invitation for expression of interest (eoi) … · 2 installation of cctv surveillance system under...

28
1 INVITATION FOR EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF VENDORS FOR INSTALLATION OF CCTV SURVEILLANCE SYSTEM (UNDER OPEX AND/ OR CAPEX MODEL) AT VARIOUS BRANCHES / OFFICES/ SITES OF STATE BANK OF INDIA LOCATED IN THE STATES OF WEST BENGAL & SIKKIM Ref: SBI: Date: 02.06.2016 STATE BANK OF INDIA LOCAL HEAD OFFICE 8 TH FLOOR, B BLOCK ‘SAMRIDDHI BHAWAN’ 1, STRAND ROAD KOLKATA 700001

Upload: dinhnga

Post on 30-Jul-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1

INVITATION FOR

EXPRESSION OF INTEREST (EOI)

FOR

EMPANELMENT OF VENDORS FOR

INSTALLATION OF CCTV SURVEILLANCE SYSTEM

(UNDER OPEX AND/ OR CAPEX MODEL)

AT VARIOUS BRANCHES / OFFICES/ SITES OF

STATE BANK OF INDIA

LOCATED IN THE STATES OF WEST BENGAL & SIKKIM

Ref: SBI:

Date: 02.06.2016

STATE BANK OF INDIA

LOCAL HEAD OFFICE

8TH

FLOOR, B BLOCK

‘SAMRIDDHI BHAWAN’

1, STRAND ROAD

KOLKATA – 700001

2

INSTALLATION OF CCTV SURVEILLANCE SYSTEM UNDER OPEX AND / OR CAPEX MODEL

AT ABOUT 300 BRANCHES OF STATE BANK OF INDIA UNDER KOLKATA CIRCLE OVER A

PERIOD OF FIVE YEARS

The State Bank of India (SBI) invites sealed tenders for installation of CCTV Surveillance Systems under OPEX and/ or CAPEX model at about 300 branches situated in the states of West Bengal and Sikkim over a period of five years as per technical specifications mentioned in Annexure-I along with other terms & conditions mentioned in Annexure-II.

2. The vendors fulfilling the following criteria are eligible to submit the tender:

i) The vendor must have seven (7) years experience of supply and installation of CCTV Surveillance Systems in India. ii) The vendor must have executed a single order of Rs.5.00 Lac or more for supply and

installation/ renting of CCTV Surveillance Systems in any State/ Central Govt. Departments/ PSUs/ Corporate/ Banks in India during last financial year (2014-15). A verified copy of such order/s with the contact details of purchaser should be submitted with the Technical Bid.

iii) The vendor should enclose manufacturer's Authorization letter/ Dealership certificate for the relevant CCTV Surveillance Systems. iv) The vendor should have a back-to-back support from the OEM of the CCTV Surveillance

Systems and should be equipped with after sales service centres. Any upgrade and updates for the next 5 years shall be made available by the vendor without any additional cost.

v) The manufacturing company/ vendor must have valid ISO 9001 series or equivalent

certificate for quality management.

vi) The vendor should have requisite certificate, if any, for undertaking the job such as Trade/ Manufacturing licence, Income Tax, Sales Tax Registration certificate. The Vendor shall also have service tax registration certificate. The vendor shall comply with all labour laws & take necessary registration certificate etc from labour department. The vendor must have all relevant licences/ permits from the government.

3. The short listed vendors may have to install system as a pilot project at one of Bank‟s site at their own cost for trial purpose for a period to be decided mutually.

4. The Bank will strictly adhere to the specifications given in Annexure-I (Technical Specifications), Terms & Conditions (Annexure-II through IV). All pages of the tender document should be duly sealed and signed by the authorised signatory of the firm.

5. The cost will be inclusive of all expenses, viz. carriage charges, loading-unloading charges, transit insurance, all taxes/ duties/ entry fee/ octroi etc. or any other expenses incidental to the installation at Bank‟s site. However, the Bank will pay the VAT and Service Tax as applicable.

6. The period of contract will be initially for five (5) years and may be renewed and extended on mutual agreement for a further period of two (2) years. However, Bank reserves the right to terminate the contract, at its own discretion, in case desired performance is found to be below par by one or more contractors by serving or notice of 30 days.

7. The offers, which do not fulfil any or all of the conditions prescribed or are found incomplete, are liable to be rejected at Bank‟s discretion. The Bank reserves the right to reject any or all offers without assigning any reason.

8. EMD An Earnest Money Deposit of Rs 1,00,100/- (Rs One Lac) is to be made in order to validate the Tender. EMD is acceptable in the form of a DD in favour of CCPC Kolkata.

9. The full Earnest Money Deposit of successful Bidders can be forfeited for, i) Non-submission of

Undertaking of Authenticity as per Annexure-III and; ii) Non-submission of acceptance of purchase

order within the period mentioned in purchase order.

3 10. Please note that:

(a) The response to the present tender will be submitted by way of two stage bidding process. The technical details with the relevant information/ documents/ acceptance of all terms and conditions strictly as described in this tender document will be submitted. Short Listed vendors would be required to demonstrate their equipment to the Committee on their own cost. On the basis of performance and specifications of the equipment where equipment meets Bank‟s approval will be allowed to install their system as pilot project as mentioned in para-3 above. The financial bids of successful vendors will be opened on a later date and time which will be decided by the Bank in due course.

(b) Bank will pay for all types of cables. The cables will be the property of the Bank. The Monitor, Cameras, DVRs and Hard Disk Drives will be the property of the vendor. The cables should be properly maintained during the contract period and will be returned to the Bank at termination of Contract in same order & condition. The vendor shall be responsible for any wear & tear.

(c) The offer will be summarily rejected if there is any deviation from the formats as given in annexures.

(d) Further, please note that the vendor(s) who do not qualify in the Technical Bid will not be called for demonstration nor their Financial Bids would be opened. The EMD will be returned in due course.

(e) The Hard Disk Drives provided in the system will be Bank‟s property and will not be allowed

to be taken out by the vendor under any circumstances.

11. Distribution of work: After opening of the financial bids, L-2, L-3 and L-4 vendors will be

offered to provide the system at L-1 Rate for each component. In case they agree, the work will be

distributed as under:-

(a) L-1 : 50 %

(b) L-2 : 25 %

(c) L-3 : 15 %

(d) L-4 : 10 %.

In case, only three vendors are available, the distribution will be as under: -

(a) L-1 : 50 %

(b) L-2 : 30 %

(c) L-3 : 20 %

If L-1 vendor disagrees/ fails to provide the services within due time as decided by the Bank, the Bank will be at liberty to assign the work to L-2, L-3, L-4 in seriatim where in L-2 will be L-1, L-3 will be L-2 and so on.

Installation work of CCTV Surveillance System beyond 300 branches will also be distributed as per

ratio given as under:-

(a) L-1 : 50 %

(b) L-2 : 25 %

(c) L-3 : 15 %

(d) L-4 : 10 %.

4 12. The decision of the B ank in this regard shall be final and binding on all the vendors. All

disputes or differences in connection with or relating to this tender shall be subject to the jurisdiction

of the courts at Kolkata only.

13. L-1 will be decided by adding rates against serial numbers 1 to 15 and 26 to 27 of Annexure-V as per the following:-

11.1 Since the rates quoted by different firms for different components are expected to vary; an analytical statement will be prepared taking into account the item wise lowest rate quoted by any firm in this tender process. The rates of each component so arrived will be the “Bank’s Approved Rates”. L-1, L-2, L-3 & L-4 Vendors will have to supply/ install the items at that rate only.

