invitation of bids for supply, installation, … · vendor’ form only in isro e ... of data...

24
REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo SDSC SHAR 1 INVITATION OF BIDS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF UNDER VEHICLE SCANNING SYSTEM ALONG WITH NUMBER PLATE READING AND DRIVER PHOTO CAPTURE SYSTEM AT SDSC SHAR 1. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial part. 2. The scope of the work includes the “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF UNDER VEHICLE SCANNING SYSTEM ALONG WITH NUMBER PLATE READING AND DRIVER PHOTO CAPTURE SYSTEM AT SDSC SHAR” and other interfaces including the minor civil works if any required. 3. The address and contact numbers for seeking clarifications regarding this RFP are given below – (a) Bids/queries to be addressed to Sr.Purchase & Stores Officer, SCF (b) Postal address for sending the Bids Tender Section Satish Dhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India, Sriharikota – 524124, SPSR Nellore Dist, Andhra Pradesh (c) Name/designation of the contact personnel Mr.Senthil Selvan (d) Telephone numbers of the contact personnel 08623-22 5174/5023 (e) e-mail ids of contact personnel [email protected] (f) Fax number 08623-22 5170 4. This RFP is divided into four Parts as follows: A. Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. and also Standard Conditions of RFP, which will form part of the Contract with the successful Bidder B. Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details. C. Part III –.Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder. D. Part V – Contains Evaluation Criteria and Format for Price Bids.

Upload: lecong

Post on 04-Jun-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 1

INVITATION OF BIDS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF UNDER VEHICLE SCANNING SYSTEM

ALONG WITH NUMBER PLATE READING AND DRIVER PHOTO CAPTURE SYSTEM AT SDSC SHAR

1. Proposals are invited from the interested bidders for the enclosed scope of work in two part bid. Part-1 technical and unpriced part of the work and Part-2 Priced commercial part.

2. The scope of the work includes the “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF UNDER VEHICLE SCANNING SYSTEM ALONG WITH NUMBER PLATE READING AND DRIVER PHOTO CAPTURE SYSTEM AT SDSC SHAR” and other interfaces including the minor civil works if any required.

3. The address and contact numbers for seeking clarifications regarding this RFP are given below –

(a) Bids/queries to be addressed to Sr.Purchase & Stores Officer, SCF

(b) Postal address for sending the Bids

Tender Section Satish Dhawan Space Centre SHAR, ISRO, Dept. of Space, Govt. of India, Sriharikota – 524124, SPSR Nellore Dist, Andhra Pradesh

(c) Name/designation of the contact personnel

Mr.Senthil Selvan

(d) Telephone numbers of the contact personnel

08623-22 5174/5023

(e) e-mail ids of contact personnel [email protected]

(f) Fax number 08623-22 5170

4. This RFP is divided into four Parts as follows:

A. Part I – Contains General Information and Instructions for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc. and also Standard Conditions of RFP, which will form part of the Contract with the successful Bidder

B. Part II – Contains essential details of the items/services required, such as the Schedule of Requirements (SOR), Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

C. Part III –.Contains Special Conditions applicable to this RFP and which will also form part of the contract with the successful Bidder.

D. Part V – Contains Evaluation Criteria and Format for Price Bids.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 2

5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, should it become necessary at any stage.

6. BID SUBMISSION

The Tenders authorized online on or before the open authorization date and time only be considered as valid tenders. Physical copy of the tender will not be considered, even received before the bid submission date. Bids shall be submitted in the following manner.

6.1. PART – I : UN PRICED TECHNO-COMMERCIAL PART OF THE BID FOR THE WORK

Complete Techno–commercial part of the bid shall be filled online in the “Vendor Specified Terms’ form of the e-tender. Any documents related (demand draft for tender fee & EMD ), technical literature, guarantee /warrantee certificates and any other document as per the tender shall be scanned and uploaded to the e-tender under ‘Documents solicited from Vendor’ form only in ISRO e-procurement portal ( https://eprocure.isro.gov.in ).

The techno-commercial bid should contain the following:

(a) Demand draft for tender fee. The DD is not required for the bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC), MSME or any Department of MoD or MoD itself.

