request for proposal(rfp) for visakhapatnam city andhra ... rfp vsp city.pdf · request for...

76
Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance System in Visakhapatnam City Andhra Pradesh December 2018 Prepared By Commissioner of Police Visakhapatnam City-530002

Upload: dinhkhanh

Post on 23-Jul-2019

226 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

Request For Proposal(RFP)

For

Empanelment for Supply, Installation & Maintenance of

CCTV Surveillance System in

Visakhapatnam City

Andhra Pradesh

December 2018

Prepared By

Commissioner of Police

Visakhapatnam City-530002

Page 2: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

1 | P a g e

DISCLAIMER

This tender call is issued by City Police Commissioner, Visakhapatnam city and

no part of this document can be reproduced in any form or by any means, disclosed or

distributed to any person without the prior consent of User (Visakhapatnam City Police)

department except to the extent required for submitting bid and no more. The guidelines

referred are indicative, the Service Provider is bound by other appropriate guidelines related

to the subject. This Tender is not an agreement and is neither an offer nor invitation by the

City Police department to the prospective Service Provider or any other person. The purpose

of this Tender is to provide interested parties with information that may be useful to them in

the formulation of their bids pursuant to this Tender. This Tender includes statements, which

reflect various assumptions and assessments arrived at by the supply of service for wings of

Visakhapatnam City Police Commissionerate. Such assumptions, assessments and statements

do not purport to contain all the information that each Solution Provider may require. Each

Service Provider should, therefore, conduct its own investigations and analysis and should

check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,

assessments and information contained in this Tender and to obtain independent advice from

appropriate sources

Page 3: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

2 | P a g e

Contents

Section – 1.0 Invitation to Open Competitive Bids ........................................................................ 4

Section – 2.0 Schedule of Items of Items & Technical Specifications ............................................ 9

Section – 3.0 Qualification Criteria & Evaluation Process ............................................................ 25

Section – 4.0 Tender Submission Process ................................................................................... 30

Section – 5.0 Award of Contract for EMPANELMENT and Other Conditions ................................. 34

Section – 6.0 Instructions to Bidders .......................................................................................... 37

Section – 7.0 Guidelines to Empanelled Firms for Implementation of CCTV Surveillance Systems ....................................................................................................................................... 50

Pre Qualification (PQ) Proposal Submission Forms ....................................................................... 55

Technical Proposal Submission Forms .......................................................................................... 64

Commercial Proposal Submission Forms ...................................................................................... 71

Draft Bid Security (EMD) Form ..................................................................................................... 74

Page 4: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

3 | P a g e

Definitions

AMC On-site Comprehensive Annual Maintenance Contract

Authority /Lead User Visakhapatnam City Police Commissionerate on behalf of Andhra Pradesh State Police Department

Applicant / Bidder / OEM / System Refer to experienced Firms such as Original Equipment

Integrator / Solution Provider Manufacturers (OEM), Solution Providers, and System Integrators

Who deliver required services. Applicant, Bidder, OEM, System

Integrator. Solution Provider and System Integrator are used

Interchangeably throughout the document.

Bid Proposal submitted by Bidder for qualification in response to this

Document

Currency Indian Rupees (INR / Rs.)

Date Format DD/MM/YYYY

Financial Year 12-month period – commencing 1st

day of April of any year and

ending 31st

March of the following calendar year

Location Refer to the exact city field or any government office location

where the edge device or equipment is to be installed

LOI Letter of Intent

MSP Refers to Master Solution Provider – A successful Bidder who has

been awarded the project for end-to-end implementation of the

project scope

N(I)SP Network Service Provider or Internet Service Provider

VMS Video Management System

OCB Open Competitive Bid

PBG Performance Bank Guarantee

PDD Proposal Due Date / Bid Closing Date

Product Warranty Number of years on-site comprehensive warranty provided by

OEM passed on to the Authority / Client

SDK Software Development Kit

Site Refers to any Government Department at State Level as

designated from time to time, starting with Police department

System Scope Design, Supply, Install, Test, Commission, Support and Maintenance of HD CCTV system

User Department Any Police wing within Visakhapatnam City Police Commissionerate is the first user consumption wing

Page 5: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

4 | P a g e

Section – 1.0 - Invitation to Open Competitive Bids

1.1. Introduction

Commissioner of Police - Visakhapatnam City issues RFP for CCTV

Surveillance System from the experienced and reputed firms / agencies including

Original Equipment Manufacturers (OEM), Solution Providers, and System Integrators

having expertise in supply, install, test, commission, support and having proven

experience in implementation & maintenance of Full HD CCTV Surveillance Systems.

The firms / agencies should have after sales & service facilities at

Visakhapatnam City and should have technical competency in using latest available

technologies.

The empanelment will be for an initial period of ‘1’ year which can be extended

for another one year through mutual consent. Selection of firms/vendors for

empanelment will be based on the proven competence and rate contract established by

lowest rate quoted for each item.

Bidders are advised to study the Tender document and Terms & Conditions

carefully and completely. Submission of Bids shall be deemed to have been done after

careful study of Tender document and examination of Terms & Conditions with full

understanding of its implications.

1.2. Tender Schedule:

Time schedule of various Tender related events:

Issue of OCB Tender call Notice 18.01.2019

Pre-Bid Meeting 30.01.2019 @ 15:00 hrs in Conference Hall,

Commissioner office, Visakhapatnam.

Bid Submission Due date & time 11.02.2019 @ 16:00 hrs

PQ Bid opening date & time 12.02.2019 @ 11:30 hrs

Technical Bid opening date & time Will be informed to PQ qualified bidder

Commercial bid opening date & time Will be informed to Technically qualified bidder

Bid Document Price RS. 10,000/-

Tender Reference No. 239/SS/2019 dated 18-01-2019

Contact name , Designation & Mail ID Sri M.Ravindranath Babu, I.P.S., Deputy Commissioner of Police, VSP City. 9440904348 [email protected]

For full details regarding Tender notification, please visit www.vizagcitypolice.gov.in

Page 6: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

5 | P a g e

1.3. General Information about the Tender

1 BID Security (EMD) Bid Security (EMD): Rs. 1,00,000/- (Rupees One Lakh Only).

EMD shall be submitted in the name of “The Commisssioner of Police, Visakhapatnam City”.

The form of DD from Nationalized bank/Schedule Bank having a Branch at Visakhapatnam City.

2 Bid Validity Period 90 days from the date of opening of bid

3 Bid Security Validity Period Validity period for DD / Bank Guarantee : 3 Months

4 Rate Contract Validity Period ‘1’ year and extendable for 1 year based on the And performance of the identified agencies.

Empanelment Security for The bidders identified for empanelment should submit an Rate Contract period. amount of Rs. 1,00,000/- towards empanelment under Rate Contract . The amount should be paid in the form of

BG in the name of The Commissioner of Police- Visakhapatnam City

5 Comprehensive Warranty 5 years from date of installation/Go-Live

6 Performance Bank Guarantee 5% of each P.O Value in the name of The Commissioner of

(PBG) Value

Police- Visakhapatnam city Police Commissionerate to be submitted upon issue of work order(LoI)

7 PBG Validity Period 60 months beyond the date of warranty period

8 Period for submission of PBG Within 7 days of receipt of letter of Notification of Award (NoA)

9 Period of signing contract Within 15 days from the date of receipt of letter of Notification of Empanelment.

10 Penalty for delay in Refer Penalty & SLA clause implementation

11 Conditional Bids Not acceptable and liable for rejection

12 Transaction Fee Transaction fee: All the participating bidders who submit the bids have to pay an amount @ 0.03% of their final bid value online with a cap of Rs. 10,000/- for quoted value of purchase up to Rs.50 cr. and Rs.25,000/- if the purchase value is above Rs.50 cr. & service tax applicable @ 15% as

levied by Govt. of India on transaction fee through cheque in the name of “The Commissioner of Police, Visakhapatnam

City”. The amount payable is non-refundable.

13 Transaction Fee payable to The Commissioner of Police, Visakhapatnam City

14

Bid Submission The Tender shall have 3 parts i.e., “Pre-qualification bid”, Technical bid”, “Commercial bid”. All the three bids should be submitted in separate envelops duly sealed be put into a closed master cover duly sealed and shall be dropped in the Tender box kept at the Stores of the Visakhapatnam City Police Commissionerate, Suryabagh, Visakhapatnam-530002 before the due date and time. Bidders are requested to submit the bids after issue of minutes of the pre-bid meeting duly considering the changes made if any, during the pre-bid meeting. Bidders are totally responsible for incorporating / complying the

Page 7: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

6 | P a g e

changes / amendments issued if any during pre-bid meeting in their bid.

16 Other Conditions 1. Failure to furnish documents, certificates, will entitle

in rejection of the bid.

2. COMMISSIONER OF POLICE, VISAKHAPATNAM

CITY shall not hold any risk on account of

Delay/Error during bid submission. Similarly, if

any of the certificates, documents, etc.,

furnished by the Bidder are found to be false /

fabricated / bogus, the bidder will be

disqualified, blacklisted, action will be initiated

as deemed fit and the Bid Security will be

forfeited.

3. The Documents, which are submitted, will only be

considered for Bid Evaluation.

4. COMMISSIONER OF POLICE, VISAKHAPATNAM CITY

shall receive the EMD Original copy in sealed

envelope at the time of bid closing.

1.4. Purpose

The Government of Andhra Pradesh have initiated a series of measures to

upgrade the quality of life in the City of Visakhapatnam with an objective to transform

Visakhapatnam City into a Global City and Visakhapatnam City Police into a Global City Police.

Visakhapatnam city have started the process for setting up an Integrated Command Control

Centre and connected with a City-Wide Community CCTV Surveillance System and planned

for thousands of CCTV Cameras.

As a part of this effort, the Visakhapatnam City Police has started

implementation of City Wide MANAKOSAM Community CCTV Surveillance System with the

help of Community support as envisaged under the provisions of AP Public Safety

(Measures) Enforcement Act, 2013 & Rules 2014. In this connection, Public Service

Undertakings (PSUs), Corporates are coming forward to support this project. Further, MPs/

MLAs/MLCs are supporting for implementation of CCTV Surveillance Cameras in the

neighborhoods within the limits of Parliamentary / Assembly constituencies as part of

Community Development Programme (CDP). The Government and the Police Department in

this endeavor to make Visakhapatnam a crime free City by supporting the Community CCTV

Surveillance Project in crime prone areas of Visakhapatnam

Now, there is a need to identify competent and technically qualified firms

(System Integrators) for the empanelment and implementation of HD megapixel CCTV

Systems Project. Since the implementation of CCTV Cameras in all the areas / locations,

communities, establishments, etc., across the City can’t be taken up at once, it is desirable to

empanel the firms who are competent and technically qualified to take up the contracts of

implementation of CCTV Cameras. Further, a rate contract need to be formulated which

Page 8: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

7 | P a g e

would help in transparency, uniformity on the cost of the System and to provide equal

opportunity to all the empanelled firms in implementation of HD CCTV Surveillance System.

1.5. Scope of Work

This tender is for the empanelment of firms/agencies/OEM having proven

expertise in Solution design, Supply of equipment, Implementation, Comprehensive on-site

warranty & Maintenance of HD CCTV Surveillance Systems using latest available

technologies.

This section provides indicative scope of work for empanelled firms/agencies. However, the below work is only indicative and would depend upon actual requirements of user departments:-

i. Designing the solution, supply of the equipment, installation & commissioning, testing, and operationalization of the complete system.

ii. Comprehensive on-site warranty including spares, support and maintenance of the

complete system for Five years.

iii. Complete system with appropriate accessories & fixtures for recording, storage of footages with a provision of retention for minimum 30 days.

iv. Provision for viewing & monitoring at local Police Stations, Zonal DCP Offices and

Command & Control Centre at Commissionerate. Necessary tools, scripts, SDK, etc

need to be provided for seamless integration of multiple CCTV Cameras.

v. Ensure provision of latest version of licensed software and compatibility with 3rd

party components / solutions for seamless integration.

vi. Provision of necessary cooperation and technical support to the 3rd

Party Network Service Provider for achieving required bandwidth connectivity and resolving Network connectivity problems.

vii. Civil, electrical & mechanical works required to be done at Camera’s locations, local

viewing centers, Zonal viewing centers and Command & Control Centers during

installation & commissioning of CCTV Systems at no additional cost to client.

viii. Routing all cable connections concealed in both indoor & outdoor locations,

particularly concealed in indoor environment. The cables may be laid aerial

wherever concealed is not feasible.

ix. Ensure ability of the system to view and record during day & night and also to

capture the live video stream, store, retrieve and analyze video images with

functional specifications specified in this document.

x. Arranging necessary power source connectivity from Electricity Department duly

following Govt. procedures and Rules. User Department will extend required

cooperation and assistance for approvals. xi. Ensure adequate power supply and earthing for the complete System.

xii. Conduct of Tests with various business cases as desired by the VISAKHAPATNAM

CITY POLICE COMMISSIONERATE/User Department to assess optimal performance and efficiency of complete system.

xiii. Execution of SLA with client and compliance of metrics defined in SLA during

warranty & maintenance period.

xiv. Preparation and delivery of technical documents including technical configurations of the system.

xv. Conduct of necessary trainings to the departmental personnel.

Page 9: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

8 | P a g e

1.6. General Eligibility

i) This invitation for bids is open to all Bidders both from within India, who are eligible to do business in India under relevant Indian laws as is in force at the time of bidding subject to meeting the pre qualification criterion.

ii) Bidders marked/considered by VISAKHAPATNAM CITY POLICE COMMISSIONERATE

to be ineligible to participate for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

iii) Bidder debarred/ blacklisted by any Central or State Govt. / Quasi –Govt. Departments or organizations as on bid calling date for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

iv) Breach of general or specific instructions for bidding, general and special conditions

of contract with VISAKHAPATNAM CITY POLICE COMMISSIONERATE or any of its user organizations may make a firm ineligible to participate in bidding process.

1.7. Pre-bid Meeting

i) Visakhapatnam City Police shall hold a pre-bid meeting with the prospective bidders.

ii) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach by email to the mail ids mentioned in Tender schedule

iii) All and any queries related to Scope of work, Payment Terms and mode of selection

will be entertained during Pre-bid clarifications meeting.

iv) Maximum two authorized representatives of each of the bidding firm / agency will be permitted to attend the meeting.

v) The pre-bid clarifications issued to the queries should be read with reference to the

RFP document.

1.8. Clarifications on Tender Document

Bidders may request clarifications with regard to any part of the Tender document

on or before the date indicated in Tender Schedule. Any request for clarifications must

be sent in writing by email to the mail ids mentioned in the tender schedule with a

subject line in email as “Rate Contract for HD CCTV System”. The Bidder is requested to

ensure the subject line is correctly mentioned in the email to get the due consideration

by the Authority.

Page 10: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

9 | P a g e

Section – 2.0 Schedule of Items of Items & Technical Specifications

2.1. Schedule of Items to be supplied under Rate Contract

The specifications provided are indicative, however, Bidders proposing products with

equivalent specifications or higher specifications will also be accepted” for better

representation from all Vendors.

S.No. Part Name of Item Unit

Code

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized Nos varifocal and SD slot

2 10102 IP based fixed outdoor full HD (1080p) camera without motorized Nos

varifocal and with SD slot.