11.2 Bank has the right to install Hard Disk Drive on OPEX and/ or CAPEX model.

14. The envelope containing “Technical Bid” should include the following:-

a) Annexure-I: Each page duly stamped and signed by the authorised signatory of the bidder. b) Annexure-II: Each page duly stamped and signed by the authorised signatory of the bidder. c) Annexure-III: Each page duly stamped and signed by the authorised signatory of the bidder. d) Annexure-IV: Each page duly stamped and signed by the authorised signatory of the bidder. e) The EMD by the Demand Draft for Rs 1,00,000/- (Rs 1 Lac) in favour of State Bank of India on CCPC Kolkata.

15. The envelope containing “Financial Bid” should include details as per Annexure-V and each page duly stamped and signed by the authorised signatory of the bidder. 16. Bidders are not permitted to make any amendment / change in the tender format. Any amendment/ change noticed will render the tender as disqualified.

17. The Technical Bid & The Financial Bid after being sealed in separate envelopes and super scribed with “Technical Bid for CCTV Surveillance for SBI’’ / “Financial Bid for CCTV Surveillance for SBÍ” along with other documents as mentioned at para 14 and para 15 are required to be submitted so as to reach “Assistant General Manager (Security), State Bank of India, Local Head Office, 1, Strand Road, Kolkata-01” latest by 2 PM on 29 June 2016 in sealed cover. The Technical Tender would be opened at S B I L o c a l H e a d Office, 1, Strand Road, Kolkata-01 on 2 9 J u n e 2 0 1 6 at 3 PM, the tenderers or their authorized representatives are expected to attend and no separate intimation in this regard would be sent. The authorized representatives must carry a proper authority letter, authorizing them to attend the opening of tenders.

18. A pre-bid meeting will be held at State Bank of India, Local Head Office, 1, Strand Road,

Kolkata-01 on 27.06.2016 at 3 PM. Interested bidders may attend the same to clarify doubts, if any.

19. For any further clarification, please get in touch with Assistant General Manager (Security),

State Bank of India, Local Head Office, 1 Strand Road, Kolkata-01. Ph:- 033- 22318299,

22435529.

Encl: Annexure-I to V.

5

ANNEXURE- I

TECHNICAL CONFIGURATION OF ALL ITEMS OF CCTV SURVEILLANCE SYSTEM:-

1.0 16 Channel Tribid HD Recorder

Sr. No

Parameters Specifications Compliance Yes / No

1.1 Central Processing Unit Embedded High performance Dual-core microprocessor CPU

1.2 Operating System LINUX (Embedded )

1.3 System Resources Pentaplex function: recording, playback, live view, backup, remote access over IP network

1.4 Recorder Control Options

Vide Front panel, IR Based remote control, Keyboard (Both RS232c and IP), IP Network, USB mouse

1.5 Analog or HD CVI Camera Input

Minimum 16 Video channel; BNC

1.6 IP Camera Input 1080P; 720P; D1; CIF IP Camera (Minimum 2 Channel and maximum 16 channel)

1.7 Recorder Video Standard

NTSC and PAL options

1.8 Recorder Video Output Minimum 1 TV BNC, 1 VGA, 2 HDMI

1.9 Recorder Audio Input 16 audio channels, BNC

1.10 Recorder Audio Output 1 audio channel, BNC or RCA

1.11 Recorder Bidirectional Talk

1 channel Input, BNC, 1 channel Output, BNC

1.12 Display Screen Mode 1,4,8,9,16,ALL (Window)

1.13 Tour Display (Auto Switching Mode)

Supported

1.14 Privacy Masking 4 self-defined customizable rectangular zone for each camera

1.15 On Screen Display Date, Time (hr:mm:sec), Camera Title, Video loss alert, motion detection alert, recording, camera lock alert.

1.16 Video/Audio Compression

H.264/G.711 respectively

1.17 Image Resolution 1080P; 720P; D1 ; 4CIF; HD1; 2CIF; CIF In Both PAL & NTSE mode

1.18 Encoding Speed Main Stream: 1080P; 720P; D1; HD1; 2CIF; CIF (1~25/30fps), Extra Stream: CIF/QCIF (1~25/30fps)

1.19 Video Encoding Bit Rate Analog video: 32~2048Kb/s, IP video: 32~4096Kb/s

1.20 Image Quality 6 levels (VBR)

1.21 Recording Mode Manual,

6

Schedule, Regular,

Motion detection, Camera blank, Video loss.

Stop Recording Option should not be available.

1.22 Recording Priority Manual; Alarm; Motion Detection & Regular

1.23 Recording Interval 1minute to 2 hours. (default: 1 hour), Pre-record: 1sec to 30 sec., Post-record: 10sec ~ 5 minutes.

1.24 Event trigger actions Start Recording, PTZ movement, Alarm, Spot output, Tour, Email

1.25 Motion Detection Zones: 396, Sensitivity: 6 levels

1.26 Alarm Input 16 Relay

1.27 Relay Output 6 Relay Output

1.28 Playback Channel 1,2,4,16

1.29 Recorded Data Search Mode

Vide Time & Date, Exact search (with Date, Hour, Minute and Second accuracy), Motion Detection, Alarm

1.30 Playback Options Play, Digital zoom (any size), Pause, Rewind, Slow motion, shift to Next file, shift to Previous file, one click Previous camera, one click Next camera, Full screen mode, Replay, Backup selection, Fast forward, Shuffling

1.31 Data Backup Options USB Flash drive; External USB HDD; eSATA Device; via IP Network (Local & Remote)

1.32 Ethernet Port 2 nos. RJ-45 Ports (10M/100M/1000M ethernet)

1.33 IP Network Functions TCP/IP,DHCP, UDP, IP Filter,DNS, PPPOE, Email, FTP, DDNS, Alarm Server

1.34 Operation Over Network Monitor, Playback, PTZ control, File download, Log information, System setting,

1.35 Hard Drive Storage Option

8 SATA ports for 8 HDDs. Should support up to 6 TB per SATA port.

1.36 Rate of Storage Space Occupation

Audio: 28.8MB/H, Video: 56~900MB/H

1.37 Storage Management & Redundancy

HDD faulty alarm & Raid 1 (Mirroring), HDD hibernation technology,

1.38 USB Interface 4 Ports

1.39 eSATA Interface for storage expansion

1 port

1.40 RS232 Port Purpose: Keyboard, PC communication

1.41 RS485 Port Purpose: PTZ control

1.42 Power Supply AC 100~240 V, 50/60 Hz

1.43 Working Environment All Indoor weather conditions

7

1.44 Duplex type Recorder should be able to playback recoded footage without having to stop recording.

1.45 Certification CE and UL

2.0 eSATA Expansion Box For Data Storage

Sr. No Parameters Specifications

Compliance Yes / No

2.1 eSATA data transfer Up to 3GB/s

2.2 Storage Media Min supports 4 SATA HDD

2.3 HDD (Storage) Installation 4 Nos. 4TB/ 6TB HDD air cooled

2.4 Working Environment Temperature

All Indoor weather conditions

2.5 Working Environment Humidity

All Indoor weather conditions

2.6 Storage Environment Temperature

All Indoor weather conditions

2.7 Storage Environment Humidity

All Indoor weather conditions

2.8 Altitude Should work at any altitude

2.9 Certification CE and UL

3.0 HD IR Vari-Focal Dome Camera

Sr. No

Parameters Specifications Compliance Yes / No

3.1 Image Sensor 1/3“ 1.3M CMOS Sensor

3.2 Signal System NTSC / PAL

3.3 Effective Pixels 1296(H)×964(V)

3.4 Mini. Illumination [email protected](0Lux IR LED on)

3.5 Video Output HD CVI (720P), CVBS (1280H)

3.6 Display Resolution 1.3 Megapixel

3.7 Recording Resolution 720P or 1 Megapixel

3.8 Frame Rate 50Hz:720p@25fps(1280×720), 60Hz:720p@30fps(1280×720)

3.9 SNR ≥48dB(AGC OFF)

3.10 Min. Illumination 0.01Lux/F2.0(0 Lux IR on)

3.11 Sync System Internal

3.12 White Balance Automatic

3.13 Day & Night Automatic

3.14 Shutter Automatic

3.15 Auto Gain Control (AGC) Automatic

3.16 Noise Reduction (NR) 2D NR

3.17 IR LED 24pcs

3.18 IR Range upto 35m

3.19 Lens 2.8-12mm varifocal

3.20 Input Voltage DC12V±10%

3.21 IP Rating IP66 and above

3.22 Operation Temp. All Indoor weather conditions

8

3.23 Storage Humidity All Indoor weather conditions

3.24 Certification CE and UL

4.0 HD IR Vari - Focal Bullet Camera

Sr. No

Parameters Specifications Compliance Yes / No

4.1 Image Sensor 1/3“ 1.3M CMOS Sensor

4.2 Signal System NTSC / PAL

4.3 Effective Pixels 1296(H)×964(V)

4.4 Mini. Illumination [email protected](0Lux IR LED on)

4.5 Video Output HD CVI (720P), CVBS (1280H)

4.6 Display Resolution 1.3 Megapixel

4.7 Recording Resolution 720P or 1 Megapixel

4.8 Frame Rate 50Hz:720p@25fps(1280×720), 60Hz:720p@30fps(1280×720)

4.9 SNR ≥48dB(AGC OFF)

4.10 Min. Illumination 0.01Lux/F2.0(0 Lux IR on)

4.11 Sync System Internal

4.12 White Balance Automatic

4.13 Day & Night Automatic

4.14 Shutter Automatic

4.15 Auto Gain Control (AGC) Automatic

4.16 Noise Reduction (NR) 2D NR

4.17 IR LED 24pcs

4.18 IR Range Upto 35m

4.19 Lens 2.8-12mm varifocal

4.20 Input Voltage DC12V±10%

4.21 IP Rating IP66 and above

4.22 Operation Temp. Outdoor weather conditions conforming to IP66

4.23 Storage Humidity Outdoor weather conditions conforming to IP66

4.24 Certification CE and UL

5.0 Amplified DVR Microphone

Sr. No

Parameters Specifications Compliance Yes / No

high sensitivity, low noise, low distortion, wide voltage range, built-in reverse power, protection circuit, low power expense, long transmission distance, easy and convenient connectivity, large-scale monitoring range. The sound monitor is suitable for covert and overt applications.

5.1 Sensitivity: >0.15V / μ bar

5.2 Voltage: 5 - 12 VDC

5.3 Vivid Output: > 3Vp-p (Impedence 1 K Ω)

5.4 Transit Distance: 300 - 1000m (5 - 12 VDC)

5.5 Temperature: All Indoor weather conditions

5.6 Largest bug range Up to 150 square meters

6.0 Multimedia Ampli-speaker

Sr. No

Parameters Specifications Compliance Yes / No

9

Compatible with the Tribrid Digital Recorder

6.1 Type 2.0 Amplispeaker ( two speaker system, stereo )

6.2 Connector Should be compatible with the digital recorder.

6.3 Operational Switch Volume Control Switch

7.0 RG 6 Cable

Sr. No

Parameters Specifications Compliance Yes / No

To be laid on wall surface with GI Suddle, screws and accessories

7.1 Construction RG 6 Co-axial Pure copper conductor, PVC Insulated, armoured (0.9mm GI wire), FRLS cable, annealed single strand bare copper, dia- 1.02mm,

8.0 Power Cable

To be laid on wall surface with GI Suddle, screws and accessories

Sr. No

Parameters Specifications Compliance Yes / No

8.1 Construction 2 X 1.0 Sq. mm, Pure copper conductor, PVC Insulated armoured FRLS cable, multistrand bare copper

9.0 Switch Mode Power Supply (SMPS)

Sr. No

Parameters Specifications Compliance Yes / No

9.1 Construction 12 volt DC, 10 amps SMPS

10.0 Network Rack

Sr. No

Parameters Specifications Compliance Yes / No

10.1 Construction 6 U Network Rack with 1 shelve, 500X450mm, glass Door Rack with 01 No. Fan, 1 No. Cable Manager, 01 No. 6 Port PDU and fixing accessories

11.0 Display Monitor

Sr. No

Parameters Specifications Compliance Yes / No

11.1 Diagonal Viewing Size 47.01 cm/18.5 inches wide or above

11.2 Aspect Ratio Widescreen (16:9)

11.3 Panel Type, Surface Antiglare

11.4 Optimal Resolution 1366 X 768 or better

11.5 Viewing Angle 65 degree vertical/90 degree horizontal or better

11.6 Display Type Widescreen Flat Panel Display

11.7 Connectivity VGA / HDMI

11.8 Operating Condition All Indoor weather conditions

12.0 Microphone Cable

To be laid on wall surface with 20 mm medium gauge PVC Pipe, GI Suddle, screws and accessories

10

Sr. No

Parameters Specifications Compliance Yes / No

12.1 Construction 2 X 1.0 Sq. mm, Pure copper conductor, Screened PVC Insulated cable, multistrand bare copper, through medium guage 20mm PVC pipe and accessories

13.0 IP Network Bullet IR Varifocal Camera

Sr. No

Parameters Specifications Compliance Yes / No

13.1 Image Sensor 1/2.7” 2.1 Megapixel Exmor CMOS

13.2 Effective Pixels 1920(H) x 1080(V)

13.3 Minimum Illumination 0.01Lux/F1.4(Color); 0Lux/F1.4(IR on)

13.4 Electronic Shutter Speed

Auto/Manual, 1/3(4)~1/10000s

13.5 S/N Ratio >50dB

13.6 Scanning System Progressive scan

13.7 Video Output 1 port

13.8 Lens Max Aperture: F1.4

13.9 Focal Length 2.7mm ~ 12mm

13.10 Lens Type Motorized / Auto Iris (DC)

13.11 Mount Type Board-in Type

13.12 Angle of View H: 99°~34°

13.13 Focus Control Motorized

13.14 Day/Night Auto(ICR)/Color/B/W

13.15 Backlight Compensation

BLC / HLC / WDR

13.16 Max. IR LEDs 50m

13.17 Gain Control Auto / Manual

13.18 White Control Auto

13.19 Noise Reduction 3D

13.20 Privacy Masking Up to 4 areas

13.21 Video Compression H.264/MJPEG

13.22 Image Resolution 1080P(1920x1080),1.3M(1280×960),720P(1280×720),D1(704×576/704×480),CIF(352×288/352×240)

13.23 PAL: 1080P(1920×1080) / 720P(1280×720) / D1(704×480) / CIF(352×240)

13.24 Frame Rate Main Stream: 1080P/720P(1 ~ 25/30fps) / Sub Stream: D1/CIF(1 ~ 25/30fps) / Third Stream: 720P(1 ~ 13/4fps)

