mcdonline.gov.inmcdonline.gov.in/...//tendersnew/tender_613.docx · web vieweast delhi municipal...

47
East Delhi Municipal Corporation NOTICE INVITING TENDER Invitation to bid for the Supply, Installation, Commissioning and Maintenance of Closed Circuit Television System at EDMC Primary Schools (Shahdara North Zone). On behalf of Commissioner, EDMC, we have the pleasure of inviting you to tender for the aforesaid work. 1. Eligibility Criteria Bidders having experience in undertaking similar nature of work and fulfilling the following eligibility criteria only need apply for the tender work: a) Only Central Public Sector Undertakings Like BEL,ECIL,TCIL,ITI,etc. b) The Bidder must be profitable in last three financial years (2013-14, 2014-15 & 2015-16). Certificate by CA in this regard must be enclosed. c) The bidder must have office in Delhi. d) The bidder must have ISO Certificate. e) The bidder should have the experience of CCTV works in any of the Departments /Autonomous Institutions/Universities/Public Sector Undertakings of the Government of India or Government of NCT of Delhi or any other State Government or Public Sector undertaking or Local Bodies/Municipalities during last seven years ending last day of the month previous to the one in which applications are invited to should be either of the following: (1) Three similar works each costing not less than the amount equal to 80 lacs during past 7 years ; or (2) Two similar works each costing not less than the amount equal to 1 Crore during past 7years

Upload: lydat

Post on 29-May-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

East Delhi Municipal CorporationNOTICE INVITING TENDER

Invitation to bid for the Supply, Installation, Commissioning and Maintenance of Closed Circuit Television System at EDMC Primary Schools (Shahdara North Zone).

On behalf of Commissioner, EDMC, we have the pleasure of inviting you to tender for the aforesaid work.

1. Eligibility Criteria Bidders having experience in undertaking similar nature of work and fulfilling the following eligibility criteria only need apply for the tender work:

a) Only Central Public Sector Undertakings Like BEL,ECIL,TCIL,ITI,etc.b) The Bidder must be profitable in last three financial years (2013-14, 2014-15

& 2015-16). Certificate by CA in this regard must be enclosed. c) The bidder must have office in Delhi.d) The bidder must have ISO Certificate.e) The bidder should have the experience of CCTV works in any of the

Departments /Autonomous Institutions/Universities/Public Sector Undertakings of the Government of India or Government of NCT of Delhi or any other State Government or Public Sector undertaking or Local Bodies/Municipalities during last seven years ending last day of the month previous to the one in which applications are invited to should be either of the following:

(1) Three similar works each costing not less than the amount equal to 80 lacs during past 7 years

; or(2) Two similar works each costing not less than the amount equal to 1 Crore

during past 7yearsor

(3) One similar work costing not less than the amount equal to 1.6 Crore during past 7 years

f) OEM of all the Software & hardware equipments for CCTV/Software must have service and support centre in India and OEM must be registered under Indian Companies Act.

g) The bidder should not be black listed in any government organization. An affidavit in this regard shall be attached.

h) The Software & hardware equipments for CCTV Software shall be of same make/manufacturer/OEM to avoid compatibility issue.

2. Bidding Process

The bidding will be a two stage bidding process and each bidder will submit two sealed envelopes as indicated below:

1. Envelope 1 -- Technical Bid

This envelope must contain the following:

a) Proof pertaining to the eligibility of the Bidder i.e. copies of the income tax returns for the preceding three financial years, copies of the work order and work completion certificates (or documentary proof) in respect of similar work executed of value as indicated in the eligibility criteria, Copy of the registration of the firm/company and copy of the dealership certificate from the Original equipment manufacturer.

b) Bidder’ General Information (Annexure A). c) Compliance with Technical Specifications of System Equipment's. d) Details of Service / Support Infrastructure.

e) Acceptance of all Terms & Conditions as mentioned in the NIT. (all pages of the tender document must be signed).

f) Product Brochures containing detailed description of essential technical andPerformance characteristics of offered equipment.

g) Copies of Work Order/Completion Certificates (indicating nature of work, Contract Amount and duration) from clients for having executed/executing similar works.

h) Audited Balance Sheet and Profit & Loss Account statements for the last 3 Financial years as mentioned above.

Envelope 2 -- Financial Bid This envelope will contain the Bill of Quantities duly priced. (both schedule ‘A’ & ’B’) Submission of bid/ general condition:-

1. Both bids (financial & technical) submitted in a single envelope shall not be accepted and would be returned unopened to the respective bidders. Technical bid must be kept in a separate envelope and financial bid should be kept in another envelope.

2. Sealed Tenders in the prescribed tender form in two separate envelopes super scribed “No.1=Technical bid ” and “ No.2=Financial bid” should be put in a big sealed envelope and dropped in the tender box kept in the office of the Education Department, EDMC HQ, Udyog Sadan, Patparganj Industrial Area, Delhi-92 before or by ……. at 01:00 PM.

3. The Envelope No.2 shall not include any conditions whatsoever. In case any conditions are included in Envelope No. 2, the same shall not be taken into consideration and the tender in such case is liable to be rejected.

4. Both the envelopes in a single envelope shall be submitted to the above Office by ……. (01:00 PM.). Envelope No.1 will be opened at 1400 hrs on the same day in the presence of the tenderers or their authorised representatives who chose to be present. Based on the evaluation of the contents of envelope No.1, the EDMC will decide opening of price bid in due course.

5. The Envelope No.2 shall be opened only in respect of those bidders who comply with all tender conditions put forth by the EDMC and which are in line with requirements of tender document and are acceptable to the EDMC. The decision of the EDMC in this regard shall be binding on the bidders and not open to question or appeals.

6. Tenders received late on account of any reason whatsoever and telephonic and faxed tenders shall not be entertained.

7. The completion of the said work shall be 120 days from the issue of the work order.

8. Liquidated damages for delay shall be 1000/- per day per school beyond the scheduled date of completion or approved extended period of completion.

9. Validity of the tender shall be 120 days from the opening of Envelope No.2.

10. Indemnity: Vendor shall indemnify, protect and save the EDMC against all claims, losses, costs, damages, expenses, action suits and other proceedings, resulting from infringement of any patent, trademark, copyright etc. or such other statutory infringements in respect of all the network equipment‘ supplied by it.

11. Resolution of Disputes: The EDMC and the vendor 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. If after thirty days from the commencement of such informal negotiations, the EDMC and the Vendor are unable to resolve amicably a contract dispute; either party may require that the dispute be referred for resolution by formal arbitration. All questions, disputes or differences arising under and out of, or in connection with the contract, shall be referred to one Arbitrator to be nominated by the Commissioner / EDMC. The Arbitration and Reconciliation Act, 1996 shall apply to the arbitration proceedings and the venue & jurisdiction of the arbitration shall be Delhi.

Annexure “A”

BIDDER’S GENERAL INFORMATION (Information to be filled by the Bidder)

1.Name of the bidder: ________________________________________________

2. Year of commencement of business: ___________________________

3.Whether ISO? : Yes / No

If yes, details: ___________________________________________

4.Bidder’s Registered Address: ________________________________________

5.E-mail / Phone / Fax no: E-mail: ____________________Fax: ______________

: Phone No: _________________________________

6.Name(s) and addresses of Director(s): __________________________________

7. Net Profit (Rupees.)

During FY 2013-14: __________________________

During FY 2014-15: __________________________

During FY 2015-16: ___________________________

8. Total Turnover (Rupees)

During FY 2013-14: __________________________

During FY 2014-15: __________________________

During FY 2015-16: ___________________________

9. Address of after sales and service centre _____________________

(Attach list of the Centers, their addresses, Contact person and Tele & Mobile Nos)Signature Seal of the Bidder

East Delhi Municipal Corporation

Tender Documents: Supply, Installation, Commissioning and Maintenance of Closed Circuit Television (CCTV) System, EDMC Primary School/Shahdara North Zone.General Conditions/Instructions to the Contractors.

1. Sealed Tenders, should be addressed to The Director (Education), EDMC HQ, Patparganj, Delhi and super scribed “Tender for Supply, Installation, Commissioning and Maintenance of CCTV System" at EDMC Primary School and dropped in the tender box not later than 1 p.m on ………………….. .

2. No tender will be received after 1.00 p.m. on ………………… under any circumstances whatsoever.

3.

a. Tenders will be opened at 2.00 p.m. on …………….. by a Committee designated for this purpose in the presence of the tenderers or their representatives, should they choose to be present.

b. Tender shall remain open for acceptance by the EDMC for a period as mentioned above which may be extended by mutual agreement and the tenderers shall not cancel or withdraw the tender during this period/extended period.

4.a. The tender forms should be filled in English and all entries must be made by hand and written in ink.

b. Rate should be quoted both in figures and words in the columns specified. All erasures and alterations made while filling the tender must be attested by initials of the tenderers. Over writing of figures is not permitted, failure to comply with either of these conditions will render the tender void at the EDMC’ option. No advice of any change in rate or conditions after opening of the tender will be entertained.

c. Each of the tender documents should be signed by the person or persons submitting the tender in token of his/their having acquainted himself/themselves with the General Conditions of the Contract, Scope of work, Specifications, Special Conditions, etc., as laid down. Any tender with any documents not so signed is liable to be rejected.

5. The EDMC does not bind itself to accept the lowest or any tender and reserves to itself the right to accept or reject any or all the tenders, without assigning any reasons for doing so.

6. Contractors are advised to visit the site of installation of the CCTV System and understand the nature & scope of the work and doubts of any nature should be got clarified before quoting.

7.Rate should include charges for removal of debris out of premises, removing

stains, cleaning the site thoroughly and restoring it to original condition where work is undertaken. Quoted rate should be workable and should include all overheads and profits.

8.Rate should include all taxes, duties, octroi, levies, Payment of wages as per Act, VAT, and Service Tax etc. and should be firm for the entire contract period. No variation of rates will be allowed.

9.The tender is being called as an item rate tender to be quoted against the Bill of Quantity. However, all other materials as may be necessary for the satisfactory work completion are to be provided at no additional cost as deemed to have been covered under the scope of work/contract. All civil, electrical, carpentry work will be done by the contractor and this cost also to be included in the amount quoted.

10. No advance payment will be made by the EDMC.

11. Any discrepancy in settlement of bills may be brought to the notice of the EDMC within a period of one month after the settlement of the Bills. The EDMC will not entertain any claim regarding any dispute in settlement of the bills after the stipulated period.

12.Income Tax, VAT, Service Tax and other taxes on the project will be liability of the vendor. EDMC will not have any liability in this regard. However EDMC may ask for the record as and when required.

13.The Contractor shall observe all the safety precautions for the safety of the labour and the employees of the EDMC during execution of works. He would be responsible for the safety of persons, employed by him.

14.The contractor shall be responsible for injury to persons or things and for damages to the property which may arise from omission or neglect of the contractor or their employees, whether such injury or damages arises from

carelessness, accident or any other cause whatsoever, in any way connected with carrying out of the work.

15.All the conditions of the contract shall be binding on the Contractor.

16. The Contractor shall comply with all the applicable Acts, Rules, Regulations, requirement of Law (s) for entering into contract and the EDMC will not in any way be liable or responsible for any default/irregularities/penalties on the contractors part.