3 10103 IP based fixed dome full HD (1080p) camera without motorized varifocal Nos and SD slot

4 10106 IP based 2 megapixel (1080p) PTZ with SD slot Nos 5 10501 32 GB SD Memory Card – Class 10 Nos

6 10502 64 GB SD Memory Card – Class 10 Nos 20000 NVR Items & Accessories

7 20101 64 channel Network Video Recorder Nos 8 20102 32 channel Network Video Recorder Nos

9 20103 16 channel Network Video Recorder Nos 10 20104 8 channel Network Video Recorder Nos

11 20105 4 channel Network Video Recorder Nos 30000 Network Switch & Accessories

12 30101 24P UTP + 4P Fiber POE L3 manageable switch Nos

13 30102 24 Port POE Switch without console port

14 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

15 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

16 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

17 30112 8P UTP + 2P Fiber full POE L2 manageable switch Nos

18 30113 4P UTP + 2P Fiber full POE L2 manageable switch Nos 19 30114 8 Port POE Switch without console port Nos 20 30115 4 Port POE Switch without console port Nos 21 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch Nos

40000 Computing & Storage Equipment & Accessories

22 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD Nos 23 40102 Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD Nos

24 40301 21”/ 22” Desktop monitor Nos

25 40326 Professional 40”/42” LED monitor Nos 26 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos

27 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos 28 40526 NAS storage 16 HDD Nos

29 40527 NAS storage 24 HDD Nos 30 40701 HDMI cable specifications Nos

31 40711 8 x 8 HDMI controller for LED video wall assembly Nos 32 40712 4 x 4 HDMI controller for LED video wall assembly Nos 50000 Network Equipment & Accessories

33 50101 Network Rack 42” 24U Nos 34 50102 Network Rack 42” 12U Nos

Page 11: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

10 | P a g e

35 50103 Network Rack 42” 9U Nos

36 50104 Network Rack 19” 6U Nos 60000 Network & Power Cables & Accessories

37 60101 Single mode 12 core fiber cable Mtr 38 60102 Single mode 6 core fiber cable Mtr

39 60106 Fiber Optic pigtails Nos

40 60107 Fiber Termination Box Nos

41 60301 CAT 6 STP cable Mtr 42 60302 CAT 6 STP patch cable min. 3 m length Nos

43 60501 UPS 650 W + Battery -As per OEM warranty Nos 44 60502 UPS 1KVA + Battery -As per OEM warranty Nos

45 60503 2C x 2.5 sq. mm flexible cable Mtr

46 60504 3C x 2.5 sq. mm flexible cable Mtr

47 60505 6-socket Spike Nos 48 60506 4-socket spike Nos

49 60507 5 Amps MCB Nos 50 60508 10 KA Power Surge protector Nos

51 60506 Messenger wire for Fiber cable Nos

52 60510 Additional battery replacement for UPS 1KVA + Battery -As per OEM warranty Nos

53 60511 UPS 5KVA+Battery- As per OEM warranty Nos 54 60701 25mm CPVC conduit Mtr 55 60702 25 mm PVC conduit Mtr

56 60703 25mm MS conduit Mtr 57 60704 25mm GI conduit Mtr

58 60710 6m Pole hot dip galvanized pole Nos 59 60711 Cantilever size of 1.5m Nos

60 60712 Junction Box Nos 61 Splicing Cost Nos

70100 Software

62 70101 NVR SDK Kit Nos 63 70102 Central Management Software (CMS) Nos

Note: All the above items are indicative.

Bids should be submitted as per the Preferred OEM table for each item provided in this

document

2.2. Technical Specification

S.No. Component / Item OEM List

1 Fixed Camera Axis, Bosch, Panasonic or equivalent

2 PTZ Camera Axis, Bosch, Panasonic or equivalent 3 NVR Axis, Bosch, Panasonic or equivalent

4 Network Switch + SFP Module Digisol, Edgecore, Netgear, Volktek, D-Link

5 Desktop Compaq/HP, Dell, Lenova 6 40/42”LED TV Display LG, Samsung, Panasonic

7 SD Memory card Kingston, Sandisk, Seagate, Transcender

8 Surveillance HDD Seagate, Toshiba, Western Digital

9 Network Rack Belkin, Velrack

10 Fiber Cables Dlink, Finolex, Sterling, Usha Martin

11 Electrical Cables Anchor, Havels, Finolex, Polycab,

12 Electrical Accessories Legrand, Anchor, Havels, Finolex, Cyber – Power

13 Other items Standard and Popular make

Page 12: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

11 | P a g e

2.3. Technical Specification

A. 10101 IP FIXED CAMERA WITH MOTORIZED VARIFOCAL; SD MEMORY SLOT Specifications

Parameter

Minimum Specifications

Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens * Motorized Vari-focal & pixel zoom;

* Zoom Range - 4.2x Vari-focal

* Digital Zoom - 10x , Digital PTZ

* f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris

* PAL/NTSC

Shutter Time 1/5s to 1/25,000s

Min. illumination 0.08 [email protected](Colour)

0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 50 meters

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Dual Streaming: (Supports all streams at full frame rate)

H.264 streaming over UDP, TCP, HTTP or HTTPS

MPEG-4 streaming over UDP, TCP, HTTP or HTTPS

MJPEG streaming over HTTP or HTTPS

Multiple

H.264 / MPEG-4 multicast streaming Supports activity adaptive streaming for dynamic frame rate control

Simultaneous

Supports video cropping for bandwidth saving

Streaming

Supports Constant Bit rate (CBR) / Variable bit rate (VBR)

Frame rates:

H.264/ H.265 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

MPEG4 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

MJPEG - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP

Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or64GB Class 10 48/80 Mbps

Memory card Stores snapshots and video clips

Image Settings * Adjustable image size, quality & bit rate * Time stamp and text caption overlay

* Flip & mirror

* Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows * AGC, AWB, AES

* True WDR enhanced

* Automatic, manual & scheduled day / night mode

Backlight Compensation (BLC), Highlight Compensation (HCL)

* Configurable privacy mask zones

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint

Temperature Operating Temperature : - 10o C to +500 C Storage Temperature : - 100 C to +700 C

Humidity : 95% or less (non-condensing)

Power * 12V DC

* Power consumption: Max. 9.6 W

* 802.3af compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories * IP-66 / IP67 compliant weatherproof housing * Mounting bracket with cable concealment

Page 13: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

12 | P a g e

B. 10102 IP FIXED CAMERA WITHOUT MOTORIZED VARIFOCAL; WITH SD MEMORY SLOT

Parameter

Minimum Specifications

Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens * f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris

* PAL/NTSC

Shutter Time 1/5s to 1/25,000s

Min. illumination 0.08 [email protected](Colour)

0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 50 meters

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Dual Streaming: (Supports all streams at full frame rate)

H.264 streaming over UDP, TCP, HTTP or HTTPS

MPEG-4 streaming over UDP, TCP, HTTP or HTTPS

MJPEG streaming over HTTP or HTTPS

Multiple

H.264 / MPEG-4 multicast streaming Supports activity adaptive streaming for dynamic frame rate control

Simultaneous

Supports video cropping for bandwidth saving

Streaming

Supports Constant Bit rate (CBR) / Variable bit rate (VBR)

Frame rates:

H.264/ H.265 - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

MPEG4 -50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

MJPEG - 50 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10, 48/80

Mbps, Memory card, snapshots and video clips

Image Settings * Adjustable image size, quality & bit rate

* Time stamp and text caption overlay

* Flip & mirror

* Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows.

* AGC, AWB, AES

* WDR enhanced

* Automatic, manual & scheduled day / night mode

Backlight Compensation (BLC)

* Configurable privacy mask zones

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint

Temperature Operating Temperature : - 10o C to +50o C

Storage Temperature : - 10o C to +70o C

Humidity : 95% or less (non-condensing)

Power * 12V DC; 24V AC

* Power consumption: Max. 9.6 W

* 802.3af compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories * IP-66 / IP67 compliant weatherproof housing

* Mounting bracket with cable concealment

Page 14: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

13 | P a g e

C. 10106 IP BASED PTZ CAMERA WITH SD MEMORY SLOT

Parameter

Minimum Specifications

Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens * f = 4.0 to 120mm, Optical wide-tele

* Optical Zoom : 30x

* Digital Zoom : 16x

* Pan : 360o C endless; Pan Speed : 0.1o to 160o / sec.

* Tilt : -15o to 90o; Tilt Speed : 0.1o to 120o / sec.

* Presets : Up to 255; Preset Speed : Pan-240o/sec. ; Tilt-200o/sec.

* Privacy Masking : up to 24 areas

* Auto focus : Auto / Semi-Auto / Manual

Shutter Time 1/5s to 1/25,000s

Min. illumination [email protected](Colour)

0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 100 meters; Day/Night IR Cut filter

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Dual Streaming: (Supports all streams at full frame rate)

H.264 streaming over UDP, TCP, HTTP or HTTPS

MPEG-4 streaming over UDP, TCP, HTTP or HTTPS

MJPEG streaming over HTTP or HTTPS

H.264 / MPEG-4 multicast streaming

Multiple Simultaneous

Supports activity adaptive streaming for dynamic frame rate

Streaming Control

Supports video cropping for bandwidth saving

Supports Constant Bit rate (CBR) / Variable bit rate (VBR)

Frame rates:

H.264/H.265 - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

MPEG4 - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080 MJPEG - 30 fps @ 1280 x 720; Up to 50/60 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10 48/80 Mbp/s memory card

Stores snapshots and video clips

Image Settings * Configurable up to 8 tours; up to 32 pre-sets per tour

* Adjustable image size, quality & bit rate

* Time stamp and text caption overlay

* Flip & mirror

* Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows

* AGC, AWB, AES

* WDR enhanced

* Automatic, manual & scheduled day / night mode

Backlight Compensation (BLC)

* Configurable privacy mask zones

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint

Temperature Operating Temperature : - 10o C to +500 C

Storage Temperature : - 10o C to +70o C

Humidity : 95% or less (non-condensing)

Power * 24V AC * Power consumption: Max. 30W

* 802.3af/at compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories * IP-66 / IP67 compliant weatherproof housing * Mounting bracket with cable concealment

Page 15: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

14 | P a g e

D. 20101 64CH NVR Specifications

Parameter

Minimum Specifications

64 Channel NVR 64ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating

System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16/25/36; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P/ 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1

BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB,RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port; Support iSCSI to expand storage space

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup

Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,

PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,

DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &

Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 75W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint

E. 20102 32CH NVR Specifications

Parameter

Minimum Specifications

32 Channel NVR 32ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX; IP Camera Input 16 channel

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16/25; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264/ H.265 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB, RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port; Support iSCSI to expand storage space

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss.

Page 16: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

15 | P a g e

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface

USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard;

RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 75W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core

Adaptor are mandatory; and ONVIF Complaint

F. 20103 16CH NVR Specifications

Parameter

Minimum Specifications

16 Channel NVR 16ch 1080P IP cameras inputs; Supports recording at Full

Resolution & high quality at highest bit rate for all channels at a

time; Main Processor Dual-core embedded processor; Operating

System Embedded LINUX; IP Camera Input 16 channel

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16; Recording Compression H.264 Version 3 / MJPEG

Resolution 1080P(1920×1080) / 720p;

Codec H.264/H.265 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1

BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2

USB, RJ45(1000M); Max. User Access 20 users Storage; Internal

HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion

detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,

PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,

DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &

Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH

/ 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core

Adaptor are mandatory; and ONVIF Complaint

G. 20104 8CH NVR Specifications

Parameter

Minimum Specifications

08 Channel NVR 08ch 1080P IP cameras inputs; Supports recording at Full

Resolution & high quality at highest bit rate for all channels at a

time; Main Processor Dual-core embedded processor; Operating

System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8; Recording Compression H.264 Version 3 / MJPEG

Resolution 1080P(1920×1080) / 720p;

Page 17: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

16 | P a g e

Codec H.264/H.265 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1

BNC output; 8ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2

USB, RJ45(1000M); Max. User Access 20 users Storage; Internal

HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion

detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,

PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,

DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &

Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH

/ 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core

Adaptor are mandatory; and ONVIF Complaint

H. 20105 4CH NVR Specifications

Parameter

Minimum Specifications

04 Channel NVR 04ch 1080P IP cameras inputs; Supports recording at Full

Resolution & high quality at highest bit rate for all channels at a

time; Main Processor Dual-core embedded processor; Operating

System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4; Recording Compression H.264 Version 3 / MJPEG

Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1

BNC output; 4ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2

USB, RJ45(1000M); Max. User Access 20 users Storage; Internal

HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion

detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,

PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,

DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &

Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH

/ 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core

Adaptor are mandatory; and ONVIF Complaint

Page 18: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

17 | P a g e

I. 10501 Memory Cards for Camera

Parameter

Minimum Specifications

Micro SD Card Card Class 10

Capacity 32GB Support Dependable high speed for shooting Full HD (1080p) video

J. 10502 Memory Cards for Camera

Parameter

Minimum Specifications

Micro SD Card Card Class 10

Capacity 64GB

Support Dependable high speed for shooting Full HD (1080p) video

K. 30101 24P UTP + 4P Fibre POE Switch

Parameter

Minimum Specifications

Ports 24 UTP ports Full PoE and 4 Mini GBIC Slot

Supports Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups

monitoring and port mirroring, PoE+Port compliant with IEEE

802.3af/at

L. 30111 8P UTP + 2P Fibre POE Switch

Parameter

Minimum Specifications

Ports 8 UTP ports Full PoE and 2 SFP Slot

Supports Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups

monitoring and port mirroring, PoE+Port compliant with IEEE

802.3af/at

M. 30107 4P UTP + 2P Fibre POE Switch

Parameter

Minimum Specifications

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups

monitoring and port mirroring, PoE+Port compliant with IEEE

802.3af/at

N. 30107 4P UTP + 2P Fibre IG POE Switch

Parameter

Minimum Specifications

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports Outdoor installation with multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at, operating temperature

range from -40 to 75 deg

O. 30106 8P UTP + 2P Fibre IG POE Switch

Parameter

Minimum Specifications

Ports 8 UTP ports Full PoE and 2 SFP Slot

Supports Outdoor installation with multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at, operating temperature

range from -40 to 75 deg

Page 19: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

18 | P a g e

P. 30201 Mini GBIC / SFC Module

Parameter

Minimum Specifications

Mini GBIC/SFP Modules Mini GBIC/SFP GIGABIT Module of same make of Network Switch

1-pair

Q. 40101 Desktop CPU Specifications

Parameter

Minimum Specifications

Processer Intel Corei7 processor)

Ram 16GB RAM DDR3 memory scalable upto 32 GB

Hard Disk 2Tb Hard Disk ECC memory modules support; min. 250GM

Graphic Card NVIDIA 4GB Graphics card

USB 4USB ports

Network On-board gigabit Ethernet

Operating System Win 7 Pro

Keyboard USB Keyboard

Mouse USB Optical mouse

Certification EPEAT Gold certified power supply, UL, Energy star certification

R. 40301 Desktop Monitor

Parameter

Minimum Specifications

Monitor 21”/22” Desktop monitor

Maximum Display 1920x1080

Resolution

Video Inputs: VGA

S. 40326 LED TV Specifications

Parameter

Minimum Specifications

TV Professional 40"or 42"LED Monitor

resolution 1920x1080 resolution,5000:1(Native) and100000:1 (Dynamic)

contrast ratio, HDMI In, DVI In, VGA

Component Component/ Composite, RS232C IN, Bright sensor

brackets Wall Mount/ Table Mount

T. 40501 Surveillance Hard Disk Specifications

Parameter

Minimum Specifications

Capacity 4TB

Interface Sata 6GB/s

Max Sustainable Transfer 180MB/s

Rate

Cache 64Mb

Bytes per sec 4096

Operating (ambient, min) 00 c

Operating(drivecase,Max) 700 c

U. 40502 Surveillance Hard Disk Specifications

Parameter

Minimum Specifications

Capacity 6TB

Interface Sata 6GB/s

Max Sustainable Transfer 180MB/s

Rate

Cache 128Mb

Bytes per sec 4096

Operating (ambient, min) 00 c

Operating (drivecase, Max) 700 c

Page 20: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

19 | P a g e

V. 40526 SAN/NAS Storage 16 HDD’s

Parameter

Minimum Specifications

Processor Intel Sandy Bridge quad-core processor

Operating System Embedded LINUX

Power Supply Single Power Supply

Fan Fan Redundant two-ball bearing fans, MTBF>100,000 hours

Motherboard Server class (24/7 operation)

User Interface WEB GUI

Storage Protocol iSCSI

HDD management Hard Disk 16 HDDs, support SAS, SATA HDDs, support 3T,4T HDD

Raid Mode RAID0, RAID1, RAID3, RAID5, RAID6, RAID10, JBOD,

Single

Network Interface 1 RJ-45 10/100/1000Mbps (for manage)

2 RJ-45 10/100/1000Mbps (for data)

Power Supply 100V~240V, 50Hz~60Hz

Working temperature 0°C~40°C

Working Humidity 10%~80 %( non-condensation)

W. 40527 SAN/NAS Storage 24 HDD’s

Parameter

Minimum Specifications

Processor multi-core private storage cpu

Operating System Embedded LINUX Power Supply single 500w 2 x 500w, support hot-swappable

Fan Fan Redundant two-ball bearing fans, MTBF>100,000 hours Motherboard Server class (24/7 operation)

User Interface WEB GUI Storage Protocol samba, nfs, iscsi, cifs, ftp, http, afp

HDD management Hard disk 24 hdds, support sas, sata hdds, support 6tb hdds, and support 2.5

Network Interface 1 RJ-45 10/100/1000Mbps (for manage)

Data interface 4 rj-45 10/100/1000mbps, multiple ethernet-port

binding or, load

Balance, expandable up to 4x1000mbps or 2x10000mbps Ethernet port

video input Video property video input 512ch @d1 (2mbps), 256ch @720p (4mbps), 128ch @1080p (8mbps)

Power Supply Ac 100v~240v ±10% 60hz/50hzpowerconsumption<250w (without hdd) working

Working temperature 0°C~40°C Working Humidity 10%~80 %( non-condensation)

X. 40701 HDMI Cable 5mts Specifications

Parameter

Minimum Specifications

HDMI HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video

and Audio Return Channel (ARC)

Supports all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD, 3D, 48-Bit Deep Colour and Audio Return Channel (ARC).

Premium construction 28AWG Pure Copper Conductors

Length 5 MTS

Y. 40701 HDMI Cable 10mts Specifications

Parameter

Minimum Specifications

HDMI HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video

and Audio Return Channel (ARC)

Supports all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD,

3D, 48-Bit Deep Colour and Audio Return Channel (ARC).

Premium construction 28AWG Pure Copper Conductors

Length 10 MTS

Page 21: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

20 | P a g e

Z. 40711 Specifications for 4 x 4 HDMI Controller for Video wall Processing

Parameter

Minimum Specifications

HDMI displays 4 HDMI sources to any of 4 HDMI displays

Input 4 HDMI type "a" female. Impedance 100 ώ. Output 4 HDMI type "a" female. Impedance 100 ώ

Long Distance transmission up to 15 m (24 AWG).

HDMI (3d, deep colour) and should be HDCP 1.4 compatible Superior video quality HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080)

ESD protection for HDMI

Operating temperature 0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, non- condensing.

I/p rating 100-240 vac; 50-60 HZ; 1.0a. Consumption 120 vac, 36.6w; 230

vac, 37.5w.

AA. 40712 Specifications for 8 x 8 HDMI Controller for Video wall Processing

Parameter

Minimum Specifications

HDMI displays 8 HDMI sources to any of 8 HDMI displays

Input 4 HDMI type "a" female. Impedance 100 ώ. Output 4 HDMI type "a" female. Impedance 100 ώ

Long Distance transmission up to 15 m (24 AWG).

HDMI (3d, deep colour) and should be HDCP 1.4 compatible

Superior video quality HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080)

Max. Data rate 6.75 GBPS (2.25 GBPS per lane) Operating temperature 0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, non- condensing.

BB. 50101 Network Equipment Rack 42 ” 24U Specifications

Parameter

Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock

Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

CC. 50102 Network Equipment Rack 42” 12U Specifications

Parameter

Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock

Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

DD. 50103 Network Equipment Rack 42”9U Specifications

Parameter

Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock

Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

Page 22: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

21 | P a g e

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

EE. 50104 Network Equipment Rack 19” 6U Specifications

Parameter

Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock

Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

FF. 60106 Fiber Optic Pigtails

Parameter

Minimum Specifications

fiber optic pigtails LC Single mode fiber optic pigtails 1.5Meters.

GG. 60102 Single-mode 6 Core Fiber Cable Specifications

Parameter

Minimum Specifications

Core Fiber cable 6 Core Fiber cable shall be single mode, and graded index glass

fiber.

HH. 60710 Iron Round Pole Specifications

Parameter

Minimum Specifications

Galvanized pole 6 Mtr round pole hot dip galvanized with an option of 2

detachable cantilevers - Cantilevers to be fixed at the height

between 5.3 & 5.5 Mtr

II. 60711 Cantilever Specifications

Parameter

Minimum Specifications

Cantilever Pole/Wall mount based galvanized cantilever with base plate fixed as per site conditions.

JJ. 60510 Power Backup for Camera 1KV UPS

Parameter

Minimum Specifications

UPS 1KV UPS with 4 hours backup time

AC Input Voltage Rating 160 - 270 V

Output Wave Form Pure Sine Wave

AC Output Voltage 230 V ± 5% 50 Hz

battery Sealed battery Maintenance free

Operating Temp 0 to 500 C

Low Battery indicator LED Indicators for Low battery

Protection Overload,Output,short-circuits,over/under-voltage protection, Safety backed fuses

KK. 60511 UPS 5 KVA at Control Room

Parameter

Minimum Specifications

UPS 5 KVA UPS with 2 hours backup time

AC Input Voltage Rating 230V ± 15%; 50/60 Hz ± 6%

Output Wave Form Pure Sine Wave

AC Output Voltage 230 V ± 5% 50 Hz Single Phase

Page 23: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

22 | P a g e

Charging Time 12 hours for 90% of full Capacity

Operating Temp 0 to 500 C

Low Battery indicator LED Indicators for Low battery

Protection Overload,Output,short-circuits,over/under-voltage protection, Safety backed with MCB's and fuses

LL. 60712 Junction Box

Parameter

Minimum Specifications

Junction Box Junction Box at Camera location - Suitable for outdoor

environment; weather proof; built-in fan with cross ventilation; JB purpose to commission network switch; UPS; fiber termination

and other items as required at the camera location

MM. 60301 CAT 6 SFTP Cable Specifications

Parameter

Minimum Specifications

Cat 6 CAT 6 SFTP Cable

Conductor 23 AWG Solid bare copper

Pairs 2 Insulated conductors twisted together

Shield Aluminium / Polyester Foil Tinned copper Braiding

Sheath PVC/LSZH

Cable Diameter 7.5 mm nominal

NN. 60503 2C x 2.5 Sq. mm Flexible Cable Specifications

Parameter

Minimum Specifications

Size 2.5 Sq mm

Core 2 Core

Current Rating AC 20Amp

Conductor Material Copper

Sheath PVC/LSZH

Material PVC Insulated

OO. 60504 3C x 2.5 Sq. mm Flexible Cable Specifications

Parameter

Minimum Specifications

Size 2.5 Sq mm

Core 3 Core

Current Rating AC 20Amp

Conductor Material Copper

Sheath PVC/LSZH

Material PVC Insulated

PP. 60506 Messenger Cable

Parameter

Minimum Specifications

Messenger Cable PVC Insulated messenger Cable single core 1sq mm.

QQ. Pipes and Conduits

Parameter

Minimum Specifications

25 MM CPV Conduit Sudhakar or equivalent (Part No: 60701)

25 MM PVC Conduit Standard and Popular Make (Part No: 60702)

25 MM MS Conduit Standard and Popular Make (Part No: 60703)

25 MM GI Conduit Standard and Popular Make (Part No: 60704)

RR. 60507 MCB

Parameter

Minimum Specifications

MCB (SP) Current Rating 6 Amp, Voltage 230v, single pole mcb

Page 24: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

23 | P a g e

SS. 60107 Fiber Termination Box Specifications

Parameter

Minimum Specifications

Fiber Termination Box A box with PVC material for the terminate fiber inter connections.

TT. 60506 Spike 4 Socket

Parameter

Minimum Specifications

Voltage 250V

Rating 250V/6A

Circuit Breaker 6 Amp

Surge Protection & Filtering

Surge Suppression 350 Joules

Maximum Surge Voltage 6,000 Volts

Maximum Surge Current 7,500 Amps

Maximum Surge Current H- 7500A

N

UU. 70101 NVR Client SOFTWARE

Parameter

Minimum Specifications

NVR SDK Kit NVR Support SDK kit with latest version should be provided along

with NVR supply

VV. 70102 NVR Client SOFTWARE

Parameter

Minimum Specifications

NVR CMS Software Supports upto 256 -channels; Continuous/Manual/schedule

recording; supports multi streaming/casting live & recording option; Should Support all channels at full resolution 1080p.

Integrates with any VMS support

WW. Edge Level Switch at Camera Locations (This table should be read associated with Edge Switches specification provided above in this section)

Parameter Minimum Specifications or Better

Edge Level Switch at Camera Location

Type Managed Outdoor Industrial grade switch with industrial grade

adopter

Total Ports Minimum 4 10/100/TX POE/POE+, 2 x SFP Ports

POE / POE+ Standards IEEE 802.3af / IEEE 802.3at or better

Protocols IPV4, IPV6, Support 802.1Q VLAN, DHCP support, IGMP,

SNMP Management

Should support: Ring protection, Loop protection and Loop

detection, NTP, End point Authentication

Access Control Support for Port security, Support 802.1 x (port based network

access control), and MAC filtering

Multicast Support for IGMP Snooping V1, V2, V3 and MLD Snooping V1,

V2

POE Power per port Sufficient to operate the CCTV cameras / edge devices

Connected

Enclosure Rating IP30 or equivalent Industrial Grade Rating-to be housed at Junction box

Operating Temp. 0 to 55 deg C or better Industrial grade rating

Page 25: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

24 | P a g e

Management Switch needs to have RS-232/USB/RJ45 console port for management via console terminal or PC

Web GUI, NTP, Syslog for log capturing, and SNMP V1, V2,

V3

Compliance UL/EN/IEC or equivalent

Note:

The bidder has to submit Product Declaration stating that The products quoted should

not be declared as end of life at the time of delivery and OEM should support the products

quoted for at least 5 years. A letter to this extent from OEM to be attached as a

confirmation. The bidder to submit the declaration letter on the letterhead.

Page 26: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

25 | P a g e

Section – 3.0 Qualification Criteria & Evaluation Process

A. Pre-qualification Criteria

Bidders should have sufficient experience in the field of implementation of Electronic

video surveillance projects particularly in the city / outdoor environment are invited to

submit proposal in response to this tender request who meet the following Pre-

qualification criteria:

# Pre-Qualification Criteria Supporting Documents to be submitted

1 Legal Entity i) Attested copies of rules and regulations of

Bidder must be a corporate in India registered

registered firm and Certificate of

under Company’s Act 1956; or a firm registered Registration of the Firm / Company,

under any other Government body. partnership deed (in case of partnership)

ii) Copies of Sales/VAT & Service Tax

Should be registered with the Sales/VAT & Registration certification

iii) Copy of Firm PAN Card

Service Tax Authorities.

2 Bidder should be a manufacturer/ whole sale The Manufacture’s Authorization Form duly dealer/ Authorized representative of a indicating the registration number & place of manufacturer and should be in business of registration with full address/phone no. of manufacture and or supply and maintenance of their manufacturing facility for all the items the offered items in India as on bid calling date. (except fabricated items such as camera poles, Bidders should disclose the name and full field junction boxes, cables) to be submitted in

address (along with telephone/Fax No.) of the PQ Bid valid for the said tender.

place where the stores will be manufactured

Note: The bidder should submit ‘Single’ MAF and offer for inspection. In case the Company is

registered, they should clarify whether they are for all item/items. Multiple MAFs for same

item is not allowed. registered as a Manufacturing unit or in any

other capacity. In case the registration is as a

Manufacturer, they should indicate the

registration number & place of registration with

full address/phone no. of their manufacturing

Facility

3 Turnover i) Audited Balance sheet for each financial

Bidder should have minimum cumulative annual

year.

turnover of Rs. 3 crores Per Year in last 3 years of

business. i.e., Financial Years 2015-16, 2016-17 and 2017-18 from Safety & Security / IT / ITES

ii) Certificate from the Statutory Auditor

domain.

Should be a profit making company and with

positive net worth

4 Past Experience Bidder should submit any of the following:

i) Bidder should have experience in execution i) Work orders & work completion certificate of three projects with a combined quantity From client. of 300 Nos IP cameras installations from FY

ii) Performance certificate duly signed by the 2015-16 till Bid submission date.

Authorized signatory from the client end.

ii) The combined value of any three (3) projects should be more than Rs. 3 crores from 2015-16 till bid submission date.

iii) Each of the project should be connected to iii) Work completion & satisfactory certificate

the central control room through backbone from the client. Satisfactory certificate

also should indicate the connectivity to the

network connectivity.

central control room.

Page 27: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

26 | P a g e

Bidder must have executed with a minimum

quantity of 600 IP cameras installations in

outdoor city surveillance / outdoor communities

from FY 2015-16 till Bid submission date for any

Public/PSU/State/Central Govt./Police

departments.

5 Local Presence Self-certified Address on Letter head to be

Bidder should have local office as on date of Submitted

bidding.

Note: An undertaking in this regard should be

submitted on the company letter head.

If the Applicant is not having local presence, it

has to open a local office within 15 days from

the issue of LOI and same must be Communicated to Visakhapatnam Police Commissionerate for future correspondence.

6 Blacklist Self-Declaration Certificate on Letter Head by

Bidder/OEM shall not be black listed by any authorized signatory that the Applicant/OEM is State / Central Government departments, not black listed and is not in any legal disputes Ministry or Agency for breach of Contractual as on the bid calling date to be submitted in conditions as on Bid Calling date. The Applicant the bid duly signed by the authorized should also not be entangled in any legal signatory.

disputes with any Govt./PSU body.

The participating bidders should meet the above criteria and the PQ forms, Technical

Forms & Financial Forms are to be submitted separately. Relevant documents in support

of above with due attestation of the competent authority should be furnished along with

the bid documents.

Consortium bid not allowed

Sub-contracting of any part of the project is not permitted

User Department reserves their right in not considering the bid of a bidder, if such bidder is a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count or they do not posses required experience in undertaking the work.

Representations received from the bidders within 3 days from the date of opening of technical bids on the issues related to Pre-qualification/Technical bids evaluation and within a day from the date of opening of commercial bids on the issues related to the commercial bid evaluation will only be accepted. Representations received beyond this period will not be considered and strictly rejected.

B. Technical Bids Evaluation Process

Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the Pre-qualified bidders as per the following criteria. The Bidder shall be requested to arrange Presentation of its proposed technology to the evaluation committee on the following parameters for technical evaluation. The bidder should have sufficient technical expertise, relevant experience and requisite infrastructure for the proposed scope of work.

The Bidder is responsible to give a presentation on objectives of the Bidder, proposed

management structure, contribution of each constituent, role & responsibility of each

constituent covering all aspects of the planning & successful execution of the work,

proposed solution, technical functionalities of equipment/system, method of

Page 28: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

27 | P a g e

implementation and maintenance, the commitment of the constituents to the joint and

several liabilities for due performance.

# Evaluation Criteria Measurement Criteria Max.

Score

1 Past Experience Project with combined quantity (Nos) of 10

i) Bidder should have experience in IP cameras from minimum 3 projects:

>= 700 Nos & Above – 10 points

execution of three projects with a

combined quantity of 300 Nos IP

>= 600 Nos & < 700 Nos – 8 points

cameras installations from FY 2015-

>= 500 Nos & < 600 Nos – 6 points

16 till Bid submission date.

>= 400 Nos & < 500 Nos – 4 points

ii) The combined value of minimum Bid is liable for rejection if the evaluation

criteria is not met.

three (3) projects should be more Project with combined contract value from

than Rs. 3 crores. minimum 3 projects:

iii) Each of the project should be

>= 4.5 Cr & Above – 10 points

>= 4 Cr & < 4.5 Cr - 8 points

connected to the central control

>= 3.5 Cr & < 4 Cr - 6 points

room through backbone network

>= 3 Cr & < 3.5 Cr - 4 points

connectivity.

Bid is liable for rejection if the evaluation

criteria is not met.

Bidder must have executed with a

>=2 projects and combined qty of 10

minimum quantity of 300 IP cameras cameras >= 250 – 10 points

installations in outdoor city surveillance / 1 project & >= 200 cameras – 5 points

outdoor communities from FY 2015-16 Bid is liable for rejection if the evaluation

till Bid submission date for any criteria is not met.

Public/PSU/State/Central Govt./Police

departments.

3 Empanelled with any PSU/Govt. Documentary Proof to be submitted 10

departments/Law enforcement agencies

for CCTV Surveillance System and

executed projects in the last one year.

4 Technical Presentation CCTV System architecture 30 Technical Presentation on features & Network Designs & Cable

functionalities of equipment and Project Management (considerations Local / implementation Plan / Methodology.

Global)

Support documents for compliance of Project implementation & technical specifications need to be Management process

submitted. Quality Management

Support & Maintenance approach

Risk Mitigation Plan

Training to Departmental staff

Exit Management Plan

Technical POC – Demonstration of Use End-to-end CCTV System features 30 cases & other scenarios regarding Camera features

Switch Features

Recording & Replay features

Network Design & Connectivity features

CMS/VMS features (where applicable)

TOTAL MAXIMUM SCORE

The technical criteria will be subject to minimum passing score (cut-off) of 70 to qualify for the next phase of opening of commercial Bid. Note: Bidder should provide un-prized BOQ with make & model for technical verification in TQ bid. The bidder should quote in commercial bid for all the items as per the technical specifications furnished in Technical bid, otherwise the bid will be rejected.

Page 29: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

28 | P a g e

Technical PoC Setup

The Bidder should also arrange the following components as quoted in the proposal for the PoC setup to showcase the features as per evaluation criteria in addition to committee requirement. The make & model should be same as per the bid proposal unless & otherwise specified, this means if the model numbers of all components do not meet as per the proposal, the bid is liable for rejection.

POC Equipment as per bid proposal:

# Equipment Description Qty QTY

(Nos)

1 IP based Fixed Camera Nos 02

2 IP based PTZ Camera Nos 01

3 4-Ch NVR Nos 01 4 Min. 4/8 port Manageable switch Nos 01

5 Workstation or Laptop with client software configured for Nos 02 viewing and replay for multiple users

6 Minimum Display (preferably as per proposal) Nos 02

7 Other items as per site requirement by the Applicant Set 01

NOTE:

a) The place & date of PoC shall be intimated to the bidders at least 3 days in advance so as to make necessary arrangements.

b) The Bidder responsibility to arrange the necessary equipment / components that are

required for the completion of POC. The above quantity of items for demo is only indicative; however bidder should provide minimum quantities required for PoC.

c) The proposed solution should include the quality aspects like user friendliness, secure,

interoperability, modifiability, integrity and extensibility, maintainability, scalability and modularity etc.,

d) The bidder responsibility to handover the recorded video stream of complete Demo to the Authority at the end of POC.

e) The Evaluation Committee may provide use cases to the qualified bidders at the time of PoC, in addition to the bidder’s use cases.

C. Commercial Bids Evaluation Process

The Commercial bids of the TQ qualified bidders shall be opened and evaluation of rates quoted for each item will be determined for Rate Contract as mentioned below:-

1. Financial bids will be evaluated on the basis of unit price item-wise, i.e., inclusive all

taxes. Bidders shall indicate their rates in clear / visible figures as well as in words. In

case of a mismatch, the rates written in words will prevail.

2. The bidders have to submit quote for all the items mentioned in the schedule and In

case the bidders failed to quote for all items mentioned in Section will be rejected

and EMD will forfeited.

3. Lowest rates (L1) quoted for each item will be finalized, accepted and be established

for all empanelment of vendors / firms. The bidder will accept the price for the same

make & model item as quoted by the item. This means only the rate will change and

the model & make remain as per the bid.

Page 30: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

29 | P a g e

4. Uniform price for all the RC items proposed will be arrived based on the L1 price

received per item. After determining the L1 price of each item, the other bidders will

be asked to match the L1 price for each time in entire schedule to qualify themselves

to get empanelled for Rate contract. If any bidder does not accept to match the

price, the next in the line bidder as per the price quote received will be asked to

match the L1 price and thereon to arrive at a list of bidders in the same sequence of

priority.

If any vendor fails to accept the individual unit rates rationalized as per the above procedure, his bid will be rejected and EMD will be returned.

5. Any bidder who offers discounts/ benefits suo-moto after opening of commercial

bid(s) will be automatically disqualified from the current bidding process without any

prior notification and also may be disqualified for future bidding processes in

Visakhapatnam City Police.

6. The bidder who is qualified in commercial bid phase and accepts to undertake work

at the finalized L1 rates for entire schedule will be empanelled and rate contracted

as per terms & conditions mentioned in the RFP.

Page 31: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

30 | P a g e

Section – 4.0 Tender Submission Process

4.1 Procedure for Submission of Bids

Bidders are advised to study the Bid Document carefully. Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, eligibility norms, terms and requirement specifications in the tender document with full understanding of its implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all information required in the tender document or submission of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and may result in the rejection of the bid.

All the bids must be valid for a period of 90 days from the date of tender opening of Bids. If necessary, User will seek extension in the bid validity period. The vendors, not agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD.

The Tender shall have 3 parts i.e., “Pre-qualification bid”, Technical bid”, “Commercial bid”. All the three bids should be submitted in separate envelops duly sealed be put into a closed master cover duly sealed and shall be dropped in the Tender box kept at the Stores of the Visakhapatnam City Police Commissionerate, Suryabagh, Visakhapatnam-530002 before the due date and time by following the procedure given below.

The Bidders shall submit their eligibility and qualification details in Pre-qualification bid, Technical bid, Commercial/Financial bid etc., in the standard formats displayed in web site. The Bidders shall submit the copies of all the relevant certificates, documents etc, in support of their eligibility criteria / technical bids and other certificates / documents. The Bidders shall sign on the statements, documents, certificates, submitted by them; owning responsibility for their correctness / authenticity. The Bidders shall attach all the required documents for the specific tender during the bid submission as per the Tender Notice and Bid Document.

The bids should be submitted as under:-

i. The Bidders are requested to submit the originals of DD/BG towards EMD, bid

processing fee to the Tender Inviting Authority as per the tender schedule. The department shall not take any responsibility for any delay for non-receipt. If any of the documents furnished by the Bidders are found to be false / fabricated / bogus, such Bidders are liable for blacklisting, forfeiture of the EMD, cancellation of work and criminal prosecution.

ii. The Bidders are requested to download the Tender Document and read all the terms and conditions mentioned in the Tender Document and seek clarification, if any, from the Tender Inviting Authority. The Bidders have to keep track of any changes by viewing the Addenda / Corrigenda issued by the Tender inviting Authority from time-to-time. The Department calling for Tenders shall not be responsible for any claims / problems arising out of this.

iii. The Bidders shall complete all the processes and steps required for Bid submission. The Bidders are requested to get a confirmed acknowledgement from the Tender Inviting Authority as a proof of submission of Hardcopies to avoid any discrepancy.

iv. The bidder shall submit (3) proposals – Pre-Qualification Proposal, Technical Proposal and Financial Proposal as per format given in Appendixes on e-procurement portal.

Page 32: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

31 | P a g e

v. Earnest Money Deposit shall be submitted by the Bidding Firm and any deviation to this will result in rejection of bid.

vi. The original proposal all Pre-qualification, Technical and Financial shall contain no

interlineations or overwriting, except as necessary to correct the errors made by the

bidders themselves. The same authorized representative who has signed the

proposal shall initial the corrections.

vii. An authorized representative of the bidders shall initial all the pages of the original

Pre-qualification, Technical and Financial Bids. The authorization shall be in the form

of written power of attorney accompanying the proposal and supported by any

evidence that the representative has been duly authorized to sign.

viii. One copy of the documents necessary for Pre-Qualification, Technical and

Commercial Bids as per the format given in Tender shall be submitted if asked by the

tender agency-VISAKHAPATNAM CITY POLICE COMMISSIONERATE. An authorized

representative of the bidders shall initial all pages of Pre-Qualification, Technical &

Commercial Bid documents submitted.

ix. Vendors shall indicate their rates in clear/visible figures as well as in words. In case

of a mismatch, the rates written in words will prevail.

x. Bids should be submitted as per the formats given by VISAKHAPATNAM CITY POLICE COMMISSIONERATE, otherwise bids will be rejected.

xi. Un-signed & un-stamped bid shall not be accepted.

xii. All pages of the bid being submitted must be signed and sequentially numbered by

the vendor irrespective of the nature of content of the documents.

xiii. If the bidder is not having local presence, it has to open a local office within 15 days from the date of issue of LOI and an under taking must be given in this regard to Visakhapatnam City Police Commissionerate.

xiv. Visakhapatnam City Police Commissionerate will not be responsible for any delay on

the part of the vendor in obtaining the terms and conditions of the tender notice or submission of the tender bids.

xv. No deviation from the tender specifications and terms & conditions will be accepted.

xvi. In case, the day of bid submission is declared Holiday by Govt. of Andhra Pradesh, the next working day will be treated as day for submission of bids. There will be no change in the timings.

Visakhapatnam City Police may, at its own discretion, extend the date for submission of bids. In such a case all rights and obligations of Visakhapatnam City Police Commissionerate will be applicable to the extended time frame.

4.2 Earnest Money Deposit (EMD) and Tender Fee 1) EMD & Tender document fee as per Tender has to be submitted with the Pre-

qualification Bid. 2) EMD amount as mentioned in the Tender document must to be submitted by Demand

Draft 3) Pay Order of any Nationalised / scheduled Commercial Bank drawn in favour of The

Commissioner of Police, Visakhapatnam ” , payable at Visakhapatnam, physically before bid submission end date as mentioned in. Otherwise submitted bids will be rejected.

4) The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any

of the following eventual situations:-

i. In the case of those Bidders who fail to qualify in Pre-qualification, or whose technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded without any interest accrued within one month after finalisation of Bids.

Page 33: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

32 | P a g e

ii. In case of those Bidders who are not selected, the EMD will be refunded without any interest accrued within one month of finalisation of Bids.

iii. In case of those Bidders whose tender bid is accepted for empanelment, EMD will be refunded on receipt of Security Deposit as per empanelment clause.

A. Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be forfeited if a Bidder:

i. Withdraws its bid during the period of bid validity. ii. Does not accept, and / or violates the tender terms and conditions of the

contract after submission of the bid. iii. Successfully gets empanelled, but fails to sign the contract within the stipulated

time.

4.3 Overall Evaluation Process

Evaluation Committee will evaluate bids (complete in all respect) received along with Demand Draft of EMD (Physically) will be opened as mentioned in Tender schedule in presence of vendor’s representative. Bid received without EMD will be rejected straight way. The overall evaluation shall be L1 based.

The evaluation will be 3 stages i.e., Pre-qualification, Technical Proposal & Commercial proposals submitted by the bidders.

Pre-qualification bids (Eligibility Criteria) and Technical bids of only those vendors, whose EMD instruments are found to be in order, will be opened afterwards in the same bid opening session, in the presence of the vendor’s representatives.

The bidders who qualify in Pre-qualification evaluation will be eligible for opening of Technical Evaluation & also bidder should arrange for Technical presentation on the features & technical functionalities of the proposed equipment/system.

All technically qualified bidders will be short listed for next phase of the evaluation. Financial bids of only those vendors, whose bids are found technically qualified, will be opened in the presence of the vendor’s representatives, subsequently for financial evaluation.

L1 Rates quoted for each item will be finalized and established for empanelment.

All shortlisted bidders need to accept the individual unit rates rationalized as per the above procedure for execution of works, otherwise their bid will be rejected and EMD will be returned.

4.4 Pre-qualification evaluation process a) Pre-qualification Bids will be evaluated on the parameters as per section 3.0 (A) and

shortlist Pre- qualification Bids. b) During the Pre-qualification evaluation, if any of the parameters is not met, the bid

will be summarily rejected.

4.5 Technical Evaluation process

a) Technical Bids will be evaluated based on the parameters as mentioned in RFP b) A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist

Technical Bids on the basis of parameters/ specifications provided in RFP. c) The evaluation Committee shall ask the vendors for a technical presentation/site

visit in a short notice. d) During the technical evaluation, if any of the parameters is not met, the bid will be

summarily rejected.

Page 34: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

33 | P a g e

4.6 Evaluation of Commercial/Financial Bids

a) The Financial Bids of only those bidders short listed from the Technical Bids, will be opened in the presence of their representatives on a specified date & time to be intimated to the respective bidders, and the same will be evaluated.

b) If the Evaluation Committee considers necessary, Revised Financial Bids could be called for from the technically short-listed bidders, before recommending the final empanelment.

c) In the event of revised financial bids being called for, the revised bids should not be higher than the original bids, otherwise the bid shall be rejected and EMD forfeited.

d) There will be NO NEGOTIATION regarding the financial bid by the bidders. However, if Evaluation Committee finds the L1 rates unreasonably higher than the market rates, it may call for price justification of the rates quoted and may negotiate for the best price with the L1 bidder only.

No enquiry shall be made by the bidder(s) during the course of evaluation of the

tender, after opening of bid, till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of Commissioner of Police, Visakhapatnam can make any enquiry/seek clarification from the bidder(s), which the bidder(s) must furnish within the stipulated time else bid of such defaulting bidder(s) will be rejected.

Page 35: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

34 | P a g e

Section – 5.0 Award of Contract for EMPANELMENT and

Other Conditions

5.1 Empanelment Process

a. The empanelment and rate contract agreement will be executed between the Authority and the successful bidders / empanelled bidders. VISAKHAPATNAM CITY POLICE COMMISSIONERATE is responsible for floating & finalization of Tender for empanelment & Rate contract.

b. Validity of the selection/empanelment will be for an initial period of ‘1’ year which

can be extended for another one year through mutual consent. However, the evaluation Committee/VISAKHAPATNAM CITY POLICE COMMISSIONERATE has the right to review the selection/empanelment at regular intervals on the basis of satisfactory performance in the previous period.

c. The price quoted obtained for the empanelled items shall be valid for a period of one year and the price quote should not be higher than the prevailing market price or the price at which sold for the previous order. If found to be higher, the bidder is liable for termination of RC (Rate Contract), legal proceedings & penalties.

d. The quality of the items being supplied by the bidder must adhere to the specifications mentioned and the bidder should submit a compliance statement declaring the matching of the specifications

e. Offer from companies whose business activities are limited to procuring items from

manufacturers, both Indian and foreign and supplying the same to Authority having no after sales service back up will not be entertained.

f. Bidders should disclose the name and full address (along with telephone/Fax No.) of the place where the stores will be manufactured and offer for inspection. In case the Company is registered, they should clarify whether they are registered as a Manufacturing unit or in any other capacity. In case the registration is as a Manufacturer, they should indicate the registration number & place of registration with full address/phone no. of their manufacturing facility.

g. Bidders are advised to attach a letter from an authorized signatory of the company

owning the patent of the technology being offered clearly detailing the deliverables / ownerships & rights for implementation, service, warrant and post-sales support.

h. In the event the Bidding Company or the concerned division of the Company is taken

over/ bought over by another company, all the obligations and execution responsibilities under the agreement with Authority, should be passed on for compliance by the new company in the negotiation for their transfer.

i. Selected/empanelled bidders has to agree for honoring all tender conditions and

adherence to all aspects of fair trade practices in executing the Work Orders placed by User Department (Visakhapatnam City Police).

j. The vendor should not assign or sublet the empanelment & projects or any part of it to any other vendor in any form. Any such attempt shall result in termination of empanelment.

k. Authority in consultation with VISAKHAPATNAM CITY POLICE COMMISSIONERATE

may, at any time, terminate the empanelment by giving written notice to the empanelled vendor(s) without any compensation, if the empanelled vendor becomes bankrupt or otherwise insolvent, provided that such termination will not

Page 36: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

35 | P a g e

prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE.

l. During the validity of the panel, in case Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE notices that the market rates have come down from the time the rates were finalized based on market trends or for the reasons of technological changes, Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE will ask the technically qualified vendors to match the prices accordingly by submitting on their letterhead duly signed by the authorized signatory and the vendor(s) will be selected on the basis of procedure given earlier. All those vendors, who were declared technically qualified and NOT empanelled, will submit the revised quote with the EMD, if they have withdrawn the EMD from VISAKHAPATNAM CITY POLICE COMMISSIONERATE. The time difference between such matching of the prices will be minimum 3 months except in case of the State/Central Budget. For any bulk requirements, VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right to call for the revised bids from the empanelled vendors any time during the empanelment.

m. On written communication from VISAKHAPATNAM CITY POLICE COMMISSIONERATE

for having qualified for selection of empanelment, the bidder shall sign the contract within 15 days of such communication. Failing which the offer shall be treated as withdrawn.

n. The selected vendor shall submit Security Deposit of Rs. 3,00,000 (Rupees Three

Lakh) for empanelment in the form of Bank Guarantee from any Nationalised / Scheduled Banks for the duration of the selection or extended period, if any, in favor of the Commissioner of Police, Visakhapatnam Police Commissionerate, Visakhapatnam. On receipt of bank guarantee towards security deposit, the EMD of the selected vendor will be returned without any interest. VISAKHAPATNAM CITY POLICE COMMISSIONERATE/ Authority will have the right to invoke the security deposit without assigning any reasons if performance of the empanelled vendor is not found up to the mark.

5.2 Contract Finalization & Award of Work i. Selected empanelled vendor will visit the location / community along with the

concerned Police Station staff to identify the strategic locations and suggest solution & BoM for approval.

ii. Work Order will be placed on the empanelled firm / vendor in hardcopy format by the concerned section in User Department under acknowledgement. The vendor shall start the work within 7 days of receipt of Work order and no extension shall be issued.

iii. Objection, if any, to the Work Order must be reported to the concerned section in User Department by the vendor within three (3) working days counted from the Date of Work Order for modifications, otherwise it is assumed that the vendor has accepted the Work Order into.

iv. On the receipt of the Work Orders, the Vendor(s) shall obtain the necessary documents if any, for timely delivery of the equipment & services.

v. If the vendor is not able to execute the Project/assignment completely within the specified period, the EMD/Security Deposit will be forfeited in full. Besides, legal action may be taken separately and eliminate from the list of empanelled firms/vendors.

vi. The empanelled vendor(s) should not refuse successively twice to accept work order of User Department under any pretext. If so, the empanelment will be cancelled and security deposit will be forfeited.

5.3 Award Criteria of Work under Rate Contract User Department(s) will award the contracts to all successfully empanelled firms / vendors for execution of work orders as per Rate Contract. The award of Work will be at the discretion of User Department and based on the satisfactory performance of the vendor.

Page 37: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

36 | P a g e

However, it is the discretion of the User Department o To engage any empanelled vendor for all or part of the Services as per Rate

Contract based on their past performance, local environmental conditions, quantum of past projects carried out etc.,

o To drop one or more items from the scope at the time of engagement of vendor.

The notification of the award shall constitute signing of agreement for empanelment with User Department. The User Department will send the Proforma for agreement to the vendor, incorporating all terms & conditions between the parties. Within 7 days of receipt of the work order, the selected firm / vendor shall execute an agreement with the User Department.

5.4 Payment Terms & Conditions

i. Payment will be made in Indian Rupees. Payment will be made only after satisfactory completion of work as determined by User Department.

ii. For each project assignment , payment will be made as per Payment Terms

mentioned in Rate Contract, after satisfactory completion of work, submission of Work completion report, Delivery Challans, work completed images, Installation Reports, Test reports, Final acceptance reports, Abstract of Property Register, installation of sign & inauguration Boards etc by User Department.

iii. Payments shall be subject to deductions of any amount for which the Vendor is liable

as per the penalty clause of this tender document / Rate Contract. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source ) as per the income - Tax Act,1961 and any other taxes.

iv. Payment terms are furnished in RFP. Since Purchase Order / Work Orders will be

issued by User Department, Payment will be made by User Department.

v. The vendor shall also submit a staggered bank guarantee equal to 5% (Five percent) of the Order value towards warranty maintenance of complete CCTV Surveillance Systems valid for five years, from the date of acceptance of the assigned project / Go-live, drawn in the name of the competent authority of User Department.

5.5 Penalty Calculation Process

i. The empanelled vendors shall render the services strictly adhering to the time schedules mentioned in the Work order. Any un-excused delay by the vendor, in the performance of its obligations, shall attract Penalty at the rate of 1.5% of the total value of the work order per week of delay subject to a maximum of 10% of the work order value. Beyond five weeks User Department will have the option of getting the work done through alternate sources at the cost and risk of the defaulting vendor.

ii. For three recurrences of default in the discharge of service obligations, User Department

would forfeit the defaulting vendor’s security deposit, revocation of Bank Guarantees (including the ones submitted for other Work Orders) and/or termination of the empanelment for default.

iii. If at any time during performance of the work order, the vendors encounter conditions impeding timely performance of the ordered services, the vendor shall promptly notify User Department in writing of the fact of the delay, it’s likely duration and it’s cause(s).

Page 38: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

37 | P a g e

Section – 6.0 Instructions to Bidders

6.1 No Consortium is allowed for this Project. Firms cannot be part of multiple bids, unless

they are participating solely as OEMs.

6.2 Completeness of Response

i) Bidders are advised to study all instructions, forms, requirements and other information in the Tender document carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the Tender document with full understanding of its implications.

ii) The response to this Tender should be full and complete in all respects. Failure to furnish all information required by the Tender documents or submission of a proposal not substantially responsive to this document will be at the Bidder's risk and may result in rejection of its Proposal.

6.3 Proposal preparation costs & related issues

i) The bidder is responsible for all costs incurred in connection with participation in this process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by facilitating the evaluation process.

ii) Will in no case be responsible or liable for those costs, regardless of the conduct or outcome of bidding process.

iii) This Tender does not commit to award a contract or to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of award or for preparing this Tender.

6.4 Responses to Pre-bid Queries and Issue of Corrigendum

i) The Project Committee/Nodal Officer notified by VISAKHAPATNAM CITY POLICE COMMISSIONERATE will endeavor to provide timely response to all queries. However, VISAKHAPATNAM CITY POLICE COMMISSIONERATE makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does VISAKHAPATNAM CITY POLICE COMMISSIONERATE undertake to answer all the queries that have been posed by the bidders.

ii) At any time prior to the last date for receipt of bids, VISAKHAPATNAM CITY POLICE COMMISSIONERATE may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Tender Document by a corrigendum.

iii) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted in the portal “http://vizagcitypolice.gov.in”.

iv) Any such corrigendum shall be deemed to be incorporated into this Tender. v) In order to provide prospective Bidders reasonable time for taking the

corrigendum into account, VISAKHAPATNAM CITY POLICE COMMISSIONERATE may, at its discretion, extend the last date for the receipt of Bids/ Proposals.

6.5 Right to Terminate the Process

i) VISAKHAPATNAM CITY POLICE COMMISSIONERATE /Authority may terminate the Tender process at any time and without assigning any reason. VISAKHAPATNAM CITY POLICE COMMISSIONERATE makes no commitments, express or implied, that this process will result in a business transaction with anyone.

Page 39: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

38 | P a g e

ii) This Tender does not constitute an offer by VISAKHAPATNAM CITY POLICE COMMISSIONERATE. The bidder's participation in this process may result in empanelment of the bidders and establishing Rate Contract.

6.6 Preparation of Proposals

i) The Proposal as well as all related correspondence exchanged by the bidders and VISAKHAPATNAM CITY POLICE COMMISSIONERATE shall be written in English language, unless specified otherwise.

ii) In preparing their Proposal, Consultants are expected to examine in detail the

documents comprising the Tender. Material deficiencies in providing the information requested may result in rejection of a proposal.

iii) The bidder is expected to submit the Technical Proposal as per the format given in Tender document. Submission of the wrong type of Technical Proposal will result in the proposal being deemed non-responsive. The Technical Proposal shall not include any financial information.

iv) The Financial Proposal shall be prepared as per the format given in Appendix. v) Deviation from this shall be treated as termination of contract and shall attract

the liability as specified in the Tender.

6.7 Period of validity of bids

i) Bids shall remain valid for the days or duration specified in the bid document, after the date of the financial bid opening prescribed by VISAKHAPATNAM CITY POLICE COMMISSIONERATE. A bid valid for a shorter period shall be rejected as non-responsive.

ii) In exceptional circumstances, the VISAKHAPATNAM CITY POLICE

COMMISSIONERATE may solicit the bidders’ consent to an extension of the period of bid & EMD validity. The request and the responses there to shall be made in writing. The bid security shall also be suitably extended. A bidder granting the request will not be permitted to modify its bid.

6.8 Bid Submission Formats

i) The entire proposal shall be strictly as per the formats specified in this Tender document and any deviation may result in the rejection of the proposal.

ii) The documents to be submitted in Pre-Qualification bid are:

a) Bid Letter Form – PQ#1 b) Bidder’s Profile – Form PQ#2 c) Financial Turnover details – Form PQ#3 d) Past Project Experience – Form PQ#4 e) Declaration regarding Clean Track Record on Company’s Letter Head – Form

PQ#5 f) Manufacturer Authorization Form (MAF) – Form PQ#6 g) Bid Security (EMD).

iii) The documents to be submitted in Technical Bid are:

a) Understanding of the Project & Implementation Plan- Form TQ#1 b) Un-priced Technical BoM – Form TQ#2 c) Technical Compliance Statement for Required Items – Form TQ#3 d) Statement of Deviations from Tender Terms & Conditions – Form TQ#4

e) List of Technical Support & Maintenance Team with qualifications &

experience – Form TQ#5

iv) The documents to be submitted in Commercial Bid are: a) Detailed Price Schedule - Form C#1.

Page 40: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

39 | P a g e

6.9 Venue and Deadline for submission

i) Proposals must be submitted in separate envelops duly sealed be put into a closed master cover duly sealed and shall be dropped in the Tender box kept at the Stores of the Visakhapatnam City Police Commissionerate, Suryabagh, Visakhapatnam-530002.

ii) Any proposal received by the VISAKHAPATNAM CITY POLICE COMMISSIONERATE

after the above deadline shall be rejected. The bidders should take care in uploading their bids & supporting documents well in advance so as to avoid last minute rush & failures. VISAKHAPATNAM CITY POLICE COMMISSIONERATE will not entertain any such complaints of failure on the e-procurement portal.

iii) The bids submitted by telex/telegram/fax/e-mail, etc. shall not be considered. No correspondence will be entertained on this matter.

iv) VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon assignment/project priorities vis-à-vis urgent commitments.

6.10 Authentication of Bid

The original and all copies of the bid shall be typed or written in indelible ink. The original/copies shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of authorization shall be supported by a written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be signed and stamped by the person or persons signing the bid.

6.11 Validation of Interlineations in Bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the BIDDER, in which case such corrections shall be counter signed by the person or persons signing the bid.

6.12 Disqualification of bids

VISAKHAPATNAM CITY POLICE COMMISSIONERATE/Evaluation Committee may at its sole discretion and at any time during the processing of tender, disqualify any BIDDER from the tendering process if the BIDDER has

i) Submitted the tender after the prescribed date and time of submission of bids. ii) Made misleading or false representations in the forms, statements and

attachments submitted in proof of the eligibility requirements. iii) If found to have a record of poor performance such as abandoning works, not

properly completing the contract, inordinately delaying completion, being involved in litigation or financial failures, etc.

iv) Submitted bid document, which is not accompanied by required documentation and Earnest Money Deposit (EMD) or Tender process Fee or non-responsiveness.

v) Failed to provide clarifications related thereto, when sought. vi) If the technical offer contains any price information the offer will be summarily

rejected. vii) Conditional bids will be summarily rejected. viii) Bidders who are found to canvass, influence or attempt to influence in any

manner the qualification or selection process, including without limitation, by offering bribes or other illegal gratification, shall be disqualified from the process at any stage.

ix) If found to submit more than one bid.

Page 41: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

40 | P a g e

6.13 Bid Submission Format

The entire proposal shall be strictly as per the format specified in this Tender. Bids with deviation from this format shall be rejected.

6.14 Clarification of Bids during Evaluation

During evaluation of the bids, VISAKHAPATNAM CITY POLICE COMMISSIONERATE may, at its discretion, ask the BIDDER for clarification of its bid content and seek information.

Preliminary Examination of the Bids

o Preliminary scrutiny will be made to determine whether they are complete, Whether any computational errors have been made, whether required sureties have been furnished,

o Whether, the documents have been properly signed, and whether the bids are generally in order.

o Arithmetical errors will be rectified on the following basis. If there is a discrepancy between words and figures, the amount in words will prevail.

o VISAKHAPATNAM CITY POLICE COMMISSIONERATE may waive any minor informality; nonconformity or irregularity in a bid that does not constitute a material deviation, provided such waiver does not prejudice or affect the selection of any BIDDER.

o Prior to the detailed evaluation, VISAKHAPATNAM CITY POLICE COMMISSIONERATE will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations.

o If a bid is not substantially responsive, it will be rejected by VISAKHAPATNAM CITY POLICE COMMISSIONERATE and may not subsequently be made responsive by the BIDDER, by correction of the nonconformity.

6.15 Rights to Accept / Reject any or all Proposals

The Evaluation Committee reserves the right to accept or reject any proposal, and to annul the Tender process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Solution Provider or Bidder or any obligation to inform the affected Bidder(s) of the ground for Committee’s action.

6.16 Quotation of Prices

i) Bidder should provide all prices as per the prescribed format in this document. ii) All the prices are to be entered in INR only. iii) Prices indicated shall be inclusive of all charges and all applicable taxes, levies,

duties etc. iv) It is mandatory to provide breakup of all Taxes, duties and levies wherever

asked for. v) The Authority, reserves the right to ask the Bidder to submit proof of payment

against any of the taxes, duties and levies indicated. vi) Authority shall take into account all charges & all applicable taxes, duties, levies

etc for the purpose of evaluation. vii) VISAKHAPATNAM CITY POLICE COMMISSIONERATE also intends to utilize the

rates of items (Rate Contract) obtained through this tender for requirements of various Departments. Bidders are requested to factor this larger demand and give the best possible rate to the Authority.

Page 42: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

41 | P a g e

viii) No escalation of prices will be considered under any circumstances during the contract period.

6.17 Term of Empanelment & Rate Contract

Empanelment & Rate Contract shall be for a period of ‘1’ year and contract shall

come to an end on expiry of such period, except when its term is extended by

Authority in consultation with VISAKHAPATNAM CITY POLICE COMMISSIONERATE.

VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department shall reserve

the sole right to grant any extension to the term mentioned above on mutual

agreement including fresh negotiations on prices, terms & conditions

6.18 Signing of Rate Contract

All empanelled Firms / Agencies shall execute a Rate Contract with Authority to

comply with all the provisions in this Tender. VISAKHAPATNAM CITY POLICE

COMMISSIONERATE also intends to utilize the rates of items (Rate Contract)

obtained through this tender for the requirements of other State / Central

Government Departments / Agencies (PSUs).

6.19 Definitions

i) Tender call or invitation for bids means the detailed notification seeking a set of solution(s), service(s), materials or any combination of them.

ii) Specification means the functional and technical specifications or statement of

work, as the case may be.

iii) Firm means a Company, Authority, Society, or any other Organization incorporated under appropriate statute as is applicable in the country of incorporation.

iv) Bidder means any firm offering the solution(s), service(s) and/or materials required in the tender call. The word Bidder/bidder when used in the pre award period shall be synonymous with bidder and when used after award of the contract shall mean the successful bidder with whom User Department signs the contract for rendering of goods and services.

v) Pre- qualification and Technical bid means that part of the offer that provides

information to facilitate assessment by VISAKHAPATNAM CITY POLICE COMMISSIONERATE, professional, technical and financial standing of the bidder, conformity to specifications etc.

vi) Financial Bid means that part of the offer, that provides price schedule, total

project costs etc.

vii) Three part Bid means the Pre-qualification bid, Technical and Financial bids submitted in Sealed Cover.

viii) Goods and services mean the solution(s), service(s), materials or a combination

of them in the context of the tender call and specifications.

ix) The word goods when used singly shall mean the hardware, firmware component of the goods and services.

6.20 Bid forms

i) Wherever a specific form is prescribed in the bid document, the bidder shall use the form to provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

ii) For all other cases the bidder shall design a form to hold the required

information.