(b) Submission of bid letter along with one set of proposal document (RFQ) duly signed and stamped as token of acceptance.

(c) Bill of material with Make and Model no. of each item with commercial terms, taxes, duties, exemption certificates.

(d) A Technical compliance statement for each item in Bill of Material as per the proforma attached along with technical data sheet/literature highlighting the compliance to specifications. Deviations, if any, shall be brought out clearly.

(e) Additional items, if any, required to realize this turn-key work shall be included in bill of material in the offer along with technical details and justifications. Technical compliance Statement shall be submitted for these items.

(f) Documentation (Product Brochures, leaflets, manuals & related technically supporting documents with respect to the products offered)

(g) Certificate from the Original Equipment Manufacturers (OEM) that the bidder is an authorized dealer / agent for the OEM and details of confirmation about 3 year onsite warranty support for the offered products.

(h) Copy of ISO certificate of the company, if any.

(i) Audited balance sheet including profit and loss account for last three financial years showing annual turnover.

(j) Last Three financial years IT returns.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 3

(k) List of projects related to UVSS during the last 3 financial years indicating the name ofclient, contact person, contract value, nature of work, work completed, work balance,month & year of commencement & completion and current status of the set up.

(l) Any other relevant document which strengthens supplier’s claim with respect to thisbid.

(m) Any bids/offers with price details in Techno-Commercial Offer (Part –I) shall berejected.

In case if the space is not adequate to upload, hard copy of the balance documents (without any price figures) shall be submitted before due date in envelope marked with following:

PART-I TECHNO-COMMERCIAL BID

Name of client : Satish Dhawan Space Centre SHAR

Indian Space Research Organisation

Title of the proposal : SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF UNDER VEHICLE SCANNING SYSTEM ALONG WITH NUMBER PLATE READING AND DRIVER PHOTO CAPTURE SYSTEM AT SDSC SHAR

Due date and time of the opening :

From (Name of the bidder with address)

:

To:

Head, Purchase & Stores

Satish Dhawan Space Centre SHAR

ISRO, Dept. of Space

Govt. of India

Sriharikota – 524124,

SPSR Nellore Dist,

Andhra Pradesh, India

The deviation statement and checklist shall be filled online, without which the bid will not be considered.

6.2. PART – II: PRICE PART OF THE BID FOR THE WORK

Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-procurement website https://eprocure.isro.gov.in . The cost of spares and other

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 4

prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection.

a) Unit rate for each of the item shall be indicated separately. The rate quoted shall be on FOR DESTINATION BASIS i.e., FOR SDSC SHAR, Sriharikota basis. Even unloading of the material at our site shall be your responsibility at your cost. Thus transportation of material from your works to SDSC SHAR and unloading at our site shall be the responsibility of tenderers.

b) The taxes applicable for supply and erection/installation shall be indicated separately in terms of percentage in the unpriced techno commercial offer as well as price bid. If the offers submitted by the tenderers are silent on taxes, it will be presumed that quoted rates are inclusive of taxes & duties and no claim in this regard will be entertained later.

c) Supplier has to consider entire bill of material required for realization of fully system irrespective of their mention in the tender including the civil works.

d) Spilt order is not possible.

e) Any bids/offers with price details in Techno-Commercial Offer (Part –I) shall be rejected.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 5

Vendor Evaluation Format

SDSC SHAR seeks response to the following questionnaire for assimilating data which would be used for evaluating the capability of the supplier for executing the referred work. Hence, the supplier is requested to provide only genuine data and any discrepancy found at a later point of time may result in rejection of the supplier from purchase process. Furnishing of data cannot be construed as automatic qualification for participation in the tender. Questionnaire should be signed by a responsible and authorized person of the Company / Agency.