17.The contractor shall comply with the provisions of Contract, Labour Regulation & Abolition Act, 1970, Minimum Wages Act and all other labour laws and other Statutory Regulations (both Central and States) that may be enforced from time to time by the appropriate authorities. The EDMC shall not be held responsible for any penalty on account of failure to adhere to the above labour regulations, etc. The contractor should be responsible to fulfill all the obligations in connection with the workers employed by the contractor for the purpose of the contract and all the Statutory and other liabilities if any including minimum wages, leave salary, uniform, ex-gratia, gratuity, ESI, Provident Fund, Workman Compensation, if any, etc.. In connection therewith shall be on the contractor account and payable by the concerned contractor.

18.The contractor should obtain necessary permission that may be required for the purpose of this contract from such authorities as may be prescribed by law from time to time.

19.The contractor shall be fully responsible and shall compensate the EDMC in the event of any damage to men or material, injury/damage or death as the case may be, caused directly or indirectly due to the negligence of the contractor or his agents and / or his employees or workmen. The decision of the EDMC in this regard shall be final and binding.

20.The contractor should not employ any person who is prohibited by law from being employed for fulfilling obligations under this contract.

21.Any act of indiscipline / misconduct/ theft/ pilferage on the part of any employee engaged by the contractor resulting in any loss to the EDMC in kind or cash will be viewed seriously and the EDMC will have the right to levy damages or fine and / or even terminate the contract forthwith. Besides, the contractor shall be liable to make the payment against the losses of goods assessed by the department.

22.In case of any default or failure on bidder part to comply with all/ any one of the terms/ conditions, the EDMC reserves to itself the right to take necessary steps to remedy the situation including, inter-alia, the deduction of appropriate amount/ s from dues otherwise payable to you and/or by taking recourse to appropriate recovery proceedings.

23.The contractor should not at any time do, cause or permit any nuisance on the site/do anything which shall cause unnecessary disturbances or inconvenience to the occupants/visitors at site or near the site of work.

24.On site, storage space will be given as per availability, the security of which will

be the responsibility of the contractor's. The EDMC will not be responsible for contractor's materials. The contractor may be required to vacate the storage space as per exigency without any extra cost.

25.Payment terms & conditions : a) Vendor will be paid 90% of the total approved amount (total of Schedule

B) of agreement after successful supply, installation, commissioning of all hardware as mentioned in the document and price bid after obtaining a certificate by IT Department, EDMC.

b) Remaining 10% amount will be released after 1 year of the contract. Vendor shall submit its invoice to the Office of Director (Education), East Delhi Municipal Corporation (HQ). East Delhi Municipal Corporation shall make payment to vendor after receipt of invoice, complete in all respect and satisfactorily certificate by EDMC.

c) The supplier shall, undertake to maintain the equipment supplied by them and take full responsibility for their continuous working for warranty period.

d) During Warranty Fault in any item of the CCTV must be attended immediately after intimation of fault, any faulty item is to be replaced within 12 hrs of intimation after that penalty will be like this. 12 <fault time < 36 hrs = 500/- per item After 36 hrs <fault time< 10 day = 1000/- per day per item <10 days = 2000/- per day per item

e) In case of some fault in cabling or maintenance issues, Penalty is to be calculated on the double of the proportion of charges (Of each school) for duration. If one camera is affected then penalty will be 2 x 1/No. of

camera of Proportionate charge for that fault period.

f) In case of both points (d) & (e), Penalty may be imposed simultaneously and will be decided by EDMC.

g) The contractor will establish a control room on 24x7 basis with a working call centre number. The complaint will be lodged at this number and the contractor will have to keep the record of all such complaints and their disposals. It may be checked by EDMC at any time. Complaints may be lodged through telephonically or SMS.

26. The CCTV System after successful commissioning and testing will be duly handed over to the EDMC.

27.The EDMC reserves the right to check the progress of the work and adherence to the technical specifications etc. any time during the installation phase.

28.The agreement may be terminated by the EDMC in case the Party does not adhere to the terms of contract or violates any of the terms & condition of the contract.

29.The rates quoted shall include the following:

i. Removal and carting away all the debris from Employer's premises.

ii. Double scaffolding (wherever applicable) upto complete height of the building externally and to the floor height in each floor.

iii. All articles or furniture, equipment etc. shall be protected by covering with polythene sheet or tarpaulin etc. and the furniture & Computer Peripherals etc. rearranged and floors cleaned and mopped after the day's work.

iv. The work shall be carried out both during/after working hours and even on holidays if situation so warrants.

v. The rates in Schedule B should also include digging the road (for road-crossing of cable) and restoring the road with cement concrete after laying of cable in GI pipe.

30.In the terms and conditions set in here before the term "EDMC" refers to the East Delhi Municipal Corporation.

31."The Party" refers to the Party who has been awarded the contract for the Supply, Installation, Commissioning and Maintenance of the CCTV System at EDMC Primary School.

32.All payments by the Bank under this contract will be made only at Delhi by an account payee cheque or RTGS after satisfactory completion of work and submission of bill(s) therefore.

33.All disputes arising out of or in any way connected with this Agreement shall be deemed to have arisen at Delhi and Courts in Delhi only shall have jurisdiction to determine the same.

34.That the whole document/Contract have been read by the Party and fully understood by him/them.

35.All works necessary for installations of equipments such as making of opening in the walls/floors either of RCC or brick masonry etc. And restoring them to original conditions and finish, civil, plumbing, electrical etc, after modifying/altering/extending the existing work is included within the scope of the work to be done by the successful bidder.

36.All material brought by the successful bidder for use on work shall have to be of

good quality. The same may be checked by EDMC before using the same on the work. No claim for defective material brought by the successful bidder and not approved by the EDMC shall be entertained.

37.Any damage caused to building as a result of execution of work shall be responsibility of the successful bidder. The damage if so caused shall be made good by the successful bidder promptly at his own cost to the entire satisfaction of the EDMC.

38.The watch and ward of entire installation shall be sole responsibility of the successful bidder until these are tested, commissioned and handed over to the EDMC.

39.All works shall be carried out in accordance with relevant regulations, both statutory and those specified by the bureau of Indian Standards related to the work covered by these specifications in particular the equipments and installations shall comply with the followings:

1. Regulations under Factory Act.2. Regulations under Indian Electricity Act.3. IS Standards as applicable.4. Workmen’s compensation Act.

5. Fire Regulation conformity with local fire rules/regulations.6. Regulation under provisions of contract Labour Act. And Central rule.

40.In case of any dispute regarding interpretation of any of the conditions in tender document or work order, decision of EDMC will be final and binding on the successful bidder. However as far as practicable, EDMC would try to resolve the issue as per government guidelines/rules.

41.It will be responsibility of the contractor to arrange the back up of the recordings and submit it to the designated offices (as decided by EDMC) in designated shape (i.e CD/DVD pr Pen Drive) if required and decided by EDMC.

42.If technical specification of any item is not specified in the contract anywhere, the relevant IS shall be applicable for that material.

Scope of Work

1) To install Closed Circuit Television (CCTV) System at EDMC Primary School at the Sites as per attached list. The exact location of CCTV will be decided by EDMC. The system will comprise of approx. 15 no. of EDMC Primary School Shahdara North Zone. In each School installing tentatively 16 No. of CCTV cameras. The number of each item may vary by +/- 10 %. Payment will be done in that case, proportionally. EDMC reserve the right to remove or alter any item or its quantity from the scope of work on the basis of site requirements.The bidders would be required to make a presentation as also to offer a live demonstration at EDMC of the products offered by them.The price bid will be evaluated taking into consideration Schedule A.The exact location and other details can be ascertained by visiting the site. Other details are given in the Bill of Quantities.

Place: Delhi

Signature/Seal of the vendor

Date:

Supply, Installation, Commissioning and Maintenance of CCTV system at EDMC Primary School.

Having examined the General conditions/Instructions to the contractors, Scope of

work, Special terms and conditions, Bill of Quantities, Technical specifications relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of works specified in the said memorandum and having acquired the requisite information relating thereto as affecting the quotation/tender, I/We hereby offer to execute the work specified in the memorandum in accordance with the rates mentioned in the attached schedule in all respects with the specification and instructions in writing and with such materials as are provided for in all other respects in accordance with such conditions so far as they may be applicable.

Date: Signature/stamp of the vendor

TECHNICAL SPECIFICATION OF EQUIPMENTSThe following specifications will be applicable wherever specific details are not indicated in the BOQ. However, the decision of EDMC or its authorized representative with regard to specifications will be final.

- System shall provide sufficient storage space of all video recordings for a period of 30 days as per EDMC’ requirements/specification. The system shall have provision to automatically overwrite the new information after the period of 30 days and necessary script/algorithm must be available in the application. The recording resolution and frame rate for each camera shall be programmable. System should have file player software so that back up can be auto played on any PC. The system shall be triplex i.e. it should have facility for viewing, recording, and playback simultaneously.

Specifications: Specifications of the items must be same as per annexure or higher version.

AGREEMENT

This Agreement is entered into this day of …….. between the EDMC having its Head Office at Udyog Sadan, Patparganj Industrial Area, Delhi hereinafter referred to as "EDMC" and M/s hereinafter call the 'The Party".Whereas the Party has been awarded the Contract for the Supply, Installation, Commission and Maintenance of the CCTV System at EDMC Primary School, consequent upon the EDMC accepting its Tender and the Party accepting the Terms and Conditions, Special Terms and Conditions and Memorandum and related items.

NOW, THIS AGREEMENT WITNESS THAT IT IS MUTUALLY AGREED BY AND BETWEEN THE PARTIES:

1. The Party will Supply, Install, Test, Commission and Maintain the CCTV System for warranty period from the date of completion of the Installation at EDMC HQ for consideration of _________________ (in words only). The payments will be made as per the terms indicated in the general conditions/instructions to the contractors.

2. The Party agrees to replace/repair any defects in this system during the period free of cost. The Party will place at the disposal of the EDMC, sufficient number of technicians during the period of contract to ensure proper working of the system and attend to any teething problems. The Party will carry out necessary repairs/replacement to keep the system in working condition. No material and labour charges will be paid for any such repairs/replacement. The rates indicated should include all Taxes and Income Tax will be deducted from the bills.

3. Any complaints will be attended to promptly by the Party and on no account will there be any delay in repair/replacements to ensure the smooth working of the system.

4. The Party will ensure availability of fast moving spares required for the

system to ensure speedy repairs.

5. Not with standing what has been hitherto stated, any other matters not covered in this Agreement will be settled on mutual discussions and subject to mutual agreement.

6. The Party will abide with all the Terms and Conditions specified in the General

conditions/instructions to the contractors.

7. All hardware and software used will be as per the details indicated by the Party in the Tender documents.

8. All the documents pertaining to the Tender will be construed as part and parcel of this agreement.

9. This agreement shall be executed in duplicate. EDMC shall retain the original and Party the duplicate. Stamp duty on original and duplicate shall be borne by the Party.