Page 43: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

42 | P a g e

6.21 Cost of bidding

i) The bidder shall bear all costs associated with the preparation and submission of its bid, and VISAKHAPATNAM CITY POLICE COMMISSIONERATE will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

ii) Bidder is expected to examine all instructions, forms, terms, and specifications

in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in the rejection of its bid.

iii) The participating bidder should purchase the document and enclose a receipt of

the same with the bid document.

6.22 Clarification of bidding documents

i) A prospective Firm / bidder requiring any clarification of the bidding documents may notify VISAKHAPATNAM CITY POLICE COMMISSIONERATE contact person. Written copies/ e-mail of the VISAKHAPATNAM CITY POLICE COMMISSIONERATE response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders that have received the bidding documents.

ii) The concerned person will respond to any request for clarification of bidding documents which it receives no later than bid clarification date mentioned in the notice prior to deadline for submission of bids prescribed in the tender notice. No clarification from any bidder shall be entertained after the closure of date and time for seeking clarification mentioned in tender call notice. It is further clarified that VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department shall not entertain any correspondence regarding delay or non-receipt of clarification from VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department.

6.23 Amendment of bidding documents

i) At any time prior to the deadline for submission of bids, VISAKHAPATNAM CITY POLICE COMMISSIONERATE, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment.

ii) All prospective bidders those have received the bidding documents will be

notified of the amendment and such modification will be binding on all bidders.

iii) In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the VISAKHAPATNAM CITY POLICE COMMISSIONERATE, at its discretion, may extend the deadline for the submission of bids.

6.24 Modification and withdrawal of bids

i) No bid can be modified subsequent to the deadline for submission of bids.

ii) No bid can be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the forfeiture of its bid security (EMD).

Page 44: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

43 | P a g e

6.25 Suspension of Work

The Bidder shall, if ordered in writing by User Department representative, temporarily suspend the works or any part thereof for such a period and such a time as ordered. The Bidder shall not be entitled to claim compensation for any loss or damage sustained by him by reason of temporary suspension of the Works as aforesaid. An extension of time for completion corresponding with the delay caused by any such suspension of the works as aforesaid shall be granted to the implementation agency, if request for same is made and that the suspension was not consequent to any default or failure on the part of the implementation agency. In case the suspension of works is not consequent to any default or failure on the part of the Identified Bidder and lasts for a period of more than 3 months, the Bidder shall have the option to request the User Department to terminate the Contract with mutual consent.

6.26 Force Majeure

i) The Bidder shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the OEM/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the State Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the

VISAKHAPATNAM CITY POLICE COMMISSIONERATE in writing of such condition and the cause thereof. Unless otherwise directed by the VISAKHAPATNAM CITY POLICE COMMISSIONERATE / User Dept. in writing, the Bidder/bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

6.27 Terminate the Contract

i) Retain such amounts from the payment due and payable by User Dept to the Bidder as may be required to offset any losses caused to User Dept as a result of such event of default and the Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default.

ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,

enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to User Dept under law.

6.28 Termination

User Department may terminate this contract in whole or in part by giving the Bidder prior and written notice indicating it’s intention to terminate the Contract under the following circumstances -

i) Where it comes to User Department attention that the Bidder (or the implementation agency’s Team) is in a position of actual conflict of interest with the interests of User Department in relation to any of terms of the implementation agency’s bid, the tender or this Contract

ii) Where the Bidder ability to survive as an independent corporate entity is

threatened or is lost owing to any reason whatsoever including inter alia the filing of any bankruptcy proceedings against the implementation agency, any

Page 45: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

44 | P a g e

failure by the Bidder to pay any of its dues to its creditors, the institution of any winding up proceedings against the Bidder or the happening of any such events that are adverse to the commercial viability of the implementation agency. In the event of the happening of any events of the above nature, User Department shall reserve the right to take any steps as are necessary to ensure the effective transition of the project to a successor implementation agency/Bidder, and to ensure business continuity.

iii) Termination for Default: User Department may at any time terminate the

contract by giving 30 days written notice to the Identified Bidder without compensation to the Identified Bidder in the event of default on the part of the Bidder, which may include failure on the part of the Bidder to respect any of its Commitment with regard to any part of its obligations under its bid, the tender or under this contract.

6.29 Termination for Insolvency

The User Department/ VISAKHAPATNAM CITY POLICE COMMISSIONERATE may at any time terminate the contract by giving 30 days written notice to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the User Department.

6.30 Termination for Convenience

i) The User Department may terminate the Contract at any time by giving 30 days written notice to the Bidder in whole or in part, for its convenience. The notice of termination shall specify that termination is for the User Department/Purchaser’s convenience, the extent to which performance of the Bidder under the contract is terminated, and the date upon which such termination becomes effective.

ii) The entire infrastructure of CCTV Surveillance System including software

procured & used for the project will be taken over by the User Department from the date of service termination & any delay in handing over these equipment’s will not be acceptable & will be viewed severely for appropriate action.

iii) The client may in the following events after giving a prior notice and conducting

investigations if required, terminate the contract forfeiting the bid security and any sums due for payment to the Vendor:-

If the value of the penalty for different services together exceeds 10% of

the contract amount for 1 year.

If the Bidder becomes Bankrupt or financially insolvent during currency of the contract.

If it is found that the bidder has been convicted for any unlawful activities.

If it is found that bidder has made gross misconduct or involved in practices injurious to the image and interest of the client or has failed in performing his duties as per contract.

6.31 Liquidated Damages

If the Identified Bidder fails to deliver Services or install any or all of the systems or if any of the services fail to gain Acceptance within the period(s) specified in the Contract, the Client shall, without prejudice to its other remedies under the Contract, deduct from the performance security, as liquidated damages, a sum equivalent to the percentage of the Contract price specified in SCC. Once the maximum is reached, the Client may consider termination of the Contract. If delivered or installed goods and/or Services cannot be put to use without the undelivered goods/Services, the damages will be calculated using the total price of the goods/services that cannot be put to use.

Page 46: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

45 | P a g e

6.32 Application of LD

Liquidated damages shall be assessed as per the millstones as per schedule, submission of deliverables and its acceptance”.

6.33 Right of Monitoring, Inspection and Periodic Audit

i) User Department/VISAKHAPATNAM CITY POLICE COMMISSIONERATE reserves the right to inspect and monitor/assess the progress/performance/maintenance of project at any time during the course of the contract.

ii) User Department/ VISAKHAPATNAM CITY POLICE COMMISSIONERATE shall have the right to conduct, either itself or through another Third Party as it may deem fit, an audit to monitor the performance by the Third Party of its obligations/functions in accordance with the standards committed to or required by User Department and the Bidder undertakes to cooperate with and provide to the VISAKHAPATNAM CITY POLICE COMMISSIONERATE any other agency appointed by VISAKHAPATNAM CITY POLICE COMMISSIONERATE, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/assessment would need to be rectified by the Bidder failing which the client may without prejudice to any other rights that it may have issue a notice of default.

6.34 Risk Management

Bidder shall at his own expense adopt suitable Risk Management methodology to mitigate all risks assumed under this Tender. The Bidder shall underwrite all the risk related to its personnel deputed under this project as well as equipment and components and any other belongings or their personnel during the entire period of their engagement in connection with this project and take all essential steps to reduce and mitigate the risk. User Department / VISAKHAPATNAM CITY POLICE COMMISSIONERATE will have no liability on this account.

6.35 Publicity

The Bidder shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the User Department first gives the Bidder its written consent.

6.36 Resolution of Disputes

i) The User Department and the bidder shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract.

ii) If, after thirty (30) days from the commencement of such informal negotiations,

the User Department and the Bidder have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified here in. These mechanisms may include, but are not restricted to, conciliation mediated by a third party.

iii) The dispute resolution mechanism shall be as follows:

In case of a dispute or difference arising between the User department and the Firm /bidder relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, of India, 1996. The place of resolution of disputes shall at Visakhapatnam , Andhra Pradesh State only.

6.37 Governing Language

The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages.

Page 47: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

46 | P a g e

6.38 Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

6.39 No Interest for Performance Guarantee

No interest shall be paid on the earnest money, security deposit and the amount retained against performance guarantee.

6.40 Notices

i) Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other party’s address.

ii) A notice shall be effective when delivered or tendered to other party whichever is

earlier.

6.41 Taxes and duties

The Vendor/bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery of the contracted services to the User department or as per the terms of tender document if specifically mentioned. 6.42 Delivery and Documents

Delivery of the goods/services shall be made by the vendor in accordance with the terms specified in the Schedule of requirements. The details of shipping and / or other documents to be furnished and submitted by the vendor are specified below.

For Goods supplied from abroad:

i) Within 24 hours of shipment, the vendor shall notify the User Department and the Insurance Company by cable or telex or fax full details of the shipment including contract number, description of goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The vendor shall mail the following documents to the User Department, with a copy to the Insurance Company.

ii) Four copies of supplier’s invoice showing goods description, quantity, unit price and total amount;

iii) 4 copies of packing list identifying contents of each package; iv) Insurance certificate; Manufacturer’s/Supplier’s warranty certificate; v) Inspection certificate, issued by the nominated inspection agency and the vi) Supplier’s factory inspection report; and Certificate of origin. The above documents shall be received by the User Department at least one week before arrival of Goods at the port or place of arrival and, if not received, the Vendor will be responsible for any consequent expenses. For Goods from within India: Upon delivery of the goods to the user, the vendor shall notify the VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department and mail the following documents to the VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department: i) Four copies of the vendor invoice showing goods description, quantity, unit price

total amount; ii) Delivery note, or acknowledgement of receipt of goods from the user; iii) Manufacturer’s or Supplier’s warranty certificate; iv) Inspection Certificate issued by the nominated inspection agency, and the

Supplier’s factory inspection report. v) Certificate of Origin;

Page 48: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

47 | P a g e

vi) Insurance policy; vii) Excise gate pass Octroi receipts wherever applicable duly sealed indicating

payments made and any of the documents evidencing payment of statutory taxes.

The above documents shall be received by the User Department before arrival of the Goods (except deliver note and where it is handed over to the user with all documents) and if not received, the vendor will be responsible for any consequent expenses.

6.43 Insurance

i) It is suggested that the goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery up to user site.

ii) The insurance should be for replacement value from “Warehouse to warehouse

(final destination)” on “All Risks” valid up to 3 months till completion of delivery, installation and commissioning .

6.44 Transportation

Transport of the goods to the project site(s) shall be arranged by the vendor at their cost.

6.45 Hardware & OS Software Installation

The Vendor is responsible for all unpacking, assemblies, wiring, installations, cabling between CCTV Camera units and connecting to power supplies. The vendor will test all hardware operations and accomplish all adjustments necessary for successful and continuous operation of the CCTV Surveillance System at all installation sites.

6.46 Incidental services

The Vendor may be required to provide any or all the following services, including additional services -

i) Performance or supervision or maintenance and/or repair of the supplied goods and services, for a period of time agreed by the parties, provided that this service shall not relieve the Vendor of any warranty obligations under this Contract, and

ii) Training of user organization personnel, at the Vendor’s site and / or on-site, in assembly, start-up, operation, maintenance and/or repair of the supplied goods and services.

iii) Prices charged by the Vendor for the preceding incidental services, if any, should be indicated separately (if required), and same will be mutually negotiated separately.

6.47 Spare parts

i) The Vendor may be required to provide any or all of the materials, notifications and information pertaining to spare parts manufactured or distributed by the Vendor.

ii) The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate delivery such spare parts as: (a) are necessary for a minimum of 5years of operation after installation at the Purchaser’s sites (b) are necessary to comply with specifications

6.48 Arbitration

i) The selected Implementing Agency / Identified Bidder shall indemnify state against all third party claims arising out of a court order or arbitration award for infringement of patent, trademark / copy right arising from the use of the supplied services or any part thereof.

Page 49: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

48 | P a g e

ii) In the event of any dispute or differences arising under these conditions or any special conditions of the contract in connection with this contract, the same shall be referred to Secretary, Information Technology & Communications, and Government of Andhra Pradesh for final decision and the same shall be binding on all parties.

iii) Any other terms and conditions, mutually agreed prior to finalization of the

order / agreement shall be binding on the selected implementing firm.

iv) The Selected Bidder, User Department and VISAKHAPATNAM CITY POLICE

COMMISSIONERATE shall make every effort to resolve amicably by direct negotiation any disagreement or dispute arising between them under or in connection with the purchase order. If any dispute shall arise between parties on aspects not covered by this agreement, or the construction or operation thereof, or the rights, duties or liabilities under these except as to any matters the decision of which is specially provided for by the general or the special conditions, such dispute shall be referred to two arbitrators, one to be appointed by each party and the said arbitrators shall appoint an umpire in writing before entering on the reference and the award of the arbitration or umpire, as the case may be, shall be final and binding on both the parties. The arbitrators or the umpire as the case may be, with the consent of parties, may modify the timeframe for making and publishing the award. Such arbitration shall be governed in all respects by the provision of the Indian Arbitration and Conciliation Act, 1996 or later and the rules there under and any statutory modification or re-enactment, thereof. The arbitration proceedings shall be held in Visakhapatnam, Andhra Pradesh, India.

6.49 Assignment, subletting and outsourcing

The whole work included in the Tender shall be executed by the identified vendor and the vendor shall not directly or indirectly transfer, assign sublet, the contract or any part thereof or interest therein without the written consent of User Department/VISAKHAPATNAM CITY POLICE COMMISSIONERATE. In the event of doing so, it shall result in termination of contract and forfeiture of Security Deposit.

6.50 User License and Patent Rights

i) The vendor shall provide licenses for all software products, whether developed by it or acquired from others. In the event of any claim asserted by a third party for software piracy, the vendor shall act expeditiously to extinguish such claim. If the vendor fails to comply and the Visakhapatnam City Police is required to pay compensation to a third party resulting from such software piracy, the vendor shall be responsible for compensation including all expenses, court costs and lawyer fees. The Visakhapatnam City Police will give notice to the vendor of such claim, if it is made, without delay.

ii) The vendor shall indemnify the purchases against all third party claims of

infringement of patent, trademark or industrial design rights arising from use of the goods, software package or any part thereof.

6.51 Taxes and Duties

i) The vendor shall be entirely responsible for all taxes, duties, license fee, Octroi, road permits etc. incurred until delivery of the contracted Goods/services at the site of the user or as per the terms of tender document if specifically mentioned.

ii) If during the period of contract any upward revision of Service Tax/VAT/Octroi is

made by the Central or State government the vendor is entitled to claim the same subject to production of proof of payment. Similarly in case of any downward revision of the taxes, the benefit goes to the Authority.

Page 50: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

49 | P a g e

6.52 Use of Documents and Information

i) The vendor shall not, without prior written consent from User Department (Visakhapatnam City Police), disclose/share/use the bid document, contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the User Department (Visakhapatnam City Police) in connection therewith, to any person other than a person employed by the vendor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only, so far as may be necessary for purposes of such performance.

ii) The vendor shall not, without prior written consent of User Department (Visakhapatnam City Police), make use of any document or information made available for the Implementation Agency, except for purposes of performing the Contract.

iii) All project related document (including this bid document) issued by VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department (Visakhapatnam City Police), other than the contract itself, shall remain the property of the User Department (Visakhapatnam City Police) and shall be returned (in all copies) to the User Department (Visakhapatnam City Police) on completion of the vendor’s performance under the contract if so required by the User Department (Visakhapatnam City Police).

6.53 Confidentiality

Please note that the software related activities as specified in the Tender are confidential. It shall be the repository of the vendor to take all necessary precautions and measures to maintain utmost confidentiality with regard to each and every stage of work.

The Bidder’s personnel shall not divulge or disclose to any person, any details of office, operational process, technical know-how, security arrangements and administrative / organizational matters as all are of confidential/secret nature that can attract legal action.

Page 51: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

50 | P a g e

Section -7.0 Guidelines to Empanelled Firms for

Implementation of CCTV Surveillance Systems

i) Award of Work Orders

The User Department shall issue a Purchase / Work Order to the selected empanelled Firm / Vendor for execution of the proposed works as per Rate Contract. Identified Bidder shall give confirmation of their acceptance which shall automatically be considered as part of Agreement.

ii) Agreement with Implementing Agency

Implementing Agency / Identified Bidder shall execute / sign an Agreement with User Department to comply with all the provisions of the rate contract and Purchase / Work order on Rs. 100/- non-judicial stamp paper.

iii) Roles & Responsibilities of implementing Agency

a) Implementation of CCTV Surveillance System(s) as per the technical

specifications / standards in the identified locations / areas and meet all SLAs specified.

b) Regularly visit the works spots along with the concerned User Department

Staff (Inspector of Police / local SHO) to ensure that the works are progressing satisfactorily as per the prescribed specifications and the time schedule.

c) The bidder should supply all necessary accessories along with the devices for

Installation/mounting of the devices at specified location/ places

d) Furnish physical progress of such work(s) to User Department (The

Commissioner of Police, Visakhapatnam City) by 5th

of every month.

e) Furnish work completion report include extract of property register, photos of

the works completed and other related documents to the competent authority of User Department (Commissioner of Police, Visakhapatnam City) within one month of completion of works.

f) Execute an agreement with the User Department after receipt of the firm

Purchase / Work Order.

g) Maintain Assets creation register for sanctioned and completed works.

h) Responsible for comprehensive on-site warranty & maintenance of the

Complete System for next five years from the date of hand over of complete system, free of Cost adhering to all specified SLAs.

i) The delivery location details along with quantities shall be informed by the

Department in the respective Work Orders.

iv) Performance Bank Guarantee

Along with the Agreement the Implementing Agency / Identified Bidder shall furnish 5% of the contract / invoice value as Performance Bank Guarantee drawn in favour of “the Commissioner of Police, Visakhapatnam City” from any Nationalised / Scheduled Bank which is valid for warranty period of (60) months. The performance bank guarantee shall be released to the Implementing Agency / Identified Bidder after completion of warranty period, subject to conditions and recoveries as per agreement, if any.

Page 52: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

51 | P a g e

v) Project Timelines

The works shall be commenced within 10 days from the date of issue of firm Purchase / Work Order. The works should be executed strictly as per Technical sanctions and completed as per timelines mentioned below without any spill over.

Timelines: “T” stands for the date of issue of assigning of PO/WO for each of the community or any project from time to time.

vi) Standards All items / equipment / software to be supplied under CCTV Surveillance System should conform to the standards mentioned in the Technical Specifications. Before shipping, the Firm / Vendor shall furnish complete details of the equipment with standards to the User Department for approval. All software licenses should be supplied in the name of “Commissioner of Police, Visakhapatnam Police”.

vii) Payment Terms

The bidder should ensure that the deliverables are submitted to User Department as per the timelines in the Tender. The payments shall be released by User Department as per the deliverables and timelines after due deduction of Penalties /SLAs if any.

# Milestone Deliverables % of payment

1 Receipt of 100% material delivered 50% of Invoice value 2 System Go-Live duly approved by 50% of Balance

Authority Amount payable

3 Successful completion of support Balance Amount Payable

during 3-month Stabilization period

a. In case, if the site is not made available for installation of supplied items during the period of delivery and installation as given in the bidding document, then the bidder would request purchaser in writing accompanied by "Site Not Ready" certificate for extension of installation period without liquidity damages.

b. All remittance charges will be borne by the supplier/ selected bidder.

c. In case of disputed items, disputed amount shall be withheld and will be paid only

after settlement of the dispute.

d. Advance Payments will not be made.

# Project Activity Deliverables In Days

1 Project Planning Detailed Project Plan (DPP) for T0 implementation of the project scope

2 Approval by Authority Approval of DPP T0 + 5

3 Design, Supply, Installation Demonstration of CCTV system T0 + 45 and Commissioning of CCTV installation to understand its features

system (as defined by the and for evolving standard template of

Authority at the time of implementation of remaining batch

awarding the PO/WO)

4 Testing and completion of Demonstration of complete system as T0 + 60 entire project scope per the project scope to the Authority

5 Acceptance and Approval T0 + 65 by the Authority for System

Provisional Go-Live

6 Stabilization & Training Training; Documentation and Support T0 + 85 Period during stabilization period

7 Go-Live and Handover of Handover of the system and artifacts T0 + 90

the Stable system

to the User department

Page 53: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

52 | P a g e

e. Any penalties/liquidated damages, as applicable for delay and non-performance, as mentioned in this bidding document, will be deducted from the payments for the respective mile stones.

f. Taxes (work contract tax, service tax, VAT, income tax, etc.), as applicable, will be

deducted at source, from due payments, as per the prevalent rules and regulations.

The payments will be arranged –

i) After achieving the tasks in each Milestone as per timelines ii) In respect of Service charges will be at the end of project completion after

due verification and approval of performance as per key parameters / metrics in SLA.

The payment schedule is applicable to the engaged services with vendor at the time of agreement and accordingly the scheduled payment will be made applicable

viii) Periodical inspection by the concerned Inspector of Police / SHO

It shall be the responsibility of the Identified Bidder to regularly visit the works spots along with the concerned Inspector of Police (local SHO) to ensure that the works are progressing satisfactorily as per the prescribed specifications and the time schedule. The Inspector of Police shall take assistance of special wing with personnel who are having knowledge and expertise in the subject of functioning of electronic devices and CCTV devices including the quality validations of the CCTV system such as system technical specifications; Live & Recording video quality; Bandwidth consumption, maximum coverage of the area by the camera etc.,

ix) Area of Quality validations

The quality checks includes –

i) Process adherence and technology compliance ii) Project Management-Planning & Execution; Risk Management iii) System optimization and Quality Deliverables iv) Implementation; Deployment; Support and Maintenance v) Conflict Resolution and Incident Management

x) Protection against Damages - Site conditions

i) The system shall not be prone to damage during power failures and trip outs. The normal voltage and frequency conditions available at site are as under:

a) Voltage 230 Volts b) Frequency 50Hz.

ii) However, locations may suffer from low voltage conditions with voltage dropping to as low as 160 volts and high voltage conditions with voltage going as high as 220 + 20% volts. Frequency could drop to 50Hz + 2%. The ambient temperature may vary from 10oC to 48oC. The relative humidity may range in between 5% to 95%.

iii) The goods supplied under the contract should provide protection against

damage under above conditions.

xi) Fail-safe procedure

The vendor should indicate in detail fail-safe procedure(s) for the following:

i) Power failure ii) Voltage variation iii) Frequency variation iv) Temperature and humidity variations.

xii) Manuals and Technical Documentation

i) The Vendor shall provide complete technical documentation project whatever is

necessary for its optimum functioning and operation manuals as applicable.

Page 54: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

53 | P a g e

ii) The manuals and drawings wherever applicable shall be in English. iii) At least one set of the manuals should be supplied for installation site.

iv) Unless and otherwise agreed, the goods and services shall not be considered to

be completed for the purpose of taking over until such manuals and drawings have been supplied to the user.

xii) Licensing considerations

The software mentioned in the Schedules of Requirement will be used in all Police Wings / Units in Andhra Pradesh State Police Department.

xiii) Testing of equipment & Acceptance Certificate.

As the discretion of VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department, acceptance tests will be conducted by the vendor at the site in the presence of the officials of VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department (Visakhapatnam City Police) and / or its nominated consultants. The tests will check for trouble free operation, apart from physical verification and complete functional test of CCTV Surveillance equipment / system. On successful completion of acceptability test of System and after satisfied with the working of the system, the acceptance certificate will be issued by VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the complete CCTV Surveillance System.

Any reduction in functional requirements and performance specifications shall be

ground for failure. In case of the material/solution supplied and installed is rejected

owing to its non-conformity to the specification or due to the poor quality of

workmanship, the vendor shall be responsible for replacement of the same within 7

days from the date of testing. xiv) Final Completion of Works/ Project

Identified Bidder shall send a final report on completion of work / project duly including Delivery Challans, Installation Reports, Attested property register extract, Test & Acceptance Reports, photos of sign boards & Tabloid and other related documents to the concerned Authority of User Department.

xv) Release of Final payment to Identified Bidder

Once the work completion report, attested property register extract, Photos, etc are received and the project launch is completed, the concerned authority of User Department will release final installment of the contract value to the identity.

xvi) Project Launch

a) Implementing Agency / Identified Bidder shall inform to the concerned authority of User Department well in advance to attend at the time of inauguration of the works sanctioned.

b) Name board of the works shall be erected at the works spots showing the name of the Organization / Agency, amount spent, year & date of starting and completion of the works.

xvii) Transfer of Ownership of CCTV Surveillance System to User Department

The Ownership of the Assets created in terms of CCTV Surveillance System under CSR initiative of PSUs and MP/MLA funds shall be transferred to the User Department

Page 55: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

54 | P a g e

under proper acknowledgment with a formal agreement devolving the responsibility for the upkeep and utilization of the System.

xviii) Post Implementation tasks for Maintenance of CCTV System Assets

a) The User Department (Visakhapatnam City Police) shall monitor the upkeep and maintenance of the entire asset of CCTV Surveillance System.

b) Warranty: Post launch of the Project, Identified Bidder shall provide comprehensive on-site free warranty for complete system (including all spares & software) for a period of five (5) years from the date of hand over of complete system and shall ensure 24x7 up & running of the complete system.

c) SLA: Implementing Agency / Identified Bidder shall execute a separate Service Level Agreement (SLA) with the User Department. As a part of the post implementation services, the Agency shall provide technical support for Software, Hardware, Network equipment, other infrastructure provided and handholding support.

d) In case the vendor seek for any technical service from external agency, it is mandatory to take prior written permission from the competent authority allowing them to work on the system. The vendor should furnish necessary details of external agency, action taken by the technical person with duration. Further, the vendor is solely responsible for protection of data and information and not allowing take out of the premise. Any violation in this matter will result in strict penal action.

xix) Change Request

The successful bidder will also incorporate new requirements that will emerge in

course of time primarily relating to this platform. For these new requirements, which

are not in the nature of maintenance of the solution, the identified bidder and

Department will mutually arrive at the effort based on the extent of changes involved

and a work order will be issued. The following would constitute a Change request

during the Project period:

A. Any work which has not been specifically mentioned in the scope of work. B. Any changes in the deliverables post approval by the Client/Purchaser.

xx) Exit Management Schedule

This schedule sets out the provisions which apply on expiry or termination of work contract/ agreement, the project Implementation, Operation and Management and Statement of works. Service Provider should also run the system for one month along with the new service provider identified after the three years period to make sure that the new service provider shall completely aware of the system. The service provider will sign a non discloser agreement with the department.

Page 56: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

55 | P a g e

APPENDIX – I

Pre Qualification (PQ) Proposal Submission Forms

Page 57: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

56 | P a g e

Bid Letter

From:

(Registered name and address of the bidder.)

To:

The Commissioner of Police, Visakhapatnam City Police Commissionerate,

Suryabagh, Visakhapatnam City – 530002.

Sir,

Sub : Bid letter for Tender No. dated - / / .

We, the undersigned vendor, having read and examined in detail the specifications and all the bidding documents do propose to provide the Services as specified in the bidding document no. ___________

All the prices mentioned in our proposal are in accordance with the terms as specified in bidding documents.

All the prices and other terms and conditions of this proposal are valid for a period of 180-calendar days from the date of opening of the Bids.

We, do hereby confirm that our Bid prices include all taxes, levies, octroi etc.

Earnest Money Deposit (EMD) as indicated in the bid for an amount equal to Rs. /-(Rupees……………………………………………) is enclosed. We understand and agree that in the event of our bid being evaluated as successful, we will submit Security Deposit of Rs /-(Rupees ……………………………………..) valid for the empanelment period.

We have carefully read and understood the terms and conditions of the contract applicable to the tender and we do hereby undertake Services as per these terms and conditions.

We declare that our prices are as per the technical specifications and bid documents. These prices are indicated in Annexure(s) attached with our proposal as part of the commercial bid.

We do hereby undertake that, in the event of acceptance of our bid, the Services shall be completed as stipulated in the tender document.

Certified that we are: A sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor,

Or

A partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement by virtue of general power of attorney.

Or

Page 58: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

57 | P a g e

A Company and the person signing the tender is the constituted attorney.

(NOTE: Delete whatever is not applicable. All corrections /deletions should invariably be duly attested by the person authorized to sign between us.)

We do hereby undertake, that until a contract is prepared and executed, this bid together with your written acceptance thereof, the tender document and placement of letter of intent awarding the contract, shall constitute a binding contract between us.

Date:

Signature of vendor representative

Name of Vendor:

Full Address:

Detail of enclosures:

Telephone No.:

Page 59: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

58 | P a g e

Form – PQ#1 - General Information of Bidder

(To be submitted in Pre-qualification Bid)

Name of the Bidder:

Name of the Project:

# Description Supporting Documents

1 Name of the Company/ Firm

Copy of certificate of

2 Date of incorporation (Registration Number & Registration of the Firm /

Company.

Registering Authority) Partnership deed in case of

partnership Firm

3 Copies of authorized current documents in Certified copies should be

connection with registration of the firm under submitted

i) VAT

ii) CST

iii) PAN Card

Public Ltd / Private /

4 Legal Status of the Company in India & Nature Partnership Firms (copy of

of Business in India partnership deed in case of

partnership)

5 Address of the Registered Office in India

6 Date of Commencement of Business

7 Name & e-mail id, phone number, fax of the

Contact Person

8 Web-Site

9 EMD details (Amount, DD No. & Date, Name

of the bank, Valid up to)

10 Certification details, if any

11 Proof of purchase of bid document (Receipt

No. & Date of purchase)

Place: Bidder’s signature & seal

Date :

Page 60: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

59 | P a g e

Form - PQ#2 Financial Turnover Details

(To be submitted in Pre-qualification Bid)

Name of the Bidder:

Name of the Project:

Financial Information of Bidder (in Cores)

Turnover of the Firm in

Financial Total Turnover Total Profit Net worth of

# Year Turnover from Similar after Tax the Firm

Business

(1) (2) (3) (4) (5)

1 2015 – 2016

2 2016 – 2017

3 2017 – 2018

Note:

1. Turnover in areas other than mentioned above shall not be considered for evaluation.

2. Please attach audited Balance Sheets and IT return statements to confirming the

figures mentioned in columns (2).

3. Bidder should submit any of the Audited balance sheet / Profit & Loss statement

/ certificates from CFO of the Company duly audited by the Charted Accountant

and certified by the Company Secretary for all the above stated three financial

years.

Place: Date :

Bidder’s signature & seal

Page 61: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

60 | P a g e

Form – PQ#3 Past Project Experience

(To be submitted in Pre-qualification Bid)

Name of the Bidder :

Name of the Project:

#

Description

Details

Reference to attached

sheets if any

1 Client Name, Address and

Phone/Mobile

2 Consortium / JV Arrangement and

Partnership Ratio

3 Brief Project Details

4 Period / Date of Contract and Tenure

5 Solution Details (but not limited to):

Equipment Make, Type &

Quantity

Platform & Technology details

Networking Technology details

Software & Tools details

Any other (Specify in details)

6 No. of IP based HD cameras installed

indoor & outdoor in Public/State &

Central Govt./PSU

7 No. of IP based HD cameras installed

in city outdoor & Communities

8 Total Value of the Contract

9 Total Value of the Contract for CCTV

Solutions

10 Total Value of the Contract for IP

based HD CCTV Solutions

NOTE:

Necessary documents to support the claim and the certificates must be signed by the

authorized signatory of the organization clearly indicating his/her name, designation and contact details such as Telephone Number, Fax number, email-id etc.

Details of each project may be furnished in separate sheets

Project completion certificate / satisfactory performance certificate etc from the client(s) must be provided as documentary evidence of the projects executed.

Place: Date :

Bidder’s signature & seal

Page 62: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

61 | P a g e

Form – PQ #4 Declaration Regarding Clean Track Record

(To be submitted in Pre-qualification Bid)

Name of the Bidder:

Name of the Project:

To

The Commissioner of Police

Visakhapatnam City Police Commissionerate, Suryabagh, Visakhapatnam– 530002.

Sir,

I have carefully gone through the Terms & Conditions contained in the TENDER Document

[No._________________]. I hereby declare that my company has not been debarred/ black

listed as on Bid calling date by any Central or State Government/ Quasi Government

Departments or Organizations in India for non-satisfactory past performance, corrupt,

fraudulent or any other unethical business practices. I further certify that I am competent

officer in my company to make this declaration.

Yours faithfully,

(Signature of the Bidder)

Printed Name

Designation

Seal

Date:

Business Address:

Page 63: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

62 | P a g e

Form – PQ #5 Manufacturer Authorization Form

(To be submitted in Pre-qualification Bid)

(TO BE SUBMITTED BY THE BIDDER ON OEM LETTER HEAD)

Date: ______________________

To,

The Commissioner of Police,

Visakhapatnam City Police Commissionerate,

Suryabagh, Visakhapatnam – 530002.

Sir,

Reference No.: ______________________ Dated ____________________________ for ___________________________________________________________

We ___________________________________ , (name and address of the OEM) who are

the original manufacturers of ________________________________

_________________hereby authorize _______________________________________to bid , negotiate and conclude the contract with you against Tender No

_________________________________________________ for the following goods are

manufactured by us . As an OEM we assure timely supply and back to back support with

services and spares for the offered product for a period of 5 years as applicable by the

comprehensive warranty terms of this tender.

We also certify that _____________________________________________ are authorized

by us to provide technical service support, warranty and upgrade support up to the expiry

of warranty period for the goods manufactured by us.

We also certify that _____________________________________________ is not blacklisted by

any State/Central Government department/agencies, Public/Private Sector Units.

Name In the capacity of

Signed

Seal

Page 64: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

63 | P a g e

Form PQ#6

CHECKLIST

(To be submitted in Pre-qualification Bid)

Sl. Description Enclosed

No. (Yes / No ?)

1 Bid Letter Form

2 Bidder Profile Form PQ #1

3 Financial Turnover Details Form PQ #2

4 Past Project Experience Form PQ #3

5 Declaration Regarding Clean Track Record Form

PQ #3

6 Manufacturer Authorization

7 Security Deposit (EMD)

Any other documents required as per various clauses and terms & conditions

8 Checklist

9 TQ Bids

10 Commercial Bid

11 Scope of Work

12 Terms of Empanelment

Date: Signature & seal of the Bidder

Page 65: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

64 | P a g e

APPENDIX - II

Technical Proposal Submission Forms

Page 66: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

65 | P a g e

1. General Information

The technical proposal should address the following at the minimum:

i) The proposal should have information specific to the Project.

ii) Describe how the functional requirements will be translated into technical

implementations, that is, it should map with the Functional Requirements

Specifications.

iii) Provide an infrastructure growth plan, including mechanisms for coping with a

mismatch of traffic demand and network capacity, both at the time of launch and

thereafter

iv) Propose how availability, performance rates for the system will be measured and maintained

v) Project Management Plan including a. Team deployment. b. Implementation Methodology and Plan to include

Key implementation objectives, key deliverables and an implementation

schedule for the same

Roll-out Plan at the specified locations including PERT chart of activities proposed.

Indication of Time Frame

Acceptance Testing Plan

Data Backup plan

Escalation Process during implementation

vi) Training Plan vii) Hand holding, Operations and Maintenance Plan viii) Bill of Materials (without price) location wise to include all Hardware, Software

ix) Detailed specifications including make, model and version of Hardware and

Networking equipment x) Licensing details of software with details of maintenance arrangements with OEM xi) Manufacturer Authorization letters to be attached of all the components of the Bid

xii) The Bidder shall be responsible for providing the Exit Management Plan for the

project to VISAKHAPATNAM CITY POLICE COMMISSIONERATE at the time of submission of bids

xiii) Post Implementation Plan xiv) Exit Management Plan

2. Documentation

i) The Bidder shall prepare all necessary documentation for the project, and provide

them to department for review, approval, record, reference etc as mentioned in

this TENDER.

ii) During installation and post installation, the Bidder shall provide As Built/customized documentation to department. The as built documentation should consist of all the configuration details, diagrams, Test plans, administration manuals, setup guides etc as minimum.

iii) Detailed manuals for each appropriate unit of the supplied equipment and services. iv) The training manuals and administration manuals

v) Inspection and testing procedures manual including QA Policy &framework and

Procedures for the software/hardware equipment

Any other document(s) deemed necessary for implementation, operations and maintenance of the hardware and network equipment and the overall system

Page 67: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

66 | P a g e

Form TQ#1 Understanding of the Project& Implementation Methodology

(To be submitted in Technical Bid)

Name of the Bidder:

Name of the Project:

A Brief technical proposal by the bidder on Project Scope, understanding of the project, technologies proposed covering the following and other issues related to project:

i) Project Plan.

ii) High level technology design and identification of functional requirements of the solution

iii) Compliance to standards (International, National Industry & as specified in

Tender) iv) Project Implementation approach v) Operations & Management Approach vi) Tools proposed for the Project (Reporting & Monitoring) vii) Key staff to Install & handle the technical support

viii) Non Functional Requirements

ix) Exit Management Plan

Place: Bidder’s Signature & seal

Date:

Page 68: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

67 | P a g e

Form TQ#2 Un-priced Technical BoM

(To be submitted in Technical Bid)

Item wise technical compliance statement as per technical specifications mentioned in

Tender (taking in to consideration all the amendments issued to this document, if any) is to

be submitted in the following format:

Name of the Bidder:

S.No. Part Name of Item Unit

Code

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized Nos varifocal and SD slot

2 10102 IP based fixed outdoor full HD (1080p) camera without motorized Nos

varifocal and with SD slot.

3 10103 IP based fixed dome full HD (1080p) camera without motorized varifocal Nos and SD slot

4 10106 IP based 2 megapixel (1080p) PTZ with SD slot Nos 5 10501 32 GB SD Memory Card – Class 10 Nos

6 10502 64 GB SD Memory Card – Class 10 Nos 20000 NVR Items & Accessories

7 20101 64 channel Network Video Recorder Nos 8 20102 32 channel Network Video Recorder Nos

9 20103 16 channel Network Video Recorder Nos 10 20104 8 channel Network Video Recorder Nos

11 20105 4 channel Network Video Recorder Nos 30000 Network Switch & Accessories

12 30101 24P UTP + 4P Fiber POE L3 manageable switch Nos 13 30102 24 Port POE Switch without console port

14 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

15 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

16 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

17 30112 8P UTP + 2P Fiber full POE L2 manageable switch Nos

18 30113 4P UTP + 2P Fiber full POE L2 manageable switch Nos 19 30114 8 Port POE Switch without console port Nos 20 30115 4 Port POE Switch without console port Nos 21 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch Nos

40000 Computing & Storage Equipment & Accessories

22 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD Nos 23 40102 Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD Nos

24 40301 21”/ 22” Desktop monitor Nos

25 40326 Professional 40”/42” LED monitor Nos 26 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos

27 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos 28 40526 NAS storage 16 HDD Nos

29 40527 NAS storage 24 HDD Nos 30 40701 HDMI cable specifications Nos

31 40711 8 x 8 HDMI controller for LED video wall assembly Nos 32 40712 4 x 4 HDMI controller for LED video wall assembly Nos 50000 Network Equipment & Accessories

33 50101 Network Rack 42” 24U Nos 34 50102 Network Rack 42” 12U Nos

Page 69: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

68 | P a g e

35 50103 Network Rack 42” 9U Nos

36 50104 Network Rack 19” 6U Nos 60000 Network & Power Cables & Accessories

37 60101 Single mode 12 core fiber cable Mtr 38 60102 Single mode 6 core fiber cable Mtr

39 60106 Fiber Optic pigtails Nos

40 60107 Fiber Termination Box Nos

41 60301 CAT 6 STP cable Mtr 42 60302 CAT 6 STP patch cable min. 3 m length Nos

43 60501 UPS 650 W + Battery -As per OEM warranty Nos 44 60502 UPS 1KVA + Battery -As per OEM warranty Nos

45 60503 2C x 2.5 sq. mm flexible cable Mtr

46 60504 3C x 2.5 sq. mm flexible cable Mtr

47 60505 6-socket Spike Nos 48 60506 4-socket spike Nos

49 60507 5 Amps MCB Nos 50 60508 10 KA Power Surge protector Nos

51 60506 Messenger wire for Fiber cable Nos

52 60510 Additional battery replacement for UPS 1KVA + Battery -As per OEM warranty Nos

53 60511 UPS 5KVA+Battery- As per OEM warranty Nos 54 60701 25mm CPVC conduit Mtr 55 60702 25 mm PVC conduit Mtr

56 60703 25mm MS conduit Mtr 57 60704 25mm GI conduit Mtr

58 60710 6m Pole hot dip galvanized pole Nos 59 60711 Cantilever size of 1.5m Nos

60 60712 Junction Box Nos 61 Splicing Cost Nos

70100 Software

62 70101 NVR SDK Kit Nos 63 70102 Central Management Software (CMS) Nos

Name of the project: Place &

Date: Bidder’s signature and seal

Page 70: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

69 | P a g e

Form TQ#3 Technical Compliance Sheet

(To be submitted in Technical Bid)

Item wise technical compliance statement as per technical specifications mentioned

in Tender (taking in to consideration all the amendments issued to this document, if

any) is to be submitted in the following format:

Item Name:

Make & Model Offered:

Sl. Item / Specification Specification of (Complied/ Reference for No component required as proposed item Higher/Lowe proof of . per Tender & along with Part r) compliance

amendments, Code & (Required if any given specification if any documents to be (Part code details uploaded along must be provided with technical bid) if available)

A B C D E F 1

2

3

4

5

6

7

8

9

10

11

12

13

14

Place & Date: Bidder’s signature and seal

Page 71: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

70 | P a g e

Form TQ #4 STATEMENT OF DEVIATIONS FROM TENDER TERMS & CONDITIONS

(To be submitted in Technical Bid)

S.No. Reference to Terms & Deviation in the Brief Reasons

Conditions Offer

Date. Signature & seal of the Bidder

Page 72: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

71 | P a g e

APPENDIX - III

Commercial Proposal Submission Forms

Page 73: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

72 | P a g e

Form – C#1 PRICE – SCHEDULE

Name of the Bidder:

Name of the Project:

S.No. PartCode Name of Item Unit Unit

Rate* Unit rate in

words

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized varifocal and SD slot

Nos

2 10102 IP based fixed outdoor full HD (1080p) camera without motorized varifocal and with SD slot.

Nos

3 10103 IP based fixed outdoor full HD (1080p) camera without motorized varifocal and SD slot

Nos

4 10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot Nos

5 10501 32 GB SD Memory Card – Class 10 Nos

6 10502 64 GB SD Memory Card – Class 10 Nos

20000 NVR Items & Accessories

7 20101 64 channel Network Video Recorder Nos

8 20102 32 channel Network Video Recorder Nos

9 20103 16 channel Network Video Recorder Nos

10 20104 8 channel Network Video Recorder Nos

11 20105 4 channel Network Video Recorder Nos

30000 Network Switch & Accessories

12 30101 24P UTP + 4P Fiber POE L3 manageable switch Nos

13 30102 24 Port POE Switch without console port

14 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos

15 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos

16 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

17 30112 8P UTP + 2P Fiber full POE L2 manageable switch Nos

18 30113 4P UTP + 2P Fiber full POE L2 manageable switch Nos

19 30114 8 Port POE Switch without console port Nos

20 30115 4 Port POE Switch without console port Nos

21 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch

Nos

40000 Computing & Storage Equipment & Accessories

22 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD

Nos

23 40102 Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD

Nos

24 40301 21”/ 22” Desktop monitor Nos

25 40326 Professional 40”/42” LED monitor Nos

26 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos

27 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos

28 40526 NAS storage 16 HDD Nos

29 40527 NAS storage 24 HDD Nos

30 40701 HDMI cable specifications Nos

31 40711 8 x 8 HDMI controller for LED video wall assembly Nos

32 40712 4 x 4 HDMI controller for LED video wall assembly Nos

50000 Network Equipment & Accessories

33 50101 Network Rack 42” 24U Nos

34 50102 Network Rack 42” 12U Nos

Page 74: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

73 | P a g e

35 50103 Network Rack 42” 9U Nos

36 50104 Network Rack 19” 6U Nos

60000 Network & Power Cables & Accessories

37 60101 Single mode 12 core fiber cable Mtr

38 60102 Single mode 6 core fiber cable Mtr

39 60106 Fiber Optic pigtails Nos

40 60107 Fiber Termination Box Nos

41 60301 CAT 6 STP cable Mtr

42 60302 CAT 6 STP patch cable min. 3 m length Nos

43 60501 UPS 650 W + Battery -As per OEM warranty Nos

44 60502 UPS 1KV + Battery -As per OEM warranty Nos

45 60503 2C x 2.5 sq. mm flexible cable Mtr

46 60504 3C x 2.5 sq. mm flexible cable Mtr

47 60505 6-socket Spike Nos

48 60506 4-socket spike Nos

49 60507 5 Amps MCB Nos

50 60508 10 KA Power Surge protector Nos

51 60506 Messenger wire for Fiber cable Nos

52 60510 UPS 1KVA + Battery -As per OEM warranty Nos

53 60511 UPS 5KVA + Battery -As per OEM warranty Nos

54 60701 25mm CPVC conduit Mtr

55 60702 25 mm PVC conduit Mtr

56 60703 25mm MS conduit Mtr

57 60704 25mm GI conduit Mtr

58 60710 6m Pole hot dip galvanized pole Nos

59 60711 Cantilever size of 1.5m Nos

60 60712 Junction Box Nos

61 Splicing Cost Nos

70100 Software

62 70101 NVR SDK Kit Nos

63 70102 Central Management Software (CMS) Nos

Note:

1. All items should be quoted as per the suggested OEMs in the section 2.0 2. All items unit quantity is 1.

3. All the items should be inclusive of product on-site comprehensive warranty (including

spares) for a period of Five years from the date of Go-Live. 4. All unit rates indicated in the schedules shall be inclusive of all applicable taxes &

Labour charges for Laying, Digging/ trenching, filling, splicing & terminating and other

media or service component as applicable according to industry norms are part of

supply, installation & commissioning, testing & certification.

5. All other tasks pertinent to the contract even though may not have been mentioned in the bid document are assumed to have been included in the work.

6. If Basic video analytics are included in the solution, no separate quote is required, otherwise, mention as separate line item.

Place : Bidder’s signature & seal

Date :

Page 75: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

74 | P a g e

Draft Bid Security (EMD) Form

File. No: …………………………….....

Project Name: ……………………………….

(To be issued by a bank scheduled in India as having at least one branch in Visakhapatnam) Whereas...................................... (Here in after called “the Bidder”) has submitted its bid

dated ......(Date). For the execution of........................ (Here in after called “the Bid”) KNOW

ALL MEN by these presents that WE ................... of ........................ having our registered

office at........................ (Here in after called the “Bank”) are bound unto the (hereinafter

called “THE COMMISSSIONER OF POLICE, VISAKHAPATNAM CITY POLICE

COMMISSIONERATE, VISAKHAPATNAM CITY”) in the sum of ................ for which payment

well and truly to be made to the said VISAKHAPATNAM CITY POLICE COMMISSIONERATE

itself, its successors and assignees by these presents.

The conditions of this obligation are:

i) If the bidder withdraws its bid during the period of bid validity or

ii) If the bidder , having been notified of the acceptance of its bid by the VISAKHAPATNAM CITY POLICE COMMISSIONERATE during the period of bid validity: fails or refuses to execute the contract form if required; or

fails or refuses to furnish the performance security, in accordance with the bid

requirement;iii) bidder submits fabricated documents

We undertake to pay the above amount upon receipt of its first written demand, without

the VISAKHAPATNAM CITY POLICE COMMISSIONERATE having to substantiate its demand,

provided that in its demand the will note that the amount claimed by it is due to it, owing to

the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee of Rs. ----------will remain in force up to…... and any demand in respect

thereof should reach the Bank not later than the above date.

Place: Signature of the Bank Official with seal Date :

Page 76: Request For Proposal(RFP) For Visakhapatnam City Andhra ... RFP VSP CITY.pdf · Request For Proposal(RFP) For Empanelment for Supply, Installation & Maintenance of CCTV Surveillance

75 | P a g e

---END OF DOCUMENT---