13.25 Bit Rate H.264: 32K bps~ 10Mbps

13.26 Network Ethernet: RJ-45 (10/100Base-T)

13.27 Network Functions IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour

13.28 Max. User Access 20 users

13.29 Smart Phone iPhone, iPad, Android

13.30 Smart Detection Tripwire, Intrusion, Scene change, Face detect

13.31 ONVIF ONVIF, PSIA, CGI

11

13.32 Audio Compression G.711a / G.711u / AAC

13.33 Audio Interface 1/1 channel In/Out

13.34 Auxiliary Interface Memory Slot: Micro SD, Max 32GB

13.35 Alarm 2/1 channel In/Out

13.36 Power Supply DC12V(AC24 optional), PoE(802.3af)

13.37 OperatingTemp./Hum. All indoor weather conditions

13.38 Certification CE and UL

14.0 IP Network Dome IR Varifocal Camera

Sr. No

Parameters Specifications Compliance Yes / No

14.1 Image Sensor 1/2.7” 2.1 Megapixel Exmor CMOS

14.2 Effective Pixels 1920(H) x 1080(V)

14.3 Mini. Illumination 0.01Lux/F1.4(Color); 0Lux/F1.4(IR on)

14.4 Electronic Shutter Speed

Auto/Manual, 1/3(4)~1/100000s

14.5 S/N Ratio >120dB

14.6 Scanning System Progressive scan

14.7 Video Output 1 port

14.8 Lens Max Aperture: F1.4

14.9 Focal Length 2.8mm~12mm motorized

14.10 Lens Type Manual / Auto Iris (DC)

14.11 Mount Type Board-in Type

14.12 Angle of View H: 99°~34°

14.13 Zoom/Focus Control Auto

14.14 Day/Night Auto(ICR)/Color/B/W

14.15 Backlight Compensation

BLC / HLC / DWDR

14.16 Max. IR LEDs 50m

14.17 Gain Control Auto / Manual

14.18 White Control Auto/Sunny/Night/Outdoor/Customized

14.19 Noise Reduction 3D

14.20 Privacy Masking Up to 4 areas

14.21 Video Compression H.264/MJPEG

14.22 Image Resolution 1080p(1920x1080)/1.3M(1280×960)/720p(1280×720)/D1(704×576/704×480)/CIF(352×288/352×240)

14.23 Frame Rate Main Stream: 1080P/720P(1 ~ 25/30fps) / Sub Stream: D1/CIF(1 ~ 25/30fps) / Third Stream: 720p(1 ~ 13/4fps)

14.24 Bit Rate H.264: 32K ~ 10Mbps

14.25 Network: Ethernet RJ-45 (10/100Base-T)

14.26 Network Functions IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour

14.27 Max. User Access 10 users

14.28 Smart Phone iPhone, iPad, Android

12

14.29 ONVIF ONVIF Ver. 2.0

14.30 Audio Compression G.711a / G.711u (64kbps) / PCM(128kbps)

14.31 Interface 1/1 channel In/Out

14.32 Auxiliary Interface Memory Slot

Micro SD, Max 32GB

14.33 Alarm 2/1 channel In/Out

14.34 Power Supply DC12V(AC24 optional), PoE(802.3af)

14.36 OperatingTemp./Hum. All indoor weather conditions

14.37 Certification CE and UL

15.0 IP Network Dome IR Varifocal Camera - with Audio Amplifier

Sr. No

Parameters Specifications Compliance Yes / No

15.1 Image Sensor 1/3” 3.0 Megapixel progressive scan CMOS

15.2 Effective pixel 2052(H)x1536(V)

15.3 Mini. Illumination 0. 1Lux/F1.2 (Color), 0.01Lux/F1.2(B/W);0Lux/F1.2(IR on)

15.4 Electronic Shutter Speed

Auto/Manual 1/3~1/10000

15.5 S/N Ratio More than 50dB

15.6 Scanning System Progressive scan

15.7 Focal Length 3.6mm

15.8 Max Aperture F1.8(F2.0/F1.8)

15.9 Lens Type Fixed lens

15.10 Mount Type Board-in Type

15.11 Angle of View H: 72.5°/90°/44°

15.12 Focus Control Manual

15.13 Day/Night Auto(ICR)/Color/B/W

15.14 Backlight Compensation

BLC / HLC / DWDR

15.15 Max. IR LEDs Length 30m

15.16 Gain Control Auto / Manual

15.17 White Control Auto / Manual

15.18 Noise Reduction 3D

15.19 Privacy Masking Up to 4 areas

15.20 Video Compression H.264/MJPEG

15.21 Image Resolution 3M(2052×1536)/1080P(1920×1080) / 720P(1280×720) / D1(704×576/704×480) / CIF(352×288/352×240)

15.22 Frame Rate Main Stream: 3M(1~20fps)/ 1080P/720P(1 ~ 25/30fps) / Sub Stream: D1/CIF(1 ~ 25/30fps)

15.23 Bit Rate H.264: 32K ~ 8192Kbps

15.24 Ethernet RJ-45 (10/100Base-T)

15.25 Network Functions IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour, Support Multicast

13

16. OTHER TECHNICAL REQUIREMENTS

16.1 Certifications/Approvals: The Tribrid Digital Video Recorder System and the cameras must have CE

and UL certification with valid certificates.

16.2 Approved Make List as follows:-

RECOMMENDED MAKE/BRAND OF MATERIALS

SL.No Description Make

1 HD IR Dome Camera Honeywell / Bosch / Pelco / WatchNET /

Samsung/LG/ Sony

2 HD IR Bullet Camera Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG / Sony

3

IP Network Bullet IR Varifocal Camera

Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG / Sony

4 IP Network Dome IR Varifocal Camera Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG / Sony

5 IP Network Dome IR Varifocal Camera - with

Audio Amplifier

Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG / Sony

6 16 Channel Tribrid HD Recorder Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG

7 eSATA Expansion Box For Data Storage Honeywell / Bosch / Pelco /WatchNET /

Samsung/LG

8 Rack Netrack/APW/Rittal

9 RG 6 Coaxial Armored Cable Polycab/Finolex/RR/Varsha

10 2 X 1 core X 1sq.mm Power Armored Cable Polycab/Finolex/RR/Varsha

11 SMPS Power Supply Sanster Micro/KSPL/Enter

15.26 Max. User Access 20 users

15.27 Smart Phone iPhone, iPad, Android

15.28 ONVIF ONVIF Profile S

15.29 Compression G.711a/G.711u/PCM

15.30 Interface 1/1 channel In/Out

15.31 Memory Slot Micro SD, Max 64GB

15.32 Alarm 1/1 channel In/Out

15.33 Power Supply DC12V/AC24V, PoE(802.3af)

15.34 OperatingTemp./Hum. All indoor weather conditions

15.35 Certification CE and UL

16.0 Hard Disk Drive

Sr. No

Parameters Specifications Compliance Yes / No

16.1 Dard Disk Drive Surveillance HDD - SATA

16.2 OperatingTemp./Hum. All indoor weather conditions

16.3 Capacity 4 TB and 6 TB

16.4 Certification CE and UL

14

12 Surveillance HDD - SATA Seagate / Western Digital

13

Display Monitor DEL/HP/SAMSUNG/LG/LENOVO/PANASONIC

14 2 core shielded 1 sq. mm. mic line cable Polycab/Finolex/Belden

15 Amplified DVR Microphone Philips/Iball/Intex/WatchNet/JBL/Honeywell/

LG/ Samsung

16 Multimedia Ampli-speaker Philips/Iball/Intex/WatchNet/JBL/Honeywell/

LG/ Samsung

16.3 All cameras must be provided with suitable original mounts/housings (Wall, Dome etc) with

dust proof cover and vendor must fit all the cameras in the original mounts/housings.

16.4 All cameras must be connected to the Tribrid HD Recorder System using the RG6 Coaxial cable

(as mentioned in technical specification). As far as possible the existing wiring in the branches

already having the CCTV systems must be utilised, in such cases new wiring should be used only

for additional cameras for which no existing wiring is available.

16.5 The Tribrid HD Recorder System must be fitted with Surveillance HDD storage drives(as

mentioned in technical specification) with a recording back up of not less than 90 days (at 1

megapixel resolution for all HD & IP cameras @ 20 FPS and D1 for all analogue cameras @ 20

FPS)

16.6 The Tribrid HD Recorder System must be a standalone type and should be placed inside a

lockable Network Rack (as mentioned in technical specification) or any other suitable Rack

provided by the Branch.

16.7 All cameras must work on 12 volt DC switch mode power supply and the same should be

connected to the Branch UPS.

16.8 Software must be provided with the Tribrid HD Recorder System to convert H.264 video files

into AVI Files or any other playable video files.

ACCEPTED THE ABOVE CONDITIONS.

Authorised Signatory

Name :

Designation :

15

ANNEXURE-II

TERMS & CONDITIONS

1. NAME OF WORK: Installation of CCTV Surveillance System on OPEX and/ or CAPEX model at about 300 branches of our Bank situated in the states of West Bengal and Sikkim over a period of five years. The number of branches / offices is likely to be increased/ decreased.

2. Please read the conditions governing the quotations (enclosed) carefully. All disputes or differences in

connection with or relating to this tender shall be subject to the jurisdiction of the courts in Kolkata only.

3. Please fill in relevant information in the blank formats provided with tender.

4. Please sign in full this tender document with all the annexures.

5. The sealed envelope containing the Technical Bid shall be opened at 3 PM on 29 June 2016 at State Bank of India, Local Head Office, 1, Strand Road, Kolkata-01 in the presence of vendors or their duly authorised representatives empowered to negotiate on behalf of the vendors, who choose to be present. Vendors' representatives shall produce a letter of authority in this regard. Thereafter, the short listed vendors at their cost would be required to participate in demonstration/ trial of the equipment at their own cost at Bank’s site, on the date to be decided later. Thereafter, based on the performance and specification of the equipment, Financial Bids of the short listed vendors only, would be opened in presence of the vendors or their authorised representatives; at the date and time of which will be intimated by the Bank. The EMD and the sealed technical bids of vendors who are not short listed will be returned in due course.

a) No consideration will be given to a quotation received after the time stipulated above and

no extension of time will normally be permitted for submission of quotation.

b) The vendor will submit his quotation after carefully examining and satisfying themselves

about the document/terms & conditions and the schedule of work.

c) Quotations incomplete in any manner and not fulfilling any or all of the conditions prescribed

are liable to be rejected summarily.

6. NO AMOUNT SHOULD BE QUOTED AS CHARGES FOR TRAINING. VIOLATION OF THESE INSTRUCTIONS

WOULD ENTAIL DISQUALIFICATION.

7. ALL PRICES SHOULD BE QUOTED NET OF ALL DISCOUNTS AND F.O.R. DESTINATION INCLUSIVE OF ALL TAXES AND CONTINGENT COST INCLUDING CENTRAL SALES TAX, VAT, EXCISE, PACKING & FORWARDING TRANSPORTATION, INSURANCE, HANDLING AND INSTALLATION, ENTRY TAX AND OCTROI ETC. QUOTATIONS OFFERING ANY DISCOUNTS MAY BE DISQUALIFIED.

8. Canvassing in connection with quotations is strictly prohibited and quotations submitted by vendors who resort to canvassing are liable to be rejected.

9. No price escalation adjustment or any other escalation will be payable.

10. The Bank may, if considered necessary, hold comprehensive price negotiations with the L1

vendor.

11. The bank reserves the right to accept/ reject any application, modify the stipulations or cancel the whole

process at any stage, without assigning any reasons therefore.

16

12. CONDITIONS GOVERNING THE QUOTATIONS

12.1 Signature: In the case of authorised person, the copy of letter issued by competent authority to sign on behalf of the company should be enclosed.

12.2 Equipment: The vendor should offer CCTV Surveillance System on OPEX and / or CAPEX

model to the State Bank of India and carry out their installations at SITE. Unless otherwise

specifically referred, all the items of CCTV Surveillance System should be referred to as EQUIPMENT

in this document.

12.3 Installation: The equipment should be installed at various branches of State Bank of India which shall be referred to as site in this document. The list of branches will be supplied to the successful vendors as and when required.

12.4 Delivery:

(i) The CCTV Surveillance Systems along with all parts should be installed, tested and

commissioned within 15 days from the date of issue of Work Orders.

(ii) State Bank of India reserves the right to cancel the Work Order if the vendor fails to complete

installation within the stipulated period. In the event of such cancellation of order, the vendor shall not

be entitled to any compensation. Penalty @ 2 % of one year’s rent per week or part thereof

subject to a ceiling of 10% of rent for one year will be charged for delay in completion of

installation attributable to supplier. This amount of penalty so calculated shall be deducted at

the time of making payment as stated below in clause 16.

(iii) In case the vendor awarded the contract is unable to install CCTV Surveillance Systems along with

parts, by the stipulated installation dates mentioned above, the Bank may cancel the order and

award it to any other vendor and/or levy penalties as stipulated herein. In case the selected vendor

backs out before starting the job, the EMD of the vendor would stand forfeited.

(iv) All internal components of the CCTV Surveillance System should be valid components

of that Brand. The vendor should confirm compliance in their technical quotations. Further,

the installation note should indicate the “Serial Number”, "Part Number" of various components viz.

DVR, Camera etc. so that these numbers can be verified by the inspecting officials. “Bar Code” should

be pasted on the installation certificate.

(v) The vendor shall deliver, along with the CCTV Surveillance Systems, a complete set of

system documentation and software/ user manual.

(vi) All softwares should be pre-loaded at the factory before despatch to the respective sites.

12.5 Quantity liable to vary: The number of branches for installation of the C C T V

S u r v e i l l a n c e S ystems are likely to be 100 but the number may be increased or decreased at

the discretion of the Bank.

12.6 Vendor not to make any alteration in document: No alterations which are made by the

vendor in the specifications or probable quantities accompanying this notice shall be recognized,

and if any such alterations are made, the quotation shall be invalid. Remarks or explanations

should be set out in Envelope and shall become binding only if specifically accepted in writing by

the Bank at the time of acceptance of the quotation. Any quotation which purports to alter, vary or

omit any of the conditions herein is liable to be rejected.

17

12.7 Vendor to gather all information for/ bear cost for submitting quotations:

a) The vendor must obtain for himself on his own responsibility and at his own expenses all the information necessary including risks, contingencies and other circumstances to enable him to prepare a proper quotation and to enter into a contract with the Bank.

b) The vendor should also bear all the expenses in connection with the preparation and submission of his quotation.

c) The vendor whose quotation is accepted shall not be entitled to make any claim for increase in the rates quoted and accepted.

12.8 Quotation to be complete, adequate and cover all taxes, contingent costs including insurance: The quotation must be complete in itself, properly worked out to cover all the vendor's obligations under the contract and all matters and things necessary for the proper completion of the work, and the rates quoted therein must be correct and sufficient to cover the vendor's costs, overheads and profits etc., completely for the individual items of work including cost for all necessary materials and labour, taxes, excise or any other such tax or duty levied by Govt., Central or State or Local Authority etc., as on the date of submitting quotations. Comprehensive insurance of the entire CCTV surveillance system against loss or damage by fire, theft or other risks etc. during transit, till the work is completed at site and during entire lease period will be arranged by the vendor at its own cost. No additional cost on account of insurance will be paid by the Bank.

12.9 Quoted rates not subject to escalation: The rates should not be subject to any escalation

in prices of components, basic material, exchange rate, taxes, duties, railway/ freight, labour

rates and octroi (wherever applicable) etc.

12.10 Quotation to remain open for acceptance for 90 days:

a) The quotation submitted shall remain open for acceptance for a period of 90 days from the date of their opening. Should any vendor withdraw his quotation before the expiry of the said period or makes any modifications to his quotation, which are not acceptable to the Bank, the quotation, shall be treated as having been rejected or abandoned.

b) The rate and other terms & conditions should be firm for the period of lease duration from the

date of opening of financial bid.

12.11 Rights of Bank:

a) The Bank does not bind itself to accept the lowest quotation and reserves the right to reject any or all the quotations received, without assigning any reason. While placing the Work Order, the Bank further reserves the right to delete or reduce any item or section of the schedule without assigning any reason .

12.12 Assigning Work: The work or any part of it should not be transferred, assigned or sublet without the written consent of the Bank.

12.13 Other agencies at work: The vendor shall be required to co-operate and work in co-

ordination with and afford reasonable facilities for such other agencies/ specialists as are/may be

employed by the Bank on other works/sub-works in connection with the project/scheme of which this

work forms part and in this connection it shall be deemed that the vendor has prior to submitting the

quotation inspected the premises and taken all circumstances into consideration.

12.14 Acceptance Testing:

i) Inspection/ Acceptance test shall be carried out to the satisfaction of the Bank at the Bank‟s site.

ii) The Inspection/ Acceptance Test shall be designed by the Bank and conducted by the Bank's officials to their satisfaction. The vendor shall provide/ extend necessary assistance to the Bank in the conduct of the acceptance tests/ trial/ inspection.

18

12.15 Release of Shipment from the Check Post:

It is to be clearly understood that hardware and other peripherals shipped from factory, will be got cleared from Check post by the vendor. In States where octroi is not applicable it will be the sole responsibility of the vendor to submit any form required for release of shipment from the check post.

12.16 Payment Schedule:

12.16.1 For OPEX Model: No advance is payable. After installation of CCTV Surveillance System on OPEX Model with all satisfactory test report at site, testing and commissioning, the bills be sent at the end of each quarter to Bank‟s concerned RBO for making payment. The bills should be accompanied by the service call certificate from each branch visited during the quarter and duly signed by the Branch Manager or his representative. If the system remains non operative during the quarter, the duration of non operation would be mentioned by the Branch in the service call certificate, and the rent would be deducted on „Pro-rata” basis, subjected to branch lodging a complaint with the vendor through telephone/SMS/email/letter/ fax and vendor not attending the same within 48 hours of the complaint being lodged with the vendor.

12.16.2 For CAPEX Model: No advance is payable. After installation of CCTV Surveillance System on CAPEX Model with all satisfactory test report at site, testing and commissioning, the bills along with installation report duly signed by the Branch Manager concerned will be sent to Bank‟s concerned RBO for making 100% payment.

12.17 Training: At the time of installation of equipment and at quarterly interval thereafter, the vendor

shall provide on site free training specific to the CCTV Surveillance System and software supplied, to

the Bank's officials at the SITE. Necessary manuals/ literature/ training materials, if any, in

respect of the above areas shall be provided by the vendor free of cost.

12.18 Insurance: Vendor shall arrange for suitable comprehensive insurance cover at no extra cost to the Bank, for the entire lease period.

12.19 The vendor will arrange preventive maintenance, repair/replacement and free provision of

spares, parts, kits as and when necessary. This condition also applies towards system software and

application packages delivered by the vendor along with the system. The vendor should particularly

ensure that the systems and other software are VIRUS free and does not cause disruption or other

damages to the system or information and data contained in the system at the time of installation or

subsequently. Detailed conditions and covenants governing Repairs and Maintenance Services are

furnished in para 25.

12.20 On-site Repair and Maintenance Services: The Vendor shall arrange for services of qualified

service engineers acceptable to the Bank at the time of installation and during lease period for

trouble shooting, repair and replacement of all kits or parts and spare parts and to render such other

support services, as may be necessary for satisfactory functioning of the EQUIPMENT. No charges,

fees accommodation, boarding etc. shall be paid or provided by the Bank to the service engineer or his

assistants.

12.21 Subcontracting : The vendor shall not, without the prior written consent of State Bank of

India, subcontract or permit anyone other than the vendor's own personnel to perform any of the

work, services or other performance required of the vendor.

12.22 Equipment Attachments : State Bank of India shall have the right to make changes and

attachments to the EQUIPMENT provided such changes or attachments do not prevent proper

maintenance from being performed, or reasonably increase the cost of performing repair and

maintenance service.

12.23 Earnest Money Deposit : The vendor have to deposit with the Bank an amount of Rs. 1,00,000/-, in the form of Demand Draft/ Banker's Cheque favouring State Bank of India payable at CCPC Kolkata. In case the vendor is awarded the contract the same amount will be kept as a

19 Security Deposit for entire lease period. The Earnest Money deposit is to be made with the submission of technical bids. Technical bids without EMD would be summarily rejected. In case the vendor fails to perform the contract within the period specified in the order, or the service during the lease period are found unsatisfactory, the earnest money deposit (which then will be considered as Security Deposit) will stand forfeited without any prior notice to vendor. The earnest money (Security Deposit) for the duration of the lease will be released only after expiry of lease period. EMD of unsuccessful bidders will be refunded within 30 days from the date of opening of financial bid and no interest shall be payable on EMD of unsuccessful tenderers.

12.24 Others: The vendor shall warrant that the repair and maintenance service/ products offered on

lease do not violate or infringe upon any patent, copyright, trade secret or other property right of any

other person or other entity. The vendor shall indemnify State Bank of India from any claim, directly or

indirectly resulting from or arising out of any breach or claimed breach of this warranty.

The vendor shall further explicitly absolve the Bank of any responsibility/ liability for use of systems/

software delivered along with the equipment and of all cases of possible litigation/ claims directly or

indirectly arising out of any breach/ claimed breach of patent/ copyright/ licence/ trade secret or other

entity of the equipment and software(s) sourced either from third parties or from themselves.

The vendor and their employees shall strictly undertake not to communicate or allow to be

communicated, to any person or divulge in any way any information relating to the ideas, concepts,

know-how, technique, data, facts, figures and all information whatsoever concerning, or relating to the

Bank and its affairs to which the said employees have access in the course of the performance of

their obligations to the Bank. Such employees shall also execute letters of fidelity and secrecy in such

form as may be prescribed by the Bank.

Within the period of contract, the Bank shall have the right to: -

- Shift the CCTV Surveillance System to any alternate site at its choice.

All disputes and differences of any kind whatsoever arising out of or in connection with this tender shall be referred to arbitration. The arbitrator may be appointed by both the parties or in case of disagreement; each party may appoint an arbitrator and the decision of the arbitrator(s) shall be final. Such arbitration shall be governed by the provisions of the Indian Arbitration Act.

12.25 CONDITIONS GOVERNING REPAIR AND MAINTENANCE SERVICES The VENDOR

shall agree to maintain the CCTV Surveillance System in good working order and for this purpose

shall provide the following repair and maintenance services:-

a) Preventive Maintenance : The VENDOR shall conduct Preventive Maintenance

(including but not limited to inspection, testing, satisfactory execution of all diagnostics,

replacement of unserviceable parts, cleaning and removal of dust and dirt from the interior

of the EQUIPMENT, and necessary repairing of the EQUIPMENT) once within the first

fifteen days of the commencement of the lease period and once every subsequent

quarter, on a day and at a time to be mutually agreed upon. Notwithstanding the

foregoing, the VENDOR recognizes SBI's operational needs and agrees that SBI shall have the

right to require the vendor to adjourn Preventive Maintenance from any scheduled time to a date

and time, not later than fifteen working days thereafter. Such services will also be rendered by

the vendor as and when required by the Bank.

b) The VENDOR shall correct any faults and failures in the EQUIPMENT and shall repair

and replace worn out defective parts of the EQUIPMENT immediately. In case where

unserviceable parts of the EQUIPMENT need replacement, the VENDOR shall replace all

such parts, at no extra cost to SBI with brand new parts or those equivalent to new parts in

performance. The VENDOR in effecting any such replacement shall not remove the

equipment or any part thereof until the vendor is ready to move in substitute equipment or part

or parts to replace it. If the replaced part or parts are not identical in all respects to the part

20

replaced, the VENDOR shall inform SBI in writing at the time of such replacement. SBI in

such case have the right to request the VENDOR to replace the parts with the original

compatible parts only and the VENDOR comply with such request forthwith.

c) The VENDOR shall ensure that faults and failures intimated by SBI as above are diagnosed

and repaired within 72 hours. If the repair work is expected to be prolonged beyond 72 hours

of lodging of complaint the vendor shall replace the defective EQUIPMENT with STAND- BY

EQUIPMENT immediately, and restore operations.

d) PENALTY: Without prejudice to any of the SBI's other rights and remedies, a penalty will be

levied by SBI for failure by the vendor to keep the system in working condition. In addition to

the deduction of pro rata basis of the monthly rent of the system for the duration of the non

working of the system, which would be mentioned by the concerned branch in the service call

certificate a penalty would be levied @ 10% of the monthly rent per 24 hour delay in

rectification of the system subject to a minimum of three month rent.

The vendor will be fully responsible to maintain storage and to retrieve data from the system and

handover the same to authorised Bank‟s representative as and when required as per following

criteria:-

(i) Back up for minimum 90 days.

(ii) Back up with minimum 1MP resolution.

(iii) Back up with minimum 20 FPS.

If the vendor fails to provide any of the above, penalties as under per instance per Branch will

be charged:-

(i) For back up less than 90 days- Rs 200/- per day.

(ii) For resolution less than 1 MP- Rs 10,000/-.

(iii) For less than 20 FPS- Rs 10,000/-.

f) The vendor shall also guarantee that there shall not be more than three failures of critical

components in any calendar quarter at any site. In the event of more than three failures in

these critical components, the vendor shall REPLACE the defective equipment with NEW

compatible equipment, acceptable to the BANK immediately.

g) The vendor shall keep spares of essential kits or parts of the EQUIPMENT, (at the office

where the engineer is located as para 26 to keep the breakdown time minimal. The vendor

may install his own standby system of identical specification. If such system is acceptable to

the Bank, the period of use of such system shall be deducted from the breakdown time for all

purposes.

h) SPARE PARTS AND TEST EQUIPMENT: The vendor shall undertake to maintain necessary

tools, test equipment, sub-assemblies, kits of parts, components and spare parts for 7 year

(including lease period) from the date of installation of EQUIPMENT at SITE, to enable it to fulfil

the obligations.

i) In the event the vendor decides to discontinuance the supply of sub-assemblies, kits

of parts, components and spare parts for EQUIPMENT leased after expiry of said seven

years, the vendor shall give 12 months prior notice to such discontinuance and assist SBI to

make alternative arrangements.

j) All engineering changes generally adopted hereafter by the VENDOR for equipment similar to that supplied, as per the SCHEDULE OF WORK, shall be made to the EQUIPMENT at no cost of SBI.

21

k) A log/register shall be maintained INDIVIDUAL BRANCH/OFFICE-WISE by the Service Engineer at the SITE to record each incident of EQUIPMENT malfunction, errors, faults, failures, defects, etc., indicating the date and time at which the vendor was informed or noticed the malfunction, errors, faults, failures, defects, etc., and the date and time of commencement and successful completion of repair work and nature of repair work performed on the equipment together with a description of the cause for work, either by description of the malfunction, errors, faults, failures, defects etc., or as discovered, and repaired during the regularly scheduled Preventive Maintenance. SBI shall use the same log for recording the nature of malfunction, errors, faults, failures, defects, etc., observed in the equipment the date and time of their occurrence and the date and time of their communication to the vendor. The entries in the register under the initials of a SBI representative shall constitute conclusive proof of the malfunction, errors, faults, failures, defects, etc.

l) The vendor would ensure that the engineer/ technician visit the branch at least once in a

quarter, and during such visits the technician must explain the procedure for viewing old

recording and taking a back up to the BM & joint custodians. For routine visits no charges

would be payable for making back up of the available recording, but the branch would provide

CD/DVD/USB or reimburse its cost .However if the technician is called by the branch on SOS

basis to make a back up of the recording, the mutually agreed charges would be paid and

branch would provide CD/DVD/USB or reimburse its cost.

m) In case the contract is terminated, the Hard Disk Drive may be retained by the Bank for which

charges to be paid by the Bank as under:-

(i) Within first 12 months after installation : 80 % of the CAPEX value.

(ii) 12 to 24 months after installation : 60 % of the CAPEX value.

(iii) 24 to 36 months after installation : 30 % of the CAPEX value.

(iv) beyond 36 months after installation : NIL

12.26. General OEM Guidelines:

Sl. No. General OEM Guidelines

12.26.1 OEM should have online dedicated CCTV support centre available during working hours and a fully equipped repair and maintenance office in India. Document details to be submitted for the same for verification

12.26.2 OEM should be having valid ISO 9001 certificate

12.26.3 Documents of manufacturing license/Excise registration of the OEM factory or Country Of Origin need to be submitted for verification

12.26.4 Product Certification copies to be attached as per the specifications.

12.26.5 To evaluate the offered solution/products, POC will be conducted by technical committee. The POC date (s) shall be intimated separately after evaluation of Technical Bids of prospective bidders

12.26.6 Serial number of products to be provided by the OEM along with test certificate.

12.26.7 Audit of Banks whether actual material is provided or not needs to be done by OEM as and when required by Bank without any additional charges.

12.26.8 The manufacturer will have to ensure availability of spares for at least a period of 5 years from the date of purchase for which the OEM has to issue a declaration to SBI.

22

12.26.9 OEM has to certify that no EOL (End Of Life) products have been offered in this tender

12.26.10 The brand offered should have a presence in India for a period not less than 10 years

12.27. General Bidder Guidelines:

Sl. No. General Bidder Guidelines

12.27.1 The bidder should be registered since last 5 years as per ROC, Company of India under Companies Act 1956 or public sector Undertaking/Statutory body or Partnership firm under Partnership Act 1932 or sole proprietorship. Documents to be furnished for verification

12.27.2 The bidder should be a profit making company organisation in each of the last three financial year

12.27.3 The bidder's average financial turnover during last three years ending 31st. March 2015 should be at least INR 1 Crore

12.27.4 The bidder should produce authorisation certificate from OEM for its offered Makes in original

12.27.5 The bidder should not have been black listed by any State Government, Central Government or any other Public Sector Undertaking or a corporation or any other Autonomous Organisation of Central or State Government as on bid opening date and there has been no litigation with any Government department on account of similar service.

12.27.6 The bidder must have valid sales tax registration (VAT) in the state of West Bengal/ Sikkim and CST registration.

12.27.7 The bidder must have done CCTV SITC job and should have done a single project order value worth, not less than, Rupees 25 Lac.

13. CONTACT DETAILS OF SERVICE PROVIDERS:

The vendor shall maintain a helpline number for lodging complaints. The operator should record the complaint and issue a docket number.

ACCEPTED THE ABOVE CONDITIONS.

AUTHORISED SIGNATORY:

NAME :

DESIGNATION :

SEAL OF THE FIRM/ORGANISATION:

23

ANNEXURE-III

The Assistant General Manager (Security)

State Bank Of India

Local Head Office

1, Strand Road

Kolkata – 700 001

FORMAT OF UNDERTAKING OF AUTHENTICITY FOR CCTV SURVEILLANCE SYSTEM

We hereby undertake that all the components/ parts/ assembly/ software used in the CCTV

Surveillance System like Hard Disk, Monitors, Memory etc. shall be original new components/ parts/

assembly/ software from respective OEMs of the products and that no refurbished/ duplicate/ second

hand components/ parts/ assembly/ software shall be used.

In case we are found not complying with above at the time of delivery or during installation of CCTV

Surveillance System, we agree to take back the materials, if already supplied and return the

corresponding payment, if already made.

AUTHORISED SIGNATORY:

NAME :

DESIGNATION :

SEAL OF THE FIRM/ORGANISATION:

24

ANNEXURE-IV

The Assistant General Manager (Security)

State Bank Of India

Local Head Office

1, Strand Road

Kolkata – 700 001

FORMAT- COMPANY PROFILE

S No

Description Response/ Details Enclosures

1. Company/Firm Profile

1.1 Name & Address

1.2 Website/ e-mail address

1.3 Brief details of organisation

1.4 Contact No. Landline

FAX

Mobile

1.5 Location of Business units (covering West Bengal, Sikkim, Andaman & Nicobar Islands)

1.6 Date of establishment

2. Details of Key Personnel to be Associated with the Project

2.1 Name, Designation & Address

2.2 Email address

2.3 Contact No. Landline

FAX

Mobile

Name & Location of qualified Technical Staff (who are in permanent role) in West Bengal, Sikkim and Andaman & Nicobar Islands; and will be Associated with the Project

3.1 Names with Designation

25

3.2 Their roles & responsibilities

3.3 Previous experience

4. Turnover Details

4.1 Turnover in last three years

2014-15

2013-14

2012-13

5. Income Tax/ Service Tax Details

5.1 PAN/ TAN

5.2 Service Tax Registration Number

5.3 Sales Tax Registration Number/CST/VAT

6. Technical Competency/Expertise

6.1

6.2

6.3

7. Bidding as OEM / Certified Channel Partner or Both.

OEM/ CCP / Both

8. For Bidders Applying as Channel Partner, list out names of OEMs tied up with. (Relevant documents from principals to be attached)

9. Product Certification

9.1 CE

9.2 UL

10. Reference list of previous and existing clients (to include at least one PSB)

10.1 Period of association (in years):

10.2 Period of association (in years):

10.3 Period of association (in years):

10.4 Period of association (in years):

10.5 Period of association (in years):

26

11. Are there any relatives working in State Bank of India? If Yes, name & his/her details of employment posting.

12. Indicate whether blacklisted and / or blacklisting proceedings pending with any earlier clients. Details with reasons thereof.

13. Indicate Details of Pending or Past Litigation, if any, within the last 3 years with details and Explain Reasons. Also mention any claims/complaints received in the last three years.

14. Indicate Details of any Bankruptcy / Winding-up Proceedings Initiated Against the Bidder or its tie–up Partner at any point in time.

15. Additional Details, if any

D E C L A R A T I O N 1. We have read the instructions appended and all terms and conditions and I / We understand that if any false information is detected at a later date, any future contract made between ourselves and State Bank of India, on the basis of the information given by me/us can be treated as invalid by the Bank and I / We will be solely responsible for the consequences. 2. We agree that the decision of State Bank of India in selection of contractors will be final and binding to me/us. 3. All the information furnished by me hereunder is correct to the best of my knowledge and belief. 4. We agree that I/we have no objection if enquiries are made about the work listed by me / us in the accompanying sheets. 5. We agree that I/We have not applied in the name of sister concern for the subject empanelment process.

AUTHORISED SIGNATORY:

NAME :

DESIGNATION :

SEAL OF THE FIRM/ORGANISATION:

27

ANNEXURE-V

FINANCIAL BID

The Assistant General Manager (Security)

State Bank Of India

Local Head Office

1, Strand Road

Kolkata – 700 001

Dear Sir,

Sub: Financial Bid For Installation Of CCTV Surveillance System on OPEX and / or CAPEX Model

With reference to the above we here under submit our Financial Bid on Monthly Rental basis for OPEX Model and

unit prices for CAPEX model.

Item No.

Description UOM UNIT RATE MAKE & MODEL

OFFERED INR

ON OPEX MODEL

1 Monthly Rental for 16 Channel Tribrid HD Recorder (Technical Specification No. 1.0)

Nos.

2 Monthly Rental for eSATA Expansion Box For Data Storage ( Technical Specification No. 2.0)

Nos.

3 Monthly Rental for HD IR Vari-Focal Dome Camera with connectors ( Technical Specification No. 3.0)

Nos.

4 Monthly Rental for HD IR Vari-Focal Bullet Camera with connectors ( Technical Specification No. 4.0)

Nos.

5 Monthly Rental for IP Network Bullet IR Varifocal Camera (Technical specification No. 13)

Nos.

6 Monthly Rental for IP Network Dome IR Varifocal Camera (Technical specification No. 14)

Nos.

7 Monthly Rental for IP Network Dome IR Varifocal Camera with audio amplifier (Technical specification No. 15)

Nos.

8 Monthly Rental for Amplified DVR Microphone ( Technical Specification No. 5.0)

Nos.

9 Monthly Rental for Multimedia Ampli-speaker ( Technical Specification No. 6.0)

Nos.

10 Monthly Rental for Display Monitor ( Technical Specification No. 11.0)

Nos.

11 Hard Disk Drives ( Technical Specification No. 16.0)

(a) 4 TB Nos.

(b) 6 TB Nos.

Item No.

Description UOM UNIT RATE MAKE & MODEL

OFFERED INR

ON CAPEX MODEL

12 RG 6 Cable Armoured ( Technical Specification No. 7.0) with installation charges and accessories

Mtr.

28

13 Power Cable Armoured ( Technical Specification No. 8.0) with installation charges and accessories

Mtr.

14 Network Rack ( Technical Specification No. 10.0) with installation charges and accessories

Nos.

15 Microphone Cable ( Technical Specification No. 12.0) with installation charges and accessories

Mtr.

16 SMPS 12 Volt DC 10 amps ( Technical Specification No. 9.0)

Nos.

17 eSATA Expansion Box For Data Storage ( Technical Specification No. 2.0) with installation charges

Nos.

18 HD IR Vari-Focal Dome Camera with connectors ( Technical Specification No. 3.0) with installation charges

Nos.

19 HD IR Vari-Focal Bullet Camera with connectors ( Technical Specification No. 4.0) with installation charges

Nos.

20 IP Network Bullet IR Varifocal Camera (Technical specification No. 13)

Nos.

21 IP Network Dome IR Varifocal Camera (Technical specification No. 14)

Nos.

22 IP Network Dome IR Varifocal Camera with audio amplifier (Technical specification No. 15)

Nos.

23 Amplified DVR Microphone ( Technical Specification No. 5.0) with installation charges

Nos.

24 Multimedia Ampli-speaker ( Technical Specification No. 6.0) with installation charges

Nos.

25 Display Monitor ( Technical Specification No. 11.0) with installation charges

Nos.

26 16 Channel Tribrid DVR System ( Technical Specification No. 1.0) with installation charges

Nos.

27 Hard Disk Drives ( Technical Specification No. 16.0)

(c) 4 TB Nos.

(d) 6 TB Nos.

OTHER CHARGES

28 Charges for making back up for recording:-

In KMDA Area LS

Outside KMDA Area in West Bengal State LS

Sikkim State LS

29 Charges for shifting of full CCTV System/any component:-

Within Premises LS

Outside Premises LS

Note: The rates for the items mentioned against Sl. Nos. 1 to 11 should also be quoted on CAPEX model apart

from OPEX model against Sl. Nos. 17 to 27. The rates quoted for items against Sl. Nos. 17 to 27 will not be

counted for L-1 consideration.

AUTHORISED SIGNATORY:

NAME :

DESIGNATION :

SEAL OF THE FIRM/ORGANISATION: