like Executive
Engineer or General Manager
8
Systems Implementation at any
Government Organizations / Public
Sector Undertakings in India/
Private Sector in the past 5 years as
on 31/03/2018.
6 Bidder should have possess a valid
ISO 9000:2008 / ISO 9001:2008
Certification from the manufacturer
Photo copy of the relevant ISO
certificates should be submitted.
7 Certification for OEM The Camera and NVR OEM must have
ISO 9001, ISO 27001 and ISO 14001
certifications. For network switch, UPS
relevant quality assurance certificate to be
attach. Necessary copies of the
certificates should be submitted.
8 The bidder should not have been
black listed from participating in
any of the Tenders as per Tamil
Nadu transparency in Tenders Act
by Government of Tamil Nadu as on
date of submission of Bid.
A self-declaration letter Signed by the
Authorized Signatory of the bidder as per
prescribed format given in Annexure-4.
9 a) The bidder should have a local
office in Tamil Nadu. The bidder
should mention the full address and
telephone number of the Tamil
Nadu office.
(or)
b) Else the bidder should give an
undertaking for setting up the local
office in Tamil Nadu if the bidder
becomes successful.
a) Photo copy of the landline telephone
bills / rental agreement on or before
31/03/2018.
b) If the bidder doesn't have a local office
then the bidder shall submit undertaking
letter or accepting to set up a local office
in Tamil Nadu within 2 months from the
date of contract signing.
4. Bid Preparation and Submission
4.1 General Instructions
a) Before submitting the Bids, the Bidder shall at their own cost and expenses ascertain
locations where they have to provide service and satisfy as to the nature of the existing
9
conditions related to the activities and shall obtain information on all matters and conditions
as they may feel necessary for execution of contract.
b) The Bidder shall be deemed to have satisfied itself fully before Bidding as to the
correctness and sufficiency of its Bids for the contract and price quoted in the Bid to cover
all obligations under this Tender.
c) TTDC reserves its right to award the contract to any Bidder as per the evaluation
procedure.
d) The cost quoted by the Bidder shall include cost and expenses on all counts viz. cost of
equipment, materials, consultancy, cost of implementation tools/ techniques/
methodologies, manpower, supervision, administration, overheads, travel, lodging,
boarding, in-station & outstation expenses, etc. and any other cost involved in
implementation.
e) The Successful Bidder shall make all arrangements for their personnel being provided as
a part of the contract to reach various locations at their own cost and transport inside the
working places.
f) Any vendor who is black listed in TTDC will not be eligible to bid for Tenders in TTDC
as per the conditions of blacklisting.
4.2 Pre – Bid Meeting
The Prospective bidders or their official representatives if Interested can attend the pre- bid
meeting on the date and time as specified in the clause 2 ”Tender Schedule”.
4.3 Clarifications on RFP
A prospective Bidder can submit query to The Chairman & Managing Director, Tamil Nadu
Tourism Development Corporation in the format prescribed in Annexure-2 “Request for
Clarification” on any aspect of the Tender document. TTDC will respond to the queries. A
clarification/corrigendum if any will be published in the designated website. The
Prospective Bidders shall watch the designated website periodically and download the
corrigendum if any published TTDC will not be responsible or liable for any failure of the
prospective Bidder in updating the clarifications.
4.4 Cost of Bidding
The Bidders should bear all the costs associated with the preparation and submission of
Bids. TTDC will in no way be responsible or liable for these costs incurred regardless of
the conduct or outcome of the bidding process.
4.5 Language of the Bids
The bid prepared by the Bidders as well as all correspondence and documents relating to the
10
bid shall be in English only.
4.6 Tender Document Fee
A complete set of the Tender Document in English language may be purchased by interested
Bidders on submission of a written application to “The Chairman & Managing Director,
Tamil Nadu Tourism Development Corporation Limited” address given above, on payment
of a non-refundable document fee of INR 15,000 (Rupees fifteen thousand only) plus 18%
GST for the Contract package separately, only in the form of Demand Draft (Indian Rupees
only) during 10:00 hours to 17:00 hours on all working days starting from 06.10.18 to 07.11.18.
Further the Tender Document may also be downloaded from the website www.tenders.tn.gov.in
and www.tamilnadutourism.org The method of payment of document fee will be in the form
of Demand Draft in favour of “The Chairman & Managing Director, Tamil Nadu Tourism
Development Corporation Limited” payable at Chennai. In case the Bidding Document is
downloaded from the website, the document fee has to be paid along with the Bid as a
separate instrument other than that of Bid security.
4.7 Earnest Money Deposit (EMD)
a) An EMD amount as specified in the Tender Schedule should be paid by way of Demand
Draft or Bankers Cheque or FDR issued by a bank scheduled in India only drawn in favor of "
The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation”
payable at Chennai. The demand draft or Bankers Cheque or FDR should be deposited physically
at the address indicated in the Tender Schedule at Sl.No.1, before the date and time of opening
of the tender, by placing it in a cover super scribed as “EMD Charges for the Tender Ref
No. 2600/Engg/2018 and date of opening: 08.11.2018 at 3.00 PM”
b) The EMD of the unsuccessful Bidders will be returned after acceptance of the successful
bidder, at the expense of the Bidders within a reasonable time consistent with the rules and
regulations in this behalf. The above EMD held by TTDC till it is refunded to the
unsuccessful Bidders will not earn any interest thereof.
c) The EMD amount of the successful bidder will be either adjusted towards Security
Deposit (SD) or returned back to the bidder on receipt of the full amount of Security Deposit
and the Security Deposit will be returned only after the successful fulfilment of the contract.
d) The EMD amount will be forfeited by TTDC, if the bidder withdraws the bid during the
period of its validity specified in the tender or if the Successful Bidder fails to sign the
contract or the successful bidder fails to remit Security Deposit within the respective due
dates.
4.8 Letter of Authorization
A letter of Authorization from the Board of Directors / appropriate authority, authorizing
11
the Tender submitting authority or a Power of Attorney should be submitted in the Technical
bid, otherwise the Bids will be summarily rejected.
4.9 Clarification and Amendments
a) A prospective Bidder requiring any clarifications in the Tender may notify The
Chairman & Managing Director, Tamil Nadu Tourism Development Corporation by letter
or by fax or by email. TTDC will respond to any request for clarifications in the Tender.
b) A pre-bid meeting will be held for addressing the clarifications on the date and time
mentioned in the Tender Schedule. The Bidders are requested to participate in the pre-bid
meeting and get the clarifications.
c) Before closing of the Tender, The Chairman & Managing Director, Tamil Nadu
Tourism Development Corporation at its discretion may amend the Tender and may or may
not extend the due date and time for submission of Tenders on account of any amendments.
d) Amendments if any, will be notified in the websites mentioned in the Tender Schedule.
The Bidders should periodically check for the amendments or corrigendum in the websites
till the closing date of this Tender. TTDC will not communicate the amendments or
corrigendum and will no way be responsible for any ignorance.
e) Clarifications received from the bidders, before 48 hours of the closing date of the
submission of the bid, will be accepted for giving the replies.
4.10 Two Part Bidding
Bidders should examine all Instructions, Terms and Conditions and Technical specifications
given in the Tender document. Failure to furnish information required by the bid or submission
of a Bid not substantially responsive in every respect will be at the Bidders risk and may result
in rejection of Bids. Bidders should strictly submit the Bid as specified in the Tender, failing
which the bids will be non-responsive and will be rejected.
4.11 Technical Bid
a) Technical Bid should be filled by the bidder in the forms provided under the technical
bid.
b) All the forms showing under technical bid, should be filled and all mandatory fields
should be filled with the appropriate information.
c) The bidders should submit all relevant documents against each form to substantiate the
information entered in the forms.
12
d) All the pages of the documents submitted by the bidder should be signed and sealed.
e) The bidders should submit the details of make and model of the items offered against
the tender requirements.
f) The Technical bid form should not contain any conditions or price indications strictly,
otherwise the bids by the bidder will be summarily rejected.
g) The Technical bid form should not be changed or altered or tampered. If the bid form
is tampered, the bids will be summarily rejected.
4.12 Price Bid Form
a) The Price Bid should be filled in the forms provided under Price bid.
b) All the fields in the forms should be filled and cannot leave blank.
c) All the pages of the documents submitted by the bidder should be signed and sealed.
d) The price quoted by the Bidder shall include cost and expenses on all counts viz. cost
of equipment, materials, tools/ techniques/ methodologies, manpower, supervision,
administration, overheads, travel, lodging, boarding, in-station & outstation expenses, etc.
and any other cost involved in the supply and commissioning.
e) The prices quoted shall be only in INDIAN RUPEES (INR) only.
f) The cost quoted by the Bidder shall be kept firm for a period specified in the Tender
from the date of opening of the tender. The Bidder should keep the Price firm during the
period of contract including during the period of extension of time if any. Escalation of cost
will not be permitted during the said periods or during any period while providing services
whether extended or not for reasons other than increase of duties / taxes payable to the
Governments in India within the stipulated delivery period. The Bidders should particularly
take note of this factor before submitting the Bids.
g) The price bid form should not be changed or altered or tampered. If the bid form is
tampered, the bids will be summarily rejected.
h) The price bid form should not contain any conditional offers, partial offers or variation
clauses, otherwise the bids will be summarily rejected.
1. Government of India has notified vide Notification No. 20/2017 – Central Tax (Rate),
dated 22nd August, 2017 and Notification No. 24/2017 Central Tax (Rate), dated 21st
September, 2017, the concessional rate of the Goods and Services Tax (GST) is leviable
for any Government Contract, whether Civil or Electrical, irrespective of the Goods and
Services Tax (GST) rate applicable on purchase of goods used in the execution of
Government Contract.
2. Goods and Services Tax (GST) Registration and addition of GST in bills:
13
6.1 “The Bidder should be required to indicate their GST registration number under the
Goods and Services Tax (GST) Act 2017 in the tender form. The Central Goods and
Services Tax (CGST) Act 2017, the Integrated Goods and Services (IGST) Act 2017
and the Tamil Nadu Goods and Services (TNGST) Act 2017 have been enacted and
enforced from 01.07.2017. Under the new tax regime, GST (comprising CGST,
SGST and IGST) as per the Tamil Nadu Goods and Services (TNGST) Act 2017,
with effect from 01.07.2017.
3. For every Bill, GST will be paid to the Bidder by the Employer. After the payments
including GST, the Bidder should pay the GST Amount to Government through his GST
Registration No. to the Employer.
a) First Bill Payment:
“At the time payment for first running account bill, the Bidder should produce the
GST paid details on goods (Materials) to the Employer for ITC.”
b) Intermediate Bill Payment:
“At the time payment next running account bill, the Bidder should produce the
GST paid details of services up to previous bill payment (i.e. GST paid detail for
the previous work bill) along with Input Tax Credit (ITC) availed at the time of
payment of intermediate bill to the employer.”
c) Final Bill Payment:
“The Bidder should produce the GST paid details for all the materials used for
construction work and GST paid details of services for the up to previous payment
(i.e. GST paid detail for the up to previous work bill) to the Employer along with
Input Tax Credit (ITC) availed at the time of payment of final bill to the
employer.”
d) Submission of GST paid details of Final Bill
“The GST paid details for the final work bill payment of construction work to be
submitted by the Bidder to be employer in few days after getting payments”.
4.13 Bid closing date and time
The Bids should be submitted by the bidder not later than the date and time specified in the
Tender Schedule or Corrigendum if published. Even if the Bid submission is in half way through
during the closing date and time, submission would not be possible. Hence the Bidders should
be cautious to submit the bids well in advance to avoid disappointments.
4.14 Outer Cover
The EMD shall be put into a cover with sealed envelope. The outer cover shall be super scribed
as “EMD charges for the Tender towards Supply, Installation and Commissioning of CCTV
Surveillance System at various identified beaches in Tamil Nadu under Swadesh Darshan
14
Scheme. - Tender No 2600/Engg/2018 due on 08.11.2018 @ 3.00 PM”. The “FROM” address
and “TO” address shall be written without fail otherwise the outer cover with the contents, is
liable for rejection.
4.15 Modification and withdrawal of Bids
The bids once submitted cannot be modified or amended or withdrawn before the due date and
time for the submission of the bid.
5. Tender Opening and Evaluation
5.1. Tender Opening
The Technical Bid will be opened on the date and time as specified in the Tender schedule in the
presence of those Bidders, who choose to be present against production of an authorization letter
from the Bidding Authority.
5.2. Tender Validity
The offer submitted by the bidders should be valid for a minimum period of 180 days from the
date of opening of the Tender.
5.3. Initial Scrutiny
Initial Bid scrutiny will be conducted and incomplete details as given below will be treated as
non-responsive. If Tenders are;
Not submitted in two parts as specified in the Tender
Received without the Letter of Authorization
Received without EMD amount
Are found with suppression of details
With incomplete information, subjective, conditional offers and partial offers
Submitted without support documents as per the Eligibility Criteria and Evaluation
Criteria
Non-compliance of any of the clauses stipulated in the Tender
Lesser validity period
Not submitted the sample of CCTV Surveillance system indicated in the tender
document.
All responsive Bids will be considered for further evaluation. The decision of TTDC will be
final in this regard.