IN WITNESS WHERE OF EDMC has set its hands to these presents and a duplicate hereof through its authorized official and the Party have set his hands to these presents and the duplicate on the day/month and year first hereinabove written.Signed and delivered by the within named EDMC by the hand of its authorized official______________________ ______________________________

(Name and Designation)in the presence of

(i)_____________________________________

(ii)_____________________________________

Signed and Delivered by Shri _______________________In the presence of

(i)_____________________________________

ii)_____________________________________

Place: ___________________Date: __________________

SCHEDULE -A

Supply, Installation, Commissioning and Maintenance of CCTV System as per quantities referred at Scheduled – B at EDMC Primary Schools, Delhi.

S.N. Technical Criteria Please Tick

1. Certificate/document in support of non incurrence of loss as per bid document.

2. Name of the Ministry/State under which the bidder belongs.

3. Proof of annual turnover of (last completed 3 financial year), duly audited by a Chartered Accountant/ Published Annual Report as required in eligibility criteria

5. Certificates/Proof regarding satisfactory services rendered / providing to them in the field of Supply and installation of CCTV Surveillance System

6. OEM registration certification in India

PART II (FINANCIAL BID)

(TO BE SUBMITTED IN A SEPARATE SEALED COVER)

SCHEDULE-B

(To be submitted in a separate sealed cover and marked as Packet B)

Format for Price Bid

S. No.

Product Description Unit Qty Unit Rate inclusive of Taxes

Total Amount Inclusive of taxes

A CCTV System        

1 Supplying, Installation, Testing & Commissioning of Network HD Dome Camera as per specifications in Annexure

Nos. 195    

2 IP PTZ Camera. as per specifications in

Annexure

Nos. 15

2 IP IR Bullet Camera. as per specifications in

Annexure

Nos. 30    

3 Hardware for Network Video Recording, Video Management Software and Network Video Recording Software as per specifications in Annexure

Nos. 15    

4 Hard Disks (as per site requirement)

Nos. As per site require-

   

ment

5 21” LCD monitor screen as per specification as per annexure.

Nos. 15

6 The Layer 3 switch as per specifications in Annexure

Nos. 15    

7 Network rack /size as per specifications in Annexure

Nos. 15    

8 Online UPS for Cameras as per specifications in Annexure

Nos. 15    

9 UTP CAT-6 cable Mtrs. As per requirement for all 15 school.

   

10 Flexi Pipe Mtrs. As per requirement for all 15 school

11 Installation & Commissioning charges for the complete system along with required consumables for prove-out of the complete system

Job for all 15 school

   

Grand Total(Based on individual item rates as quoted)

Rs.(in Words):

Rs.(in Figures):

Remarks:-

1 Price quoted should be inclusive of all taxes and warranty as well.

Signature with seal of the Party Place: Date:

CHECKLIST FOR SUBMISSION OF TENDER

1. Sealed Tenders in the prescribed tender form submitted in two separate envelopes super scribed “No.1”(Technical bid) and “ No.2”(Financial bid) .

2. Each of the tender documents signed by the authorized person or persons.

3. List of documents attached with the tender :

i. Copies of Work Order/Completion Certificates (indicating nature of work, contract amount and duration) from clients for having executed/executing similar works during the last seven years as specified above.

ii. Audited Balance Sheet and Profit & Loss Account statements (certified by a practicing Chartered Accountant) for the last 3 financial years as specified above.

iii. Copy of ISO Certificate.

iv. Copy OEM registration certificate in India.

v. Product Brochures containing detailed description of essential technical and performance characteristics of offered equipment

vi. Details of Service / Support Infrastructure.

vii. An affidavit regarding non-black listed of the bidder should be attached.

viii. All other documents to qualify the technical criteria.

EAST DELHI MUNICIPAL CORPORATION: EDUCATION

SHAHDARA NORTH ZONE

S. No. Ward No. Name of MCD Schools

1. 240 Old Seemapuri Urdu

2. 241 Nand Vihar

3. 242 New Seemapuri

4. 244 Nand Nagri F1

5. 244 Nand Nagri L

6. 244 Nand Nagri O

7. 248 Seelampur Phase-III,Urdu

8. 249 Chouhan Bagar, Hindi

9. 249 Chouhan Bagar, Urdu

10. 249 Jaffrabad

11. 250 Nai Basti, Seelam Pur

12. 250 Seelam Pur –D

13. 253 Gamri

14. 254 Brahmpuri X

15. 256 Yamuna Vihar C6

ANNEXURE

Minimum Technical specification of various components of the CCTV surveillance system.

1 (a) IP Based fixed Box camera

2.1 Mega pixel Full HD 1080 Fixed (BOX) Camera SpecificationsS. NO.

Specification Description

1. Image sensor 1/3" Progressive scan CMOS sensor with WDR2. Resolution 1920x1080p3. Mega Pixel 2.1 Mega Pixel Full HD3a. Lens 5-50mm varifocal4. Minimum Illumination Colour - 0.5 Lux @ 30IRE, Black & White - 0.05

Lux @ 30IRE,5. Signal to Noise Ratio >= 50dB, Back Light compensation ON/OFF

selectable6. Compression Dual H.264 compression standards7. Lens mount CS/C Type8. Day/Night Camera Auto day/night configuration9. FPS Min. 25 Frames per second for both the streams

with full HD @ 25FPS @ H.264 +D1@25FPS @ H.264 on two streams respectively

10. Shutter Speed 1 s to 1/10,000 or better11. Tamper Detection ON/OFF12. Bit Rates 64Kbps to 8Mbps, Camera should able to give

stream in both CBR and VBR with CBR maximum of @ 2Mpbs bit rate. Shall work on less than 3Mbps average for Full HD @ 25 FPS @VBR

13. Streaming Camera should support unicast and multicast streams

14. Web Interface Camera should have web interface to configure and control

15. Text Superimposing Super imposing the title and date & time on the video

16. Alarm input One Dry alarm input & Output17. Edge Storage Provision for 64 GB SD Card18. Ethernet, Network 10/100 Tx Auto sensing(half/full duplex),

protocols 802.2af class 3 PoE, IPv4/v6, Unicast, Multicast, RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS, ONVIF

19. Discovery Interface OEM interface to detect the cameras automatically and configure network settings

20. Housing Vandal resistant Aluminum enclosure with IP66, Sunshield, built in Heater & Blower

21. Power requirement PoE and Local power supply for camera, Heater and Blower as per manufacturer standard

22. Operating Temperature 0 to 50 C Degrees23. Operating Humidity 20 to 80% RH non-condensing24. Regulatory approvals FCC, CE, RoHS, UL/EN

1 (b) IP based Fixed Dome Camera

2.1 Mega pixel Full HD 1080 Fixed DOME Camera SpecificationsS. NO.

Specification Description

1. Image sensor 1/3" Progressive scan CMOs sensor with WDR2. Mega Pixel 2.1 Mega Pixel Full HD3. Resolution 1920x1080 or better and camera resolution can

be configurable in all standards resolutions like VGA, 4CIF/D1,HD 720p

4. Illumination Colour - 0.5 Lux @ 30IRE, Black & White - 0.05 Lux @ 30IRE, IR sensitive, Back light compensation ON/OFF selectable

5. Signal to Noise Ratio >= 50db, 6. Compression Dual H.264 compression standards7. Varifocal lens Focal length : 5mm to 50 mm 8. Lens mount Integrated 9. Day/Night Camera Should have Auto day/night configuration, with

auto AGC10. FPS Min. 25 Frames per second for both the streams

with full HD @ 25FPS @ H.264 +D1@25FPS @ H.264 on two streams respectively

11. Shutter Speed 1 s to 1/10,000 or better12. Digital Zooming Upto 4X digital zoom the live video 13. Streams Camera should have minimum dual stream, and

each stream can be individually configurable, and can able to choose stream for live and recording.

14. Streaming Camera should support unicast and multicast streams

15. Bit Rates Camera should able to give stream in both CBR and VBR with CBR maximum of @ 2Mpbs bit rate. Shall work on less than 3Mbps average for Full HD @ 25 FPS @VBR

16. Web Interface Camera should have web interface to configure and control

17. Alarm input One Dry alarm input & Output18. Text Superimposing Camera should support the Super impose the

title and date & time on the video19. Ethernet, Network

protocols10/100 Tx Auto sensing(half/full duplex), 802.2af PoE, IPv4/v6, SNMP, IGMP,

20. Housing Vandal resistant Aluminum enclosure with IP66, IK 10 indoor housing

21. Power requirement PoE and local power supply for camera, heater and blower as per manufacturer standard

22. Operating Temperature 0 to 50 C Degrees23. Operating Humidity 20 to 80% RH non-condensing24. Regulatory approvals FCC, CE, RoHS, UL/EN

1(d) Network Video Management Software (NVMS)

The Network Video Management Software to be used for this system should be able to meet the following minimum functional requirements:

Sl. No. Minimum Functional Requirement1. VMS Management2. Failover Support3. Multicasting and Multi-streaming4. SNMPv3 Support5. NAT Firewall Support6. Watchdog7. Logs8. VMS Client Viewer(Operator) feature9. Video Card Facility10. VMS Storage11. Video Content Analytics(VCA)12. Hardware & Software13. Video Standard and Formats

14. Behavior Detection15. PTZ Tracking16. Tampering Detection17. Event Generation and Receipt18. Rules Capabilities19. Counting Capabilities20. Management21. Viewing Search Results Capabilities22. Investigation and Forensic Analysis

Minimum Technical specification of various components of the CCTV surveillance system recommended for Government building under MHA security cover for areas inside the building

2. Control Room IT infrastructure

2(a) Server:- Network Video Management Server

Network Video Management Server

Specification

CPU Intel® Xeon® 8 CORE Processor E5-26902 No. of Processor 2 (Two)Memory Size 128 GB(min 8GBx16 or 16GBX8 or 32GBx4

combination), 1333 MHz or Higher, upgradable to 768 GB or higher

Storage Details Hot pluggable SAS HDD 5x600 GB, 10 K RPM or higher with min 06 no or higher internal Drive bays

RAID Controller SAS Raid controller with RAID 0/1/1+0/5 with 512 MB or higher battery backed cache

Optical Drive DVD combo driveChassis Type 19" Rack Mountable Server of maximum

2U size with Sliding rails and fittings to install into a Rack

Power supply & FAN Redundant

Hot swappable Power supply & Fan

Network Interface Min 4 no Gigabit Ethernet ports or moreI/O Slots Min 6 PCI/PCIE/PCIX slots or higherCompatible OS Microsoft Windows Server, LinuxManagement OEM Server Management SoftwareIPV6 Compliance The hardware should be IPV 6 Compliant

readyMonitor & KBD/ Mouse 18.5" Screen & USB Keyboard & Mouse

2(b) Desktop: Video Management Client Access Desktop

Video Management Client Desktop

Specification

Desktop Processor 17, RAM 4 GB, Hard disk 1 TB, Display 18.5 Inch, Keyboard, Mouse, OS Window8.

2(c) Storage: - Video Management Storage

Storage Specification (Video Management Storage Min 30 Days Backup with 24*7)

System Architecture Storage system should be based on a symmetric and fully distributed grid/scale out architecture, with linear scalability of performance and capacity

Storage system should support nodes with multiple CPU architecture (x86, RISC) in the same grid & namespace to ensure future scalabilityStorage system should support node controllers of different generations to participate in the same grid and namespace

Hard Disk Type Controller nodes should support 1TB, 4TB & 6TB, 7200 RPM 3.5 SATA Hot Swap disk drives, Raid 5

Disk Drive Each node should support contains a maximum 12 disk drives, to minimize hot-spots

Storage Nodes Storage System should scale from single mode to 256 nodesSystem should support capacity/performance enhancement with additional nodes without downtime to productionStorage system should distribute/load-balance video files across all nodes in the systemIn the event of addition/removal of nodes, the system should automatically rebalance existing across remaining /all nodes

Controller Memory Each storage node should support minimum 16 GB and should be scalable to at least 32 GB

Network Connectivity Each storage node should support min. 4Gbps aggregate Gigabit Ethernet ports and 400 MB/sec aggregated network bandwidth for video streams

System Scalability/Expansion

Capacity: The storage system support scaling to 4TB under a single global namespacePerformance: The system should support automatic scaling of performance with every addition of capacity to the namespace

System Redundancies

System management

Individual nodes should support configuration for single of two disk failure, as requiredStorage node should support network port bonding and sustain port/link failures without connection lossSystem should support management of all nodes/controllers through a single window/dashboard

Data Access Protocol NFSv3, CIFS/SMBAccess Control Folder and files level access control security for users and groups

which enables only authorized user to access the video filesSystem Alerts Integrated error logging and automatic email forwarding of error

alerts and error display on web management consoleArchiving Support Support for optional tape archiving module with drag and drop

featureLicensing All above features (except optional tape archiving module) should

be enabled and available on the storage system by defaultPower Supply Redundant power supply(230VAC, 50Hz)

2. (D & E)

Power Backup: Online UPS for cameras and server with min 30 mint. BackupDisplays: LED Display 42 inch No is dependent on cameras

3. ACTIVE NETWORK COMPONENTS

3(a) Layers 3 Switches (Core Switch)

Layers 3 Switch (Core Switch)

Specification

ArchitectureThe switch shall be non-blocking in architecture and should have stand alone/stacks/chassis. Shall be 19" Rack MountableShall have dual, hot-swappable AC power suppliesShall have 16 RJ-45 autosensing 10/100/1000 ports and 24 SFP fixed Gigabit Ethernet SFP portsShall have 4x fixed 1G/10G SFP PortsShall have 1RJ-45 Serial console portShall have 1GB SDRAM and 512 MB flashShall have switching capacity of 208 GbpsShall have up to 155 million pps switching throughput

ResiliencyShall have the capability to extend the control plane across multiple active switches making it a virtual switching fabric, enabling interconnected switches to perform as single layer-2 switch and Layer-3 routerShall support virtual switching fabric creation across nine switches using 10G Ethernet LinksIEEE 802.1D spanning Tree Protocol , IEEE 802.1w Rapid Spanning Tree Protocol and IEEE 802.1s Multiple Spanning Tree ProtocolIEEE 802.3ad Link Aggregation control Protocol (LACP)Ring protocol support to provide sub-100 ms recovery for ring Ethernet-based topologyVirtual Router Redundancy Protocol (VRRP) to allow a group of routers to dynamically back each other up to Create highly available routed environments Graceful restart for OSPF, IS-IS and BGP protocol

Bidirectional Forwarding Detection (BFD) for OSPF, IS-IS and BGP protocols

Layer 2 FeaturesShall support up to 4,000 port or IEEE 802.1Q-based VLANsShall support GARP VLAN Registration Protocol or equivalent feature to allow automatic learning and dynamic assignment of VLANs

Shall have the capability to monitor link connectivity and shutdown ports at both ends if uni-directional traffic is detected, preventing loops

Shall support IEEE-802.1ad QinQ and selective QinQ to increase the scalability of an Ethernet network by providing a hierarchical structure

Shall support Jumbo frames on GbE and 10-GbE ports Internet Group Management Protocol (IGMP) Multicast Listener Discovery (MLD) Snooping IEEE802.1AB link Layer Discovery Protocol (LLDP) Multicast VLAN to allow multiple VLANs to receive the same IPv4 or IPv6 multicast traffic

Layer 3 features (any additional license required shall be included)

Shall have Static Routing for IPv4 and IPv6

Shall have RIP for IPv4 (RIPv1/v2) and IPv6 (RIPng)

Shall have OSPF for IPv4 (OSPFv2) and IPv6 (OSPFv3)

Shall have IS-IS for IPv4 and IPv6 (IS-ISv6)

Shall have Border Gateway Protocol 4 with

support for IPv6 addressing

Shall have Policy-based routing

Shall have Unicast Reverse Path Forwarding (uRPF)

Shall support IPv6 tunnelling to allow IPv6 packets to traverse IPv4-only networks by encapsulating the IPv6 packet into a standard IPv4 packet

Dynamic Host Configuration Protocol (DHCP) client, Relay and server

PIM Dense Mode (PIM-DM), Sparse Mode (PIM-SM), and Source-Specific Mode (PIM-SSM) for IPv4 and IPv6 multicast applications

MPLS capability including MPLS VPNs and MPLs Traffic Engineering (MPLS TE)

VPLS for data center to data center communication at Layer 2; provides support of hierarchical VPLS for scalability

Shall provide support of hierarchical VPLS (H-VPLS) for scalability

QoS and Security Feature

Access Control Lists for both IPv4 and IPv6 for filtering traffic to prevent unauthorized users from accessing the network

Port-based rate limiting and access control list (ACL) based rate limiting

Congesting avoidance using Weighted Random Early Detection (WRED)

Powerful QoS feature supporting strict priority (SP) queuing weighted round robin (WRR), weighted fair queuing (WFQ), weighed deficit round robin (WDRR) and

weighted random early discard (WRED)

IEEE 802.1x to provide port-based user authentication with multiple 802.1x authentication sessions per port media access control (MAC) authentication to provide simple authentication based on a user’s MAC address Dynamic Host Configuration Protocol (DHCP) snooping to prevent unauthorized DHCP servers

Port security and port isolation

Management Features

Configuration through the CLI, console, Telnet, SSH and Web Management

SNMPv1, v2 and v3 and Remote monitoring (RMON) support

sflow (RFC 3176) or equivalent for traffic analysis

management security through multiple privilege levels with password protection

FTP, TFTP, and SFTP support

Port mirroring to duplicate port traffic (ingress and egress) to a local remote monitoring port.

RADIUS/TACACS+ for switch security access administration

Network Time Protocol (NTP) or equivalent support

Shall have Ethernet OAM (IEEE 802.3ah) management capability

Environmental Features

Shall provide support for RoHS and WEEE regulations

Shall be capable of supporting both AC and DC Power inputs

Operating temperature of 0ºC to 45ºC

Safety and Emission standards including UL 60950-1;

IEC 60950-1; VCCI Class A; EN 55022 Class A

3. (b) PoE Switch

PoE Switch SpecificationThe switch shall have 8 RJ-45 auto-negotiating 10/100/1000 PoE portsThe switch shall have two 1000BASE-X SFP ports in addition to above portsThe switch shall support IEEE 802.3af PoE and IEEE 802.3at PoE+The switch shall have minimum 65 Watts for PoE PowerShall support 1000 Base-SX, LX and LX Bi-directional SFP transceiversSwitching capacity of 20 GbpsSwitching throughput of up to 14 million pps 1 RJ-45 console port

Layer 2 FeaturesConfigurable up to 8000 MAC addressesShall support IEEE 802.3ad Link Aggregation Control Protocol (LACP)Shall support IEEE 802.1D Spanning Tree ProtocolShall support IEEE 802.1w Rapid Spanning Tree Protocol for faster convergenceShall support IEEE 802.1s Multiple Spanning Tree ProtocolShall support IGMP snooping for multicast filtering instead of flooding traffic to all ports, improving network performanceShall support MLD snooping to forward IPv6 multicast traffic to the appropriate interface, preventing traffic floodingShall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP)Shall support LLDP-MED (Media Endpoint Discovery) to automatically configure network

devices such as IP phones

Layer 2 and Layer-3 featuresShall support IEEE 802.1Q with 4,094 simultaneous VLAN IDsShall support Voice VLANsShall support gratuitous ARP to allow detection of duplicate IP addressesShall Support up to 10 kilobyte frame size to improve the performance of large data transfersShall support Static IPv4/IPv6 routing, 32 static routes Shall support DHCP relay to simplify management of DHCP addresses in networks with multiple subnets

Security and QoS FeaturesShall support port security and port isolationShall support MAC and Port based ACLs enable network traffic filtering and enhance network controlShall support ACL and QoS for IPv6 network traffic Shall support time-based ACLs to allow for greater flexibility with managing network accessShall support IEEE 802.1X and RADIUS network logins to control port-based access for authentication and accountabilityShall support MAC-Based authenticationShall support strict priority queuing (SP), weighted round robin (WRR) queuing and SP+WRR, DSCPShall support ARP attack protection feature to block ARP packets from unauthorized clients Shall support DHCP snooping to block unauthorized DHCP ServersShall support STP BPDU protection

preventing forged BPDU attack Shall support STP Root Guard to protect the root bridge from malicious attacks or configuration mistakes

Management FeaturesSNMP V2/V3, SSHv2, Limited CLI/ Telnet, web based interface and Dual flash imagesIPv6 host support to be managed using IPv6 Shall support Port mirroringShall support intuitive web GUI (http/https) for easy management Shall support Limited command-line interface to deploy and troubleshoot Shall support management security through multiple privilege levelsShall support single IP address management for up to 16 switches Shall support Network Time Protocol (NTP)Shall have an operating temperature of 0° C to 40° C Safety and EmissionUL 60950/IEC 60950-1/EN 60950-1 and FCC part 15 Class A/VCCI Class A/EN 55022 Class A;

3(c) Firewall & Security

Firewall & Security SpecificationsAntivirus Software-Data Center Security Server, Monitoring Edition, & Server Advanced

Key Features1. Agentless network-based threat detection and protection (Network IPS).2. Operations Director delivers out-of-the-box security intelligenceand automates policy-based security

orchestration within the Symantec Data Center Security product family, enables application centricsecurity services, and seamlessly integrates with VMware NSX to extend security policy orchestration to third party security tools.3. Unified Management Console (UMC delivers a consistent management experience across Data Center Security products.4. In-guest file quarantine and policy-based remediation.5. Security monitoring, across physical and virtual servers including real-time file integrity monitoring, configuration monitoring, consolidated event logging, and file system tamper prevention.6. Security monitoring of OpenStack Data Centers including configuration changes, monitoring of Keystone program files and Keystone data and access monitoring.7. Security monitoring of AWS public and hybrid clouds (VPCs) including security configuration monitoring, file integrity monitoring, whitelisting with application control for on-premise and off-premise data centers, and security automation across the Cloud environment via REST API.8. Out-of three-box host IDS and IPS policies.9. Sandboxing and process access Control (PAC), host firewall, compensating HIPS controls, file and system tamper prevention and application and device control.

4. Passive Network Components

Specifications(a) Fiber Cable :- Fiber Cable 12 core

(b) UTP Cable :- CAT 6 Cable(c) Power Cable :- Power Cable 2.5 mm or 3.5 mm(d) PVC Channels(e) Flexi Pipe(f) Networks connector and cords(g) Rack 36 U or 24 U or 9 U depending on network size.(h) Junction Box