S. No Description Supplier Response

1. Name of the Organization :

2. Type of the Organization

(Proprietary/Pvt. Ltd/Public Ltd/Joint Venture/Consortium)

:

3. Registration Number :

4. Year of Inception of the Organization :

5. Registered address :

6. Name & Address of the Office of the Chief Executive of the Organization

:

7. Contact person for this tender with name & address, email and contact number

:

8. Locations of the Branches of Organization (if any)

:

9. Current Annual turn-over of the Organization

:

10. IT returns for the last 3 years :

11. Major customers where UVSS is installed. (Enclose copies of the Purchase Orders)

:

12. Any customers feedback on the System supplied which is in writing (Pl.

:

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 6

S. No Description Supplier Response

enclose copies)

13. Please submit the Manufacturer’s authorization certificate. Technical compliance to the specifications and software shall be vetted by the Manufacturer (OEM).

:

15. Details of last three years’ experience of Tenderer in executing similar type of work which are completed

Sl.No

Full postal address of the

client with Contact Person

Description of the work

Value of the work (Rs. in Lakhs)

Completion Time as per

PO

Actual period of

completion

Reasons for delay

1

2

3

Note: In order to consider as valid experience, all the experience has to be supported with the completion certificate and purchase order

16. Details of present works being executed by the Tenderer

Sl.No Full postal address of the client

with Contact Person Description of

the work Value of the work

(Rs. in Lakhs)

1)

2)

3)

4)

Note: copy of purchase orders may be enclosed.

Signature of Authorised Person with Seal

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 7

PART I – GENERAL INFORMATION & STANDARD CONDITIONS OF RFP

S.No Description Vendor Compliance

1. Prices quoted should be on the basis of F.O.R. SDSC SHAR, Sriharikota, The purchaser will not pay separately for transit insurance. All risks in transit shall be exclusively of the contractor and the purchaser shall pay only for such stores as are actually received in good condition in accordance with the contract.

2. The quoted rate shall include for all associated minor civil works required to fix the camera, Network rack, electrical cable laying from nearby power socket etc.

3. LIQUIDATED DAMAGES: In the event of the Supplier failing to complete the work within the delivery period specified in the contract agreement or in extension agreed thereto, the Department shall reserve the right to recover from the Supplier as liquidated damages, a sum of 0.5 percentage per week or part thereof of the undelivered portion of the total contract price of equipment or work. The Total liquidated damages shall not exceed the 10.0 percentage of the total Contract.

4. OFFER VALIDITY: Bid shall remain valid for acceptance for a period of FOUR months from the due date of submission of the Bid. The Bidder shall not be entitled during the said period to revoke or revise his Bid or to vary the Bid except and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for extended period as required by SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood that validity is sought and provided without varying either the quoted price or any other terms and conditions of Bid finalized till that time.

5. EXCISE DUTY: Excise duty shall be payable where ever applicable.

6. CUSTOMS DUTY: Customs duty shall be payable where ever applicable.

7. CST: CST, if any applicable shall be indicated separately in schedule of prices (percentage of CST applicable & amount on which it is applicable).

8. SERVICE TAX: Service tax, if any applicable shall be indicated separately in schedule of prices (percentage of service tax applicable & amount on which it is applicable)

9. INCOME TAX: Income tax at the prevailing rate as applicable and if applicable from time to time shall be deducted from the supplier's bills as per Income Tax Act. and a certificate issued (TDS Certificate)

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 8

S.No Description Vendor Compliance

10. DELIVERY SCHEDULE: The supply, installation and commissioning of the system shall be completed within 4 months from the date of placement of the order.

The time for the date of delivery of the stores stipulated in the purchase order shall be deemed to be the essence of the contract and delivery must be completed no later than the date(s) specified therein. Failure to do so, without adequate justification may involve cancellation of the contract at the discretion of purchaser.

11. RISK COVERAGE: The Supplier shall arrange comprehensive risk coverage at his own cost covering the value of equipment including transportation to the site from manufacturer’s works, storage at site, fabrication, erection, testing and commissioning at site. The period of such coverage shall be up to contractual completion period or any extension granted by Department thereof.

12. SERVICES/TRAINING DURING COMMISSIONING:

The vendor should provide the supporting services as detailed below.

a) The vendor has to provide complete configuration and operational training on UVSS to technical team at SDSC SHAR for at least three days.

b) The vendor has to provide operational training on UVSS to CISF at SDSC SHAR.

c) During the implementation software developer shall be available to customize the UVSS software as per SDSC SHAR requirements. .