5.4. Tender Evaluation
5.4.1 Sample Evaluation
a) One Sample of each items of the specification mentioned in the scope of work in
clause 7.2 – Bill of Materials should be submitted on a predefined date which will be informed
15
later, along with the filled in sample submission form as indicated in Annexure-8. The make,
model number and brochures / specification of the items along with necessary certifications for
testing by TTDC Technical Compliance Statement of the Tender has to be submitted in the
technical bid.
b) The Bidders have to submit the sample items on a date which will be indicated later
by TTDC for demonstration of the equipment’s. No time extension is allowed for submission of
samples. Samples submitted after the above due date, would be liable for rejection.
c) Such samples should be delivered at the address mentioned in Sl.No.1 of Clause 2-
Tender Schedule.
d) If the samples are not delivered within the time limit specified in the Tender, it would
be treated as non-responsive to the Tender conditions and the Bids are liable for rejection.
Compliance with Technical Specification
All the Bidders should submit the item as asked for evaluation purposes along with the
certifications. The compliance statement would be prepared and evaluated. The samples of those
bidders, which do not conform to the technical specifications, the bids of those bidders will be
rejected.
Evaluation Results
The Evaluation test results will enable TTDC to derive the following details:
To know whether the bidders propose to offer the configuration as per the Tender
specification or not.
To provide decision support for the Technical Committee whether to accept or reject the
products.
Analysis of Evaluation Results
a. If the equipment supplied for evaluation meets the tender specifications, it would be
treated that the equipment had passed the “specifications test”. If the specifications are
below the tender specifications, then the equipment would be treated as “failed” in the
“specifications test”. The bidders should take utmost care to bring in the samples which
should be equal to or better than the specifications given in the tender document.
b. TTDC reserves the right to reject a sample if it is found that it does not meet the
specifications. In such cases the bidder would be treated as “failed” in this test. However,
TTDC reserves its right to offer one last opportunity to the bidder to produce another sample
for evaluation, say within a short period of 2-3 days. Such a sample would be evaluated
again to find out whether the bidder gets “pass” in this test.
c. Offering this additional opportunity is solely at the discretion of TTDC. TTDC would be
16
pleased to provide such an opportunity ONLY if public interest (healthy competition)
demands such a step. In the normal course, such an additional opportunity, would not be
given to the bidders.
5.4.2 Technical Bid Evaluation
a. A Technical Committee will examine the Technical Bids against the Eligibility Criteria
based on the support documents submitted by the Bidders.
b. The bidders who comply with all the Eligibility criteria and whose sample qualify in the
benchmark test are eligible for further processing.
5.4.3 Demonstration by the Bidders
a. The Bidders who fulfilled the Bid compliance with Tender Eligibility Criteria as
mentioned above may be required to demonstrate the functioning of the sample CCTV
Surveillance system as per the requirements of the TTDC. The Eligible Bidders should be
ready for the demonstration at a short notice.
b. The Eligible Bidders who are able to demonstrate will be considered for further
processing and will be called as Technically Qualified Bidders. The Eligible Bidders who
failed to demonstrate will be rejected and price bid will not be opened.
5.4.4 Price Bid Evaluation
a. The Price Bids of the Technically Qualified Bidders alone will be opened as per the date
and time specified in the Tender Schedule (clause-2) and then gets evaluated. The Price Bid
should include all expenses towards this Tender. The Price Bids will be opened in the
presence of the Bidders at Tamil Nadu Tourism Development Corporation, Tourism
Complex, Wallajah road, Chennai. The Bidders or their authorized representatives will be
allowed to take part in the Price Bid Opening.
b. The bidder can quote for all items indicated in the Price Bid. Partial bid is not allowed
and shall be quoted in full without leaving any items. The prices will be evaluated as follows
and the decision of TTDC will be the final.
c. The bidder should quote for all the add-on items pertaining to the parts quoted. Failure
to submit the offer / price for all the add on items pertaining to that part will be liable for
rejection of the bid itself.
d. The lowest price will be called as L1 price. The L1 price offered bidder will be the
successful bidder in the tender.
e. The L1 Bidder will be called for negotiation by TTDC. TTDC also reserves the rights to
call the other bidders to match L1 Price. If more than one Bidder matches the L1 Price, then
order will be placed on more than one Bidder, who matches the L1 Price. However,
preference will be given to the L1 Bidder. The L1 Bidder will be given an order value more
than the other Bidders, who matches the L1 Price. The decision of TTDC will be the final.
17
f. All the Bidders, who are selected after the Price Bid evaluation will be called as
Successful Bidders.
5.4.5 Negotiations
Further negotiations will be conducted with the Successful Bidders for improvement in the
Scope of Work, Specification, further reduction in price and advancement of delivery schedule.
18
6. Terms and Conditions
6.1 Acceptance / withdrawal of Tender
The final decision of selection of Successful Bidder would be based on the technical
capacity and pricing. TTDC does not bind itself in selecting the bidder offering lowest
prices.
a) TTDC reserves the right to not to accept lowest price, to reject any or all the tenders
without assigning any reasons, to relax or waive any of the conditions stipulated in the terms
and conditions of tender as deemed necessary in the best interest of the Government for
good and sufficient reasons.
b) The final acceptance of the tender is entirely vested with the Tender Inviting Authority,
who reserves the right to accept or reject any or all of the tenders in full or in parts without
assigning any reason whatsoever.
c) The Tender Inviting Authority may also reject all the tenders for reasons such as change
in Scope, Specification, lack of anticipated financial resources, Force majeure conditions
or any other unforeseen circumstances.
d) After acceptance of the Tender by TTDC, the Successful Bidder shall have no right to
withdraw their tender or claim higher price.
6.2 Rejection of Tender of banned Tenderer
As per The Tamil Nadu Transparency in Tender Act 1998, if at any time before the
acceptance of tender, the Tender Accepting Authority receives information that a tenderer
who has submitted tender has been banned by any procuring entity, the Tender Accepting
Authority shall not accept the tender of that tenderer even if it may be the lowest tender.
6.3 Letter of Acceptance
After successful completion of the negotiations, a Letter of Acceptance (LOA) of the tender
will be issued to the Successful Bidder.
6.4 Security Deposit
The Successful Bidder will be required to remit a Security Deposit (SD) equivalent to 5%
of the value of the order, inclusive of EMD amount by way of demand draft in favour of
“The Chairman & Managing Director, Tamil Nadu Tourism Development Corporation”
payable at Chennai or in the form of unconditional irrevocable Bank Guarantee valid, for
a period equivalent to the delivery schedule from the date of acceptance of the tender. The
Security Deposit furnished by the Successful Bidder in respect of the tender will be
returned to them after successful fulfilment of work.
19
6.5 Execution of Contract
a) The Successful Bidder should execute an agreement for the fulfilment of the contract in
the stamp paper as per the model form of contract given in the tender document as
Annexure-9, with such changes / modifications as may be indicated by TTDC at the time
of execution.
b) The incidental expenses for the execution of agreement should be borne by the
Successful Bidder.
c) If the Bidder fails to execute the agreement, the Security Deposit of the Successful
Bidder will be forfeited and their tender will be held as non- responsive.
6.6 Release of Work Order
After the receipt of the Security Deposit and execution of the agreement specified in the
Tender document, TTDC will release a work order to the Successful Bidder.
6.7 Forfeiture of EMD and Security Deposit
The Successful Bidder should nominate and intimate TTDC a Project Manager/Team
Lead, who should be responsible for the effective delivery of work complying with all the
terms and conditions. The Successful Bidder should ensure that the Project Manager/Lead
is fully familiarized with the Tender Conditions, Scope of Work and Deliverables.
6.8 Assigning of Tender whole or in part
The Successful Bidder should nominate and intimate TTDC a Project Manager/Team
Lead, who should be responsible for the effective delivery of work complying with all the
terms and conditions. The Successful Bidder should ensure that the Project Manager/Lead
is fully familiarized with the Tender Conditions, Scope of Work and Deliverables.
6.9 Scope of Work and Deliverables.
The Successful Bidder shall not assign or make over the contract, the benefit or burden
thereof to any other person or persons or body corporate. The Bidder should not under-let
or sublet to any person(s) or body corporate for the execution of the contract or any part
thereof without the written consent of TTDC.
6.10 Liquidated Damages (LD)
Liquidated Damages will be levied at the rate of 0.5% per week on the total contract
value subject to a maximum of 10% for non-fulfilment of delivery schedule. In the event
of failure to fulfil the conditions.
6.11 Penalty for Non-Fulfilment of Tender conditions
A penalty will be levied at the rate of 1% of the total contract value in the event of non-
20
fulfilment or non-observance of any of the Tender conditions stipulated in the Agreement,
Terms and Conditions and Work Order at the discretion of Customer subject to a maximum
of 10%.
6.12 Termination of Contract
a. Termination for default
a) TTDC may without prejudice to any other remedy for breach of contract, by written
notice of default with a notice period of 7 days, sent to the Successful Bidder, terminate the
contract in whole or part,
i. If the Successful Bidder fails to deliver any or all of the goods within the time
period(s) specified in the Contract, or fails to deliver the items as per the Delivery
Schedule or within any extension thereof granted by TTDC; or
ii. If the Successful Bidder fails to perform any of the obligation(s) under the contract;
OR
i. If the Successful Bidder, in the judgment of TTDC, has engaged in fraudulent and
corrupt practices in competing for or in executing the Contract.
b) In the event of TTDC terminating the Contract in whole or in part, TTDC may procure
the services upon terms and in such manner as deems appropriate at the risk and cost of the
defaulting Successful Bidder and the Successful Bidder shall be liable to TTDC for any
additional costs for such services. However, the Successful Bidder shall continue the
performance of the contract to the extent not terminated.
Termination for Insolvency
TTDC may at any time terminate the Contract by giving written notice with a notice period
of 7 days to the Successful Bidder, if the Successful Bidder becomes bankrupt or otherwise
insolvent. In this event, termination will be without compensation to the Successful Bidder,
provided that such termination will not prejudice or affect any right of action or remedy
that has accrued or will accrue thereafter to TTDC.
b. Termination for Convenience
TTDC may by written notice with a notice period of 7 days sent to the Successful Bidder,
may terminate the Contract, in whole or in part, at any time for its convenience. The notice
of termination shall specify that termination is for TTDC’s convenience, the extent to
which performance of work under the Contract is terminated, and the date upon which such
termination becomes effective. On termination, the Successful Bidder is not entitled to any
compensation whatsoever.
6.13 Force Majeure Conditions
Neither TTDC nor the Successful Bidder shall be liable to the other for any delay or failure
in the performance of their respective obligations except causes or contingencies beyond
21
their reasonable control due to Force Majeure conditions such as:
a. Any act of God such as lighting, earthquake, landslide, etc. or other events of natural
disaster of rare severity
b. Meteorites or objects falling from aircraft or other aerial devices, travelling at high
speeds
c. Fire or explosion, chemical or radioactive contamination or ionizing radiation
d. Epidemic or plague
e. Act of war (whether declared or undeclared), threat of war, invasion, armed conflict
or act of foreign enemy, unexpected call up of armed forces, blockade, embargo,
revolution, riot, religious strife, bombs or civil commotion, sabotage, and terrorism.
f. A party affected by an event of force majeure should give a written notice with full
details as soon as possible and in any event not later than five calendar days of the
occurrence of the cause relief upon. The other party to respond within a reasonable
time of not later than fifteen days and issue an acknowledgement on the claim or
force majeure applies, then dates (period) by which performance obligations are
schedule to be met, with extended for that period of time equal to the time lost due
to any delay so caused.
6.14 Arbitration
a) Any dispute or difference, whatsoever, arising among the parties to this agreement
arising out of or in relation to this agreement shall be resolved by the parties through mutual
consultation, in good faith and using their best endeavors. To this end, the parties agree to
provide frank, candid and timely disclosure of all relevant facts, information and documents
to facilitate discussions between them/their representatives or officers;
b) Except as otherwise provided elsewhere in the Contract, if any dispute, difference,
question or disagreement arises between the parties hereto or their respective
representatives or assignees, at any time in connection with construction, meaning,
operation, effect, interpretation or out of the contract or breach thereof, the same shall be
decided by a sole Arbitrator to be appointed by the Managing Director of TTDC.
c) If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any reason
from the proceedings, another Arbitrator shall be appointed by the Chairman & Managing
Director of TTDC. The Arbitrator so appointed shall proceed with the reference from the
stage where his predecessor had left if both parties consent for the same, otherwise, he shall
proceed de novo.
d) It is a term of the contract that the party invoking arbitration shall specify all disputes to
be referred to arbitration at the time of invocation of arbitration and not thereafter.
e) It is also a term of the contract that neither party to the contract shall be entitled to seek
22
interest and the arbitrator should not grant interest.
f) The Arbitral Tribunal shall give reasoned award and the same shall be final, conclusive
and binding on the parties.
g) The venue of the arbitration shall be Chennai and language English.
h) The fees of the arbitrator and expenses incidental to the arbitration proceedings shall be
borne equally by the parties.
Subject to as aforesaid, the provisions of the Arbitration and Conciliation Act 1996 and
any statutory modifications or re-enactment in lieu thereof shall apply to the arbitration
proceedings under this clause.
6.15 Legal Jurisdiction
Subject to the above, the courts at Madras High Court only shall have jurisdiction in this
matter. In witness where of the parties here to have signal on the day, month and year above
written in the presence of
For and on behalf of For and on behalf of Tamil Nadu Tourism
Development corporation
Witness : Witness :
Witness : Witness:
23
7. Scope of Work
The General scope of work is to Supply, Installation and Commissioning of CCTV
Surveillance System with Comprehensive onsite warranty for 3 years and 2 years extended
warranty and one year trial run at various identified beaches in Tamil Nadu under Swadesh
Darshan Scheme.
Department of Tourism under Swadesh Darshan Scheme funded by Ministry of Tourism
has identified various beaches in Tamil Nadu for Coastal circuit development. The scope
includes supply, installation and commissioning of CCTV Surveillance system with
necessary equipment and civil works related to it for surveillance system in the identified
destinations in Tamil Nadu.
The tenderer should install CCTV cameras as per the Design diagram
Up to 2-PTZ Camera, 1-Bullet camera will be installed in one Pole. Suitable metal
angles should provide as per the requirement
The cameras should be powered through PoE+ Industrial Grade Switch or through
DC adapters depend upon the site requirement.
The outdoor enclosure should be IK10 rated. It should install at the pole as per
the site requirement.
The size of the outdoor unit should be compatible to accommodate the EB
connectivity accessories like Energy meter, fuses, mains box, trippers, Industrial grade
PoE switch, patch panels, UPS with batteries, network and electrical cables etc.
The outdoor OFC should be connected to the SFP port of the Industrial grade PoE
Switch.
The Outdoor OFC cable should buried under the soil at suitable depth depend
upon the site requirement.
The outdoor enclosure should be locked with lock and key so that it will not be
damaged by any anti-social elements.
All the items should be powered through inverter/ UPS only.
The Electrical cable should be carefully insulated so that animals, public and
tourists should not be prone to Electrical shock. Necessary ELCB and trippers should be
provided for that.
The Booth must have suitable size fire extinguisher as an accessory
.Control room/ Booth should be constructed for all other beaches except Marina
Beach in size 5ft x 5ft x 7 ft. For Marina Beach, control room should be provided and
only partition or set up is required.
Monitor, NVR, UPS and other accessories should be installed as per the site requirement.
The control room/ Booth should have shelf like arrangement to accommodate the NVR,
Switch, UPS with batteries. Furniture should be provided for the items and also for the
operator.
24
7.1 Bill of Material for CCTV Surveillance System
The details of the hardware components required in the identified location under the
Swadesh Darshan Scheme in Tamil Nadu is given below.
Bill of Quantities for Marina Beach
S.No Name of the item Quantity
1 2 MP IP PTZ Camera with IR 15
2 2 MP IP Panoramic PTZ camera with multi-sensor 2
3 2 MP IP Bullet camera with IR 15
4 6 mtr GI Pole 15
5 Industrial Grade PoE switch with 2 SFP Port 15
6 Electrical (single phase) connectivity establishment including
deposit, Energy meter, mains
16
7 Electrical charges for 12 months (Monthly/bimonthly) 15
8 Electrical Charges for 12 months for control room (bimonthly
or monthly)
1
9 800 VA Inverter with 1 hour back up 15
10 Outdoor Single mode six core fiber cable 6000 mtrs
11 Indoor Single mode six core fiber cable 100
12 Outdoor CAT 6 Cable 600 mtr
13 Indoor CAT 6 Cable 600 mtr
14 2.5 Sqmm Electrical Cable 200 mtr
15 HDPE Pipe 6000 mtrs
16 Outdoor vandal proof (metal) IP 66 enclosure 15
17 Layer 3 Manageable Switch 1
18 32 channel NVR with 16 TB Hard Disk 2
19 55” LED Display 2
20 Joy stick 2
21 Control room setup 1
22 24U Rack 1
23 5 KVA Online UPS with one hour backup 1
Installation, Commissioning including digging charges, cable laying, camera fixing, all civil,
masonry, carpentry works and Other accessories (Small Poles, Cable ties, Insulations, PVC
Materials, Cable and Wires, Patch chords, Fixing accessories, Nut, Bolts, etc.) to be included.
25
Bill of Quantities for Mamallapuram Beach S.No Name of the item Quantity
1 2 MP IP PTZ Camera with IR 20
2 2 MP IP Panoramic PTZ camera with multi-sensor 2
3 2 MP IP Bullet camera 20
4 6 mtr GI Pole 20
5 Industrial Grade PoE switch with 2 SFP Port 20
6 Electrical (single phase) connectivity establishment including
deposit, Energy meter, mains
21
7 Electrical charges for 12 months for Poles 20
8 Electrical Charges for control room for 12 months 1
9 800 VA Inverter with 1 hour back up 20
10 Outdoor Single mode six core fiber cable 7000 mtrs
11 Indoor Single mode six core fiber cable 200
12 Outdoor CAT 6 Cable 900 mtr
13 Indoor CAT 6 Cable 600 mtr
14 2.5 Sqmm Electrical Cable 500 mtr
15 HDPE Pipe 7000 mtrs
16 Outdoor vandal proof (metal) IP 66 enclosure 20
17 Layer 3 Manageable Switch 1
18 32 channel NVR with 24 TB Hard Disk 2
19 42” LED Display 2
20 Joy stick 2
21 Control room setup 1
22 12U Rack 2
23 5 KVA Online UPS with one hour backup 1
Installation, Commissioning including digging charges, cable laying, camera fixing, all civil,
masonry, carpentry works and Other accessories (Small Poles, Cable ties, Insulations, PVC
Materials, Cable and Wires, Patch chords, Fixing accessories, Nut, Bolts, etc.) to be included.
26
Bill of Quantities for Rameswaram Beach
S.No Name of the item Quantity
1 2 MP IP PTZ Camera with IR 10
2 2 MP IP Panoramic PTZ camera with multi-sensor 1
3 2 MP IP Bullet camera 10
4 6 mtr GI Pole 10
5 Industrial Grade PoE switch with 2 SFP Port 10
6 Electrical (single phase) connectivity establishment including
deposit, Energy meter, mains for Poles and control room
11
7 Electrical charges for 12 months for poles(monthly /bimonthly) 10
8 Electrical charges for 12 months for control room
(monthly/bimonthly
1
9 800 VA Inverter with 1 hour back up 10
10 Outdoor Single mode six core fiber cable 3500 mtrs
11 Indoor Single mode six core fiber cable 50
12 Outdoor CAT 6 Cable 400 mtr
13 Indoor CAT 6 Cable 400 mtr
14 2.5 Sqmm Electrical Cable 200 mtr
15 HDPE Pipe 3500 mtrs
16 Outdoor vandal proof (metal) IP 66 enclosure 10
17 Layer 3 Manageable Switch 1
18 16 channel NVR with 16 TB Hard Disk 2
19 32” LED Display 2
20 Joy stick 1
21 Control room setup 1
22 12 U Rack 2
23 3 KVA Online UPS with one hour backup 1
Installation, Commissioning including digging charges, cable laying, camera fixing, all civil,
masonry, carpentry works and Other accessories (Small Poles, Cable ties, Insulations, PVC
Materials, Cable and Wires, Patch chords, Fixing accessories, Nut, Bolts, etc.) to be included.
27
Bill of Quantities for Kanyakumari Beach
S.No Name of the item Quantity
1 2 MP IP PTZ Camera with IR 3
3 2 MP IP Bullet camera 3
4 6 mtr GI Pole 3
5 Industrial Grade PoE switch with 2 SFP Port 3
6 Electrical (single phase) connectivity establishment including
deposit, Energy meter, mains for Poles and control room
3
7 Electrical charges for 12 months for poles(monthly /bimonthly) 3
8 Electrical charges for 12 months for control room
(monthly/bimonthly
1
9 800 VA Inverter with 1 hour back up 3
10 Outdoor Single mode six core fiber cable 800 mtrs
11 Indoor Single mode six core fiber cable 20
12 Outdoor CAT 6 Cable 120 mtr
13 Indoor CAT 6 Cable 120 mtr
14 2.5 Sqmm Electrical Cable 60 mtr
15 HDPE Pipe 800 mtrs
16 Outdoor vandal proof (metal) IP 66 enclosure 3
17 Layer 3 Manageable Switch 1
18 8 channel NVR with 4 TB Hard Disk 1
19 16” LED Display 1
20 Joy stick 1
21 Control room setup 1
22 6 U Rack 1
23 1 KVA Online UPS with one hour backup 1
Installation, Commissioning including digging charges, cable laying, camera fixing, all civil,
masonry, carpentry works and Other accessories (Small Poles, Cable ties, Insulations, PVC
Materials, Cable and Wires, Patch chords, Fixing accessories, Nut, Bolts, etc.) to be included.
28
Bill of Quantities for Manapad Beach
S.No Name of the item Quantity
1 2 MP IP PTZ Camera with IR 6
2 2 MP IP Panoramic PTZ camera with multi-sensor 1
3 2 MP IP Bullet camera 6
4 6 mtr GI Pole 6
5 Industrial Grade PoE switch with 2 SFP Port 6
6 Electrical (single phase) connectivity establishment including
deposit, Energy meter, mains for Poles and control room
7
7 Electrical charges for 12 months for poles(Monthly /bimonthly) 6
8 Electrical charges for 12 months (Monthly/bimonthly) for control
room
1
9 800 VA Inverter with 1 hour back up 6
10 Outdoor Single mode six core fiber cable 1800 mtrs
11 Indoor Single mode six core fiber cable 50
12 Outdoor CAT 6 Cable 300 mtr
13 Indoor CAT 6 Cable 300 mtr
14 2.5 Sqmm Electrical Cable 100 mtr
15 HDPE Pipe 1800 mtrs
16 Outdoor vandal proof (metal) IP 66 enclosure 6
17 Layer 3 Manageabale Switch 1
18 16 channel NVR with 16 TB Hard Disk 1
19 42” LED Display 1
20 Joy stick 1
21 Control room setup 1
22 12 U Rack 1
23 3 KVA Online UPS with one hour backup 1
Installation, Commissioning including digging charges, cable laying, camera fixing, all civil,
masonry, carpentry works and Other accessories (Small Poles, Cable ties, Insulations, PVC
Materials, Cable and Wires, Patch chords, Fixing accessories, Nut, Bolts, etc.) to be included.
29
7.2 Specifications of the CCTV IP Network Surveillance system
I) SPECIFICATION FOR 2 MP IP PTZ CAMERA WITH IR
Make: Model:
S. NO PARAMETER SPECIFICATION Compliance to be
filled by the tenderer
A) Type 2 Mega Pixel Outdoor type PTZ
Camera with IR
1 Image sensor 1 / 2.8” CMOS or better
2 Lens 4.5-148.5mm or better
3 Pixel 2 Megapixel
4 Image readout Progressive scan
5 Functions Pan, Tilt, Zoom, , ROI, Privacy
masking, motion detection, tour
6 Edge Based Analytics Camera Tampering analytics,
Intrusion Detection, Line crossing,
motion detection, Auto tracking,
Target Tracking, Loitering, Face
Detection, People Counting,
Defocus , Scene Change,
7 Pan 360 degree endless, speed: min 1
degree/s to 240 degrees/s.
8 Number of pre-set 50 or better
9 Privacy mask Minimum 4 areas
10 Infra-redLED Inbuilt
11 IR Range 150 mts or more
12 Minimum Illumination 0.001 lux for colour, 0 lux for
B/W(Night) IR ON
13 Shutter time 1 / 10 s to 1 / 10000s
14 Video compression H.265 & H.264
15 Resolutions From 1920 x 1080 to 352 x 240
16 Frame rate 25 FPS or better
17 Video streaming H.265 & H.264 - Controllable frame
rate and bandwidth
18 Video Stream
Management
Triple stream or better
30
19 Image settings 90 DB WDR, BLC, Date, Time and
year, Text overlay, Adjust text
position.
