apparel export promotion council tender for … tender.pdfname of work: - supply and installation of...

19
Page 1 of 19 “APPAREL EXPORT PROMOTION COUNCIL” TENDER FOR Supply & installation of CCTV Cameras at Apparel House Date Sheet S.No Description Date 1 Date of advertising the tender 02.01.2020 2 Date of Closing of Tender 24.01.2020 3 Date till any pre bid query 10.01.2020 4 Date for reply of all pre bid queries 17.01.2020 5 Date of opening of Technical Bid 27.01.2020 6 Date of opening of Financial Bid 31.01.2020 Gurugram, Haryana-122003 The Tender Document, complete in all respects, to reach on or before the due date at the following address: Jt. Director (AHM), Apparel Export Promotion Council, Apparel House, Sector-44, Institutional Area Gurugram, Haryana-122003 Venue for opening Technical and Financial Bid: Apparel House, Sector-44 Institutional Area

Upload: others

Post on 20-Mar-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 19

“APPAREL EXPORT PROMOTION COUNCIL”

TENDER FOR

Supply & installation of CCTV Cameras at Apparel House

Date Sheet

S.No Description Date

1 Date of advertising the tender 02.01.2020

2 Date of Closing of Tender 24.01.2020

3 Date till any pre bid query 10.01.2020

4 Date for reply of all pre bid queries 17.01.2020

5 Date of opening of Technical Bid 27.01.2020

6 Date of opening of Financial Bid 31.01.2020

Gurugram, Haryana-122003

The Tender Document, complete in all respects, to reach on or before the due date at the

following address:

Jt. Director (AHM),

Apparel Export Promotion Council,

Apparel House, Sector-44, Institutional Area

Gurugram, Haryana-122003

Venue for opening Technical and Financial Bid:

Apparel House, Sector-44 Institutional Area

Page 2 of 19

F. No. AEPC/HO/AHM/2020/79

Apparel Export Promotion Council Apparel House, Institutional Area

Sector-44, Gurugram-122003 H A R Y A N A

I N D E X

Sr. No. DESCRIPTION PAGE No.

1 NOTICE INVITING TENDER 3

2 SCOPE OF WORK 4

3 ELIGIBILITY CRITERIA 4

4 EVALUATION CRITERIA 4

5 FINAL SELECTION OF AGENCY 4

6 EARNEST MONEY DEPOSIT 4

7 PERFORMANCE SECURITY DEPOSIT

5

8 ARBITRATION

6

9 GENERAL TERMS AND CONDITIONS 7

10

TECHNICAL BID FOR SUPPLY & INSTALLATION OF CCTV

CAMERAS

9

11 FORM OF TENDER 10

12

FINANCIAL BID FOR SUPPLY & INSTALLATION OF CCTV

CAMERAS

11

Page 3 of 19

F. No. AEPC/HO/AHM/2020/79

Apparel Export Promotion Council (Sponsored by Ministry of Textiles, Govt. of India)

Apparel House, Sector-44, Institutional Area, Gurgaon-122003, (Haryana)

NOTICE INVITING TENDER

Dated the 02nd January,2020

Name of Work: - Supply and Installation of CCTV Cameras at Apparel House.

Apparel Export Promotion Council invites sealed Tender from the experienced and qualified contractors

for Supply and Installation of CCTV Cameras, Apparel House Building, Sector-44, Institutional area,

Gurugram-122003, Haryana. The Tender documents should be addressed to Shri J.S Rana, Jt.Director

(AHM), Apparel House, Sector-44, Institutional Area, Gurugram-122003, Haryana so as to reach this

office latest by 5.00 P.M. on 24th January, 2020 by post / by hand. The interested firm / contractor may

download the Tender document from the AEPC website www.aepcindia.com. More than one tender from

same owner shall be summarily rejected.

1.0 GENERAL

1.1 Tenderers are advised to acquaint themselves fully with the description of work, scope of services,

time schedule and terms and conditions including all the provisions of the tender document before

framing up their tender. The summary of tender is as under:-

Location of work

Apparel House Building, Sector-44, Institutional area,

Gurugram-12203, Haryana

Date of Commencement of work at site Within 7 days from the date of work order

Period of Contract 30 days from the date of commencement of work.

Earnest money with Tender Document Rs.60,000/- (Sixty Thousand only) in the form of DD/PO/

BC /FDR of any Nationalised Bank drawn in favour of

Apparel Export Promotion Council, payable at

Gurugram.

(Micro and Small Enterprises (MSEs) as defined in MSE

Procurement Policy issued by Department of Micro,

Small and Medium Enterprises (MSME) are exempted

from EMD upon submission of Registration Certificate

from MSME Department.)

Final decision The A.E.P.C. has the right to accept any Tender in

whole or part thereof or reject it entirely without

assigning any reason thereof.

In case of any disputes whatsoever, decision of sole

arbitrator appointed by the AEPC will be final and

binding. The venue of arbitration will be Head Office.

Gurgaon.

2.0 SUBMISSION OF TENDER

2.1 Tender Documents should be in a proper sealed cover superscripted as “Tender for Supply and

Installation of CCTV cameras at Apparel House, Gurugram”. The tender complete in all respects shall be

submitted along with Earnest Money as stipulated in the Notice ONLY. Tenders without Earnest Money

Deposit will be out rightly rejected. Tenders shall be submitted in Three separate sealed envelopes and

put into Envelope IV superscripting as following:-

Envelope-I Envelope- II Envelope- III Envelope-IV

EMD Technical bid Financial bid Tender

CCTV Cameras CCTV Cameras CCTV Cameras CCTV Cameras

Page 4 of 19

3.0 SITE PARTICULARS

3.1 Tenderers are advised to inspect and examine the site and its surroundings between 11 am to 4 pm

on any working days of the AEPC and satisfy themselves before submitting their tenders as to nature of

work, site conditions, means of access to the site etc. Non-familiarity with the site conditions will not be

considered a reason either for extra claims or for not carrying out the work in strict conformity with the

specifications. For site visit and any clarification / information/Assistance, the intending tenderers may

contact Joint Director (AHM), Apparel Export Promotion Council (AEPC), Apparel House, Institutional

Area, Sector-44, Gurugram-122003, Haryana.

4.0 Scope of Work:

4.1 Supply of genuine brand and quality items with one year or warranty as per company rules as per

Financial Bid. The complete location of work to be done is at Annexure-B

4.2 The contractor is required to complete installation works with complete finishing as per approved

estimate and guidelines of Sr. Engineer. The Contractor shall depute technically trained and experienced

manpower for completion of stipulated work without any fault. The firm shall be responsible for supply,

installation, testing, commissioning of the CCTVs along with all related accessories to the satisfaction of

the Council. The contractor should have sufficient manpower on its roll specifically trained and technically

qualified and experienced for stipulated work. .

4.3 Council reserves the right to modify/relax/withdraw any of the terms and conditions of the contract if it

is necessary in the interest/benefit of the Council.

5.0 MINIMUM ELIGIBILITY CRITERIA

Tenderers having following valid documents will be technically qualified and considered for opening of

their Price bid. Technically qualified parties have no right to claim for award of the work. AEPC reserves

the right to cancel or award the work in full or part thereof to any party / tenderer.

5.1 Details of similar one work of Rs.30 lakhs or two works of Rs 20 lakhs each executed by the bidder

during last Three years in any government / semi government / government undertaking / reputed private

sector undertaking. The firm should not have been blacklisted by any organization. Enclose undertaking.

5.2 Valid GST, PAN card number.

5.3 ESI and EPF registration certificate

5.5 Valid Labour License under Contractor Labour Act 1970 or exemption thereof

5.6 Undertaking certifying that the firm has not been blacklisted by anyone.

5.7 Copy of Income Tax return for the last three financial years

5.8 Certificate of similar work executed/Agreement/Work order and detail of running contracts, if any. The

contractor should have the technical competence, sound financial resources, experience, equipment,

manpower, and reputation to perform the contract to the satisfaction of AEPC.

6.0 EVALUATION CRITERIA/FINAL SELECTION

6.1 At first the Technical bid will be opened and screened. Tenderers having valid documents mentioned

at 5.0 above will be technically qualified and considered for opening of their Price bid. Technically

qualified parties have no right to claim for award of the work. AEPC reserves the right to cancel or award

the work to any party / tenderer.

6.2 The lowest bidder (L-1) shall be considered for award of work though not binding and the decision of

the AEPC in this regard will be final and binding.

7.0 BID/TENDER VALIDITY

7.1 The prices quoted shall remain valid for 120 days from the date of opening of bid and in respect of

accepted bid the prices quoted shall remain valid for 180 days.

8.0 EARNEST MONEY DEPOSIT

8.1 The tenderer is required to deposit Rs.60,000/- as EMD along with the tender in a separate envelope

in the form of DD / PO of any Nationalised Bank drawn in favour of Apparel Export Promotion Council

payable at Gurugram. Tender without EMD will be summarily rejected. EMD of unsuccessful bidder shall

be refunded without any interest after finalization of award. EMD of successful bidder shall be retained as

part of performance guarantee for a period of 12 months as defect liability period commencing from the

date of issuance of actual completion certificate by Engineer in charge.

Page 5 of 19

9.0 TIME FOR COMPLETION

9.1 The replacement and installation work shall be completed within a period of 45 days and shall start

within a period of 7 days from the date of issue of the letter of commencement and shall stand terminated

after the expiry of the period. If it is not completed within the time as specified in the work order then the

liquidity damage @ 1% of the value of works per week up to a maximum of 10% of contract value will be

imposed on the contractor.

10.0 PERFORMANCE SECURITY

10.1 The contractor shall submit performance security through Bank Guarantee equivalent to 10% of the

total contract value issued by any nationalized bank in favour of Apparel Export promotion Council. The

Bank Guarantee should be valid for a minimum period of one year. In case the Bank Guarantee is not

received within 7 days of issue of award letter, the adequate performance security deposit shall be

deducted from the bills of successful bidder in case not deposited. The performance security can be

forfeited to recover any amount which is payable by the contractor on account of any clause arising out of

the contract. It will be released after successful and satisfactory completion of the contract and defect

liability period of one year after completion of work.

11.0 COST DETERMINATION

11.1 The engineer shall determine the cost of actual work done in accordance with the contract and the

contractor shall be paid accordingly. No part payment / rate shall be made for any part of BOQ items not

fully executed. Engineer shall be at liberty to decide the breakup of lump sum items and to decide the part

rate for any particular item.

12.0 CONTRACTOR’S LIABILITY AND INSURANCE

12.1 From commencement to completion of the works, the Contractor shall take full responsibility, care of

and precautions to prevent loss or damage and shall be liable for any damage or loss that may happen to

the Works or any part thereof from any cause whatsoever and shall at his own cost repair and make good

the same so that, at completion, the works shall be in good order and conditions and in conformity in

every respect with the requirements of the Contract and instructions of the Engineer-in-Charge.

13.0 DAMAGE TO PROPERTY AND ACCIDENT / INJURY TO WORKMEN

The contractor shall indemnify the council against all losses and claims in respect of:-

13.1. Death or injury of any person

13.2. Loss or damage to any property which may arise out of or in consequences of repair and

installation works and the remedying of any defects therein and against all claims, proceedings,

damages, costs, charges or expenses whatsoever in respect thereof

14.0 SAFETY AND SECURITY OF PERSONS

14.1 The contractor throughout the execution and completion of the works and remedying of any defects

therein have full regard for the safety of the persons entitled to be on the site and keep the site in an

orderly state appropriate to the avoidance of danger to such persons, provide and maintain at his own

cost all guards, warning signs and watching them where necessary required, take all reasonable steps on

and off the site and to avoid damage to persons or to the property of the council arising as a

consequence of his methods or repair.

15.0 LABOUR SAFETY

15.1 Contractor shall undertake all safety precautions during the execution of the work. In case of injury to

any person contractor shall always have arrangement to take him to hospital for treatment at his own

cost. Contractor will be fully responsible for any repercussions which may arise as a result of violation of

any safety norms on his part.

16.0 DEFAULT OF CONTRACTOR

16.1 If the performance of the contractor is not found satisfactory or if the contractor fails to meet/fulfill

any terms/conditions/obligations laid down in the tender document, the contractor shall be served a notice

Page 6 of 19

to take a corrective action within 7 days. If the contractor fails to rectify or conform, the employer shall be

at liberty to terminate the contract and forfeit the performance security amount without any further notice.

17.0 INSTRUCTIONS TO VARIATIONS

17.1 Quantities/measurement given in the BOQ / Bid is estimated measurement/quantities. The

measurement/quantity of any particular work/item may vary to any extent. Variation in

measurement/quantity in particular work/items or total exclusion of certain work/items of BOQ from the

work executed or overall cost, does not entitle contractor to claim any extra cost.

18.0 DEFECT LIABILITY PERIOD / WARRANTY

18.1 The Contractor shall be responsible to make good and remedy at his own expense within defect

liability period of Twelve months from the date of completion of the work in all respect. If the contractor do

not carry out the rectification work during the Defect Liability Period, AEPC shall have the right to get such

defective work rectified after giving due notice in writing to the contractor and recover the cost of repairs

from the amount so retained from the performance security deposit. Performance Security Deposit would

be refunded only upon completion of the successful Defect Liability Period.

19.0 LIQUIDITY FOR DAMAGE FOR DELAY

19.1 If the contractor fails to attend any complaint or defect in due course of time and if in the opinion of

the engineer delay is on the part of the contractor, the Council can impose liquidated damages on the

contractor. The awarded work should be completed within the period of 45 days, if it is not completed

within the time as specify in the work order then the liquidity damage @1% of the value of works per week

up to maximum of 10 % of contract value will be imposed on the contractor

20.0 ANNULMENT OF AWARD

20.1 Failure of the contractor to comply with the requirement of tender shall constitute sufficient ground

for the annulment of the award and forfeiture of security in which event tender shall be cancelled and

Council may call for new bids.

21.0 RISK CLAUSE

21.1 In the event of termination due to default of the contractor, the employer shall be at liberty to get the

balance work done through other means at the cost, risk and responsibilities of the contractor and excess

expenditure incurred on account of this will be recovered by the employer from the contractor’s

performance security deposit or pending bills or by raising a separate recovery claim. In the event of

loss/damage of building, equipment etc of the employer due to negligence/carelessness of the

contractor’s staff then the contractor shall compensate loss to the employer.

22.0 FINAL CERTIFICATE

22.1 After receipt of the final statement and the written discharge, the engineer shall verify the same and

issue a Final Certificate stating the amount which in the opinion of the engineer is finally due to the

contractor. The engineer may make any correction or modification and shall have the authority, if any

work is not carried out to his satisfaction by the contractor, to omit or reduce the value of any such work

23.0 ARBITRATION

23.1 AEPC has the right to accept or reject any tender in whole or part or reject it entirely without

assigning / specifying any reason thereof. In the event of any dispute or difference arising between the

AEPC and Contractor out of or relating to or in respect of the contract, the same shall be referred to the

arbitration of the sole arbitrator to be appointed by the AEPC in accordance with The Arbitration and

Conciliation Act, 1996, as amended. The arbitrator shall give reason for the award which shall be final

and binding between the AEPC and Contractor. The venue of such arbitration shall be at Apparel House,

Gurugram, Haryana.

Page 7 of 19

Further, the Courts at Gurugram, Haryana shall have jurisdiction to try and or entertain any matter of

disputes arising out of and or relating to and or in connection with the contract and shall be governed by

Indian Law.

24. The terms of payment would be as follows:-

a) 50% of the materials cost will be paid against the delivery of materials at site and producing of

copies of bills/invoice of material by the contractor.

b) The balance payment (after deduction of liquidity damages and/ or performance guarantee, if any)

would be made after completion of the project subject to submission of final Bill/Invoice with all

supporting documents including individual warranty cards along with work completion certificate

issued by the Engineer-In-Charge, AEPC.

c) TDS will be deducted as per the provisions of Income Tax act, as amended from time to time.

GENERAL TERMS AND CONDITIONS

1. After expiry of last date, no Tender document will be entertained.

2. The financial bid shall consist of rates inclusive of all charges, all taxes as applicable including GST. or

any other tax shall be payable by the contractor. In case the contractor declines the offer of contract, his

EMD will be forfeited.

3. The quotation should be given on firm’s letter head giving name of authorized person, address of the

firm, contact number, Email ID etc.

4. Financial bids should be submitted in the prescribed formats only. The financial bids submitted in any

other format will not be accepted.

5. Rates quoted shall be deemed to be inclusive of manpower, material, machinery, tools and tackles all

taxes, duties, cartage, insurance etc. No escalation of whatsoever nature shall be payable in future. The

rate should be mentioned clearly in figures and words inclusive of all taxes as applicable in the financial

bid. The taxes and other levies, if any, should be indicated separately. In case nothing is mentioned, it will

be assumed that taxes/other levies are included in the rates quoted.

6. Unsealed / unsigned Tenders shall not be considered for evaluation. Tenders without EMD shall be

summarily rejected. There should be no erasing and/or overwriting. The Tenders with erasing and/or

overwriting shall be summarily rejected.

7. The contractor or his authorized representative could be present at the time of opening of bids, if they

so desire.

8. The items shall be got approved prior to its use from the Engineer in charge of the Council. The items

shall be in the original packing from the manufacturer clearly indicating manufacturing date, expiry date

and price etc. Any items found defective will be replaced free of cost to the satisfaction of the Council’s

authorities.

9. As the work will have to be carried out in the building and area in use the contractor shall ensure:

a) that the normal functioning of the Council is not effected as far as possible.

b) that the work is carried out in an orderly manner without noise and obstruction to anyone.

c) that all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of

each day’s work.

d) The contractor shall ensure that his repair and replacement staff is qualified and licensed for their part

of work. He shall be responsible for their conduct. The staff should behave in a courteous manner.

e) Water and electricity (single point) shall be made available free of cost at nearby source of work. The

contractor has to make his own arrangements for use of the same. Any shortcoming, loss or damages

due to this regard shall be borne entirely by contractor.

f) The work shall be undertaken from 9.30 am to 5.30 pm only during the working hours of the Council.

Prior permission of the Council shall have to be obtained for carrying out any urgent work beyond the

above timings.

g) The contractor to whom the work is awarded will execute the work himself. He will not be allowed to

sublet the work to any other agency or to sub contract it.

h) Contractor’s supervisor should be available at the site to supervise the work and coordinate with the

engineer-in charge of the Council. The contractor shall provide the name and contact number of the

supervisor. All labour/persons engaged in the work shall put their attendance in the register available at

the security officer at main gate. Smoking, drinking, chewing pan, gutka etc is strictly prohibited inside the

apparel house premises.

Page 8 of 19

i) All tools & tackles, plants, equipments and materials to carry out work at site shall have to be provided

by the contractor at his own cost.

10. In case of any delay in project / late deliverable by the contractor, no escalation will be entertained in

any circumstances and the rate quoted by the contractor at the time of award will be valid up till the

completion of the project

11. In case of any extra items which may rise as per the requirement of work, the same may be executed

subject to the prior approval of AEPC and the rates for the same shall be considered as per latest DSR

(Delhi Schedule Rates) available at that time

12. No labour below the age of 18 years shall be employed on the work and Labour shall be employed as

per minimum wages act and rates which are applicable at the time of employment of labour.

13 The contract as a whole or part thereof is NON TRANSFERABLE

Page 9 of 19

F. No. AEPC/HO/AHM/2020/79

TECHNICAL BID

S. No. Particulars Self-attested copy

1

Earnest Money deposit (EMD) (Micro and Small Enterprises (MSEs) as defined in MSE Procurement Policy issued by Department of Micro, Small and Medium Enterprises (MSME) are exempted from EMD upon submission of Registration Certificate from MSME Department.)

Demand Draft No.________

dated_______ for Rs. 60,000/-

(Rupees Sixty Thousand only) drawn

on (name of the Bank)

__________________________

in favour of “Apparel Export

Promotion Council” payable at

Gurugram (To be enclosed with

Technical Bid).

2 Registration of firm / Partnership deed /

Memorandum & Articles of Association Yes / No

3

i) Name & Designation of Contact Person

ii) Mobile No (s) of the Contact Person / Firm

iii) e-mail address of Contact Person / Firm

4

Registration number of ESI & PF

(photocopy of registration to be attached)

In case, not applicable, an Undertaking on Rs.

50/- stamp paper duly notarized is to be

submitted with reason thereof.

Yes / No

5 Copy of Income Tax Return of Firm for the last

3 years

Yes / No

7 Self-attested copy of PAN Card Yes / No

8 Self attested copy of Goods and Service Tax

Number (GST) Yes / No

9

Orders / Satisfactory completion certificate for

undertaking similar work in Govt. Office / Govt.

Undertaking Office / Private Office etc. (02

work orders of not less than Rs. 20 lacs or 01

work order of not less than 30 lacs)

Yes / No

(Signature of Authorized Signatory)

Name and Designation________________________________________

Name of Firm & Seal________________________________________

Contact No.__________________________

Page 10 of 19

F. No. AEPC/HO/AHM/2020/79

FORM OF TENDER

The Joint Director-AHM,

Apparel Export Promotion Council,

Institutional Area, Apparel House, Sector – 44,

Gurugram-122003, Haryana

Sir,

Ref: Supply and installation of CCTV Cameras at Apparel House.

Having examined the Works, Specifications and Schedule of quantities (Financial Bid) prepared by your

office and satisfying ourselves as to the location of the site and working conditions, I / we hereby offer to

execute the above works at the respective rates which I/we have quoted for the items in the Schedule of

Quantities.

I / We herewith deposit Rs.60,000/- (Rupees sixty thousand only) by Demand Draft or Banker’s Cheque

issued by nationalized bank drawn in favour of Apparel Export Promotion Council as Earnest Money

Deposit.

In the event of this tender being accepted, I/we agree to enter into and execute the necessary contract

required by you. I/We do hereby bind myself/ourselves to forfeit the aforesaid deposit of Rs.60,000/- in

the event of our refusal or delay in accepting the Work Award Letter. I/we further agree to execute and

complete the work within the time frame stipulated in the tender documents. I / we agree not to employ

Sub-Contractors without the prior approval of Apparel Export Promotion Council.

I / we agree to pay all applicable taxes / charges prevailing and are levied from time to time on such

applicable items and the rates quoted by me/us are inclusive of the same.

I / we understand that you are not bound to accept the lowest tender or bound to assign any reasons for

rejecting our tender.

I / We agree that in case of my/our failure to execute work in accordance with the specifications and

instructions received from the AEPC or the Engineer of the AEPC during the course of the work, AEPC

reserves the right to terminate my contract and forfeit the Earnest Money Deposit paid by me in addition

to recovery of all the dues to the AEPC from the payment receivable by me. Further I may also be barred

/ blacklisted from tendering in future for the AEPC.

I / we agree to keep our tender open for 6 months from the date of opening of the Envelope-II i. e.

(Technical bid).

I / we enclose herewith the completed tender documents (Envelope-1, II, III) duly signed in Envelope - 4.

Yours truly,

(Signature of authorized signatory)

Name & Designation______________________________________

[To be signed by the Authorized Representative of Tenderer holding Power of Attorney]

Place: ___________________

Date: ____________________

Page 11 of 19

F. No. AEPC/HO/AHM/2020/79

Financial Bid

S. No Item Make Unit Qty Unit Rate (Rs.)

Amount (Rs.)

1 2MP Bullet IP Dome Camera (As per Annexure-A)

Hikvision/ Honeywell/ Sparsh

76 No.s

2 2MP Bullet IP Bullet Camera (As per Annexure-A)

Hikvision/ Honeywell/ Sparsh

11 No.s

3 32 Port NVR with 2HDD Support (As per

Annexure-A)

Hikvision/ Honeywell/ Sparsh

3 No.s

4 HDD 6TB Seagate/ Toshiba

24 No.s

5 Cat6 Cable with cable laying and Conduit

Dlink/ Finolex

8540 Mtr

6 24 Port POE Switch Cisco/ Honeywell/ Sparsh

8 No.s

7 LED TV 32" LG/ VU/ Sparsh

3 No.s

8 HDMI Cable Reputed 3 No.s

9 42U Rack (600x1000) With all Accessories Comrack/ Dynamic

1 No.s

10 9U Rack with Accessories Comrack/ Dynamic

7 No.s

11 Camera Mounting, Fixing, Configuration & Installation

NA 87 No.s

12 Cartage and Transportation NA 1 LS

Total

Taxes

Grand Total

Total Amount in words: Rupees___________________________________________________________________________

Note:

1. The lowest bidder (L-1) will be considered for award of contract though not binding. The decision of the

AEPC will be final and binding.

2. There should be no erasing and/or overwriting. The Tenders with erasing and/or overwriting shall be

summarily rejected.

3. Qty mentioned in this tender are liable to be changed at the discretion of the Council. Payment would

be made on the approved unit rate and actual work executed.

(Signature of Authorized Signatory)

Name and Designation________________________________________

Name of Firm & Seal________________________________________

Contact No.__________________________

Page 12 of 19

Annexure A

Technical Specifications

Bullet Camera Sensor 1/2.7", progressive scan, 2.0 megapixel, CMOS

Len s 4.0mm@ F1.6 6.0mm@ F1.6

DORI Distance

Len s Detect(m) Observe(m) Recognize(m) Identify(m)

4mm 60 24 12 6

6mm 90 36 18 9

Angle of View(H) 80.8° 54.9°

Angle of View (V) 44.1° 30.2°

Angle of View (O) 99.4° 67.5°

Adjustment angle Pan: 0°~360° Tilt: 0°~90° Rotate: 0°~360°

Shutter Auto/Manual, 1~1/100000 s

Minimum Illumination

Colour: 0.005 Lux (F1.6, AGC ON)

0 Lux with IR on

Day/Night IR-cut filter with auto switch (ICR)

Digital noise reduction

2D/3D DNR

S/N >52dB

IR Ran g e Up to 30m (98 ft) IR range

Defog Digital Defog

WDR 120dB

Video

Video Compression Ultra 265, H.265, H.264, MJPEG

H.264 code profile Baseline profile, Main Profile, High Profile

Frame Rate

Main Stream: 2MP(192 0 ×1 0 80 ) Max. 30fp

s; Sub Stream: 2MP(1920 ×1 08 0) Max.

30fp s;

Third Stream: D1(720×576) Max. 30fps

9:16 Corridor Mode Supported

HLC Supported

BLC Supported

OSD Up to 8 OSDs

Privacy Mask Up to 8 areas

ROI Up to 8 areas

Motion Detection Up to 4 areas

Smart

Behavior Detection Intrusion, cross line, motion detection

Intrusion Enter and loiter in a pre-defined virtual region

cross line Cross a pre-defined virtual line

motion detection Moving within a pre-defined virtual region

Recognition Face detection

Intelligent Defocus, Scene Change, Object Left, Object Moving

Page 13 of 19

Identification

Statistical Analysis People counting

General Function Watermark, IP Ad d ress Filterin g , Tamp erin g Alarm, Access Po licy, ARP Pro tectio n , RTSP Auth en ticatio n , User Auth en ticatio n

Network

Protocols IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPo E,RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,UPn P, HTTP,HTTPS, SMTP, 802.1x,

SNMP

Compatible Integration

ONVIF(Profile S), API

Interface

Network 1 RJ45 10M/100M Base-TX Ethernet

General

Power

12 V DC±25% , Po E (IEEE802 .3 af)

Power consumption: Max 6.4 W

Working Environment

-35°C ~ +60°C (-31°F ~ 140°F), Humidity :10%~95% RH(non-condensing)

Ingress Protection IP67

Vandal Resistant IK10

Reset Button Supported

Page 14 of 19

Dome Camera Sensor 1/2.8", progressive scan ,2.0 megapixel, CMOS

Len s 2.8 [email protected] 4.0 [email protected]

DORI Distance

Len s

Detect(m) Observe(m) Recognize(m)

Identify(m)

2.8mm 42 16.8

8.4

4.2

4mm 60 24

12

6

Angle of View (H) 112.7° 86.5°

Angle of View (V) 60.1° 44.1°

Angle of View (O) 146.5° 106.4°

Adjustment angle Pan: 0°~360° Tilt: 0°~75° Rotate: 0°~360°

Shutter Auto/Manual, 1~1/100000 s

Minimum Illumination

Colour: 0.003 Lux (F2.0, AGC ON)

0 Lux with IR

Day/Night IR-cut filter with auto switch (ICR)

Digital noise reduction

2D/3D DNR

S/N >52 dB

IR Ran g e Up to 30m (98 ft) IR range

Defog Digital Defog

WDR 120dB

Video

Video Compression Ultra 265, H.264, MJPEG

H.264 code profile Baseline profile, Main Profile, High Profile

Frame Rate

Main Stream:2MP (1920×1080): Max. 30

fps; Sub Stream:2MP (1920×1080): Max.

30 fps;

Third Stream:D1 (720×576): Max. 30 fps

9:16 Corridor Mode Supported

HLC Supported

BLC Supported

OSD Up to 8 OSDs

Privacy Mask Up to 8 areas

ROI Up to 8 areas

Motion Detection Up to 4 areas

Smart

Behavior Detection Intrusion, cross line, motion detection

Intrusion Enter and loiter in a pre-defined virtual region

cross line Cross a pre-defined virtual line

motion detection Moving within a pre-defined virtual region

Recognition Face detection、Audio detection

Intelligent Identification

Defocus, Scene Change, Object Left, Object Moving

Statistical Analysis People counting

Page 15 of 19

General Function Watermar k, IP Ad d ress Filterin g , Tamp erin g Alarm, Alarm in p ut, Alarm o utp ut, Access Po licy, ARP Pro tectio n , RTSP Authentication, UserAuthentication

Audio

Audio Compression G.711

Two-way audio Supported

Suppression Supported

Sampling Rate 8 KHZ

Storage

Edge Storage Micro SD, up to 256 GB

Network Storage ANR

Network

Protocols IPv4, IGMP, ICMP, ARP, TCP, UDP, DHCP, PPPo E,RTP, RTSP, RTCP, DNS, DDNS, NTP, FTP,UPn P, HTTP, HTTPS, SMTP, 802.1x,

SNMP

Compatible Integration

ONVIF(Profile S, Profile G, Profile T), API

Interface

Audio I/O

Input: impedance 35 kΩ; amplitude 2 V [p -p]

Output: impedance 600 Ω; amplitude 2 V [p -p]

Alarm I/O 1/ 1

Network 1 RJ45 10M/100M Base-TX Ethernet

General

Power

12 V DC±25% , Po E (IEEE802 .3 af)

Power consumption: Max 4W

Working Environment

-35°C ~ +60°C (-31°F ~ 140°F), Humidity :10%~90% RH(non-condensing)

Ingress Protection IP67

Vandal Resistant IK10

Page 16 of 19

Network Video Recorder Video/Audio Input

IP Video Input 16-ch 32-ch

Two-way Audio Input 1-ch, RCA

Network

Incoming Bandwidth 160Mbps 320Mbps

Outgoing Bandwidth 320Mbps

Remote Users 128

Protocols P2P, UPnP, NTP, DHCP, PPPo E

Video/Audio Output HDMI1/VGA:

1920x1080p /60Hz, 1920x1080p /50Hz, 1600x1200 60Hz, 1280x1024 /60Hz, 1280x720

/60Hz, 1024x768

HDMI/VGA output /60Hz HDMI2:

4K (3840x2160) /60Hz, 4K (3840x2160) /30Hz, 1920x1080p

/60Hz, 920x1080p /50Hz,

1600x1200 /60Hz,

1280x1024 /60Hz, 1280x720 /60Hz, 1024x768 /60Hz

Recording Resolution 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

Audio Output 1-ch, RCA

Synchrono u s Playback 16-ch

Corridor Mode Screen 3/4/5/7/9/10/12/16 3/4/5/7/9/10/12/16/32

Decoding

Decoding format Ultra 265, H.265, H.264

Live view/Playback 12MP/8MP/6MP/5MP/4MP/3MP/1080p/960p/720p/D1/2CIF/CIF

Capability 3 x 12MP@25, 4 x 4K@30, 8 x 4MP@30, 16 x 1080p@30, 32 x 960p@25

Hard Disk

SATA 4 SATA interfaces

Capacity up to 10TB for each HDD

External Interface

Network Interface 1 RJ45 10M/100M/1000M self -adaptive Ethernet Interface

Serial Interface 1 x RS485

USB Interface Front panel: 2 x USB2 .0

Rear panel: 1 x USB3 .0

Alarm In 16-ch

Alarm Out 4-ch

Power Output 12 VDC

PoE

Interface 16 independent 100 Mbps PoE network interfaces

Max Power Max 30W for single port

Max 200W in total ( 12.5W for each )

Supported Standard IEEE 802.3at

General

Power Supply 100 ~ 240 VAC

Power Consumption: ≤ 20 W( without HDD )

Working Environment -10°C ~ + 55°C ( +14°F ~ +131°F ), Humidity ≤ 90% RH(non -condensing)

Page 17 of 19

Annexure B

Location list of CCTV to be installed

S.No Location Type Area

1 Plaza area Outdoor Out Area

2 Meter Room Gate 3 Outdoor Out Area

3 Exhibition Hall back corner near ramp Outdoor Out Area

4 Exhibition Hall back corner near goods lift Outdoor Out Area

5 HVAC Room Indoor Basement

6 DG Room Indoor Basement

7 Transformer Room Indoor Basement

8 UPS Room Gallery Indoor Basement

9 Maintenance staff Room entrance Indoor Basement

10 Bike Parking near restaurant store Indoor Basement

11 Parking near Goods lift Indoor Basement

12 Parking near Housekeeping store Indoor Basement

13 Parking near Out Ramp Indoor Basement

14 Parking near In Ramp Indoor Basement

15 Parking at In Ramp 2 Indoor Basement

16 Main Gate Inramp entrance Indoor Basement

17 Housekeeping Store Room Indoor Basement

18 Bike parking near DG room Indoor Basement

19 AEPC Reception Indoor Basement

20 Bank area Indoor Basement

21 Exhibition Hall C Right Side Indoor Ground Floor

22 Exhibition Hall C Left Side Indoor Ground Floor

23 Art Gallery Lobby Indoor Ground Floor

24 Restaurant Entrance Indoor Ground Floor

25 Plaza Area near Foundation Stone Indoor Ground Floor

26 Out Gate No. 2 near Diesel Tank Indoor Ground Floor

Page 18 of 19

27 Out ramp near Exhibition hall Indoor Ground Floor

28 Passage near Gate NO. 2 near DG exhaust Indoor Ground Floor

29 Outside amain gate security Indoor Ground Floor

30 Main Gate Entrance Indoor Ground Floor

31 AEPC reception entrance Indoor Ground Floor

32 Auditorium Backside Indoor Ground Floor

33 Lynx-I near gate to T3 lift Indoor Ground Floor

34 Auditorium Left Exit gate Indoor Ground Floor

35 Auditorium Right Exit gate Indoor Ground Floor

36 Amphitheater Indoor Ground Floor

37 Exhibition Hall -A Indoor Ground Floor

38 Exhibition Hall -B stairs Indoor First Floor

39 T2 lift area exit gate Indoor First Floor

40 T3 lift area exit gate Indoor First Floor

41 Out area near SG room Indoor First Floor

42 Conference Room Hallway Indoor First Floor

43 Staff Entrance Glass door Indoor First Floor

44 Outside Chairman Cabin Indoor First Floor

45 Exit gate near staff canteen(T3) Indoor First Floor

46 Exit Gate near T2 Indoor Second Floor

47 Exit gate near T3 Indoor Second Floor

48 Fire Exit T1 Indoor Second Floor

49 Fire Exit T3 Indoor Second Floor

50 Common passage outside showroom T1 Indoor Second Floor

51 Common passage outside showroom T2 Indoor Second Floor

52 Common passage outside showroom T3 Indoor Second Floor

53 Exit Gate near T2 Indoor Third Floor

54 Exit gate near T3 Indoor Third Floor

55 Fire Exit T1 Indoor Third Floor

56 Fire Exit T3 Indoor Third Floor

57 Common passage outside showroom T1 Indoor Third Floor

Page 19 of 19

58 Common passage outside showroom T2 Indoor Third Floor

59 Common passage outside showroom T3 Indoor Third Floor

60 Exit Gate near T2 Indoor Fourth Floor

61 Exit gate near T3 Indoor Fourth Floor

62 Fire Exit T1 Indoor Fourth Floor

63 Fire Exit T3 Indoor Fourth Floor

64 Common passage outside showroom T1 Indoor Fourth Floor

65 Common passage outside showroom T2 Indoor Fourth Floor

66 Common passage outside showroom T3 Indoor Fourth Floor

67 Exit Gate near T2 Indoor Fifth Floor

68 Exit gate near T3 Indoor Fifth Floor

69 Fire Exit T1 Indoor Fifth Floor

70 Fire Exit T3 Indoor Fifth Floor

71 Common passage outside showroom T1 Indoor Fifth Floor

72 Common passage outside showroom T2 Indoor Fifth Floor

73 Common passage outside showroom T3 Indoor Fifth Floor

74 Exit Gate near T2 Indoor Sixth Floor

75 Exit gate near T3 Indoor Sixth Floor

76 Fire Exit T1 Indoor Sixth Floor

77 Fire Exit T3 Indoor Sixth Floor

78 Common passage outside showroom T1 Indoor Sixth Floor

79 Common passage outside showroom T2 Indoor Sixth Floor

80 Common passage outside showroom T3 Indoor Sixth Floor

81 Exit Gate near T2 Indoor Seventh Floor

82 Exit gate near T3 Indoor Seventh Floor

83 Fire Exit T1 Indoor Seventh Floor

84 Fire Exit T3 Indoor Seventh Floor

85 Common passage outside showroom T1 Indoor Seventh Floor

86 Common passage outside showroom T2 Indoor Seventh Floor

87 Common passage outside showroom T3 Indoor Seventh Floor

Note: The location is liable to be changed as per coverage view or as deemed fit by the Sr. Engineer,

AEPC during the installation.