13. WARRANTY SERVICES:

The bidder should provide three years warranty for the fully commissioned system from the date of acceptance. During warranty, Contractor shall maintain with adequate spares so that no device is down for a period of more than 48 hours. During the warranty period supplier should provide and adhere to the following:

a) The supplier shall provide comprehensive warranty for all equipment, accessories and software against any manufacturing defects/bugs. They shall maintain the equipment and repair/replace all the defective components at the installed site at no additional cost.

b) There should be quarterly preventive maintenance visit by the technicians of the OEM/Supplier. During the preventive maintenance visit the systems supplied and installed by the supplier shall be thoroughly checked as per the checklist provided by the

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 9

S.No Description Vendor Compliance

Engineer-in-Charge and same shall be certified.

c) All the breakdown maintenance calls shall be responded and completed within 48hrs.

d) The new releases/patches of the software shall be provided at free of cost.

a) In the event of the Supplier’s failure to supply & provide allied services within a reasonable period, the Department on its own will get the defects rectified through another agency at the risk and cost to the Supplier.

b) Down time compensation during warranty: penalty deduction will be linked with up-time of the system (in percentage) and shall be deducted from warranty charges/bank guarantee as below :

(i) if up-time below is 90%, penalty @ 3% of the order value.

(ii) if up-time above 90%, no penalty.

14. Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 1,00,000/- (Rupees One lakh only) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft, in favour of Accounts Officer, SDSC SHAR, payable at State Bank of India, Sriharikota.

EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC), MSME or any Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender.

15. SECURITY DEPOSIT

The supplier, whose tender is accepted, shall be required to furnish by way of Security Deposit for the due fulfillment of the contract such a sum as shall amount to 10 % of the contract price of the work awarded.

The security deposit (bearing no interest) shall be held by the Department as security till satisfactory completion, testing and handing over of all the system and for the due performance of all suppliers’

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 10

S.No Description Vendor Compliance

obligations under the contract as per delivery period or extension granted thereof by the Department.

The supplier within 10 days of Purchase Order or signing of Contract , deposit with the Accounts officer, Satish Dhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes namely

i. By a crossed demand draft in favour of Accounts officer, Satish Dhawan Space Centre SHAR drawn on SBI and payable at Sriharikota.

ii. By an acceptable bank guarantee. The bank guarantee shall be from a nationalized bank & shall be valid for 90 days beyond completion period.

In case of breach of contract, the Security deposit shall be forfeited in addition to other relief available to the Department under this contract.

16. MODE OF PAYMENT

Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details for transferring the payments through ECS mode

17. TERMS OF PAYMENTS

General guideline TERMS OF PAYMENTS are as indicted below. Any deviation to these payment terms to be brought out.

100% against supply, installation, successful commissioning and acceptance of equipment and system by the Department covered under contract and against submission of 10% of the order value as Performance Bank Guarantee valid till the warranty period.

18. PERFORMANCE BANK GUARANTEE

a) The supplier shall guarantee for the performance of the contract by providing bank guarantee in favor of the Department for an amount equivalent to 10 % of the total value of this contract valid till the warranty period with a grace period of 2 months.

b) The performance bank guarantee shall be submitted by the supplier with in fifteen days from the date of accepting the equipment/material as per the CONTRACT.

c) Department reserves right to forfeit the PBG in non-performance of the vendor.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 11

S.No Description Vendor Compliance

19. Bidder shall note that the conditional discounts would not have edge in the evaluation process of tenders.

20. Non‐acceptance of any conditions where ever called for related to guarantee or warrantee, performance bank guarantee, liquidate damages are liable for disqualification of bids.

21. Wherever installation and commissioning is involved, the guarantee / warrantee period should recon only from the installation, commissioning and acceptance.

22. Where counter terms and conditions / printed or cyclostyle conditions of sale have been offered by the tenderer, the same shall not be deemed to have been accepted by the purchaser, unless the purchaser’s specific written acceptance thereof is obtained.

23. Quality and Workmanship: Materials used in the installation will be new and exclusively developed, produced and supplied to meet site requirements. Workmanship will be suitable for the purpose intended and in accordance with the highest standards and practices.

24. Safety: All equipment shall be complete with approved safety devices. Wherever a potential hazard to personnel exists, provisions shall be made for safe access of personnel to the equipment/sub-assemblies during erection, operation and maintenance.

25. Test Certificates, wherever necessary, should be forwarded along with supplies.

26. The tenderer shall at all times indemnify the Purchaser against all clams which may be made in respect of the stores for infringement of any right protected by the patent Registration of design or Trade Mark and shall take all risks of accidents or damage, which may cause a failure of the supply from whatever cause arising and the entire responsibility for the sufficiency of all means used by him for the contract.

27. ARBITRATION: In the event of any question, dispute or difference arising under these conditions of any condition in the purchase order, (except as to any matters the decision of which is specially provided for by these conditions) the same shall be referred to the sole arbitration approved by Director, SDSC SHAR. The arbitration shall be conducted within India as per the Arbitration and Conciliation Act, 1996 and the applicable language shall be English. The award of the Arbitrator shall be final and binding on the parties of this purchase order.

28. APPLICABLE LAW AND JURISDICTION

The laws of India shall govern this purchase order for the time being in

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 12

S.No Description Vendor Compliance

force. The Courts of Andhra Pradesh, India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever arising out of the purchase order.

29. FORCE MAJEURE: Should a part or whole work covered under this purchase order be delayed due to reasons of Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, quarantines, epidemic, natural calamities and embargoes the completion period for work, equipment referred to in this agreement shall be extended by a period not in excess of the duration of such Force Majeure. The occurrence shall be notified within reasonable time.

30. PACKING & FORWARDING: The tenderer will be held responsible for the stores being sufficiently and properly packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe arrival at the destination. The packing and Marking of packages shall be done by and at the expenses of the Contractor.

31. Site Visit: Bidder is advised to visit and examine the exiting CCTV cameras and shall collect all other information which may be required for preparing and submitting the Bid and entering into the contract. Claims and objections due to ignorance of existing conditions or inadequacy of information shall not be considered after submission of the Bid and during implementation.

32. The firm will have to carry out the complete cable laying work as per site requirement. The power cable must be armored power cable for 230 VAC.

33. SDSC will provide a power point nearby to this installation.

34. The firm will have to provide 02 sets of operational and maintenance manual in English language.

35. OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification.

36. The following information/documents are to be furnished.

(a) Product literature

(b) Core banking account number

(c) PAN details in quotation and invoices

(d) Excise Duty, VAT, Service Tax Registration details.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 13

PART II

ESSENTIAL DETAILS OF ITEMS/ SERVICES REQUIRED

1. INTRODUCTION

It is proposed to realise under vehicle scanning system along with number plate reading and driver photo capture system at SDSC SHAR, to enable inspection of any vehicle’s underside through a composite image of the vehicle, as per the specifications and requirements.

4.0 Scope of Work The following section will describe about the scope of the work in Vendor’s scope and scope of the work under Department’s scope.

4.1 Works under Department Scope

S.No Description Compliance

(Y/N)

4.1.1

Laying of the fiber optic cable and extending the network connectivity up to the camera. This shall include the fiber optic splicing, FO patch panel and Network switch. However, supply and laying of the CAT6 cable from switch to the end equipment shall be Supplier’s scope.

4.1.2 Extending the UPS power supply near to the system.

4.2 Works under Supplier/Vendor Scope

The scope shall include the complete design, engineering, supply, delivery, installation, testing and commissioning of a fully functional and complete UVSS with ANPR and Driver Photo. All accessories for fitting hardware such as brackets with associated masonry work are included in the scope of work.

S.No Description Compliance

(Y/N)

4.2.1 Supply of UVSS Equipment

4.2.2 Civil works for the UVSS, ANPR and Driver photo System

4.2.3 Installation and configuration of UVSS system with ANPR and driver photo.

4.2.4 Warranty of the system for a minimum period of 36 months after acceptance of the system.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 14

S.No Description Compliance

(Y/N)

4.2.5 Training a team of SDSC SHAR personnel in maintenance and operations of the system along with service manuals.

4.2.6 All the relevant National and International Standards have to be followed for supply and erection of the components

5.0 TECHNICAL SPECIFICATIONS

S.No Description Vendor

Compliance

5.1 The UVSS must be preferably, its original equipment manufacturer (OEM) ISO-9001 certified company.

5.2

The UVSS should be able to capture and produce its underside image, with vehicles moving at different speeds ranging from 0 to 20 Km/hr, using a single high quality COLOR AREA SCAN, GigE type, camera with minimum specification of :

S.No Description Specification Offered Spec

5.2.1 Camera Type Gigabit Ethernet

progressive Area-scan color camera

5.2.2 Sensor CCD/CMOS XGA

resolution (1280 x 1024) or better

5.2.3 Field of View > 135

5.2.4 Format GiGE Vision compliant

specifications

5.2.5 Composite Image resolution of the underside

3 megapixel or higher

5.2.6 Camera certification

CE/FCC

5.2.7 Camera casing ingress protection rating

IP 67 or better.

5.3 The UVSS must have feature to magnify (zoom) the composite images (current and past), up to 16-20X, in order to facilitate a closer view of any part of the composite image.

5.4 The underside illumination must be adequate and obtained through any state-of-the-art, long lasting LED lighting modules. Halogen or CFL type lighting elements for illumination of the underside will not be

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 15

S.No Description Vendor

Compliance

accepted.

5.5

There should be 3 or more additional view cameras for capturing motion video images of the deeper/ hard-viewing areas of the underside, e.g. areas around suspensions, below the engine areas, side wall of fuel tanks & exhaust pipes etc.

The additional view cameras must have the following minimum specifications

S.No Description Specification Offered Spec

5.5.1 Effective Range 15 cm to 60 cm

5.5.2 Camera Resolution

25fps @ 752X480 pixels or 30 fps @640x480 or better

5.5.3 Camera gain and shutter

Adjustable 1/100 to 1/10000 sec

5.5.4 Operating Temperature

0 to 500C

5.5.5 Camera certification

CE/FCC

5.5.6 Camera casing ingress protection rating

IP 67 or better

5.6 The UVSS should also provide a feature to capture the image of the driver of all RHS driven vehicles, captured through a suitable driver view camera.

5.7

The system should have an Automated Number Plate Reading System (ANPRS) tuned to the Indian license plates, i.e. it should be able to automatically read and record a wide range of vehicle registration number plates’ alpha-numeric characters, written in English. Also, the frontal image view of the vehicle to be provided in the GUI, to facilitate manual viewing of the license plate image.

S.No Description Specification Offered Spec

5.7.1 Effective Range 4 to 5 meters for frontal camera.

0.5 to 1 meter for driver camera.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 16

S.No Description Vendor

Compliance

5.7.2 Camera Resolution

25fps @ 1 mega pixel or higher.

5.7.3 Camera gain and shutter

Adjustable 1/100 to 1/10000 sec

5.7.4 Lens 10 – 40 mm Varifocal

5.7.5 Operating Temperature

0 to 500C

5.7.6 Camera certification

CE/FCC

5.7.7 Camera casing ingress protection rating

IP 66 or better

5.8

The UVSS should give output of all the data simultaneously i.e. the composite image, additional videos of hard-viewing cameras, driver photos, vehicle’s frontal image and its number plate display – all should be available for display on the monitor immediately after the vehicle have crossed the UVSS unit. Also, the system should have a facility to save the composite image and video images of each vehicle-entry, that can be retrieved & viewed off-line, at any later date upto 30 days.

5.9 The UVSS applications & operating software should be based on open architecture i.e Linux platform. The UVSS system must have a facility to take back-up of all the transactions to storage media.

5.10

Control Unit:

S.No Description Specification Offered Spec

5.10.1 Make HP/DELL/Lenovo/Fujitsu

5.10.2 Processor Intel Xeon processor

5.10.3 Memory 8 GB DDR3 memory

5.10.4 Drive controller Integrated or add-on SATA controller.

5.10.5 Hard drives 1 TB SATA HDD

5.10.6 Removable media DVD-RW

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 17

S.No Description Vendor

Compliance

5.10.7 Expansion slots One slot for Graphics card

and one slot free.

5.10.8 Graphics NVIDIA 1 GB graphics card or better

5.10.9 Network Integrated 10/100/1000 ethernet

5.10.10 I/O ports & Connectors 4 USB

5.10.11 Input device USB or PS/2 keyboard and optical scroll mouse

5.10.12 Power supply Power supply (230V @50Hz) unit

5.10.13 Monitor 19” or more LED monitor

5.10.14 Power 230 V @ 50Hz, Indian power cords to be supplied

5.10.15 Software System management software, driver and utilities software.

Operating system original CD should be supplied System driver CDs should be supplied. Vendor should attach the technical literature of the proposed model

5.11 Sensor unit: Inductive loop sensor 220 VAC, NO/NC relay type

5.12 Mechanical structure: Structural steel with checkered stainless steel on top.

5.13 Operating temperature: 0-550C

5.14

Features:

Automated image comparison.

Multilingual graphical user interface

5.15

The UVSS should have an option to control all local UVSS operations from the secondary/supervisory central console on high speed LAN, without any distance constraint between the UVSS unit and the location of the control room where the secondary/supervisory console would be placed.

5.16 The UVSS should have option for open protocol for integration with other security systems.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 18

S.No Description Vendor

Compliance

5.17

The overall installed unit should be properly designed, and its structure should be able to withstand a total vehicle load up to 40-Tons at any point over the structure, more particularly at the Centre of the unit, so as not to suffer any accidental physical damage to the unit and the components under the pit cover.

5.18 The underground cameras of the UVSS should be enclosed in a suitable all-weather-proof housing of IP67 or higher standard of ingress protection.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 19

PART III – EVALUATION CRITERIA & ANNEXURES A. Minimum Qualification Criteria:

S.No Qualification Criteria Compliances (with supporting

documents)

1.1. The quoted UVSS type and make should have at least twenty (20) or more such references anywhere within India. A list of such references must be furnished.

1.2. Bidder should submit the certificate from the clients/users about the “Satisfactory working of UVSS system(s)”. This shall include the following information:

(a) OEM of the UVSS(b) Quantity of UVSS(s) installed(c) Year of Installation and(d) Services during the warranty and post warranty.

1.3. In case if Bidder is not OEM, Bidder Should submit OEM authorization certificate for selling and servicing of UVSS specific to this tender.

1.4. The bidder/firm should have earned profit continuously during the last three years.

1.5. Vendor should have backend support from OEM during warranty and post warranty period. Vendor’s association with OEM should be clearly brought out with documentary evidences.

1.6. The bidder must be in existence for a minimum of Four years prior to date of issue of this tender, with experience as mentioned above.

1.7. The underground cameras of the UVSS should be enclosed in a suitable all-weather-proof housing of IP67 or higher standard of ingress protection. A certificate to this effect, issued by an NABL accreditable laboratory must be attached with the tender, without this, the proposal is liable for rejection.

1.8. The bidder should arrange to show a live working demonstration of a live unit of matching make/model and technical specifications of the equipment quoted, at any functional place near Chennai/Bengaluru/Hyderabad

1.9. The overall UVSS should be CE Certified. A certificate to this effect, after duly tested, issued by a competent certifying agency, must be attached with the tender.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 20

B. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

(a) SDSC SHAR may open Part – I of the bid on the due date of opening subject to meeting the minimum evaluation criteria. Price Bids (Part-II) of technically and commercially acceptable offers shall only be opened at a later date.

(b) During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents. If required department will visit the installation of bidder where UVSS is installed and operational.

(c) Bidder must provide the point by point compliance to the technical specifications should be provided by the tenderer along with deviations as per Form-J. The tender can be rejected if the deviations are not acceptable to the Department.

(d) Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

(e) The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

(f) SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

(g) Split order is not possible.

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 21

Annexure -I NAME OF THE WORK : ________________________________________

________________________________________

NAME OF BIDDER : ________________________________________

EXCEPTIONS AND DEVIATIONS (FORM-J)

In line with Proposal Document, Bidder may stipulate Exceptions and deviations to the Proposal conditions if considered unavoidable.

SL.NO

Reference in Specification

Dept. Specification

Offered Specification DEVIATION

PAGE NO

CLAUSE NO

NOTE :

Only deviations are to be written in this FORM-J.

Any deviations taken by the Bidder to the stipulations of the Proposal document shall be brought out strictly as per this format and enclosed along with the bid.

Any deviations not brought out as per this Proforma (FORM-J) and written elsewhere in the Proposal document shall not be recognized and the same is treated as null and void.

Any willful attempt by the Bidders to camouflage the deviations by giving them in the covering letter or in any other documents that are enclosed may render the Bid itself non-responsive.

(SIGNATURE OF BIDDER)

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 22

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -II

ACCEPTANCE OF TERMS AND CONDITIONS BY THE VENDOR

We hereby agree to all the terms and conditions as given in Tender Notice No.

______________________________ dated:_________________ for SUPPLY,

INSTALLATION, TESTING AND COMMISSIONING OF UVSS WITH ANPR AND DRIVER

PHOTO AT SDSC SHAR.

Company Seal (Authorised Signatory of Company)

Place : ________________

Date : ________________

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 23

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -III

CERTIFICATE TO BE FURNISHED BY THE VENDOR

1. The equipment once delivered will be subjected to an inspection by the Department CLIP

at the given consignee location. The specifications of the equipment will be in conformity with the details provided by the user and as per given specifications. The date of completion of commissioning would be deemed to be date on which the warranty will commence.

2. We shall provide onsite comprehensive warranty of three years for the items being supplied, installed and commissioned.

3. We guarantee to provide 95% uptime for the equipment during guarantee/warranty.

4. We confirm that we abide by the delivery schedule as laid out in tender enquiry.

5. We certify that any cost incurred on additional items/systems/components /accessories required would be borne by us.

Company Seal (Authorised Signatory of Company)

Place :________________

Date : _________________

REQUEST FOR PROPOSAL UVSS with ANPR & Driver Photo

SDSC SHAR 24

Annexure -IV

CHECK LIST

S.No Description Response by Supplier

1. Demand Draft towards the Tender Document Purchase Value. (indicate the DD number__________________ & Date:___________)

Yes / No

2. Demand Draft towards the EMD (indicate the DD number__________________ & Date:___________).

Yes / No

3. The detailed scope of work and technical specifications are under stood and price is quoted accordingly.

Yes / No

4. Validity of Offer is 4 months Yes / No

5. Supporting documents is attached for Minimum Evaluation Criteria Yes/No

6. Vendor Evaluation Format is attached Yes / No

7. Please indicate the service tax applicable. If not mentioned it shall be assumed that the price quoted are inclusive of taxes

Yes / No

8. VAT/CST to be indicated in % if not mentioned it shall be assumed that the price quoted are inclusive of taxes

Yes / No

9. CUSTOMS DUTY / EXCISE DUTY to be indicated. if not mentioned it shall be assumed that the price quoted are inclusive of duties

Yes / No

10. Delivery Schedule of 4 months is acceptable Yes / No

11. Accepted the Department Payment Terms Yes / No

12. Warranty for the fully commissioned and accepted system is 36 months.

Yes / No

13. 10 % of the Order Value shall be submitted as Security Deposit for the performance of the contract, valid till acceptance of the system.

Yes / No

14. 10 % of the Order Value towards warranty shall be submitted as Performance Bank Guarantee.

Yes / No

15. Liquidated Damages clause is acceptable Yes / No

16. Three years IT returns enclosed. Yes / No

17. Registration certificate of the Organization is enclosed Yes / No

Signature of Authorised Person with Seal