20 Supported protocols TCP/IP, UDP, ICMP, HTTP, FTP,
DHCP, DNS, UPnP, SMTP,
SNMP, IP V4
21 Application
Programming Interface
ONVIF version 2.2 or higher
22 Casing IP 66 or higher and IK08 or higher
23 Power Power over Ethernet plus (PoE+)
IEEE 802.3at, External DC or AC
power supply Provision. Power
adapter should also be supplied if
required
24 Connectors RJ45 10/100BASE-TX PoE+
25 Operating Temperature -5°C to 50 °C
26 Regulatory compliance CE, FCC, RoHS, UL
27 ISO Certificates for
OEM
The OEM should have ISO
9001:2008, ISO 14001:2004 and
ISO 27001:2013 certificate
28 Accessories The firm should provide necessary
accessories like camera mounting
kit, patch cable etc. Joy Stick
29 Warranty 3 years onsite warranty and two
years of spares support after
warranty period
31
II) SPECIFICATION FOR 2 MP IP PANAROMIC PTZ CAMERA WITH MULTI-
SENSOR
Make: Model:
S. NO PARAMETER SPECIFICATION Compliance to be
filled by the tenderer
A) Type 2 MP IP Panaromic PTZ camera with Multi-
Sensor
1 Image sensors
for Fixed and
Zoom modules
For fixed sensors: 4 numbers of 1/1.8”
Progressive Scan CMOS sensors or better
For Zoom module sensor: 1 number of 1/1.8”
Progressive Scan CMOS sensors or better
2 Resolution for fixed sensors: 4096 × 1800
for Zoom module sensor: 1920 x 1080
3 Lens for fixed sensors: 5 mm @ f2.2 for each
sensor or better to accommodate 178°
panoramic view horizontally
for Zoom module sensor: 5-220mm @F1.5 ~
F4.8,44x optical zoom or better
4 Pixels for fixed sensors: 2 Megapixel each sensor –
total 8 Megapixel Panoramic
for Zoom module sensor: 2 Megapixels
5 Main stream For fixed sensors : 25fps
(4096×1800,3840×1680,2720×1192),
For Zoom module sensor :50fps
(1920×1080,1280×960,1280×720)
6 Sub stream For Fixed sensor: 25 fps (704×320)
For Zoom module sensor:25fps
(704×576,352×288,176×144)
7 Third stream For Fixed sensor- 50Hz: 25fps (1280×560)
For Zoom module sensor-50Hz: 25fps (1920
× 1080 ,1280 × 960,1280×720,
704×576,352×288,176×144)
8 Video
Compression
H.265 & H.264
9 ROI Minimum 7 areas
10 Image enhance EIS, Defog, BLC
11 Edge Based
Analytics
Camera Tampering analytics ,Intrusion
Detection, Line crossing, motion detection,
Auto tracking, Target Tracking, Loitering,
Face Detection, Unattended Object, People
Couting, Defocus , Scene Change
12 Minimum Color:0.001Lux @ (F1.2,AGC ON);
32
Illumination for
all sensors BW:0.0001Lux @ (F1.2,AGC ON)
13 Shutter time 1 s to 1 / 100000s
14 Pan tilt speed
for zoom
module
Up to 120°/s (manual), Up to 200°/s (preset)
for both Pan and tilt
15 Pan and Tilt
angle
Pan: 360°, Tilt: -16°~90°
16 Presets 256 or more
17 Target tracking Up to 30
18 IR for zoom
module
Up to 800 metres Laser
19 White led for
zoom module
Up to 50 metres
20 Audio
compression
G.711alaw / G.711ulaw/ G.722/ G.726/
MP2L2/ AAC/ PCM
21 Network
protocol
IPv4/IPv6, HTTP, HTTPS, 802.1x, Qos,
FTP, SMTP, UPnP, SNMP, DNS, DDNS,
NTP, RTSP, RTCP, RTP, TCP, UDP, IGMP,
ICMP, DHCP, PPPoE, Bonjour
22 Wi-Fi range Up to 150m
23 SD card support Support up to 128GB
24 Casing IP 66 or higher and IK08 or higher
25 Power AC 24V power supply Provision. Power
adapter should also be supplied if required
26 Connectors RJ45 10/100
27 Operating
Temperature
-5°C to 50 °C
28 Regulatory
compliance
CE, FCC, RoHS, UL
29 ISO Certificates
for OEM
The OEM should have ISO 9001:2008, ISO
14001:2004 and ISO 27001:2013 certificate
30 Accessories The firm should provide necessary
accessories like camera mounting kit, patch
cable etc.
31 Warranty 3 years onsite warranty and two years of
spares support after warranty period
33
III) SPECIFICATION FOR 2 MP IP BULLET CAMERA WITH IR
Make: Model:
S.
NO PARAMETER SPECIFICATION
Compliance to be
filled by the tenderer
A) Type Outdoor type 2 Mega Pixel IP Bullet
Camera with IR
1 Image sensor 1 / 3” CMOS or better
2 Pixel 2 Megapixel or better
3 Image readout Progressive scan
4 Lens 2.8 to 9mm , Motorised Varifocal
5 Infra-red LED Inbuilt
6 IR Range 30 mts or more
7 Minimum
Illumination
0.02 lux for colour, 0 lux for B/W(Night) IR
ON
8 Shutter time 1 / 10 s to 1 / 10000s
9 Video
compression
H.265 & H.264
10 Resolutions From 1920 x 1080 to 352 x 240
11 Frame rate 25 FPS or better
12 Video streaming H.265 & H.264 or better - Controllable
frame rate and bandwidth
13 Stream
Management
Triple stream or better
14 Image settings 90 dB WDR,BLC, Date, Time and year,
Text overlay, Adjust text position,
15 Supported
protocols
TCP/IP, UDP, ICMP, HTTP, FTP, DHCP,
DNS, UPnP, SMTP, SNMP, IP V4
16 ONVIF ONVIF Profile S or version 2.2 or higher
17 Casing IP 66 or higher and IK08 or higher
18 Power Power over Ethernet (PoE) IEEE 802.3af
19 Connectors RJ45 10/100BASE-TX PoE
20 Edge Based
Analytics
Camera Tampering analytics ,Intrusion
Detection, Line crossing, motion detection,
Face Detection, People Couting, Defocus,
Scene Change
34
21 Recording Motion detection, Manual recording, time
based recording etc.
22 Operating
Temperature
-10 °C to 50 °C
23 Regulatory
compliance
CE, FCC, RoHS, UL
24 ISO Certificates
for OEM
The OEM should have ISO 9001:2008, ISO
14001:2004 and ISO 27001:2013 certificate
25 Accessories The firm should provide necessary
accessories like camera mounting kit, patch
cable etc.
26 Memory card
support
32 GB memory card support should be
available and 32 GB memory card should be
supplied with each of bullet camera
27 Warranty 3 years onsite warranty and two years of
spares support after warranty period
IV) SPECIFICATION FOR 6 mtr GI Pole
Make: Model:
S.
NO PARAMETER SPECIFICATION
Compliance to be
filled by the tenderer
1 General 6 mtrs GI cylindrical/ hexagonal / octagonal
Pole for camera fixing should be supplied.
The Poles will be erected with proper civil
works. Suitable extension for camera mount
focusing the lane should be provided at the
top or suitable place as per the requirement.
Two cameras should be installed in one pole.
Hence metal angle projections for installing
cameras should be fixed at appropriate place
at the top of the Pole
2 Mechanical
strength
Should be rust proof for a period of minimum
3 year.
3 Accessories Suitable nuts, bolts, clamps for camera fixing
should be provided. Earth and lightning rod
should be provided to the poles.
4 Warranty 3 years onsite warranty and two years of
spares support after warranty period
35
IV) SPECIFICATION FOR 4 PORT (OR HIGHER) POE INDUSTRIAL GRADE
SWITCH WITH 2 SFP PORTS
Make: Model:
S.
No
PARAMETER REQUIRMENT Compliance to be filled
by the tenderer
1 No of ports Four Numbers (or higher) of PoE+
portsTwo Numbers of 1 G SFP Port, each
loaded with 1 G fiber module compatible
for single mode fiber cable (or higher).
2 PoE+ i) POE + standards should be in accordance
with IEEE 802.3af and IEEE 802.3at
standards.
ii) Should support PoE budget
3 Features Should support basic layer 2 features for
the requirement
4 Operating
Temperature
Min of 0 to 55 Degrees or more
5 Operating
Humidity (non-
condensing)
5% to 90% or better
6 Certifications and
compliance
CE or FCC, UL and RoHS
7 warranty 3 years onsite warranty and two years of
spares support after warranty period
V) SPECIFICATION FOR ELECTRICAL (SINGLE PHASE) CONNECTIVITY
ESTABLISHMENT INCLUDING DEPOSIT, ENERGY METER, MAINS
Make: Model:
S.
No
PARAMETER REQUIRMENT Compliance to be filled
by the tenderer
1 Single phase
supply
The successful tenderer should obtain
single phase Electrical connectivity for
Booths (control room) and Pole (for camera
and other accessories) in every beach. EB
deposit, Service wire cabling, Trippers,
UPS- EB changeover, ELCB for shock
protection and Earthing should be provided
as per the standard EB norms.
36
VI) SPECIFICATION FOR ELECTRICAL CHARGES FOR 12 MONTHS
Make: Model:
S.
No
PARAMETER REQUIRMENT Compliance to be filled
by the tenderer
1 Electrical
Charges
The Successful tenderer should pay the
Electrical charges (Monthly or bimonthly)
for all the connections for the first year.
VII) SPECIFICATION FOR 800 VA UPS/ INVERTER WITH 1 HOUR BACK UP
Make: Model:
S.No PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 Type 800 VA Online/offline/line Interactive UPS
or Inverter
2 AC input voltage 180 – 250 V or better
3 Output Voltage AC 230v (+/- 5%)
4 Backup time Minimum 1 hour or more
5 Battery Type and
capacity
Battery type and capacity will be calculated
by the tenderer depend upon the
requirement of one hour back up for the
mentioned load
6 Protection Over load, low battery
7 Audible alarm required for EB supply ON/ OFF
8 Visual Indicators Mains on, low battery, over load
9 Installations As per site requirement
10 Warranty 3 years onsite warranty and two years of
spares support after warranty period
VIII) SPECIFICATION FOR OUTDOOR SINGLE MODE SIX CORE FIBER CABLE
Make: Model:
S.No PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 Outdoor Single
mode fiber cable
Six core, Outdoor type, Single mode cable
ISI or any standard certification.
2 Warranty 3 years onsite warranty and two years of
spares support after warranty period
37
IX) SPECIFICATION FOR INDOOR SINGLE MODE SIX CORE FIBER CABLE
Make: Model:
S.No PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 Indoor Single
mode fiber cable
Six core, Indoor type, Single mode cable ISI
or any standard certification
2 Warranty 3 years onsite warranty and two years of
spares support after warranty period.
X) SPECIFICATION FOR OUTDOOR CAT 6 CABLE
Make: Model:
S.NO PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 Conductor 23 AWG Solid bare Copper(4
pair)
2 Insulation High density Polyethylene
3 Pairs 2 insulated conductors twisted
together
4 Sheath PVC
5 Cable Diameter 6.1 mm nominal
8 Cable wt per box 13.6kg nominal
9 Printing Each meter printed with
sequential length counter
Electrical properties
10 Characteristic impedance 100+/- 15 Ohm
11 Conductor resistance ≤9.38 ohm/ 100 m
12 Mutual Capacitance <5.6nF/100m
13 Resistance unbalance 5% max
14 Capacitance unbalance 330pF/100m
15 Delay skew <45nS
16 NVP (%) 69%
17 Operating voltage 72V
18 Dielectric strength 1.0 KV dc or 0.75 KV ac
Mechanical properties
19 Bending radius < 25.4 mm at -20° C +/- 1° C
20 Pulling force 11.5 kg
21 Operating temperature range -20° C + 70° C
22 Storage temperature range 0° C + 50° C
23 Connection system Compatible with all common
38
systems according to TIA/EIA
568.2 and ISO/IEC 11801 Class
E
24 Warranty 3 years onsite warranty and two
years of spares support after
warranty period.
XI) SPECIFICATION FOR INDOOR CAT 6 CABLE
Make: Model:
Sl.
No Parameter Requirements
Compliance to be
filled by the tenderer
1 Category CAT 6 (4 Pair)
2
Type of
Conductors and
Grade
4 Pair Twisted Cable, Support for Fast and
Gigabit Ethernet, IEEE Standard.
Physical Specification:
Conductor: 23 AWG Annealed bare solid
copper.
Insulation: High Density Polyethylene Sheath:
Fire Retardant PVC Compound (FRPVC)
The firm should provide necessary accessories
like RJ 45 Patch chord, cable ties etc even if it
is not mentioned
3 Standard ISI or equivalent
4 Warranty 3 years onsite warranty and two years of spares
support after warranty period.
XII) SPECIFICATION FOR ELECTRICAL CABLE
Make: Model:
S.No PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 General Suitable Electrical cable (2.5 sq.mm or
better) indoor type and outdoor (depend upon
the requirement). Necessary cores for phase,
neutral and earthing. Standard insulation
material. Fire proof or better.
2 Compliance ISI or equivalent
3 Warranty 3 years onsite warranty and two years of
spares support after warranty period
39
XIII) SPECIFICATION FOR HDPE PIPE
Make: Model:
S.No PARAMETER REQUIRMENT
Compliance to be
filled by the tenderer
1 General Suitable HDPE pipe to accommodate the
outdoor OFC Cable, Outdoor CAT 6 Cable
etc. (if required). ISI or equivalent certificate
2 Warranty 3 years onsite warranty and two years of
spares support after warranty period
XIV) SPECIFICATION FOR OUTDOOR VANDAL PROOF (METAL) ENCLOSURE
Make: Model:
Sl.
No.
Specification
parameter
Requirements Compliance to be
filled by the tenderer
1
GENERAL IK10 metal enclosure. The metal enclosure
should be designed so that rain water should
not enter the metal enclosure
GND and Earthling kit should be available as
default
Suitable size to accommodate the Industrial
grade PoE switch, cables and UPS with
batteries and EB mains, meter and other
accessories
Power manager – required numbers, MCB,
Power indicator, power cord, Inlet Plug type
Indian round pin. The firm should provide
necessary accessories
Mounting kit for Pole should be provided
2 Warranty 3 years onsite warranty and two years of
spares support after warranty period
40
SPECIFICATION FOR CONTROL ROOM ITEMS
I) SPECIFICATION FOR LAYER 3 MANAGEABLE SWITCH
S.
No
PARAMETER REQUIRMENT Compliance to be
filled by the tenderer
1. No of ports Min 8 x 1 G Copper Port port and 4 x 1G
Fiber Ports (loaded with single mode fiber
module) with suitable inbuilt or external (DC
or AC) Power Supply Unit. Support bi-
directional SFP (optical)
2. Resiliency The Switch must support IEEE 802.17 or
equivalent Ring resiliency / Ring protection
technology for Sub 100 ms convergence
time.
3. Layer 2 features
and Layer 3
Features
IEEE 802.3ac, IEEE 802.3az, IEEE 802.1v,
IEEE 802.1Q, IEEE 802.1s, IEEE 802.1w,
IEEE 802.1D, RIP, IPv4 and IPv6 Dual stack
and basic layer 3 features
4. Multicast For
Video
IGMP snooping v1 , v2 and v3, MLD
snooping (v1 and v2)
5 Security Should support ACLs, DHCP snooping,
IEEE 802.1x based port authentication,
DHCPv4 (Snooping, server/ client),
RADIUS, TACACS+, SSL, SSH, SSLv3,
Port Mirroring, NTP
6 General Should support real time video and voice
streaming with low latency.
7 Management SNMPv1, v2c and v3, Web GUI, CLI, USB
or equivalent, IPv6 management features on
open standards, should support SDN open
flow V1.3 or higher.
8 Operating
Temperature Min of 0 degrees to +50 Degrees or higher.
9 Humidity 5% to 95% or better
10 Certifications and
compliance CE or FCC, UL and RoHs Certifications
11 Warranty 3 years onsite warranty and two years of
spares support after warranty period
41
II) SPECIFICATION FOR 32 CHANNEL NETWORK VIDEO RECORDER WITH
16 TB SURVEILLANCE HDD
S.
NO
PARAMETER SPECIFICATION Compliance to be
filled by the tenderer
1. Maximum Number
of Channels
32 channel or better , 1080P real time live
View
2 Video Compression H.265 & H.264 or better (settings should be
available in GUI)
3 Power restoration System should restart automatically after
power recovery
4 Video display split 1/4/8/16/32 or better
5 Audio One way Audio or better
6 Video Resolution Full HD, HD, CIF or better
7 Playback Control Regular (Play, Pause, Stop), Rewind,
forward, Calendar, Event, Timeline,
Timeline Scale,
8 Stream
Management
Two streams or higher, should support
display, record and remote view through
internet and mobile phone. (if internet will be
provided in the future)
9 Scheduled
Recording
Record video with user defined schedule
10 Event Recording Record video when the alarm event is
triggered.
11 Manual Recording Required
12 Recording Frame
Rate
Max 25fpsx 32 cameras in total
13 Maximum
Recording
Throughput
300 Mbps or more
14 Interface SATA or better
15 Maximum HDD
Capacity
3.5” , 4 TB capacity x 4 slot or more
16 Time Based Video
Search
Search video recordings by time, channel
17 Event Based Video
Search
Search event triggered video recordings,
event response video loss
18 Playback Control Forward and backward playback with
variable speeds, digital zoom
19 Playback Display Minimum 4 channel or higher
20 Manual Snapshot Create snapshot from playback for export
21 Video Cropping Crop a short video clip from long recording
file and save it as an independent file
42
22 Video Export Export video clips in a format which should
be played in VLC/ Windows media player or
any other popular video players
23 Event Trigger Video motion detection, Network loss
24 Event Response Record video
25 Edge Based
Analytics
Camera Tampering analytics , Intrusion
Detection, Line crossing, motion detection,
Face Detection, People Couting, Defocus,
Scene Change
26 Permission Control Multi-group/users, live view/playback/setup/
remote access permission
27 Operating System Embedded Linux, GUI
28 Mobile Client
Program
Support for Android / IPhone / Windows
29 Backup mode USB device,
30 Application
Programming
Interface
It should have the feature to auto discover
the third party IP cameras and support to
ONVIF Profile S or version 2.2
31 Additional Items
Required
16 GB Pen drive
32 Interface Minimum 1 HDMI , 1 VGA, 2 USB, RJ45,
RS485, keyboard or mouse.
33 Supported
protocols
IPv4, TCP/IP, HTTP, UPnP, RTSP, RTCP,
SMTP, FTP, DHCP, DNS, IP Filter
34 Chassis 2 U, Should be fit in 19” rack.
35 Emissions & safety
certifications
CE or FCC, UL and RoHs Certifications
36 Power supply Inbuilt or external
37 Accessories The firm should provide necessary
accessories like NVR keyboard or Mouse
38 Warranty 3 years onsite warranty and two years of
spares support after warranty period
39 Hard disk type 24 * 7 surveillance HDD
40 Capacity 16 TB (4x 4 TB or better)
41 Interface SATA
42 Form factor 3.5”
43 Cache memory 64 MB or better
44 Reliability – load /
unload cycles
3,00,000
45 MTBF 1 million hours
46 Operating
Temperature
0 °C to 60 °C
47 Emissions & safety
certifications
CE or FCC
43
48 ISO certificates for
OEM
ISO 9001:2008, ISO 14001: 2004 and ISO
27001:2013
49 Warranty for Hard
disk
3 years onsite warranty and two years of
spares support after warranty period
III) SPECIFICATION FOR 32 CHANNEL NETWORK VIDEO RECORDER WITH
24 TB SURVEILLANCE HARD DISK
S. NO PARAMETER SPECIFICATION Compliance to be filled
by the tenderer
1. Maximum Number
of Channels
32 channel or better , 1080P real time live
View
2 Video Compression
H.265 & H.264 or better (settings should be
available in GUI)
3 Power restoration
System should restart automatically after
power recovery
4 Video display split 1/4/8/16/32 or better
5 Audio One way Audio or better
6 Video Resolution Full HD, HD, CIF or better
7 Playback Control
Regular (Play, Pause, Stop), Rewind, forward,
Calendar, Event, Timeline, Timeline Scale,
8
Stream Management
Two streams or higher, should support display,
record and remote view through internet and
mobile phone. (if internet will be provided in
the future)
9 Scheduled
Recording Record video with user defined schedule
10 Event Recording
Record video when the alarm event is
triggered.
11 Manual Recording Required
12 Recording Frame
Rate Max 25fpsx 32 cameras in total
13 Maximum
Recording
Throughput
300 Mbps or more
14 Interface SATA or better
15 Maximum HDD
Capacity 3.5” , 6 TB capacity x 4 slot or more
16 Time Based Video
Search Search video recordings by time, channel
17 Event Based Video
Search
Search event triggered video recordings, event
response video loss
18 Playback Control
Forward and backward playback with variable
speeds, digital zoom
44
19 Playback Display Minimum 4 channel or higher
20 Manual Snapshot Create snapshot from playback for export
21 Video Cropping
Crop a short video clip from long recording file
and save it as an independent file
22
Video Export
Export video clips in a format which should be
played in VLC/ Windows media player or any
other popular video players
23 Event Trigger Video motion detection, Network loss
24 Event Response Record video
25 Edge Based
Analytics
Intrusion Detection, Line crossing, motion
detection, Face Detection, People Couting,
Defocus, Scene Change
26 Permission Control
Multi-group/users, live view/playback/setup/
remote access permission
27 Operating System Embedded Linux, GUI
28 Mobile Client
Program Support for Android / IPhone / Windows
29 Backup mode USB device,
30 Application
Programming
Interface
It should have the feature to auto discover the
third party IP cameras and support to ONVIF
Profile S or version 2.2
31 Additional Items
Required 16 GB Pen drive
32 Interface
Minimum 1 HDMI , 1 VGA, 2 USB, RJ45,
RS485, keyboard or mouse.
33 Supported protocols
IPv4, TCP/IP, HTTP, UPnP, RTSP, RTCP,
SMTP, FTP, DHCP, DNS, IP Filter
34 Chassis 2 U, Should be fit in 19” rack.
35 Emissions & safety
certifications CE or FCC, UL and RoHs Certifications
36 Power supply Inbuilt or external
37 Accessories
The firm should provide necessary accessories
like NVR keyboard or Mouse
38 Warranty 1 year onsite warranty
39 Hard disk type 24 * 7 surveillance HDD
40 Capacity 24 TB (4x 6 TB or better)
41 Interface SATA
42 Form factor 3.5”
43 Cache memory 64 MB or better
44 Reliability – load /
unload cycles 3,00,000
45 MTBF 1 million hours
46 Operating
Temperature 0 °C to 60 °C
45
47 Emissions & safety
certifications CE or FCC
48 ISO certificates for
OEM ISO 9001:2008 and ISO 14001: 2004
49 Warranty for Hard
disk
3 years onsite warranty and two years of
spares support after warranty period
IV) SPECIFICATION FOR 16 CHANNEL NETWORK VIDEO RECORDER WITH 12
TB SURVEILLANCE HDD
S. NO PARAMETER SPECIFICATION Compliance to be filled
by the tenderer
1. Maximum Number
of Channels
16 channel or better , 1080P real time live
View
2 Video Compression H.265 & H.264 or better (settings should be
available in GUI)
3 Power restoration System should restart automatically after
power recovery
4 Video display split 1/4/8/16 or better
5 Audio One way Audio or better
6 Video Resolution Full HD, HD, CIF or better
7 Playback Control Regular (Play, Pause, Stop), Rewind, forward,
Calendar, Event, Timeline, Timeline Scale,
8 Stream Management Two streams or higher, should support display,
record and remote view through internet and
mobile phone. (if internet will be provided in
the future)
9 Scheduled
Recording Record video with user defined schedule
10 Event Recording Record video when the alarm event is
triggered.
11 Manual Recording Required
12 Recording Frame
Rate Max 25fpsx 16 cameras in total
13 Maximum
Recording
Throughput
160 Mbps or more
14 Interface SATA or better
15 Maximum HDD
Capacity 3.5” , 3 TB capacity x 4 slot or more
16 Time Based Video
Search Search video recordings by time, channel
17 Event Based Video
Search
Search event triggered video recordings, event
response video loss
46
18 Playback Control Forward and backward playback with variable
speeds, digital zoom
19 Playback Display Minimum 4 channel or higher
20 Manual Snapshot Create snapshot from playback for export
21 Video Cropping Crop a short video clip from long recording file
and save it as an independent file
22 Video Export Export video clips in a format which should be
played in VLC/ Windows media player or any
other popular video players
23 Event Trigger Video motion detection, Network loss
24 Event Response Record video
25 Edge Based
Analytics
Intrusion Detection, Line crossing, motion
detection, Face Detection, People Couting,
Defocus, Scene Change
26 Permission Control Multi-group/users, live view/playback/setup/
remote access permission
27 Operating System Embedded Linux, GUI
28 Mobile Client
Program Support for Android / IPhone / Windows
29 Backup mode USB device,
30 Application
Programming
Interface
It should have the feature to auto discover the
third party IP cameras and support to ONVIF
Profile S or version 2.2
31 Additional Items
Required 16 GB Pen drive
32 Interface Minimum 1 HDMI , 1 VGA, 2 USB, RJ45,
RS485, keyboard or mouse.
33 Supported protocols IPv4, TCP/IP, HTTP, UPnP, RTSP, RTCP,
SMTP, FTP, DHCP, DNS, IP Filter
34 Chassis 2 U, Should be fit in 19” rack.
35 Power supply Inbuilt or external
36 Accessories The firm should provide necessary accessories
like NVR keyboard or Mouse
37 Warranty 1 year onsite warranty
38 Hard disk type 24 * 7 surveillance HDD
39 Capacity 12 TB (4x 3TB or better)
40 Interface SATA
41 Form factor 3.5”
42 Cache memory 64 MB or better
43 Reliability – load /
unload cycles 3,00,000
44 MTBF 1 million hours
45 Operating
Temperature 0 °C to 60 °C
47
46 Emissions & safety
certifications CE or FCC, UL and RoHs Certifications
47 ISO certificates for
OEM
ISO 9001:2008, ISO 14001: 2004 and ISO
270001:2013
48 Warranty for Hard
disk
3 years onsite warranty and two years of
spares support after warranty period
V) SPECIFICATION FOR 16 CHANNEL NETWORK VIDEO RECORDER WITH 16
TB HDD
S. NO PARAMETER SPECIFICATION Compliance to be filled
by the tenderer
1. Maximum Number
of Channels
16 channel or better , 1080P real time live View
2 Video Compression H.256 & H.264 or better (settings should be
available in GUI)
3 Power restoration System should restart automatically after power
recovery
4 Video display split 1/4/8/16 or better
5 Audio One way Audio or better
6 Video Resolution Full HD, HD, CIF or better
7 Playback Control Regular (Play, Pause, Stop), Rewind, forward,
Calendar, Event, Timeline, Timeline Scale,
8 Stream Management Two streams or higher, should support display,
record and remote view through internet and
mobile phone. (if internet will be provided in the
future)
9 Scheduled
Recording
Record video with user defined schedule
10 Event Recording Record video when the alarm event is triggered.
11 Manual Recording Required
12 Recording Frame
Rate
Max 25fpsx 32 cameras in total
13 Maximum
Recording
Throughput
160 Mbps or more
14 Interface SATA or better
15 Maximum HDD
Capacity
3.5” , 4 TB capacity x 4 slot or more
16 Time Based Video
Search
Search video recordings by time, channel
17 Event Based Video
Search
Search event triggered video recordings, event
response video loss
18 Playback Control Forward and backward playback with variable
48
speeds, digital zoom
19 Playback Display Minimum 4 channel or higher
20 Manual Snapshot Create snapshot from playback for export
21 Video Cropping Crop a short video clip from long recording file
and save it as an independent file
22 Video Export Export video clips in a format which should be
played in VLC/ Windows media player or
anyother popular video players
23 Event Trigger Video motion detection, Network loss
24 Event Response Record video
25 Edge Based
Analytics
Intrusion Detection, Line crossing, motion
detection, Face Detection, People Couting,
Defocus, Scene Change
26 Permission Control Multi-group/users, live view/playback/setup/
remote access permission
27 Operating System Embedded Linux, GUI
28 Mobile Client
Program
Support for Android / IPhone / Windows
29 Backup mode USB device,
30 Application
Programming
Interface
It should have the feature to auto discover the
third party IP cameras and support to ONVIF
Profile S or version 2.2
31 Additional Items
Required
16 GB Pen drive
32 Interface Minimum 1 HDMI , 1 VGA, 2 USB, RJ45,
RS485, keyboard or mouse.
