national competitive bidding (ncb) single stage two cover ... · office in tamil nadu. the bidder...

77
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:[email protected]

Upload: others

Post on 03-Nov-2019

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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:[email protected]

Page 2: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 3: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 4: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 5: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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: [email protected]

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.

Page 6: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 7: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 8: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 9: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 10: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 11: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 12: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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:

Page 13: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 14: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 15: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 16: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 17: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 18: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 19: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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-

Page 20: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 21: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 22: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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:

Page 23: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 24: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 25: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 26: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 27: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 28: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 29: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 30: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 31: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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);

Page 32: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 33: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 34: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 35: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 36: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 37: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 38: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 39: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 40: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 41: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 42: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 43: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 44: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 45: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 46: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 47: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 48: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 49: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 50: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 51: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 52: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 53: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.,

Page 54: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 55: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 56: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 57: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 58: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 59: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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.

Page 60: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 61: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 62: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 63: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 64: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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:

Page 65: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 66: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 67: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 68: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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)

Page 69: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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)

Page 70: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 71: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 72: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 73: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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%.

Page 74: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 75: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 76: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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

Page 77: National Competitive Bidding (NCB) Single Stage Two Cover ... · office in Tamil Nadu. The bidder should mention the full address and telephone number of the Tamil Nadu office. (or)

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: