REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)REQUEST FOR PROPOSAL (RFP)
SUPPLY, INSTALLATIOSUPPLY, INSTALLATIOSUPPLY, INSTALLATIOSUPPLY, INSTALLATION, TESTING N, TESTING N, TESTING N, TESTING
AND COMMISSIONING OF AND COMMISSIONING OF AND COMMISSIONING OF AND COMMISSIONING OF
CCTV, Access Control, Fire Alarm & Gas FloodingCCTV, Access Control, Fire Alarm & Gas FloodingCCTV, Access Control, Fire Alarm & Gas FloodingCCTV, Access Control, Fire Alarm & Gas Flooding
System at RSTV ChannelSystem at RSTV ChannelSystem at RSTV ChannelSystem at RSTV Channel....
Ref No. BECIL/RSTV/Security Eqp.Ref No. BECIL/RSTV/Security Eqp.Ref No. BECIL/RSTV/Security Eqp.Ref No. BECIL/RSTV/Security Eqp./201/201/201/2014444
Dated:Dated:Dated:Dated: 23232323////09090909/201/201/201/2014444
BroadcBroadcBroadcBroadcast Engineering Consultants India Last Engineering Consultants India Last Engineering Consultants India Last Engineering Consultants India Limiimiimiimitttteeeedddd
(A Government of India Enterprise)(A Government of India Enterprise)(A Government of India Enterprise)(A Government of India Enterprise) (A Mini Ratna Company)(A Mini Ratna Company)(A Mini Ratna Company)(A Mini Ratna Company)
Head OfficeHead OfficeHead OfficeHead Office: 14: 14: 14: 14----B Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New DelhiB Ring Road, IP Estate, New Delhi---- 110002110002110002110002 Tel: Tel: Tel: Tel: 011011011011 23378823 23378823 23378823 23378823 Fax: Fax: Fax: Fax: 000011111111 23379885233798852337988523379885
CorporateCorporateCorporateCorporate OfficeOfficeOfficeOffice:::: BECIL BHAWAN, BECIL BHAWAN, BECIL BHAWAN, BECIL BHAWAN, CCCC----56565656----A/17A/17A/17A/17, Sec, Sec, Sec, Secttttorororor----62, Noida62, Noida62, Noida62, Noida----201 301201 301201 301201 301 Tel: Tel: Tel: Tel: 0120 4177850 0120 4177850 0120 4177850 0120 4177850 Fax: 0120 Fax: 0120 Fax: 0120 Fax: 0120 4177879417787941778794177879
EEEE----mail: mail: mail: mail: [email protected]@[email protected]@becil.com Web: Web: Web: Web: www.becil.comwww.becil.comwww.becil.comwww.becil.com
Invitation to Bid (ITB)Invitation to Bid (ITB)Invitation to Bid (ITB)Invitation to Bid (ITB)
For For For For SITC of SITC of SITC of SITC of CCTV, Access Control,CCTV, Access Control,CCTV, Access Control,CCTV, Access Control, Fire Alarm &Gas Flooding Fire Alarm &Gas Flooding Fire Alarm &Gas Flooding Fire Alarm &Gas Flooding for for for for Rajya Sabha TV Rajya Sabha TV Rajya Sabha TV Rajya Sabha TV Channel ProjectChannel ProjectChannel ProjectChannel Project
1) BECIL has been contracted by Rajya Sabha Secretariat to set up Broadcast
Infrastructure Facility for RSTV Channel on their behalf.
2) BECIL now invites bids from eligible and qualified Bidders for the supply of the
goods and services as described above.
3) Bidding will be conducted through the Two Envelope Competitive Bidding
procedures specified in the GFR Procurement Manual and BECIL’s procurement
rules, and are open to all eligible Bidders as defined in this ITB.
4) Interested eligible Bidders may obtain further information from project coordinator
Mr. V. P. Singh (AGM) at [email protected].
5) Qualifications requirements are specified in the ITB.
6) Bids must be delivered as specified in the Instructions to Bidders of this ITB (please
read this part carefully). Late bids will be rejected.
PrePrePrePre----cleared & Approved by:cleared & Approved by:cleared & Approved by:cleared & Approved by: Date: 23/09/2014 George Kuruvilla Director ( O&M )
ITB for Procurement of GoodsITB for Procurement of GoodsITB for Procurement of GoodsITB for Procurement of Goods
SummarySummarySummarySummary
Section I. General Information & Instructions to BiddersSection I. General Information & Instructions to BiddersSection I. General Information & Instructions to BiddersSection I. General Information & Instructions to Bidders
This Section provides information to help Bidders prepare their bids. Information is also provided on the submission, opening, and evaluation of bids and
on the award of Contracts. Section I contains provisions that are to be used without
modification.
Section II. Section II. Section II. Section II. Technical SysTechnical SysTechnical SysTechnical System Requirementtem Requirementtem Requirementtem Requirement
This Section includes generic and Technical requirements of the project, List of
Goods and Related Services and Technical Specifications of Goods and Related
Services to be procured.
Section ISection ISection ISection IIIIII. I. I. I. EnclosureEnclosureEnclosureEnclosure
This Section includes format for Vendor Information and their customer’s
references and checklist for the bidders.
TABLE OF CONTENTSTABLE OF CONTENTSTABLE OF CONTENTSTABLE OF CONTENTS
SECTION I. SECTION I. SECTION I. SECTION I. GENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERSGENERAL INFORMATION & INSTRUCTIONS TO BIDDERS
A.A.A.A. RFP Schedule and Critical DatesRFP Schedule and Critical DatesRFP Schedule and Critical DatesRFP Schedule and Critical Dates
B.B.B.B. Intent oIntent oIntent oIntent of f f f the the the the Request for Proposal Request for Proposal Request for Proposal Request for Proposal
C.C.C.C. Procedure Procedure Procedure Procedure and and and and Terms and ConditionsTerms and ConditionsTerms and ConditionsTerms and Conditions
D.D.D.D. Eligibility CriteriaEligibility CriteriaEligibility CriteriaEligibility Criteria
E.E.E.E. Commercial ConditionsCommercial ConditionsCommercial ConditionsCommercial Conditions
1. Earnest Money Deposit
2. Prices
3. Payment Terms
4. Freight and Insurance
5. Consignee
6. Delivery & Commissioning Period
7. Packing
8. Guarantee / Warranty
9. Authorization
10. Performance Bank Guarantee
11. Technical Manual
12. Penalty Clause
13. Service Tax
14. Compliance Statement
F.F.F.F. Vendors Requirement Vendors Requirement Vendors Requirement Vendors Requirement
1. Warranty/Guarantee
2. Additional Information
G.G.G.G. Proposal Response FormatProposal Response FormatProposal Response FormatProposal Response Format
H.H.H.H. Method of Evaluation and AwardMethod of Evaluation and AwardMethod of Evaluation and AwardMethod of Evaluation and Award
1. Product Quality
2. Compatibility
3. Up-gradation/ Modular Design
4. Assurance of Supply
5. Quality
6. Service
7. Cost
8. Integration Experience
9. Delivery Schedule
10. Regulatory
SECTIONSECTIONSECTIONSECTION----IIIIIIII.... TECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENT
A.A.A.A. Generic Conditions Generic Conditions Generic Conditions Generic Conditions
B.B.B.B. Technical ConditionsTechnical ConditionsTechnical ConditionsTechnical Conditions
C.C.C.C. Proposed Bill ofProposed Bill ofProposed Bill ofProposed Bill of MateMateMateMaterial rial rial rial
D.D.D.D. Technical SpecificationsTechnical SpecificationsTechnical SpecificationsTechnical Specifications
SECTION III.SECTION III.SECTION III.SECTION III.
A.A.A.A. VendorVendorVendorVendor information formatinformation formatinformation formatinformation format
B.B.B.B. Customer reference formatCustomer reference formatCustomer reference formatCustomer reference format
C.C.C.C. EnclosuresEnclosuresEnclosuresEnclosures
SECTION ISECTION ISECTION ISECTION I
GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS GENERAL INFORMATION & INSTRUCTIONS
TO BIDDERSTO BIDDERSTO BIDDERSTO BIDDERS
CONTENTSCONTENTSCONTENTSCONTENTS
A.A.A.A. RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES
B.B.B.B. INTENT OF THE REQUEST FOR INTENT OF THE REQUEST FOR INTENT OF THE REQUEST FOR INTENT OF THE REQUEST FOR PROPOSALPROPOSALPROPOSALPROPOSAL
C.C.C.C. PROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONS
D.D.D.D. ELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIAELIGIBILITY CRITERIA
E.E.E.E. COMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONSCOMMERCIAL TERMS AND CONDITIONS
F.F.F.F. VENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENT
G.G.G.G. PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT
H.H.H.H. METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD
A.A.A.A. RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES RFP SCHEDULE AND CRITICAL DATES
The RFP tentative schedule and critical dates are shown below:
BECIL reserves the right to amend the RFP tentative schedule and critical dates. Original tender document against a fee of Rs. 1000/- can be purchased from the address given below as:
BECIL BHAWAN,BECIL BHAWAN,BECIL BHAWAN,BECIL BHAWAN,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62,62,62,62,
Noida 201 307Noida 201 307Noida 201 307Noida 201 307
Tel. No. 0120 Tel. No. 0120 Tel. No. 0120 Tel. No. 0120 ---- 4177850417785041778504177850
till till till till 15/1015/1015/1015/10/2014/2014/2014/2014 upto 1200 hoursupto 1200 hoursupto 1200 hoursupto 1200 hours
The tender document can also be downloaded from our website www.becil.comwww.becil.comwww.becil.comwww.becil.com and a
demand draft of Rs. 1,00,000/- must be submitted alongwith the bid otherwise the bid will be
rejected.
“Demand Draft should be in favour of BECIL payable at New Delhi”.
No tender document will be issued after the last date as mentioned above.
EVENTEVENTEVENTEVENT DATEDATEDATEDATE
1111.... RFP Issue to Prospective BiddersRFP Issue to Prospective BiddersRFP Issue to Prospective BiddersRFP Issue to Prospective Bidders 23/09/2014
2222.... Pre Bid Meeting Pre Bid Meeting Pre Bid Meeting Pre Bid Meeting 08/10/2014
3333.... Bidder Queries & Response Bidder Queries & Response Bidder Queries & Response Bidder Queries & Response 09/10/2014
4444.... Submission ofSubmission ofSubmission ofSubmission of Proposals/bidsProposals/bidsProposals/bidsProposals/bids 15/10/2014 upto 1200 hours
5555.... Technical opening of BidsTechnical opening of BidsTechnical opening of BidsTechnical opening of Bids 15/10/2014 At 1500 hours
6666.... Technical evaluation of proposalTechnical evaluation of proposalTechnical evaluation of proposalTechnical evaluation of proposal To be intimated
7777.... Opening of Financial BidOpening of Financial BidOpening of Financial BidOpening of Financial Bid To be intimated
8888.... Commercial Bid evaluation Commercial Bid evaluation Commercial Bid evaluation Commercial Bid evaluation
To be intimated
9999.... Award of Purchase OrderAward of Purchase OrderAward of Purchase OrderAward of Purchase Order To be intimated
B.B.B.B. INTENT OF THE REQUEST FOR PRINTENT OF THE REQUEST FOR PRINTENT OF THE REQUEST FOR PRINTENT OF THE REQUEST FOR PROPOSALOPOSALOPOSALOPOSAL
Parliament is the supreme legislative body of our country. It comprises of President and the
two Houses – Lok Sabha (House of the People) and Rajya Sabha (council of States).
Facilities were established with robotic cameras in both the Houses of Parliament for live
telecast of the proceedings. Subsequently in 2006 a dedicated Lok Sabha TV Channel was
set up with 24 x 7 services for keeping the citizens informed on important role and
functions of Lok Sabha.
The proceedings of Rajya Sabha are being telecast live whenever the HOUSE is in session
by Doordarshan, however, full fledged dedicated TV service for Rajya Sabha needs has not
been established. It has now decided to set up a 24X7 TV Channel to be known as Rajya
Sabha TV (RSTV) Channel for broadcasting of programs and events dedicated to the
important functions of Rajya Sabha.
The intent of The intent of The intent of The intent of this this this this RFP is to solicit professional solution RFP is to solicit professional solution RFP is to solicit professional solution RFP is to solicit professional solution for for for for Supply, Installation, Testing Supply, Installation, Testing Supply, Installation, Testing Supply, Installation, Testing and Commissioning (SITC) and Commissioning (SITC) and Commissioning (SITC) and Commissioning (SITC) CCTV, Access Control, Fire Alarm &Gas FloodingCCTV, Access Control, Fire Alarm &Gas FloodingCCTV, Access Control, Fire Alarm &Gas FloodingCCTV, Access Control, Fire Alarm &Gas Flooding SysSysSysSystemtemtemtem atatatat Rajya Sabha TV Channel.Rajya Sabha TV Channel.Rajya Sabha TV Channel.Rajya Sabha TV Channel.
Tenderers are requested to quote their best possible prices with special discount as the
setup is for supreme legislative body of our country. Training is to be imparted to the
technical Staff of Rajya Sabha TV Channel for functioning of these equipments.
C.C.C.C. PROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONSPROCEDURE TERMS AND CONDITIONS
1. The proposal is to be submitted in TWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEM with separate Technical and separate Technical and separate Technical and separate Technical and
Financial bidFinancial bidFinancial bidFinancial bid under separated sealed covers.
2.2.2.2. TWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEMTWO BID SYSTEM
All bidders are required to submit their offer in two covers as under:-
2.1 First Cover should contain the following :-
(i) Tender documents duly completed and signed BUT WITHOUT INDICATING
THE RATE QUOTED.
(ii) The technical details of the models offered alongwith the supporting original
technical literature, Leaflets, Brochure etc. in duplicate.
2.2 Second Cover should contain the following :-
(i) Details of rate, taxes, duties, discount, if any, quoted by the bidder. These
details should be submitted on their letter head.
(ii) FOR terms, delivery period quoted.
Both the above mentioned cover should be sealed separately and therefore be kept in
a third cover and sealed again.
This cover should also be superscribed with “Tender for Supply, Installation, Testing and Commissioning (SITC) CCTV, Access Control, Fire Alarm &Gas Flooding for Rajya Sabha TV Channel against tender enquiry no. BECIL/RSTV/Security-Eqp/2014 Dated: 23/09/2014, so as to reach us on or before12:00 Hrs on 15/10/2014.
The composite bid i.e. rate indicated in the Technical bid openly in tender is liable to
be ignored. Only the first cover i.e. Technical bid shall be opened on the date of
tender opening.
The words “TECHNICAL BID” should be written clearly and prominently on the
First cover alongwith tender no. and date of opening. Similarly, the words “PRICE
BID” should be written clearly and prominently on the second cover alongwith
Tender No. and date of opening.
3. Bid Responses must be addressed to and submitted at the following address:
The The The The Chairman & Managing DirectorChairman & Managing DirectorChairman & Managing DirectorChairman & Managing Director
BroadcasBroadcasBroadcasBroadcast Engineering Consultants India Ltd,t Engineering Consultants India Ltd,t Engineering Consultants India Ltd,t Engineering Consultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62, Noida 201 30762, Noida 201 30762, Noida 201 30762, Noida 201 307
Tel: 0Tel: 0Tel: 0Tel: 0120120120120----4177850417785041778504177850
Fax: 0Fax: 0Fax: 0Fax: 0120120120120----4177879417787941778794177879
4. The Bids, both technical and the financial, should reach the office of BECIL, on the
above address, not later than 12:00 hours on 15/10/2014. Bids received beyond the
specified date will be rejected. It is the responsibility of the Bidder to confirm that
the bids have been received on time & to the proper place within the specified dates.
Facsimile and electronic replies are not acceptable.
5. All bids are to remain valid for six monthsix monthsix monthsix month from the date of opening of financial bid.
6. BECIL reserves the right to solicit additional information from Bidders to evaluate
which bid best meets the need of the Project. Additional information may include,
but is not limited to, past performance records, lists of available items of work will
be done simultaneously with the project, on-site visit and evaluations by BECIL
personnel, or any other pertinent information. It will be vendor’s responsibility to
check for updated information on BECIL’s web site www.becil.comwww.becil.comwww.becil.comwww.becil.com....
7. Additional questions should be submitted in writing to the RFP Coordinator
addressed to
Mr. V.P. SinghMr. V.P. SinghMr. V.P. SinghMr. V.P. Singh
Assistant General ManagerAssistant General ManagerAssistant General ManagerAssistant General Manager
Broadcast Engineering ConsBroadcast Engineering ConsBroadcast Engineering ConsBroadcast Engineering Consultants India Ltd,ultants India Ltd,ultants India Ltd,ultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62, Noida 201 30762, Noida 201 30762, Noida 201 30762, Noida 201 307
Tel: 0120Tel: 0120Tel: 0120Tel: 0120----4177850417785041778504177850
Fax: 0120Fax: 0120Fax: 0120Fax: 0120----4177879417787941778794177879
Mobile No. 9818666817Mobile No. 9818666817Mobile No. 9818666817Mobile No. 9818666817
eeee----mmmmailailailail: [email protected]@[email protected]@becil.com
8. BECIL will make its decision based on the ability of the Bidder(s) to meet our
specific needs, technical expertise of the Bidder(s), delivery capabilities, customer
references, past satisfactory performance experience, system completeness is must
besides cost.
9. BECIL reserves the right to waive off any deviations, accept the whole or part
thereof or reject any or all bids and to select the Bidder(s) which, in the sole opinion
of the Project in charge, best meets the project’s interest. BECIL also reserves the
right to negotiate with potential bidders so that its best interest to fulfill the need of
project is served.
10. BECIL reserves the right to reject any and all proposals, to negotiate all terms of
any agreement resulting from this request for proposal, and to request additional
information from vendors.
11. All information contained in this RFP, or provided in subsequent discussions or
disclosures, is proprietary and confidential. No information may be shared with any
other organization, including potential sub-contractors, without prior written
consent of the RFP Coordinator.
D.D.D.D. ELIELIELIELIGIBILITY CRITERIAGIBILITY CRITERIAGIBILITY CRITERIAGIBILITY CRITERIA
1. For Purchase of tender document, bidder will have to pay tender fees of Rs. 1000/- in
form of demand draft.
2. EMD amount of Rs. 1,00,000/- to be paid in form of Demand Draft (No other mode of
payment will be accepted)
3. The bidders should have successfully executed at least one project related to CCTV
or Access Control or Fire Alarm or Gas Flooding system should submit the
documentary proof along with the completion certificate of the project (minimum
value of the project should be One Crore).
4. The bidder should be registered under Indian Company Act 1956. A copy of
registration should be submitted.
5. The bidder is required to submit following documents:
a) Copy of PAN No.
b) Copy of TAN No.
c) Copy of Service tax No.
d) Copy of CST/VAT No.
And in case any document is not submitted, bid shall stand rejected.
6. Letter of Authorization from OEM to quote against the tender Reference No.
BECIL/RSTV/Security-Eqp./2014 Dated: 23/09/2014 enlisting after sales support
after project execution is essential. The details have been given in the technical
section separately. Original copy of Authorization letter should be submitted for
CCTV, Access Control, and Fire Alarm & Gas flooding System, Water leakage
detection system and turnstile.
7. The bidder should submit the compliance statement duly signed by OEM.
8. A separate point by point compliance statement duly signed by bidder in respect to
all points laid down in the specifications for all the equipment/item(s) must be
submitted.
9. The Bidder should be a profit making company and should have an average turnover
of Five Crore in last three financial years (2011-12, 2012-13, 2013-14) and provide
the balance sheet for the same.
E.E.E.E. COMMERCIAL COMMERCIAL COMMERCIAL COMMERCIAL TERMS AND TERMS AND TERMS AND TERMS AND CONDITIONSCONDITIONSCONDITIONSCONDITIONS
Each bidder is required to accept the following terms and conditions:-
1111.... Earnest Money Earnest Money Earnest Money Earnest Money :::: Each bidder is required to submit Earnest Money
Deposit of Value Rs Rs Rs Rs 1111,0,0,0,00,000/0,000/0,000/0,000/----.... EMD should be in
the form of Demand draft or Bankers cheque from
scheduled bank in favor of “BECIL payable at New
Delhi”. Bid without EMD will not be accepted. No
interest is payable on EMD amount.
2222.... PricesPricesPricesPrices :::: The payment shall be done in INR and prices
should be FOR site or as mentioned by BECIL.
3333.... Payment Terms for INRPayment Terms for INRPayment Terms for INRPayment Terms for INR :::: 70 % payment of the total order value shall be
released after delivery of material at site and
acceptance by ultimate users/consignee.
20% payment of the total order value shall be
released after installation and testing of material
at site.
5% payment of the total order value shall be
released after commissioning of equipment.
Balance 5% of the total amount will be release
after one year from the date of completion project.
4444.... ConsigneeConsigneeConsigneeConsignee :::: The equipment should be consigned to Rajya Sabha
TV Channel c/o Project Manager, BECIL, New
Delhi.
5555.... Invoice Invoice Invoice Invoice :::: All invoices should be raised in the name of Rajya Rajya Rajya Rajya
Sabha TV ChannelSabha TV ChannelSabha TV ChannelSabha TV Channel through Broadcast Engineering Broadcast Engineering Broadcast Engineering Broadcast Engineering
Consultants India Limited.Consultants India Limited.Consultants India Limited.Consultants India Limited.