33 Supported protocols IPv4, TCP/IP, HTTP, UPnP, RTSP, RTCP,
SMTP, FTP, DHCP, DNS, IP Filter
34 Chassis 2 U, Should be fit in 19” rack.
35 Power supply Inbuilt or external
36 Accessories The firm should provide necessary accessories
like NVR keyboard or Mouse
37 Warranty 1 year onsite warranty
38 Hard disk type 24 * 7 surveillance HDD
39 Capacity 12 TB (4TBx 3 or better)
40 Interface SATA
41 Form factor 3.5”
42 Cache memory 64 MB or better
43 Reliability – load /
unload cycles
3,00,000
44 MTBF 1 million hours
45 Operating
Temperature
0 °C to 60 °C
46 Emissions & safety CE or FCC, UL and RoHs Certifications
49
certifications
47 ISO certificates for
OEM
ISO 9001:2008, ISO 14001: 2004 and ISO
270001:2013
48 Warranty for Hard
disk
3 years onsite warranty and two years of spares
support after warranty period
VI) SPECIFICATION FOR 55” LED DISPLAY
Sl. N Specification
parameter Requirements
Compliance to be filled by
the tenderer
1. Screen Size 55” or better
2. Type LED
3. Aspect Ratio 16:9
4. Resolution 1920 X 1080 (1080p)
5. Colour System PAL
6. Contrast Ratio 1000:1 or better
7. Connectors HDMI , VGA
8. Colour Depth 18-bit colour (16 Million)
9 Input Voltage 150-240v
10 Operating temperature 0o- 40oc or better
11 Viewing angle 178 degree x 178 degree
12 Power supply inbuilt or external
13 Accessories Accessories for Wall mount and Desktop
required
14 Warranty 3 years onsite warranty and two years of
spares support after warranty period
VII) SPECIFICATION FOR 42” LED DISPLAY
Sl. No Specification
parameter Requirements
Compliance to be filled by
the tenderer
1. Screen Size 42” or better
2. Type LED
3. Aspect Ratio 16:9
4. Resolution 1920 X 1080 (1080p)
5. Colour System PAL
6. Contrast Ratio 1000:1 or better
7. Connectors HDMI , VGA
8. Colour Depth 18-bit colour (16 Million)
9 Input Voltage 150-240v
10 Operating temperature 0o- 40oc or better
11 Viewing angle 178 degree x 178 degree
12 Power supply inbuilt or external
50
13 Accessories Accessories for Wall mount and Desktop
required
14 Warranty 3 years onsite warranty and two years of
spares support after warranty period
VIII) SPECIFICATION FOR 32” LED DISPLAY
Sl. No Specification parameter Requirements Compliance to be filled by
the tenderer
1. Screen Size 32” or better
2. Type LED
3. Aspect Ratio 16:9
4. Resolution 1920 X 1080 (1080p)
5. Colour System PAL
6. Contrast Ratio 1000:1 or better
7. Connectors HDMI , VGA
8. Colour Depth 18-bit colour (16 Million)
9 Input Voltage 150-240v
10 Operating temperature 0o- 40oc or better
11 Viewing angle 178 degree x 178 degree
12 Power supply inbuilt or external
13 Accessories Accessories for Wall mount and Desktop
required
14 Warranty 3 years onsite warranty and two years of
spares support after warranty period
IX) SPECIFICATION FOR JOYSTICK
Sl. No Specification parameter Requirements Compliance to be filled by
the tenderer
1 General Suitable joystick, should compatible with
the NVR to control the PTZ cameras.
2 Warranty 3 years onsite warranty and two years of
spares support after warranty period
X) SPECIFICATION FOR CONTROL ROOM SET UP FOR MARINA BEACH
Sl. No Specification parameter Requirements Compliance to be filled by
the tenderer
1 Size 8ft x 8ft x 8 ft partition
2 Type Cardboard, glass, aluminium . Door with
lock and key
51
3 Electrical items Suitable and required electrical wiring with
required number of switches, plug, LED
tube light, Pedestal fan, suitable extension
box
4 Furniture Computer table for monitor, chair
XI) SPECIFICATION FOR CONTROL ROOM FOR ALL BEACHES EXCEPT
MARINA BEACH
Sl. No Specification
parameter
Requirements Compliance to be
filled by the tenderer
1 Size 5ft x 5ft x 7 ft (or higher) Concrete Booth with metal doors,
metal windows, air vent at the top of the wall (covered with
metal and mosquito mesh/ net), circular exhaust with
exhaust fan (covered with metal and mosquito mesh/ net)
2 Water proof The air exhaust should be protected with sunshade and
glass angles
3 Electrical
items
Suitable and required electrical wiring with required
number of switches, plug, LED tube light, Pedestal fan
4 Furnitures Computer table for monitor, chair
XII) SPECIFICATION FOR 24 U Rack FOR MARINA BEACH
Sl.
No.
Specification
parameter
Requirements Compliance to be
filled by the tenderer
1
Rack 24U rack with 2 fans, tempered glass front door with
lock.
8 Port Patch Panel fully loaded, 8 Port LIU
24 Port LIU fully populated with accessories (pigtail,
connectors, couplers)
GND and Earthling kit should be available as default
Power manager – 5/15A- 10 nos or higher, MCB, Power
indicator, 15 feet or higher (depend upon the
requirement) power cord, Inlet Plug type Indian round
pin. The firm should provide necessary accessories
2 Warranty 3 years onsite warranty and two years of spares support
after warranty period
52
XIII) SPECIFICATION FOR 12 U Rack
Sl.
No.
Specification
parameter
Requirements Compliance to be
filled by the tenderer
1
Rack 12U rack with 2 fans, tempered glass front door with
lock.
12 or 24 Port patch panel (fully loaded) with patch chords
(1 meter at switch end, 2 mtr @end equipment wherever
required
6 Port LIU fully populated with accessories (pigtail,
connectors, couplers)
GND and Earthling kit should be available as default
Power manager – 5/15A- 6nos, MCB, Power indicator,
15 feet power cord, Inlet Plug type Indian round pin. The
firm should provide necessary accessories
2 Warranty 3 years onsite warranty and two years of spares support
after warranty period
XIV) SPECIFICATION FOR 5 KVA ONLINE UPS WITH 1 HOUR BACK UP
S.No. PARAMETER REQUIRMENT Compliance to be
filled by the tenderer
1 Type 5 KVA Online UPS
2 AC input voltage 170 – 260 V or better
3 Output Voltage AC 230v (+/- 5%)
4 Backup time Minimum 1 hour or more
5 Battery Type and
capacity
Battery type and capacity will be calculated by the
tenderer depend upon the requirement of one hour
back up for full load of 5 KVA online UPS for 0.8
pf
6 Protection Over load, output short circuits
7 Audible alarm required for EB supply ON/ OFF
8 Visual Indicators Mains on, low battery, over load
9 Stand Suitable Acid proof Stand for Battery and UPS
10 Installations As per site requirement
11 Warranty 3 years onsite warranty and two years of spares
support after warranty period
53
XV) SPECIFICATION FOR 3 KVA ONLINE UPS WITH 1 HOUR BACK UP
S.No. PARAMETER REQUIRMENT Compliance to be
filled by the tenderer
1 Type 3 KVA Online UPS
2 AC input voltage 170 – 260 V or better
3 Output Voltage AC 230v (+/- 5%)
4 Backup time Minimum 1 hour or more
5 Battery Type and
capacity
Battery type and capacity will be calculated by the
tenderer depend upon the requirement of one hour
back up for full load of 3 KVA online UPS
6 Protection Over load, output short circuits
7 Audible alarm required for EB supply ON/ OFF
8 Visual Indicators Mains on, low battery, over load
9 Stand Suitable Acid proof Stand for Battery and UPS
10 Installations As per site requirement
11 Warranty 3 years onsite warranty and two years of spares
support after warranty period
XVI) SPECIFICATION FOR ACCESSORIES (AS PER SITE REQUIREMENT)
Sl. No Specification
parameter
Requirements Compliance to be
filled by the tenderer
1 Other
accessories
Small Poles/pipes (if required), Suitable wooden extension
box with required power sockets with Neon lamps for
power indication, Pedestal fan for UPS and NVR cooling.
Display metal mount with wall or desktop mount depend
upon the site requirement.
NVR mouse or keyboard, speakers, patch chords, fiber
termination accessories like LIU, wiring accessories, PVC
accessories, digging accessories, civil works accessories,
electrical accessories, trippers, electrical switches, cable
ties, 32 GB pen drive.,
54
XVII) SPECIFICATION FOR INSTALLION AND COMMISSIONING
Sl. No Specification
parameter
Requirements Compliance to be
filled by the tenderer
1 General
a) Outdoor ,OFC Cable should be buried at
suitable depth so that movements of vehicles,
peoples, animals, rodents should not affect the
cables
b) Control room should be concrete building with
brick wall and other items as mentioned in the
Booth specifications.
c) Proper EB wiring with mains, meter, fuses,
trippers etc
d) All the items should be commissioned as per
the requirement of the Tamil Nadu Tourism
Development Corporation.
7.3 Free Warranty
All products delivered under the current tender should be covered with 3 years
onsite warranty and two years of spares support after warranty period . Any
fault / defective components should be rectified / replaced at free of cost.
Any service calls should be attended within 24 hours from the time of receipt of
calls.
If any replacement or break down of any of the equipment or any offsite repairs /
services are needed, the equipment should be restored within 48 hours.
7.4 Training
Training on operating and managing of CCTV Surveillance Systems should be
provided to the staff of Coastal Security Group of the identified locations. The
number of persons to be trained will be decided by Coastal security Group. The
training should be provided at free of cost.
7.5 Documents to be submitted
Product Brochures
User Manual
55
Invoice, Delivery Challan & Installation Certificate
Troubleshooting Manual
7.6 Delivery Schedule
Supply, Installation and Commissioning of CCTV Surveillance Systems as per the
Bill of Material specified in the scope of work should be completed within three
months from the date of signing of Contract Agreement. However the delay in
granting permission and site readiness will be excluded from the time schedule.
7.7 Preventive Maintenance :
The Contractor shall perform four inspections in a year at three-month intervals
during the warranty and post warranty period. These inspections will include and any
other relevant tasks
➢ Visual checks, Operational Test of all the Hardware units.
➢ Perform diagnostics on all equipment
➢ Correct the diagnosed problem
➢ Resolve previous outstanding problems if any
➢ Submit a report on the above to the Customer and TTDC
8. Payment Clause
The payment shall be made as given below:
1. Payment of the First instalment amounting to 70% payment will be made after
successful installation with full operational condition and against submission of
certification from competent authority.
2. Payment of the Second instalment amounting to 20% shall be made on
performing in full for one year trial on handing over and acceptance by employer.
3. Balance 10% payment will be retained as performance guarantee for a period
of five years and release Every Year: Two (2) % in 5(Five) equal installments of the
contract price shall be paid on performance certificate from the Employer
4. Any payments will be released within a 30 days from the date of submission
of bills along with certificate from the respective authorities.
56
Annexure - 1 Technical Bid
A 1.1 Check List for enclosures:
Documents to be submitted Fill
(YES or NO)
Bidders covering letter as per Annexure-5 in the letter head
Filled Technical Bid Form and Price Bid Form
Payment of EMD amount
Two Part Bid submission
Technical Compliance Statement as per Annexure-11
Eligibility Criteria
1. Letter of authorization from the OEM of major items like camera, NVR,
network switch, UPS and should have registered company in India.
2. Copy of Certificate of Incorporation / Registration Certificate issued by
Statutory Authority concerned.
3. Photocopy of Work Orders or signed Agreements in the Bidder's name
issued by the customer on or before 31/03/2018 should be submitted.
The Bidder should also submit documentary evidence for having
registered.
4. Photo copies of the Audited Balance Sheet and Profit and Loss Account
Statement of the Bidder for last three Audited financial years (2015-16,
2016-17, 2017-18) duly certified by the Auditors of the company should
be submitted.
5. Photocopy of the Work Order or signed Agreements in the Bidder's
name issued by the customer should be submitted. Photocopy of the
Completion/ Performance Certificate obtained from the customers
should be submitted.
6. Photo copy of the relevant ISO certificates should be submitted.
7. The Camera and NVR OEM must have ISO 9001, ISO 27001 and ISO
14001 certifications. Necessary copies of the certificates should be
submitted.
8. A self-certified letter Signed by the Authorized Signatory of the bidder
as per prescribed format given in Annexure-4.
9. a) Photo copy of the landline telephone bills / rental agreement on or
before 31/03/2018.
b) If the bidder doesn't have a local office then the bidder shall submit
undertaking letter or accepting to set up a local office in Tamil Nadu
within 2 months from the date of contract signing
57
# ## Description Bidder Details
1. Name of the Company
2. Whether Private Ltd., / Public Ltd.,
Company
3. Date of incorporation
4. Nature of Business
a) Registered office
Address
Office Telephone Number
Fax Number
Website address
b) Registration Details
Permanent Account Number
GST Registration Number
c) Banker's Name, Address and Account
Number
d) Local presence in Tamil Nadu (if any)
Address
Office Telephone Number
Fax Number
e) Authorized signatory for submission of
the Tender
Name
Designation
Office address
Contact Mobile number
Email Address
f) Contact Person
Name
Personal Telephone Number
Email Address
A1.2 Profile of the Bidder
60
# Eligibility Conditions Documentary Proof to be submitted
1 Bidder should be Manufacturer or
authorized dealer, have tied-up with
the Original Equipment
Manufacturer (OEM) for the supply
and support services of the proposed
CCTV Cameras and related
equipment.
Letter of authorization from the OEM of
major items like camera, NVR, network
switch, UPS for supply and support
services.
2 Bidder should be a Company under
the Indian Companies Act, 1956
who have their registered office in
India and should have been in
existence at least for a period of last
5 years as on 31/03/2018
Copy of Certificate of Incorporation /
Registration Certificate issued by
Statutory Authority concerned.
3 Bidder should be in the business of
implementing Security Systems for
any Government Organizations /
Public Sector Undertakings in India/
Privet Sector for the past 3 years as
on 31/03/2018
Photocopy of Work Orders or signed
Agreements in the Bidder's name issued
by the competent authority like Executive
Engineer or General Manager
4 Bidder should have an Average
Annual Turnover of at least
Rs. 852.00 Lakhs in the last three
Audited Financial years as on
31/03/2018
Photo copies of the Audited Balance
Sheet and Profit and Loss Account
Statement of the Bidder for last three
Audited financial years (2015-16, 2016-
17, 2017-18) duly certified by the
Auditors of the company should be
submitted.
5 Bidder should have executed and
maintained at least single project
order value worth not less than
Rs.284.00 Lakhs in Security
Systems Implementation at any
Government Organizations / Public
Sector Undertakings in India/ Privet
Photocopy of Work Orders or signed
Agreements in the Bidder's name issued
by the competent authority like Executive
Engineer or General Manager
A1.3 Details in support of Eligibility Criteria
61
Sector in the past 5 years as on
31/03/2018.
6 Bidder should have possess a valid
ISO 9000:2008 / ISO 9001:2008
Certification from the manufacturer
Photo copy of the relevant ISO
certificates should be submitted.
7 Certification for OEM The Camera and NVR OEM must have
ISO 9001, ISO 27001 and ISO 14001
certifications. For network switch, UPS
relevant quality assurance certificate to be
attach. Necessary copies of the
certificates should be submitted.
8 The bidder should not have been
black listed from participating in
any of the Tenders as per
TamilNadu transparency in Tenders
Act by Government of TamilNadu
as on date of submission of Bid.
A self-declaration letter Signed by the
Authorized Signatory of the bidder as per
prescribed format given in Annexure-4.
9 a) The bidder should have a local
office in Tamil Nadu. The bidder
should mention the full address and
telephone number of the Tamil
Nadu office.
(or)
b) Else the bidder should give an
undertaking for setting up the local
office in Tamil Nadu if the bidder
becomes successful.
a) Photo copy of the landline telephone
bills / rental agreement on or before
31/03/2018.
b) If the bidder doesn't have a local office
then the bidder shall submit undertaking
letter or accepting to set up a local office
in Tamil Nadu within 2 months from the
date of contract signing.
62
We agree that the offer shall remain open for acceptance for a minimum period
as stipulated in the Tender from the date of opening of the tender and thereafter until
it is withdrawn by us by notice in writing duly addressed to the authority of opening
the tender and sent by registered post with acknowledgement due or otherwise
delivered at the office of the authority.
We are aware that the EMD amount shall not bear any interest and shall be
liable to be forfeited to TTDC should we fail to abide by the stipulations to keep the
offer open for a period mentioned above or fail to sign and complete the contract
document as required by TTDC and furnish the Security Deposit as specified in the
terms and conditions of the contract. The EMD amount may be adjusted towards
Security Deposit or refunded to me/us unless the same or any part thereof has been
forfeited as aforesaid.
We agree to adhere with the schedule of implementation and deliver the items
as specified in the tender.
We declare that the Price bid has been submitted without any conditions and
strictly as per the Terms and Conditions of the tender document and we are aware
that the Price bid is liable to be rejected if it contains any other conditions.
We declare that the information furnished in the tender is true to the best of
our knowledge. If any false/fictitious information is found, we agree to the rejection
of the bids and consequence action.
Designation:
Name of the Bidder:
Sign & Seal of the Bidder:
Date:
A1.4 Declaration
63
Bidders requiring specific points of clarification may communicate with the TTDC during
the specified period using the following format:
BIDDER’S REQUEST FOR CLARIFICATION
Name
Name of the Company
submitting query /
request for clarification
Full address of the
Company
Tel:
Email:
Fax:
# Tender Document
Reference (Clause
No. /Section No. /
Page No.)
Content of RFP
requiring
clarification
Points of clarification required
1
2
3
4
5
6
7
Annexure – 2 Request for Clarification
64
(Company letterhead)
[Date]
To
The Chairman & Managing Director
Tamil Nadu Tourism Development Corporation
No.2 Tourism Complex
Wallajah road, Triplicane
Chennai-600002
Sir,
Sub: Declaration of not being banned or blacklisted by the State of Tamil Nadu.
I, authorized representative of , hereby solemnly confirm that the
Company …………………is not banned by the Government of Tamil Nadu which includes
any Government Department, Public Sector Undertakings of the Government, Statutory
Boards formed by the Government, Local Bodies in the State, Co-operative Institutions in
the State, Universities and Societies formed by the Government (as mentioned in Tamil
Nadu Transparency in Tenders Act, 1998) for any reason as on last date of submission of
the Bid. In the event of any deviation from the factual information/ declaration, TTDC
reserves the right to reject the Bid or terminate the Contract without any compensation to
the Company.
Thanking you,
Yours faithfully
(Signature of the Authorized signatory of the Bidding
organization) Name:
Designation:
Date:
Seal:
Annexure – 3: Declaration of not being black listed by the State of Tamil Nadu
65
(Letter should be submitted in Bidder’s Letter Head)
Date:
To
The Chairman & Managing Director
Tamil Nadu Tourism Development
Corporation
No.2 Tourism Complex
Wallajah road, Triplicane
Chennai-600002.
Dear Sir,
Sub: Tender for the Supply, Installation and Commissioning of CCTV
Surveillance System with Comprehensive onsite warranty for 3 years and 2 years
extended warranty at various identified beaches in Tamil Nadu under Swadesh
Darshan Scheme – Reg.
Ref: Tender Ref. 2600/Engg/2018
*******
1. We have examined the Tender Document for Supply, Installation and
Commissioning of CCTV Surveillance System with Comprehensive onsite
warranty for 3 years and 2 years extended warranty and one year trial run
at various identified beaches in Tamil Nadu under Swadesh Darshan
Scheme. We undertake to meet the requirements and implement the
solution and render services as required and are set out in the Tender
document.
2. We have attached our Technical Bid with EMD Charges and Price Bid
as required by the Tender Document, both of which together constitutes
our proposal, in full conformity with the said Tender.
3. We have read the provisions of Tender and confirm that these are
acceptable to us. We further declare that additional conditions,
variations, deviations, if any, found in our response shall not be given
effect to.
Annexure – 4: Bidder’s Covering Letter
66
4. We undertake, if our Bid is accepted, to adhere to the scope of work as
specified in the Tender or such modified plan as may subsequently be
agreed mutually.
5. We agree to unconditionally accept all the terms and conditions set out
in the Tender document and also agree to abide by this Bid response for
a period as mentioned in the Tender from the date fixed for bid opening
and it shall remain binding upon us with full force and virtue, until
within this period a formal contract is prepared and executed, this Bid
response, together with your written acceptance thereof in your
notification of award, shall constitute a binding contract between us and
TTDC.
6. We affirm that the information contained in the Technical Bid or any
part thereof, including its exhibits, schedules, and other documents and
instruments delivered or to be delivered to TTDC is true, accurate, and
complete. This proposal includes all information necessary to ensure
that the statements therein do not in whole or in part mislead TTDC as
to any material fact.
7. We agree that TTDC is not bound to accept the lowest or any Bid you
may receive. We also agree that you reserve the right in absolute sense
to reject all or any of the service specified in the bid response without
assigning any reason whatsoever.
8. It is hereby confirmed that we are entitled to act on behalf of our
company/ organization and empowered to sign this document as well
as such other documents, which may be required in this connection.
Authorized signatory:
Name of the authorized person:
Designation:
Name of Bidder:
Seal of Bidder:
67
Know by all men by these presents,
We………………………………………………….(Name of the Bidder and address
of their registered office) do hereby constitute, appoint and authorize Mr. /
Ms………………………………(name and residential address of Power of attorney
holder) who is presently employed with us and holding the position of
……………………………………as our Attorney, to do in our name and on our
behalf, all such acts, deeds and things necessary in connection with or incidental to
our Proposal for the Supply, Installation and Commissioning of CCTV Surveillance
System with Comprehensive onsite warranty for 3 years and 2 years extended warranty
and one year trial run at various identified beaches in Tamil Nadu under Swadesh Darshan
Scheme including signing and submission of all documents and providing
information / responses to TTDC representing us in all matters before TTDC, and
generally dealing with TTDC in all matters in connection with our Proposal for the
said Project.
We hereby agree to ratify all acts, deeds and things lawfully done by our said
Attorney pursuant to this Power of Attorney and that all acts, deeds and things done
by our aforesaid Attorney shall and shall always be deemed to have been done by us.
For
Name:
Designation:
Date:
Seal:
Accepted,
………….................... (Signature)
(Name, Title and Address of the Attorney)
Note:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants (s) and when it is so required the same should be under common seal
affixed in accordance with the required procedure.
The Power of Attorney shall be provided on Rs.100/- stamp paper.
The Power of Attorney should be supported by a duly authorized resolution of the
Board of Directors of the Bidder authorizing the person who is issuing this power of
attorney on behalf of the Bidder.
Annexure – 5 : Power of Attorney
68
To
The Chairman & Managing Director
Tamil Nadu Tourism Development Corporation
No.2 Tourism Complex
Wallajah road, Triplicane
Chennai-600002
Ref: Tender Ref: 2600/Engg/2018
Sir/Madam,
We M/s....................................................... (Name of the Bidder) do hereby affirm
and undertake to abide by all the terms, conditions and specifications given in the
Tender Document No. while performing the contractual
obligations relating to the Supply, Installation and Commissioning of CCTV
Surveillance System with Comprehensive onsite warranty for 3 years and 2 years
extended warranty at various identified beaches in Tamil Nadu under Swadesh Darshan
Scheme
Yours faithfully,
Place:
Date:
Signature & Seal of the Bidder
Annexure -6 : Undertaking Letter
69
(To be executed in Rs.100/- Stamp Paper purchased in Tamil Nadu)
To
The Chairman & Managing Director
Tamil Nadu Tourism Development Corporation
No.2 Tourism Complex
Wallajah road, Triplicane
Chennai-600002.
Bank Guarantee No:
Amount of Guarantee:
Guarantee covers from:
Last date for lodgment of claim:
This Deed of Guarantee executed by.................... (Bankers Name & Address)
having our Head Office at .......................(address) (hereinafter referred to as “the
Bank”) in favour of The Chairman & Managing Director, Tamil Nadu Tourism
Development Corporation, Tourism Complex, No.2 Wallajah road, Triplicane
Chennai - 600002 (hereinafter referred to as “the Beneficiary”) for an amount not
exceeding Rs. /- (Rupees Only) as
per the request of M/s. having its office address at
(hereinafter referred to as “Supplier”) against
Letter of Acceptance reference dated
/ / of M/s. Tamil Nadu Tourism Development Cospration. This guarantee is issued
subject to the condition that the liability of the Bank under this guarantee is limited
to a maximum Rs. /- (Rupees Only) and the guarantee shall remain in
full force up to months from the date of Bank Guarantee and cannot be invoked
otherwise by a written demand or claim by the beneficiary under the Guarantee
served on the Bank before months from the date of Bank Guarantee.
AND WHEREAS it has been stipulated by you in the said ORDER that the
Annexure – 7 : Format – Bank Guarantee for Performance Security
70
Supplier shall furnish you with a Bank Guarantee by a Scheduled/Nationalized Bank
for the sum specified therein as security for compliance with the Banker performance
obligations for a period in accordance with the contract.
AND WHEREAS we have agreed to give the Supplier a Guarantee.
THEREFORE, we (Bankers address)................, hereby affirm that we are
Guarantors and responsible to you on behalf of the Supplier up to a total of Rs.
/- (Rupees Only) and we undertake to
pay you, upon your first written demand declaring the Supplier to be in default under
the contract and without any demur, cavil or argument, any sum or sums within the
limit of Rs. /- (Rupees Only) as aforesaid, without
your needing to prove or show grounds or reasons for your demand or the sum
specified therein.
This Guarantee is valid until months from the date of Bank
Guarantee. Notwithstanding, anything contained herein
Our liability under this guarantee shall not exceed Rs. /- (Rupees
Only). This Bank Guarantee shall be valid up to months from the date of Bank
Guarantee and we are liable to pay the guaranteed amount or any part thereof under
this Bank Guarantee only and only if you serve upon us a written claim or demand on
or before xx.xx.2018.
In witness whereof the Bank, through its authorized officer, has set its, hand
and stamp on this ........................................ at .
Witness:
(Name in Block
Letters)
(Signature)
71
(To be furnished in the letter head of the OEM)
To
The Chairman & Managing Director
Tamil Nadu Tourism Development
Corporation
No.2 Tourism Complex
Wallajah road, Triplicane
Chennai-600002.
We hereby authorize ------------------------------- (Name and Address of the Bidder)
to submit a Bid and subsequently negotiate and sign the contract with TTDC for the Ref:
Tender Ref: 2600/Engg/2018 for the Supply, Installation and Commissioning of CCTV
Surveillance System manufactured by us. We hereby extend our full guarantee and
warranty for the goods offered for the entire duration of the Contract period.
The Authorization letter/Power of Attorney for the authorized signatory of this
letter is enclosed herewith for kind reference.
Our authorized service centers and contact details are attached herewith for kind
reference.
(Signature for and on behalf of Manufacturer)
Note: The Authorization letter from the Managing Director or Board of Directors for the
authorized signatory of this letter or Power of Attorney should also be enclosed.
Encl. as above
Annexure - 8: Authorization Letter from Original Equipment Manufacturer
(OEM)
72
Date of Submission: dd/mm/yyyy
Vendor Name :
Vendor Address :
Tender No :
Sample Submitted on :
# Item Description Make Model Sl. No. of the Item
VENDOR TTDC/ Certifying Agency
Bidding Company Name Name & Designation of
the Person receives the
Sample
-------------------------------------------- ------------------------------------
Signature of the Representative Name & Designation
Name :
Designation : Signature
Contact No :
Annexture-9 Sample Submission Form
73
(To be executed on a Rs. 20/- Stamp paper purchased in Tamil Nadu by the
Successful Bidder)
This Contract entered into this day of 2018 at Chennai between TTDC, a wholly
owned Government of Tamil Nadu undertaking registered under the Companies Act
1956 and having its Registered Office at No.2, Tourism Complex, Wallajah road,
Triplicane, Chennai-600002 hereinafter referred to as TTDC (which expression shall
unless repugnant to the context or meaning thereof include its successors and assigns)
of the First part.
and
M/s. , a company registered under the Companies Act 1956 and
having its Registered Office at hereinafter referred to as the SUPPLIER
(which expression shall unless repugnant to the context or meaning thereof include
its successors and assigns) of the Second part.
Whereas TTDC and Coastal Security Group hereinafter referred to as the
CUSTOMER, invited a Tender Reference No. 2600/Engg/2018, Supply, Installation
and Commissioning of CCTV Surveillance System with Comprehensive onsite warranty
for 3 years and 2 years extended warranty at various identified beaches in Tamil Nadu
under Swadesh Darshan Scheme and the SUPPLIER herein has been selected in the
Tender for execution of the work as detailed in the Tender Documents.
Whereas TTDC and the SUPPLIER, in pursuance thereof have arrived at the
following terms and conditions:
1. This Contract shall remain in force for a period of five years (Delivery
period plus Warranty period) from the date of signing of this Contract.
2. The Supplier agrees to complete the deliverables within the delivery
schedule as specified in the Tender document or revised schedule at the
cost indicated in the Annexure to this Contract. This cost is firm and is
not subject to enhancement. Taxes and statutory duties are applicable
as per the rate prevailing at the time of billing provided the WO/PO is
executed as per the tender norms.
3. The following documents shall be deemed to form and be read and
construed as a part of this Contract.
Annexure-10: Model Form of Contract
74
a) Tender Document in full issued by TTDC
b) Corrigenda, Clarifications and Amendments issued by TTDC for
the Tender document
c) Bid received from the SUPPLIER
d) Detailed proposal and final offer of the SUPPLIER
e) Letter of Acceptance (LOA) issued by TTDC
f) Purchase Order(s)/Work order issued by TTDC
g) Correspondence made by TTDC to the SUPPLIER from time to
time during the period of the contract.
Wherever the offer conditions furnished by the SUPPLIER are at variance
with conditions of this contract or conditions stipulated in the tender
document, the latter shall prevail over the offer conditions furnished by the
SUPPLIER.
4. The Contract or any part share of interest in it, shall not be transferred
or assigned by the SUPPLIER directly or indirectly to any person or
persons whomsoever without the prior written consent of TTDC.
5. Neither the CUSTOMER nor the SUPPLIER shall be liable to the other
for any delay or failure in the performance of their respective
obligations except causes or contingencies beyond their reasonable
control due to Force Majeure conditions such as:
a) Any act of God such as lighting, earthquake, landslide, etc. or
other events of natural disaster of rare severity
b) Meteorites or objects falling from aircraft or other aerial devices,
travelling at high speeds
c) Fire or explosion, chemical or radioactive contamination or
ionizing radiation
d) Epidemic or plague
e) Act of war (whether declared or undeclared), threat of war,
invasion, armed conflict or act of foreign enemy, unexpected call
up of armed forces, blockade, embargo, revolution, riot,
religious strife, bombs or civil commotion, sabotage, and
terrorism.
f) A party affected by an event of force majeure should give a written
notice with full details as soon as possible and in any event not later than five calendar
days of the occurrence of the cause upon. The other party to respond within a
reasonable time of not later than fifteen days and issue an acknowledgement on the
claim or force majeure applies, then dates (period) by which performance obligations
are scheduled to be met, with extended for that period of time equal to the time lost
75
due to any delay so caused.
6. Delivery Schedule:
The Supply, Installation and Commissioning of CCTV Surveillance System as per the
Bill of Material specified in the scope of work should be completed within three
months from the date of signing of Contract. However the delay in granting permission
and Site readiness will be excluded from the time schedule.
Any non-working component/accessories should be made good or replaced to ensure
seamless working of the CCTV Surveillance System.
7. Preventive Maintenance:
The Supplier shall perform four inspections in a year at three-month intervals during
the warranty and post warranty period. These inspections will include and any other
relevant tasks
➢ Visual checks, Operational Test of all the Hardware units.
➢ Perform diagnostics on all equipment
➢ Correct the diagnosed problem
➢ ELCO Resolve previous outstanding problems if any
➢ Submit a report on the above to the Customer and TTDC.
8. Liquidated Damages:
Liquidated Damages will be levied at the rate of 0.5% per week on the total contract
value subject to a maximum of 10% for non-fulfillment of delivery schedule. In the
event of failure to fulfill the conditions, CUSTOMER at its discretion may initiate any
of the actions indicated below;
a) Extension of time may be permitted to complete the work.
b) Additional resources will be requested by CUSTOMER for speeding up the
work.
c) Contract may be terminated and new contract may be awarded to other
Technically Qualified Bidders at the same tender cost or at higher cost. In case
of higher cost, any difference in cost to be incurred in engaging other Bidder
may be recovered from the Supplier.
d) Any other actions as deemed fit and decided by CUSTOMER in the best
interest of the work.
9. Penalty for non-fulfilment of conditions:
A penalty will be levied at the rate of 1% of the total contract value in the event of
non-fulfilment or non-observance of any of the Tender conditions stipulated in the
Agreement, Terms and Conditions and Work Order/Purchase Order at the discretion
of Customer subject to a maximum of 5%.
76
10. Total Penalty Cap:
The total penalty cap including Liquidated Damages and penalty for non-
fulfillment of the Tender conditions would be 10% on the total value of the
Work Order.
11. Payment Terms:
11.1 The payment shall be made as given below.
1. No advance will be paid.
2. 90% payment will be made after successful installation with full operational
condition and against submission of certification from the Customer.
3. Balance 10% payment will be retained as performance guarantee for a period
of five years. Alternatively, the balance 10% will be released against
submission of irrevocable Bank Guarantee equivalent to 10% for a period of
12 months.
4. Any payments will be released within a week from the date of submission of
bills along with certificate from the respective authorities.
11.2 Any payment due to the Supplier will be released within 10 days from the date
of receipt of bills along with acceptance certificate from the Customer and all
supporting documents in complete shape.
11.3 Taxes as applicable within the delivery schedule as specified in the Tender
document will be paid. In case, the Duties and/or Taxes have been reduced
retrospectively, the Supplier is liable to return the same.
11.4 The Supplier shall have the full and exclusive liability for the payment of all
Duties, Taxes and other statutory payments payable under any or all of the
Statutes/ Laws/ Acts etc. now or hereafter imposed.
11.5 The TDS amount will be deducted from the payment due to the Supplier. The
penalty amount, if any, levied will be adjusted, from the Bills submitted by the
Supplier.
12. Any notice from one party to other given or required to be given
hereunder shall be given by either:
a) Mailing the same by registered mail, postage prepaid, return receipt requested;
or
b) Having the same delivered by courier with receipt acknowledged at the address
set forth above or with other addresses and to the attentions of such other person or
persons as may hereafter be designated by like notice hereunder and any such notice
shall be deemed to have been served if sent by post on the date when in the ordinary
77
course of post, it would have been delivered at the addresses to which it was sent or
if delivered by courier on the date of acknowledgement of receipt.
13. Termination of Contract:
13.1 Termination for default
a) TTDC may without prejudice to any other remedy for breach of contract, by
written notice of default with a notice period of 7 days, sent to the SUPPLIER,
terminate the contract in whole or part,
(i) If the SUPPLIER fails to deliver any or all of the goods within the time
period(s) specified in the Contract, or fails to deliver the items as per the
Delivery Schedule or within any extension thereof granted by TTDC; or
(ii) If the SUPPLIER fails to perform any of the obligation(s) under the contract;
or
(iii) If the SUPPLIER, in the judgment of TTDC, has engaged in fraudulent and
corrupt practices in competing for or in executing the Contract.
b) In the event of TTDC terminating the Contract in whole or in part, TTDC may
procure the services upon terms and in such manner as deemed appropriate at
the risk and cost of the defaulting SUPPLIER and the SUPPLIER shall be
liable to TTDC for any additional costs for such services. However, the
SUPPLIER shall continue the performance of the contract to the extent not
terminated.
13.2 Termination for Insolvency
TTDC may at any time terminate the Contract by giving a written notice with
a notice period of 7 days to the SUPPLIER, if the SUPPLIER becomes
bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the SUPPLIER, provided that such termination will not
prejudice or affect any right of action or remedy that has accrued or will accrue
thereafter to TTDC.
13.3 Termination for Convenience
TTDC may by written notice with a notice period of 7 days sent to the
SUPPLIER, may terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that termination is for
TTDC’s convenience, the extent to which performance of work under the
78
Contract is terminated, and the date upon which such termination becomes
effective. On termination, the SUPPLIER is not entitled to any compensation
whatsoever.
14. Force Majeure Conditions:
Neither TTDC nor the Successful Bidder shall be liable to the other for any
delay or failure in the performance of their respective obligations except causes
or contingencies beyond their reasonable control due to Force Majeure
conditions such as:
a) Any act of God such as lighting, earthquake, landslide etc., or other events of
natural disaster of rare severity.
b) Meteorites or objects falling from aircraft or other aerial devices, travelling at
high speeds.
c) Fire or explosion, chemical or radioactive contamination or ionizing radiation.
d) Epidemic or plague.
e) Act or war (whether declared or undeclared), threat of war, invasion, armed
conflict or act of foreign enemy, unexpected call up of armed forces, blockade,
embargo, revolution, riot, religious strife, bombs or civil commotion, sabotage
and terrorism.
f) A party affected by an event of force majeure should give a written notice with
full details as soon as possible and in any event not later than five calendar
days of the occurrence of the cause upon. The other party to respond within a
reasonable time of not later than fifteen days and issue an acknowledgment on
the claim or force majeure applies, then dates (period) by which performance
obligations are scheduled to be met, with extended for that period of time equal
to the time lost due to any delay so caused.
15. Arbitration:
a) Any dispute or difference, whatsoever, arising among the parties to this
agreement arising out of or in relation to this agreement shall be resolved by
the Parties through mutual consultation, in good faith and using their best
endeavors. To this end, the parties agree to provide frank, candid and timely
disclosure of all relevant facts, information and documents to facilitate
discussions between them/their representatives or officers;
b) Except as otherwise provided elsewhere in the Contract, if any dispute,
difference, question or disagreement arises between the parties hereto or
their respective representatives or assignees, at any time in connection with
construction, meaning, operation, effect, interpretation or out of the contract or
breach thereof, the same shall be decided by a sole Arbitrator to be appointed
79
by the Managing Director of TTDC.
c) If the Arbitrator so appointed dies, resigns, incapacitated or withdraws for any
reason from the proceedings, another Arbitrator shall be appointed by the
Chairman & Managing Director of TTDC. The Arbitrator so appointed shall
proceed with the reference from the stage where his predecessor had left if both
parties consent for the same, otherwise, he shall proceed de novo.
d) It is a term of the contract that the party invoking arbitration shall specify all
disputes to be referred to arbitration at the time of invocation of arbitration and
not thereafter.
e) It is also a term of the contract that neither party to the contract shall be entitled
to seek interest and the arbitrator should not grant interest.
f) The Arbitral Tribunal shall give reasoned award and the same shall be final,
conclusive and binding on the parties.
g) The venue of the arbitration shall be Chennai and language English.
h) The fees of the arbitrator and expenses incidental to the arbitration
proceedings shall be borne equally by the parties.
i) Subject to as aforesaid, the provisions of the Arbitration and Conciliation
Act 1996 and any statutory modifications or re-enactment in lieu thereof shall
apply to the arbitration proceedings under this clause.
16. Legal Jurisdiction:
Subject to the above, the Courts at Chennai only shall have jurisdiction in this
matter. In Witness where of the parties here to have signed on the day, month
and year above written in the presence of
For and on behalf of
Tamil Nadu Tourism
Development
Corporation
For and on behalf of
Witness: Witness:
Witness: Witness:
top related