6666.... Delivery schedule and Delivery schedule and Delivery schedule and Delivery schedule and
CommissioningCommissioningCommissioningCommissioning
:::: Within 4-6 weeks from Date of Work order.
Installation, Testing and Commissioning has to be
completed within 2 weeks of the delivery of the
equipment.
7777.... PackingPackingPackingPacking :::: The equipment should be securely packed to
withstand transit hazards during different modes
of transportation.
8888.... Guarantee/WarrantyGuarantee/WarrantyGuarantee/WarrantyGuarantee/Warranty :::: The equipment shall be under warranty for period
of 18 months from the date of supply of all
equipment or 12 months from date of
commissioning, whichever is later.
9999.... AuthorizationAuthorizationAuthorizationAuthorization :::: Original copy of Authorization letter from OEM should be submitted.
10101010.... Performance Bank Performance Bank Performance Bank Performance Bank GuaranteeGuaranteeGuaranteeGuarantee
:::: The successful bidder shall have to furnish a
Performance bank guarantee (PBG) in favor of
Broadcast Engineering Consultants India Ltd,
14-B, Ring Road IP Estate, New Delhi – 110002 for
an amount equal to 5% of order value and valid for
the period of warrantee.
11111111.... TechnTechnTechnTechnical Manualical Manualical Manualical Manual :::: Two print copies of Technical Manual / Operation
Manual and one CD version of the same have to be
supplied with the equipment. One set of test
certificate of each equipment has to be enclosed
with shipment and one copy sent to BECIL.
All software in original with perpetual license
certificate has to be provided wherever possible.
11112222.... Penalty ClausePenalty ClausePenalty ClausePenalty Clause :::: In case of late delivery/commissioning of
equipments, the supplier shall be liable to pay
penalty @ 2 % of the order value per week of delay
or a part thereof, up to a maximum amount of 5%
of order value, after which the order is liable to be
cancelled.
11113333.... TaxTaxTaxTaxeseseses :::: Taxes will be deducted as applicable.
11114444.... Compliance StatementCompliance StatementCompliance StatementCompliance Statement :::: A point by point full compliance statement in
respect to all parameters related to the concerned
equipments/items from the respective principle
manufacturers should be submitted in the
prescribed format given at Table 1.
Table Table Table Table 1111
COMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMACOMPLIANCE STATEMENT PERFORMA
Sr. Sr. Sr. Sr. No.No.No.No.
Sr. No. of Sr. No. of Sr. No. of Sr. No. of SpecificationSpecificationSpecificationSpecification
Description of Description of Description of Description of SpecifiSpecifiSpecifiSpecificationcationcationcation
Page number of Page number of Page number of Page number of SpecSpecSpecSpecificationificationificationifications in RFPs in RFPs in RFPs in RFP
Compliance Compliance Compliance Compliance (Yes/No)(Yes/No)(Yes/No)(Yes/No)
Deviation ,if any, Deviation ,if any, Deviation ,if any, Deviation ,if any, to the to the to the to the
specificationspecificationspecificationspecification
Optional Items ,if Optional Items ,if Optional Items ,if Optional Items ,if any, required for any, required for any, required for any, required for the completeness the completeness the completeness the completeness
of systemof systemof systemof system
Features in Features in Features in Features in the offered the offered the offered the offered product in product in product in product in addition to addition to addition to addition to
BECIL specsBECIL specsBECIL specsBECIL specs
F.F.F.F. VENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENTVENDORS REQUIREMENT
Bidders are required to complete the vendor Information forms provided at
Appendix 3.
1.1.1.1. Warranty / GuaranteeWarranty / GuaranteeWarranty / GuaranteeWarranty / Guarantee
Apart from the standard product guarantee / warrantee offered for individual pieces
or sets of equipment (e.g. replacements for defective supplies, conformance to
specifications provided in documentation etc.) vendors must provide details of the
nature of guarantee for deliverables of the complete system that they are willing to
commit. Guarantee with respect to the installation defects will also be applicable
for the same period of time.
2.2.2.2. Additional information Additional information Additional information Additional information
Vendors should provide the following additional information.
2.1 A copy of the annual report of the company for last three financial Year
and wherever applicable of the key principals. This is required, amongst
other things, to understand the financial strengths, growth rate etc. of
vendors.
2.2 List with details (including name of client / TV channel) of similar work
executed in India and abroad.
2.3 Particulars of the partners or related / inter-linked company in India for
sales, installation / commissioning and support (for principals/OEM) OR,
principals with whom you have a tie-up (in the case of integrators).
2.4 Any other detailed information of relevance (such as market shares etc.)
with supporting documents or references.
G.G.G.G. PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT PROPOSAL RESPONSE FORMAT
All the bidders are requested to use the same or similar format as given below while
submitting the commercial bids. The proposal must be submitted strictly in the
following fashion as in Table 2.
1. The proposal shall be submitted in the same envelope at the same time, in two
distinct parts: a Technical Proposal and a commercial Proposal. . . .
2. Proposals are to be prepared on standard 8-1/2” x 11” A4 size paper. Foldouts
containing charts, spreadsheets, and oversize exhibits are permissible. The
pages should be placed in a binder with tabs separating the sections of the
proposal. Manuals and other reference documentation may be bound
separately. All responses, as well as any reference materials presented must be
written in English.
3. Proposals must respond to the RFP requirements by restating the number and
text of the requirement in sequence and writing the response immediately after
the requirement statement.
4. Figures and tables must be numbered and referenced in the text by that number.
They should be placed as close to possible to the referencing text. Pages must be
numbered consecutively within each section of the proposal showing proposal
section and page number.
5. Proposals shall be based only on the items contained in this RFP and its
standard required accessories. The RFP includes official response to pre-
proposal conference questions, addenda, and any other material published by
the BECIL pursuant the RFP. The bidder is to disregard any previous draft
materials and any oral representations it may have received. All responses to
the requirements in Sections (list appropriate section) of this RFP must clearly
state whether the proposal will satisfy the referenced requirements, and the
manner in which the requirement will be satisfied.
6. A point by point compliance statement duly signed by bidder in respect to all
points laid down in the specifications for all the equipment/item(s) must be
submitted.
TABLETABLETABLETABLE----2222
H.H.H.H. METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD METHOD OF EVALUATION AND AWARD
Evaluation CriterionEvaluation CriterionEvaluation CriterionEvaluation Criterion :::: The proposals will be evaluated for meeting
technical requirements and system completeness
based on which commercial analysis will be
carried out. Final selection of the proposal /
equipment will be based on the merits of the
techno-commercial proposal submitted and will
be decided by the evaluation committee. Factors
which will be considered as a part of evaluation
amongst others will include the following.
1111.... Product QualityProduct QualityProduct QualityProduct Quality :::: Only reputed industry tested equipment and
solutions with reliability will be accepted, non-
standard make/model of equipment will
disqualify the proposal technically.
S.No.S.No.S.No.S.No. Description Description Description Description Qty. Qty. Qty. Qty. Make Make Make Make Model Model Model Model Unit PriceUnit PriceUnit PriceUnit Price TaxesTaxesTaxesTaxes Total Price Total Price Total Price Total Price
VATVATVATVAT SALESSALESSALESSALES
Grand TotalGrand TotalGrand TotalGrand Total
2222.... CompatibilityCompatibilityCompatibilityCompatibility :::: System is envisaged to be compatible with the
other quoted equipment.
3333.... UpUpUpUp----gradation/ Modular gradation/ Modular gradation/ Modular gradation/ Modular
designdesigndesigndesign
:::: System/equipment should be future looking and
open to Technology up-gradations besides
capable of add on facility and features in phased
manner.
4444.... Assurance of supplyAssurance of supplyAssurance of supplyAssurance of supply :::: Vendor’s technical capability, Organizational
stability, reliability of equipment and ability to
meet timelines.
5555.... QualityQualityQualityQuality :::: Equipment stability, guaranteed uptime
parameters, life of equipment.
6666.... ServiceServiceServiceService :::: After sales service, availability of spare
parts/technical support, warrantee offered.
7777.... CostCostCostCost :::: Cost of the system as proposed and the apparent
future financial implications, AMC and Total
cost of Ownership.
8888.... Integration Integration Integration Integration
ExperienceExperienceExperienceExperience
:::: Expertise and experience of the bidder in system
/ sub system of Integration of similar nature.
9999.... Delivery ScheduleDelivery ScheduleDelivery ScheduleDelivery Schedule :::: Delivery timeline will be critical parameter for
evaluation and final decision.
10101010.... RegulatoryRegulatoryRegulatoryRegulatory :::: Should meet the Regulatory compliance, Safety
requirements, Environmental objectives.
SECTION IISECTION IISECTION IISECTION II
TECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENTTECHNICAL SYSTEM REQUIREMENT
CONTENTSCONTENTSCONTENTSCONTENTS
A.A.A.A. GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS
B.B.B.B. TECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONS
C.C.C.C. PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL PROPOSED BILL OF MATERIAL
A.A.A.A. GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS GENERIC CONDITIONS
This RFP is for a system that will meet the following basic requirements:-
1. A reliable, redundant system providing a high level of up time (99.99%) with
easy and intuitive, manual systems in case of failure.
2. Easy and Economic System Upgradeable & Scalable in nature.
3. Use of industry standard hardware and interfaces.
4. Local (or within India) post-sales support services.
5. Interoperate with other equipment and technology in future.
6. Equipment with model not nearing obsoleteness.
7. The PCs, if required, for the system should be included alongwith configuration.
8. The system offered should be modular in design allowing acquisition of part or
complete system.
9. All software applications, if any required should be of latest version at the time of
Purchase Order and upgrades to be provided without any financial implication
during warranty period.
B.B.B.B. TECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONSTECHNICAL CONDITIONS
1. Proposed Bill of Material of the system configuration is listed in the APPENDIX
‘1’.
2. Proposal should be for a complete system / sub system. Incomplete or part
component will not be considered. The firm will be responsible for installing the
system offered by them and integrate with other existing system of RSTV setup.
3. Proposal carrying firm solution and optional equipment or features should not be
the part of proposal, unless specified in the RFP.
4. A copy of certificate from OEM authorizing the bidder against the tender
Reference No. BECIL/RSTV/Security-Eqp./2014 dated 23/09/2014 to quote the
product ensuring installation / configuration and after sales support is an
essential requirement. The bid submitted without the certificate is liable to be
rejected.
5. Each equipment must be accompanied with operational and technical manual.
6. Evaluation will be done for each equipment and final configuration of the BOM to
be determined subsequently.
7. System Integrator (SI) should submit the detailed system Design, Drawing,
Block Schematic, Lay Out Plan ( LOP) etc. for equipments and power supply
system along with technical bid.
8. System Integrator (SI) should submit the detailed Drawing / Specifications of the
additional equipment for the approval from BECIL/RSTV.
9. System Integrator (SI) should also submit the PERT Chart indicating the
schedule for the commissioning of the project with the terms & conditions as
stipulated in the delivery schedule in the Clause No. 1.5.6.
10. Vendor should specify the recommended spare parts for each of the major
equipment. However this will not be a part of commercial evaluation process.
11. Vendor should submit back to back consent from OEM to supply the equipments /
components for five years.
12. Vendor should quote only one product, no alternate product will be considered.
13. Cross reference in reference of supporting documents should be given with proper
page number and volume number.
C.C.C.C. BILL OF MATERIALBILL OF MATERIALBILL OF MATERIALBILL OF MATERIAL
CCTVCCTVCCTVCCTV WorkWorkWorkWork
S. NO. DESCRIPTION Make UNIT QTY
1 IP CAMERAS
1.1 Supply, Installation, Testing & Commissioning
of 720P High Definition H.264 IP Vandal-Proof
IR Dome Camera, Sony 1/3” Exmor™ image
sensor, 2.8 - 12mm 2M DC-IRIS, H.264
baseline, main PoE, DC12V/AC24V, ONVIF
with all accessories like tamper proof screws,
clamps, wiring etc. complete as required.
Honeywell/
Axis/UTC
Nos.
32
1.2 Supply, Installation, Testing & Commissioning of 720P High Definition H.264 IP Box Camera,
Sony 1/3” Exmor™ image sensor, 1280 x 720
pixels, 1fps - 25/30fps, 5-50mm focal length,
Camreas sensor size 1/3”, HHG Housing
DC12V/AC24V, ONVIF with all accessories
like Outdoor weatherproof Housing, brackets,
tamper proof screws, clamps, wiring etc. complete as required.
Honeywell/Axis/UTC
Nos
8
2 NETWORK VIDEO RECORDER - NVR
Network Video Recorder (Local system, NOT
support HUS XPRO integration): Include Storage
Server, Windows Server Standard, SQL Server
Express, HUS software. License covers 128 video
channels/128 alarm zones/128 card readers and
5 user clients. Support 16 hot-swappable hard
disk direct attached and up to total 48 disks
expansion
Honeywell/
Axis/UTC
Nos.
1
3 WORKSTATION WITH CLIENT
LISCENCE
The workstion shall have the the following
specifications:- Processor Intel ® i5 750 2.66
GHz with internal memory of 4 GB RAM.
Operating system Windows® 7 Professional 64-
bit (WOW64mode) OR Windows® 7
Professional 32-bit. NVIDIA 1GB Independent
Graphic Card. Resolution support for cameras
2560 x 1600 display resolution capable and
directX true colour 32 bit. Dual Link VDI
outputs. Client software shall support Dual
monitors each displaying 16 cameras
simultanously. A maximum of 32 cameras
viewing per workstion at a time programmable
to sequence.
HP/Dell/Le
novo
Nos.
1
4 CCTV COLOR MONITOR
4.1 Supply, installation, testing & commissioning of
32" Flat LED Color Monitors.
Panasonic/
Samsung/S
ony Nos.
1
5 ETHERNET SWITCHES
5.1 Supply, installation, testing & commissioning of
PoE Layer II Managed Ethernet switch: 24 port
RJ45 10 base 1000 T with 2 Fibre Ports &
Fibre Connectors
Dlink/Digil
ink/Cisco/J
uniper
Nos.
1
5.2 Supply, installation, testing & commissioning of PoE Layer II Managed Ethernet switch: 24 port
RJ45 10 base 1000 T with 2 Fibre Ports &
Fibre Connectors
Dlink/Digilink/Cisco/J
uniper
Nos.
1
5.3 Supply, installation & testing of Layer III
Managed Ethernet switch: 48 port RJ45 10 base
1000T with 4-Fibre Ports & Fibre
Connectors
Dlink/Digil
ink/Cisco/J
uniper
Nos.
1
6 19 INCH RACK MOUNT
6.1 19 inck rack mount console unit - 42 U with 4
cooling fans on top and bottom at control room.
Nos. 1
6.2 19 inch rack mount console unit - 6 U for Layer
2 switches on field.
Nos. 2
6.3 24 Port Jack Panles Nos. 2
6.4 Fibre Patch Chords Nos. 20
6.5 CAT-6 Patch Chords Nos. 50
6.6 PVC Junction Box Nos. 12
6.7 Flexible Pipe Nos.
7 CABLES
Gas Flooding
7.1 Supply, laying & testing of Cat 5 / 6 UTP cable
with all termination crimpping etc.
RM 3,200
7.2 Supply, laying & testing of 8 Core Fiber optic cable.
RM
2,500
7.4 Supply and Laying of 25mm dia PVC Conduit RM 800
8 Flexible Pipe RM 4
S.No. DESCRIPTION QTY UNIT Make/Model
UTC/Seimens
1 80 Ltrs. Cylinder with Valve & Warning
Sign Boards 2 Nos.
2 Sinorix 1230 Gas 120 Kgs.
3 Master Cylinder Comprising Below
Items: 2 No.
* Pr. Guage + Low Pr. Supervisory
Switch
* Electromagnetic Actuator
* Manual Actuator
* Pneumatic Actuator
* Flexible Discharge Hose
* Flexible Actuation Hose
* Tee
4 Slave Cylinder Comprising Below Items: 0 No.
* Pr. Guage + Low Pr. Supervisory
Switch
* Pneumatic Actuator
* Flexible Discharge Hose
* Flexible Actuation Hose (+1 No. Extra)
* Tee
* Elbow
5 Nozzles 6 Nos.
6 The Price Shall include MS Fabricated
Floor Supported Cylinder Support Stand,
wherever Required. Complete with 1
coat of Primer and 2 coat of Black
Enamel Paint. (Refer Drawing for
Cylinder Locations).
2 LOT
Access ControlAccess ControlAccess ControlAccess Control
7 Gas Release Panel with accessories ( 14
Nos. Optical Smoke Detrectors in 2,2,2,
configuration) + 2 hooters for pre
release and release notification .with
Manual Abort and Release
2 Nos.
9 2x15sqmm FRLS armormoured cable 200 mtr
10 Schedule 40 ASTM Piping, fittings &
supports, etc.
2 LOT
11 Installation testing and commissioing
charges for the above system
2 LOT
Sl. No. DESCRIPTION Make UNIT QTY.
ACCESS CONTROL SYSTEM - Central
Control Room
1 Supply, installation, testing &
commissioning of Access Control
Software with Unrestricted User
License. and Server with all necessary
accessories.
Honeywell/UTC/HID No. 1
2 Supply, installation, testing &
commissioning of Access Control
Server with following specification:
Operating System: Windows Server
2008 R2 Service Pack 1
Database: SQL Server 2008 R2
Express
Processor: Intel® Quad Core Xeon®
CPU: 2.4 GHz
RAM: 16 GB
HDD: 1 TB 15000 RPM drives
configured as: OS on RAID1; DB RAID
1+0 (4-disk)
Video Card: 1x512MB PCIe x16
HP/Dell/Lenovo No. 1
ACCESS CONTROL SYSTEM - Site
Locations
1 Supply, installation, testing &
commissioning of Workstation with
22" LCD TFT and following specs:
Operating System: Windows 7
Professional
Database: SQL Server 2008 R2
Express
Processor: Intel® Core™ i5 2400
CPU: 3.1 GHz
RAM: 4 GB
HDD: 80 GB STATA with minimum 5
GB free
Video Card: 1x512MB PCIe x16
HP/Dell/Lenovo No. 1
2 Supply, installation, testing &
commissioning of door controllers (2
doors) complete with enclosure,
Power supply and all accessories
Honeywell/UTC/HID Nos 12
3 Supply, installation, testing &
commissioning of Biometric
Fingerprint cum Smart Card Reader
Honeywell/UTC/HID Nos 3
4 Supply, installation, testing &
commissioning of Enrolment kit for
Biometric Smart Card Reader
Honeywell/UTC/HID Nos 1
5 Supply, installation, testing &
commissioning of Smart Card Reader
24
6 Supply, installation, testing &
commissioning of Push to Exit Button
Nos 1
7 Supply, installation, testing &
commissioning of Smart Cards
Nos 1
8 Supply, installation, testing &
commissioning of single leaf
Electromagnetic lock,600 lbs along
with magnetic contact complete as
required.
Nos 2
9 Supply, installation, testing &
commissioning of double leaf
Electromagnetic lock,1200 lbs along
with magnetic contact complete as
required.
Nos 0
10 Supply, installation, testing &
commissioning of Emergency exit
push button including break glass
enclosure complete as required.
Nos 0
SMOKE DETECTION SYSTEMSMOKE DETECTION SYSTEMSMOKE DETECTION SYSTEMSMOKE DETECTION SYSTEM
11 Supply, installation, testing &
commissioning of Scanner + Smart
Card Writer complete as required.
Nos 1
12 Supply, installation, testing &
commissioning of CAT-6 UTP Cable
RM 1300
13 Supply, Laying, Termination, Testing
and Commissioning of 8 core 1sq.mm
shielded cable.
RM 4000
16 Supply, Laying of 25 mm MS conduit. RM 500
17 PVC Junction Box Nos 12
18 Flexible Pipe RM 4
TOTAL
Sr.No. Description Make Quantity
Seimens/Gent
Panel
1 Vesda Laser Focus 2
Power Supply
2 Power Supply for above panels 2
Software & Accessories
3 Programming Software for Vesda
Capillary Tube & Accessories
4 Capillary tube & accessories 4
Accessories
5 25 mm dia 2 mm thickness PVC pipings 2
6 Electronic hooter 2
7 Installation testing and commissioing charges 2
Other Security EquipmentsOther Security EquipmentsOther Security EquipmentsOther Security Equipments
Water Leakage Detection SystemWater Leakage Detection SystemWater Leakage Detection SystemWater Leakage Detection System
Sr.No. Description Make Quantity
Sontay/Tyco
1 Supply of microprocessor based water leak detection panel with keypad
2
2 Water leak detection module 4
4 15 Mtrs. Length water leak detection cable 2
5 10 Mtrs. Length water leak detection cable 2
6 Electronic hooter 2
7 Cable 2 core shielded armoured cable 1.5 sq mm 200
8 Installation testing and commissioing charges 2
Total
RODENT REPELLANT SYSTEM FOR SERVER ROOM AND SERVER ROOM 2
S.No Description Qty Unit
Supply, Installation, Testing & Commissioning of :
1111 Master Console capable of connecting to 12 Satellites
complete with all accessories as per specifications 2 Nos.Nos.Nos.Nos.
2222 Satellite Units complete as per the specification with
all mounting accessories and stands etc if required 12 Nos.Nos.Nos.Nos.
3333 2 core armoured flexible (14/40) SWG, specially
coated CT cables for connecting the transducers
with the Controller.
300 Mtrs.Mtrs.Mtrs.Mtrs.
4444 Stands and Bracket 4 Nos.Nos.Nos.Nos.
TrunstileTrunstileTrunstileTrunstile
S No Item Description Make Unit Qty
1 Stainless Steel Material of SS304 with thickness
2mm, IP32 rating equipment, 60Kg without
packing, dimesion whould be 250X1300X1000,
Equipment should have DC motor, direct drive
rotating the center column wihout any
additional gearing. Max Power consumption
should be 1 Amp, 230V and 50Hz. Operating
Temp -25 degree celcius to 50 degree celcius.
Reset within one turn. Duty Cycle 100%,
REtention Force on vandalism 700-800 Newton.
(CE, IP, ISO, RF certificate should be enclosed)
MAGNETIC
Autocontrol/GU
NEBO/Automati
c Systems
Nos 6
2 Pair of Photo Cell Safe Beam MAGNETIC
Autocontrol/GU
NEBO/Automati
c Systems
Nos 6
4 Installation includingCivil and Electrical Work 6
5 Grand Total
Technical Specifications
&
Compliance Sheet
IP CCTV CAMERAS
S.NO COMPLIANCE YES/NO MAKE MODEL NO REMARK
1) Supply, Installation, Testing & Commissioning
of 720P High Definition H.264 IP Vandal-
Proof IR Dome Camera, Sony 1/3” Exmor™
image sensor, 2.8 - 12mm 2M DC-IRIS, H.264
baseline, main PoE, DC12V/AC24V, ONVIF
with all accessories like tamper proof screws,
clamps, wiring etc. complete as required.
(HONEYWELL/UTC/AXIS)
2) Supply, Installation, Testing & Commissioning
of 720P High Definition H.264 IP Box Camera,
Sony 1/3” Exmor™ image sensor, 1280 x 720
pixels, 1fps - 25/30fps, 5-50mm focal length,
Camreas sensor size 1/3”, HHG Housing
DC12V/AC24V, ONVIF with all accessories like
Outdoor weatherproof Housing, brackets,
tamper proof screws, clamps, wiring etc.
complete as
required.(HONEYWELL/UTC/AXIS)
NETWORK VIDEO RECORDER
S.NO COMPLIANCE YES/NO MAKE MODEL NO REMARK
1) Network Video Recorder (Local system, NOT
support HUS XPRO integration): Include
Storage Server, Windows Server Standard,
SQL Server Express, HUS software. License
covers 128 video channels/128 alarm
zones/128 card readers and 5 user clients.
Support 16 hot-swappable hard disk direct
attached and up to total 48 disks
expansion.(HONEYWELL/UTC/AXIS)
Access Control
S.NO COMPLIANCE YES/NO MAKE MODEL NO REMARK
1) DOOR CONTROLLER - Cardholder capacity:
55,000, Transaction storage: 45,000
Flash programming for firmware revision
updates, Access level: 128, Dedicated
tamper alarm
Dedicated power fail alarm, Ethernet port
connected to TCP/IP network as master
panel
RS485 multi-drop connection for
downstream panels 2 Readers, expandable
to 62 readers
per gateway controller, 8 Supervised
inputs, 4 Relay outputs, Temperature: 0 to
50° C operational;
-55 to 85° C storage, Humidity: 0 to 85%
(HONEYWELL/UTC/HID)
2) FINGER PRINT READER - CPU - 533MHz DSP,
MEMORY - 8MB flash + 8MB RAM,
FINGERPRINT SCANNER - 500 dpi optical
sensor, IDENTIFICATION SPEED- 2,000
match in 1 second, FINGERPRINT CAPACITY -
10,000 templates (5,000 users, 2
fingerprints per user), LOG CAPACITY -
50,000 events, RF CARDS- Proximity (125kHz
EM, HID Prox), Mifare (13.56MHz),
OPERATION MODE - Fingerprint, RF Card, RF
card + Fingerprint, NETWORK INTERFACE -
TCP/IP, RS485, WEIGAND - Configurable up
to 64 bits, POWER SUPPLY - 12V DC (Min.
500mA and above), OPERATING
TEMPERATURE - -20 TO +50 DEGREE
CELCIUS (HONEYWELL/UTC/HID)
3) CARD READER - • 13.56MHz,Contactless
Smart Card Reader
• ISO 14443A(MIFARE®)Compatible
• Read Range:up to 2.5in.(6.4cm)
• Built-in audible buzzer
• Host LED control
• Hidden mounting screws deter vandalism
• Wiegand Output Interface
(HONEYWELL/UTC/HID)
Gas Flooding System (FM200)
S.NO COMPLIANCE YES/NO MAKE MODEL NO REMARK
System 42-bar technology with nozzle
pressure of 10 bar
Application Equally effective for fires of class
A and B
Approvals/standards
– System approvals: VdS, CNPP
– System standards: ISO 14520-1, EN 15004,
EN 12094
– Software: VdS
– Agent: VdS, LPCB, FM-UL, APSAD, NFPA
2001, ISO 14520-5
Positively tested, rated, and approved by
various international organizations
(Gelsenkirchen Hygiene Institut, U.S.
Environmental Protection Agency, etc.)
Extinguishing agent 3M™ Novec™ 1230 Fire
Protection Fluid
Agent characteristics Liquid at atmospheric
pressure, colorless, odorless
Environmental regulations – Not restricted
by F-Gas Regulation
– Not part of Kyoto Protocol
GWP (global warming potential) 1
ALT (atmospheric lifetime) 3 – 5 days
NOAEL (no observable adverse
effect level) 10%
ODP (ozone depletion potential) should be 0
(SEIMENS/UTC)
WATER LEAKAGE DETECTOR
S.NO COMPLIANCE YES/NO MAKE MODEL NO REMARK
1) WATER DETECTION ALARM SYSTEM -
Supply: WD-AMX-1 15 to 30Vac/dc ±10%
WD-AMX-2 230Vac @ 50Hz
Supply current: 50mA max.
Output: SPDT relay 12A @ 230Vac
Response time: <1 sec. after exposure
Sensors: WD-CS, WD-PS, WD-RS
Audible alarm: 85dB @ 2.3 kHz at 10cms.
Ambient: Temp. 0 to 40°C
Humidity 0 to 80% RH non-condensing
Dimensions: 72 x 64 x 55mm
Weight: WD-AMX-1 100g
WD-AMX-2 240g (SONTAY/TYCO)
2)
WATER LEAK DETECTION CABLE - Material:
PVC twisted pair with stainless 316
elements
Dimension: 3.5mm dia.
Maximum cable run: 200m (including
detection cable)
Weight: 520g max.
Controller: WD-AMX module
(SONTAY/TYCO)
TRUNSTILE
S.NO COMPLIANCE YES/NO MAKE MODEL
NO
REMARK
1) Stainless Steel Material of SS304 with thickness
2mm, IP32 rating equipment, 60Kg without
packing, dimesion whould be 250X1300X1000,
Equipment should have DC motor, direct drive
rotating the center column wihout any additional
gearing. Max Power consumption should be 1
Amp, 230V and 50Hz. Operating Temp -25 degree
celcius to 50 degree celcius. Reset within one
turn. Duty Cycle 100%, REtention Force on
vandalism 700-800 Newton. (CE, IP, ISO, RF
certificate should be enclosed)- (MAGNETIC
Autocontrol/GUNEBO/Automatic Systems)
SECTION IIISECTION IIISECTION IIISECTION III
ENCLOSURESENCLOSURESENCLOSURESENCLOSURES
CONTENTCONTENTCONTENTCONTENT
A.A.A.A. VENDORVENDORVENDORVENDOR INFORMATION FORMATINFORMATION FORMATINFORMATION FORMATINFORMATION FORMAT
B.B.B.B. CUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMATCUSTOMER REFERENCE FORMAT
C.C.C.C. ENCLOSURES ENCLOSURES ENCLOSURES ENCLOSURES
APPENDIXAPPENDIXAPPENDIXAPPENDIX---- 3333
A.A.A.A. VENDOR INFORMATIONVENDOR INFORMATIONVENDOR INFORMATIONVENDOR INFORMATION
Short Responses can be placed within the cells provided in the tables below. Additional
Information can be attached as appendices, but should be explicitly referenced from
within the appropriate cells.
VENDOR INFORMATION FORMVENDOR INFORMATION FORMVENDOR INFORMATION FORMVENDOR INFORMATION FORM
GENERALGENERALGENERALGENERAL IIIINFORMATIONNFORMATIONNFORMATIONNFORMATION
Vendor Name
Corporate Office
Address
Web
Telephone
Fax
COMMERCIAL INFORMATIONCOMMERCIAL INFORMATIONCOMMERCIAL INFORMATIONCOMMERCIAL INFORMATION
PAN
TAN
Service Tax
VAT/CST No.
Certification of
Incorporation
PRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVEPRIMARY VENDOR CONTACT OR SALES REPRESENTATIVE
Name and Title
Address
Telephone
Fax
PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT PERSON(S) AUTHORIZED TO NEGOTIATE AND MAKE COMMITMENT
FOR VENDORFOR VENDORFOR VENDORFOR VENDOR
Name and Title
Address
Telephone
Fax
DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION DESIGNATED TECHNICAL CONTACT FOR RESPONSE CLARIFICATION
AND QUESTIONSAND QUESTIONSAND QUESTIONSAND QUESTIONS
Name and Title
Address
Telephone
Fax
INFORMATION ITEM INFORMATION ITEM INFORMATION ITEM INFORMATION ITEM VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE
1. Date your company was
incorporated
2. Number of people employed
by your company and how
many are in the following
areas:
-Pre-Sales and Marketing
-Research and Development
-Post-Sales Support
-Technical Support
-Training and Consulting
-Management
-other
3. Company’s sales revenues for
the last three fiscal years.
4. Number of Studio
implementations conducted
for customers in the last three
fiscal years. Group these
implementations by numbers
of end-users, dollar cost of
engagements, and scope of
engagements.
5. Indicate your agreement not
to share the contents of this
RFP with any other
organization, including
potential subcontractors,
without written permission
from the RFP coordinator.
6. Optionally, provide any
additional background
information about your
company that the BECIL
would find useful in its
deliberations.
B.B.B.B. CUSTOMERS REFERENCES:CUSTOMERS REFERENCES:CUSTOMERS REFERENCES:CUSTOMERS REFERENCES: Provide at least three references with comparable network size and complexity for
whom you have provided similar implementation and / or integration services . Please
use this format for your response.
ITEM ITEM ITEM ITEM VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE VENDOR RESPONSE
REFERENCE 1REFERENCE 1REFERENCE 1REFERENCE 1
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
REFERENCE 2REFERENCE 2REFERENCE 2REFERENCE 2
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
REFERENCE 3REFERENCE 3REFERENCE 3REFERENCE 3
Company / Institution Name
Address
Scope of Project
Dates of Engagement
Contact Name and Title
Telephone
C.C.C.C. CHECK LISTCHECK LISTCHECK LISTCHECK LIST
Please ensure that following documents have been enclosed alongwith the Please ensure that following documents have been enclosed alongwith the Please ensure that following documents have been enclosed alongwith the Please ensure that following documents have been enclosed alongwith the
bid proposalbid proposalbid proposalbid proposal....
1. Proof of payment for fee of Rs. 1000/- for purchase of tender document in the form
of cash receipt or bank draft for tender documents downloaded from site.
2. Bank draft or bankers cheque for Rs. 1,00,000/- towards earnest money.
3. Documentary proof alongwith the completion certificate of the project executed
successfully related to installation & commissioning of CCTV, Access Control,
Fire fighting and Gas flooding
4. The bidder should be registered under Indian Company Act 1956. A copy of
registration should be submitted.
5. The copy of PAN No., Tan No., Service Tax No. and CST/VAT No. should be
enclosed.
6. Letter of Authorization from OEM authorizing the bidder to quote the product
ensuring installation / configuration and after sales support after project
execution.
7. A point by point full compliance statement in respect to all parameters related to
the concerned equipments/items from the respective principle manufacturers
(OEM) should be submitted in the prescribed format given at Table 1.
8. A separate point by point compliance statement duly signed by bidder in respect
to all points laid down in the specifications for all the equipment/item(s) must be
submitted.
9. A copy of the annual report of the company for last three financial year.
10. List with details (including name of client /channel) of similar work executed in
India and abroad, products / services used and approximate value of the project
in chronological order.
11. Particulars of the partners or related / inter-linked company in India for sales,
installation / commissioning and support (for principals/OEM) OR, principals
with whom you have a tie-up (in the case of integrators).
12. Separate list of item recommended by bidders, which in the opinion of the bidder
have been left out.
13. Detailed bill of material duly filled in giving the offered material / equipment etc
strictly as per the bill of material included in the tender document.
14. Full technical details of the offered equipment.
15. Duly signed and stamped compliance statement itemwise with respect to
technical specifications highlighting deviation, if any.
16. No cost details are to be included in the technical bid under any circumstances.
The signed and stamped copies of the technical bid containing requisite
documents are to be sealed in separate envelope and marked appropriately.
17. The commercial bid shall contain exactly similar offered bill of material included
in the technical bid but with full details on the rates, total cost. Only one copy of
commercial bid duly signed and stamped is to be sealed in a separate envelope
and marked accordingly.
18. Both technical & commercial bids in respective sealed envelopes are to be further
sealed in an envelope and should be superscripted at the top as:
19. The tender has to be addressed to
The ChThe ChThe ChThe Chairman & Managing Directorairman & Managing Directorairman & Managing Directorairman & Managing Director
Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,Broadcast Engineering Consultants India Ltd,
CCCC----56 A/17, Sector 56 A/17, Sector 56 A/17, Sector 56 A/17, Sector ----62,62,62,62, Noida 201 307Noida 201 307Noida 201 307Noida 201 307
Tel: 0120Tel: 0120Tel: 0120Tel: 0120----4177850417785041778504177850
Fax: 0Fax: 0Fax: 0Fax: 0120120120120----4177879417787941778794177879
and the delivery of the same must be ensured at this office before 12:00 hours on
15/09/2014 .