office of the prashashak shree mahakaleshwar … of the prashashak shree mahakaleshwar mandir...
TRANSCRIPT
Office Of The Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti
Mahakal Mandir Ujjain NO.498/ Store/mahakal//CCTV/2016 Ujjain , Dated 11 -02-2016
Tender Notice
Tenders are invited by The Prashashak Shree Mahakaleshwar Mandir
Prabandh Samiti Ujjain from manufacturer/suppliers/Delears/Venders of the following
items:-
S.
No.
Item Quantity Tender Fee
(As per
Item)
EMD Required for Rs. (As
per Item) in Shape of BG/
FDR/DD for 90 days
issued by any nationalized
Bank
1 IP Camera 33 No.
2 IP PTZ Camera 13 No.
3 Analog Camera 72 No.
4
DVR, NVR, Cabling, casing,
installation accessory,
installation, operation and
maintenance of all above
items during entire warrantee
period
5000.00 75000.00
1.Cost of tender documents is non refundable and cannot be exempted in any condition.
Must be submit at Office Of The Prashashak Shree Mahakaleshwar Mandir Prabandh
Samiti Mahakal Mandir Ujjain.
2.Tender documents can be download from the website of Mahakal Mandir www.
mahakaleshwar.nic.in
3.The Tender should be submitted at the Office Of The Mahakal Mandir Ujjain within
scheduled date and time.
4.The approximate cost of the tender is Rs. 35.00 lakhs
5. Tender Schedule :
No. Tender Activity Date & Time
i Pre bid on 25/02/2016, 11:00 AM
ii Last date of purchase of Tender document 03/03/2016, 2:00 PM
iii Last date of Tender submission 03/03/2016, 2:00 PM
v Technical Bid will be opened on 03/03/2016, 3:00 PM
vi Demonstration from 04/03/2016 12:00 PM
PRASHASHAK
Shree Mahakaleshwar Mandir Prabandh Samiti
Mahakal Mandir Ujjain
Signature of Tenderer 1
Tender No.: 498 Date: 11-02-2016
Shree Mahakaleshwar Temple Management Committee
Ujjain, MP
Tender
For
INSTALLATION, COMMISSIONING AND MAINTAINANCE OF CCTV
CAMERAS AT DIFFERENT PREMISES OF SHREE MAHAKALESHWAR
TEMPLE
Shree Mahakaleshwar Temple Management Committee, Ujjain. Off Tel: 0734 2559277
Signature of Tenderer 2
DISCLAIMER
All information contained in this TENDER document provided / clarified is in the good
interest and faith. This is not an agreement and this is not an offer or invitation to enter
into an agreement of any kind with any party. Though adequate care has been taken in the
presentation of this TENDER document, the interested parties shall satisfy themselves
that the document is complete in all respects.
The information published in this document is not intended to be exhaustive. Interested
parties are required to make their own enquiries and assumptions wherever required.
Intimation of discrepancy, if any, should be given to the specified office immediately. If
no intimation is received by this office by the date mentioned in the document, it shall be
deemed that the TENDER document is complete in all respects and firms submitting their
TENDER are satisfied that the TENDER document is complete in all respects.
SMTMC reserves the right to reject any or all of the bids submitted in response to this
TENDER document at any stage without assigning any reasons whatsoever. SMTMC
also reserves right to withhold or withdraw the process at any stage with intimation to all
who have submitted their bids in response to this TENDER. SMTMC reserves the right
to change/modify/amend any or all of the provisions of this TENDER document without
assigning any reason. Any such change would be communicated to the parties by posting
it on the SMTMC websites www.mahakaleshwar.nic.in.
Neither SMTMC nor their employees and associates will have any liability to any
prospective respondent interested to apply or any other person under the law of contract
to the principles or resolution or unjust enrichment or otherwise for any loss, expense or
damage which may raise from or be incurred or suffered in connection with anything
contained in this TENDER document, any matter deemed to form part of this TENDER
document, the award of the assignment, the information and any other information
supplied by or on behalf of SMTMC or their employees and bidders or otherwise arising
in any way from the selection process for the Assignment.
Information provided in this document or imparted to any respondent as part of TENDER
process is confidential to SMTMC and shall not be used by the respondent for any other
purpose, distributed to, or shared with any other person or organization.
Signature of Tenderer 3
Fact Sheet
1 Tender No. 498/2016
2 Name of the Work INSTALLATION, COMMISSIONING
AND MAINTAINANCE OF CCTV
CAMERAS AT DIFFERENT PREMISES
OF SHREE MAHAKALESHWAR
TEMPLE
3 Name of the Issuer of this
Tender
SMTMC Ujjain (M.P.)
4 Date of Issue of this Tender 15.02.2016
5 Pre Bid Meeting 25.02.2016
6 Last Date for Submission of
this TENDER
03.03.2016 upto 2:00 PM
7 Date of Technical bid opening 03.03.2016 on 3:00 PM
8 Place of Technical bid opening Administrative Block, SMTMC Office, Ujjain
(M.P.)
9 Date of Financial Bid opening 03.03.2016
10 Place of Financial Bid Opening Administrative Block, SMTMC Office, Ujjain
(M.P.)
11 Address of Communication Administrative Block, office of Shree
Mahakaleshwar Temple Management
Committee, Ujjain (M.P.)
12 Cost of TENDER Document Cash or DD of Rs.5000/- (Rs. Five Thousand)
in favor of Shree Mahakaleshwar Temple
Management Committee, Ujjain to be
submitted till the opening of TENDER
13 Earnest Money Deposit (EMD) Demand Draft or Bank Guarantee of Rs.
75000/- (Rs. Seventy Five Thousand) in
favor of Shree Mahakaleshwar Temple
Management Committee, Ujjain submitted
along with this TENDER documents
14 Estimated Costing of the
Project
Rs. 35 Lakhs
15 EMD released after One year
16 Method of Selection Quality-and-Cost-Based Selection (QCBS)
17 Period of project Completion 30 Days from issuing Work Order
Note
- SMTMC reserve the right to change any schedule of any process. Please visit
SMTMC website http://www.mahakaleshwar.nic.in regularly for the same.
- Bids must be received not later than time, date and venue as mentioned in the Fact
Sheet. Bids that are received after the deadline WILL NOT be considered in this
process.
- Any future Corrigenda/Information shall be posted only on SMTMC website
http://www.mahakaleshwar.nic.in .
Signature of Tenderer 4
Rejected/disqualified bidders would only be intimated post final selection of successful
bid/completion of the process. Along with such intimation, EMD retuning process would
be initiated for disqualified bidders and the same would be affected with in 10 days of
issuing letter of intent to successful bidder.
Signature of Tenderer 5
Check List
(To be submitted with Technical Bid)
Name of Firm :
Name of Item :
S.
No.
Description Details Page No.
1 Tin No.
2 Firm's Registration & Certificate Date
3 EMD
4 Challan/DD No. (Tender Fee)
5 Acceptance of all terms & Conditions of
the Tender /declaration for not black listed
in last 2 year
6 Sign Tender Form
7 Separate Technical Bid & Commercial Bid
8 Copy of I.T. Returns of last 3 financial
years
9 Turnover 2012-13
2013-14
2014-15
Rs.
Rs.
Rs.
10 PAN Number of firm or proprietors
11 Sale Tax Clearance Certificate of last
financial year
12 Authorization/OEM Cert. of the item(s)
13 Under Taking Certificate for Service
Warrantee/ Guarantee Should be enclosed
14 SSI/NSIC/DGS&D Reg. certificate for
exemption
15 Previous Supply order of within 3 years
16 Under Taking Certificate for tax deduction
17 Spec. Compliance Sheet
Note: Compliance Statement for each item(s) (Bidder need to attach with technical Bid
and one set extra provide on date of demonstration)
Signature of Tenderer 6
Spec. Compliance Sheet
Item Name: ---- Make --- Model No.-----
S.No. Description Compliance Remark Bid page no. &
row no.
Note: Separate form should be used for each Item
Seal and signature of Tenderer
Signature of Tenderer 7
CCTV dSejks dk yxkus dk LFkku
Jh egkdkys”oj eafnj ifjlj dzekad dSejks ds LFkku dSejks dk izdkj 01 Ekk/ko lsok U;kl csjhdsM
¼orZeku ikfdZax½ IP Camera NVR-MMP1
02 ek/ko lsok U;kl ,oa iqjkus csfjdsM ds e/; lc&os tksMus ds LFkku ijA
Analog Camera
DVR-MMP1
03 iqjkuk csjhdsM IP Camera NVR-MMP1
04 iqjkuk csjhdsM dk Mh&xsV IP Camera NVR-MMP1
05 foJke /kke IP PTZ Camera
& Analog
NVR-MMP1
06 foJke /kke jSEi ¼igyk eksM½
Analog Camera DVR-MMP1
07 foJke /kke jSEi ¼nwljk eksM½
Analog Camera DVR-MMP1
08 foJke /kke jSEi ¼rhljk eksM½
Analog Camera DVR-MMP1
09 foJke /kke jSEi ¼pkSFkk eksM½ Analog Camera
DVR-MMP1
10 QsflfyVs'ku lsaVj izos'k IP Camera NVR-MMP1
11 QsflfyVs'ku lsaVj dk tujy ,fXtV ekxZ IP Camera
NVR-MMP1
12 QsflfyVs'ku lsaVj dk :nzlkxj rjQ kj
IP Camera NVR-MMP1
13 QsflfyVs'ku lsaVj ds vUnj Analog Camera DVR-MMP2
14 lc&os izos'k Analog Camera DVR-MMP2
15 lc&os izFke eksM] nwljk eksM Analog Camera
DVR-MMP2
16 lc&os nwljk eksM Analog Camera DVR-MMP2
17 ekcZy xfy;kjk eksM] tgkWa lc&os fey jgk gSA Analog Camera
DVR-MMP2
18 ekcZy xfy;kjk dk eq[; kj Analog Camera
DVR-MMP3
19 lrhekrk kj IP Camera NVR-MMP1
20 ikydh kj IP Camera NVR-MMP1
21 pkanh xsV IP Camera NVR-MMP1
22 lw;Zeq[kh guqeku eafnj Analog Camera DVR-MMP4
23 rhFkZ dq.M xsV izopu gkWy IP Camera NVR-MMP1
24 uanhgkWy izos'k lhf<+;k Analog Camera
25 uanhgkWy iqjkuk Analog and IP
PTZ Camera
NVR-MMP1
Signature of Tenderer 8
26 uanhgkWy u;k Analog and IP
PTZ Camera
NVR-MMP1
27 uanhgkWy dk u;k izos'k jSEi] izFke eksM
Analog Camera DVR-MMP4
28 uanhgkWy u;k izos'k jSEi ij ¼uanhgkWy izos'k½ Analog Camera
DVR-MMP4
29 uanhgkWy dk fuxZe jSEi Analog Camera DVR-MMP4
30 fuxZe ekxZ ihNs Analog Camera DVR-MMP4
31 uanhgkWy ls fuxZe jSEi dk izkjEHk Analog Camera
DVR-MMP4
32 eafnj ifjlj IP PTZ Camera NVR-MMP1
33 gkWy uEcj 02 izos'k kj ¼dkfrZds; e.Mie~½ Analog Camera
DVR-MMP4
34 dkfrZds; e.Mie~ fuxZe gkWy Analog Camera
DVR-MMP4
35 cky guqeku dh vksj fudyus dk jLrk
Analog Camera DVR-MMP4
36 cky guqeku IP PTZ Camera NVR-MMP1
37 vukfndYis'oj egknso fuxZe dh vksj IP PTZ Camera
NVR-MMP1
38 egkdky E;wft;e IP PTZ Camera NVR-MMP2
39 u;k fuxZe jSEi lh<h IP PTZ Camera NVR-MMP2
49 u;k fuxZe jSEi ,oa lh<h ds uhps IP Camera
NVR-MMP2
50 fuekZY; kj IP Camera NVR-MMP2
51 egkdky izopu gkWy ds vUnj
Analog Camera DVR-MMP4
52 egkdky /keZ'kkyk izos'k kj IP Camera NVR-MMP2
53 egkdky /keZ'kkyk ifjlj izos'k ¼u;k ekxZ½ IP Camera
NVR-MMP2
54 egkdky /keZ'kkyk cMk x.ks'k ds lkeus IP Camera
NVR-MMP2
55 twuk egkdky frjkgk IP PTZ Camera NVR-MMP2
56 egkdky /keZ'kkyk ihNs] pSuy xsV ij
IP Camera NVR-MMP2
Jh egkdkys”oj eafnj uohu iz’kklfud Hkou dzekad dSejksa ds LFkku dSejks dk izdkj 01 izFke ry Analog Camera DVR-Admin-GF
02 izFke ry Analog Camera DVR-Admin-GF
03 izFke ry Analog Camera DVR-Admin-GF
04 izFke ry Analog Camera DVR-Admin-GF
05 izFke ry Analog Camera DVR-Admin-GF
Signature of Tenderer 9
06 frh; ry Analog Camera DVR-Admin-FF
07 frh; ry Analog Camera DVR-Admin-FF
08 frh; ry Analog Camera DVR-Admin-FF
09 frh; ry Analog Camera DVR-Admin-FF
10 frh; ry Analog Camera DVR-Admin-FF
11 rrh; ry Analog Camera DVR-Admin-SF
12 rrh; ry Analog Camera DVR-Admin-SF
13 rrh; ry Analog Camera DVR-Admin-SF
14 rrh; ry Analog Camera DVR-Admin-SF
15 rrh; ry Analog Camera DVR-Admin-SF
Jh egkdkys”oj eafnj oSfnd izf”kk.k ,oa “kks/k laLFkku ,oa Nk=kokl Hkou fparkeu tokfl;k dzekad dSejksa ds LFkku dSejks dk izdkj 01 izos'k kj IP Camera NVR-VSS-GF
02 izos'k kj IP Camera NVR-VSS-GF
03 izos'k kj IP Camera NVR-VSS-GF
04 izos'k kj IP Camera NVR-VSS-GF
05 LakLFkku ds mRrj dk dksuk IP Camera NVR-VSS-GF
06 LakLFkku ds nfk.k dk dksuk IP Camera NVR-VSS-GF
07 LakLFkku ds iwoZ dk dksuk IP Camera NVR-VSS-GF
08 LakLFkku ds if”pe dk dksuk
IP Camera NVR-VSS-GF
09 LkaLFkku dk eq[; kj IP Camera NVR-VSS-GF
10 Nk=kokl ds mRrj dk dksuk
IP Camera NVR-HOS-GF
11 Nk=kokl ds nfk.k dk dksuk
IP Camera NVR-HOS-GF
12 Nk=kokl ds iwoZ dk dksuk IP Camera NVR-HOS-GF
13 Nk=kokl ds if”pe dk dksuk
IP Camera NVR-HOS-GF
14 LakLFkku vk/kkj ry izfrkk dk ds mRrj dk dksuk
Analog Camera DVR-VSS-GF
15 LakLFkku vk/kkj ry izfrkk dk ds nfk.k dk dksuk
Analog Camera DVR-VSS-GF
16 LakLFkku vk/kkj ry izfrkk dk ds iwoZ dk dksuk
Analog Camera DVR-VSS-GF
17 LakLFkku vk/kkj ry izfrkk dk ds if”pe dk dksuk
Analog Camera DVR-VSS-GF
18 LakLFkku izFke ry izfrkk dk ds mRrj dk dksuk
Analog Camera DVR-VSS-FF
19 LakLFkku izFke ry izfrkk dk ds nfk.k dk dksuk
Analog Camera DVR-VSS-FF
20 LakLFkku izFke ry izfrkk Analog Camera DVR-VSS-FF
Signature of Tenderer 10
dk ds iwoZ dk dksuk 21 LakLFkku izFke ry izfrkk
dk ds if”pe dk dksuk Analog Camera DVR-VSS-FF
22 Nk=kokl jlksbZdk Analog Camera DVR-HOS-GF
23 Nk=kokl jlksbZdk Analog Camera DVR-HOS-GF
24 Nk=kokl Hkkstudk Analog Camera DVR-HOS-GF
25 Nk=kokl Hkkstudk Analog Camera DVR-HOS-GF
26 Nk=kokl izFke ry ds xfy;kjs dk mRrj dk dksuk
Analog Camera DVR-HOS-FF
27 Nk=kokl izFke ry ds xfy;kjs dk nfk.k dk dksuk
Analog Camera DVR-HOS-FF
28 Nk=kokl izFke ry ds xfy;kjs dk iwoZ dk dksuk
Analog Camera DVR-HOS-FF
29 Nk=kokl izFke ry ds xfy;kjs dk if”pe dk dksuk
Analog Camera DVR-HOS-FF
30 Nk=kokl eq[; kj Analog Camera DVR-HOS-GF
31 Nk=kokl Lokxr dk Analog Camera DVR-HOS-GF
32 Nk=kokl dk;kZy; Analog Camera DVR-HOS-GF
33 LakLFkku dk;kZy; Analog Camera DVR-VSS-GF
Jh egkdkys”oj eafnj yM~Mw izlkn fuekZ.k Hkou fparkeu tokfl;k dzekad dSejksa ds LFkku dSejks dk izdkj 01 yM~Mw fuekZ.k dk IP Camera DVR-LP
02 ojk.Mk Analog Camera DVR-LP
03 izlkn vkod tkod dk Analog Camera DVR-LP
04 isdsftax dk Analog Camera DVR-LP
05 Lwk[kk esok izlkn fuekZ.k dk
IP Camera DVR-LP
06 yM~Mw fuekZ.k dk Analog Camera DVR-LP
07 vWkfQl Analog Camera DVR-LP
08 ?kh @ rsy Hk.Mkj dk Analog Camera DVR-LP
Jh egkdkys”oj eafnj xkS”kkyk fparkeu tokfl;k dzekad dSejksa ds LFkku dSejks dk izdkj 01 xfy;kjk eq[; kj IP Camera DVR-GSH
02 xfy;kjk eq[; kj ds lkeus
IP Camera DVR-GSH
03 nw/k laxzg.k dk Analog Camera DVR-GSH
04 Pkkj dk Analog Camera DVR-GSH
Signature of Tenderer 11
UkksV % eafnj iz”kklu dks ;g vf/kdkj gS fd og mijksDr fu/kkZfjr LFkkuks esa ifjorZu dj ldsA ij ifjofRkZr LFky fu/kkZfjr LFky ds 2 ls 3 ehVj ds nk;js ls ckgj ugh gksxkA
Signature of Tenderer 12
PRASHASHAK SHREE MAHAKALESHWAR MANDIR PRABANDH SAMITI
ANNEXURE "B"
Tender Notice No. /Store/Mahakal/2016 ( ) Ujjain, Dt -02-2016
TENDER FORM
(i) Tender for supply of Head counter system (with installation and maintenance of
warrantee period) .
(ii) Name and full address of the Firm submitting the tender.
(iii) Address to :- PRASHASHAK SHREE MAHAKALESHWAR MANDIR
PRABANDH SAMITI UJJAIN
(iv) Reference :- This is with reference to tender No. ………….. Date …………
(v) Tender fee amounting to Rs. only has been deposited DD Date
………………
(vi) We agree to abide by all conditions mentioned in Tender Notice No. …………
Specific by the Technical committee and also the General Terms and conditions
as annexed with said Tender Notice and as given in the attached sheets, all the pages of
which have been signed in the margin by us in tokens of our acceptance of the terms and
conditions, therein.
(vii) The approximate cost of the tender is Rs. 3.00 lakhs
Draft No. ……………….. Dated …………… for Rs. ……………(in words
Rs.....................................) favor of the PRASHASHAK SHREE MAHAKALESHWAR
MANDIR PRABANDH SAMITI UJJAIN on ---------(Mention the name of the bank) is
enclosed herewith to cover earnest money shown in the Tender notification published in
various news papers and www.mahakaleshwar.nic.in.
Date :
Place:
Signature of the Proprietor/Manager
Representative of the firm on
behalf of the Firm giving tender
Signature of Tenderer 13
PRASHASHAK SHREE MAHAKALESHWAR MANDIR PRABANDH SAMITI
Tender application form
1 Name & Full Address of the firm:
2 Registered Office with Address
(Copy of registration certificate of firm
may be enclosed)
3 Income Tax PAN no. of proprietor or
firm
4 Tin No.
5 Sales tax Clearance Certificate of last
financial year
6 Weather proprietorship / limited
company or pvt. ltd. or partnership
7 If Single Proprietor, Name & Address
of the Proprietor.
8 If Partnership Firm, Name & Address
of the Partner.
9 If Private limited or Public company,
then name & Address of directors.
10 Whether you have any shop or
establishment in M.P. If so detailed
Addresses of the same.
11 Name & Addresses of the persons who
will face represent the firm while
dealing with the temple office Ujjain
12 Turnover for the last three financial
years. (Attach only CA certificate)
2012-13
2013-14
2014-15
13 Supplies to Govt. Department in last
Three financial year.
SIGNATURE OF THE TENDRER WITH SEAL
Signature of Tenderer 14
FORM - I
:: DECLARATION ::
I, (Name of M.D./ Proprietor of firm)……… ………… …… …… …
….son of… …… ...... ..… …… …… …… …… of M/s (Name of firm and full
Address)……………………… …… ………… ……… ……… … … … … … ………
… …… …… …… …… …… …… …… …… …… …… …… ……
…………………………have read all the Terms and Conditions of the tender given
above. These are acceptable to me. Earnest Money in the form of FDR/Bank Guarantee
(Made with any Indian nationalized Bank) of Rs…………………………….(In words)
……… ……… …… …… ……… …… …… …… ……… ………… ……….. in favour
of Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain, Madhya Pradesh,
payable at Ujjain, is enclosed herewith.
I, (Name of M.D./ Proprietor of firm)…… … …… …… … … …… … … .son
of…… ……… …… ……..... .......... ...… …… ……… ……..of M/s (Name of firm and
full Address)……… …… ……… …… …… ………… …… …………………………
……… ……… …………… ……………… …………… …… ……… ……… ……
………certified that we are registered and experienced firm for this work and truly
manufacturing/trading/supplier since ……………………(date) We also certified that we
are not black listed by any state or central
Govt./University/Bank/Corporation/Autonomous institute etc. in last two year. Each page
of tender documents is duly signed with seal by us. We undertake to adhere the ethical
commitment as required in this tender mandated by the law.
Place : ……………………
Date : …………………….
Signature………………………
Name …………………………..
Seal of the Tenderer (Supplier)
Signature of Tenderer 15
FORM - II
( On the Letterhead of the Participant bidder firm/ Company)
UNDERTAKING
I …… ………… …………… ………… ………….. S/o Shri …… …… …… … …
…… …… …… ……. Resident of … …… …… …… ……… …… …… ……… ……
….. Being Director / Proprietor / Partner of M/S …… ……… …… …… …… … …
……… ……… …… ……… …… ……………………… …… … … … …… … … …
…… …….. whose Sales Tax ( TIN) Registration No. is … … … … …… …… ……
…… … …… CST Registration No. is ……… …… ……… ……… …… …… …… …
…… … . Income Tax PAN No. is …… … …. ...… …… …… …… …… …… …… …
… … ….. and Service Tax No. is …… … …… …… … …… …… … … …… …… …
…… … ….. Hereby give consent to the Prashashak Shree Mahakaleshwar Mandir
Prabandh Samiti, to deduct from our bills whatever Amount is payable by us on account
of the necessary Tax dues .
Place :- ……………………….
Date :- ……………………….
Signature :- ……………………….
Name :- …………………………...
Post :- …………………………..
Seal :- …………………………..
Signature of Tenderer 16
FORMAT OF BANK GUARANTEE
DATE :
BID GUARANTEE No.
Ref :…………………..
To
The Prashashak
Shree Mahakaleshwar Mandir Prabandh Samiti.
Mahakal Mandir Ujjain
Dear Sir,
In accordance with your ‘Invitation to Bid” under your Tender
no………………. Dated………………,
M/s.………………………………………(Name of the firm) herein after called the
Bidder, having its registered office/Head office at………………………..with the
following Directors on their Board of Directors / Partners of the firm.
……………………………
. ……………………………
. ……………………………
. ……………………………
. ……………………………
. …………………………
. ……………………………
. ……………………………
. ……………………………
. ……………………………
wish to participate in the said bid for………… ……… … ……… …………... ....... .......
.. .. .. ..... .... .... .... ..... ..... ......… ………… …… ……………………… ………… ……
…… …… … … … ………… …………… ………… ……… .………… ……………
………… … … … … … ………… ………… ……… ………… …………… ………
……… ……… … …… …… … …… …… ……… …… ……… ……….
As an irrevocable Bank Guarantee against Bid Guarantee for an amount of Rs.…… … …
… …… …… …… … …… … …… …… …… …… …… ……… …… ……… …… …
(in figures and words) valid for 90 days from … …… …… … …… ……(date of tender
opening) is required to be submitted by the bidder as a condition precedent for
participation in the said bid, which amount is liable to be forfeited by the Purchaser in the
event of
(1) The withdrawal or revision of the offer by the bidder within the validity period.
(2) Non-acceptance of the Letter of Intent / purchase order by the bidder when issued
within the validity period including extensions, if any.
(3) Failure to furnish the valid contract performance guarantee by the bidder within
30 days from the date of purchase order.
(4) On the happening of any of the contingencies mentioned in the bid documents.
We, the ……… …… ……… …………(Banker’s name) at…… …… …….. …… …
…… … … … ……… …… (Local address) having our Registered Office / Head Office
Signature of Tenderer 17
at …… …… … …… …… ……..,guarantee and undertake to pay immediately merely on
the first demand by Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti ujjain.,
the amount of Rs.…… ……… .…..(in figures and words) without any reservation.,
protest, demur and recourse. Any such demand made by the Purchaser shall be
conclusive and binding on the Bank irrespective of any dispute or difference raised by the
bidder.
The guarantee shall be irrevocable and shall remain valid up to … … … … … .
(this date should be 90 days from the date of opening of tender).
In witness where of the Bank, through its authorised officer has set its hand and
stamp on this……… …… ….. day of …… ………. at … …… … …… … …… …… …
… …
Signature ……………………………………
Name ………………………………………..
(in Block letters)
Designation …………………………………
Staff Code No.)………………
Official address:
(Bank’s common Seal)
Attorney as per power of Attorney No.
Date:
WITNESS
1………………………………………………
(Signature with Name, Designation & Address)
2……………………………………………….
(Signature with Name, Designation & Address)
Signature of Tenderer 18
SCOPE OF WORK:
(i) SMTMC requires an agency who could install and commission the IP
based/standalone CCTV cameras and Systems at different locations at different places of
SMTMC premises Ujjain as per specifications and conditions specified in the Tender.
(ii) The tenderers are advised to visit the above mentioned area before quoting bid in the
tender.
(iii) Video Surveillance System :-
The work covered in this tender is for Supply Installation, Integration, Testing and
Commissioning on Hiring basis of the following
- IP based digital cameras of various types (Fixed, PTZ cameras)
- Associated software and hardware assembly
- Network Video Recorder, NAS networked on a TCP/ IP network with
Ethernet optical and electrical interfaces in a ring topology and operation from
a centralized place. (Video surveillance Control Room)
- Integration of the Network video Recording and storage hardware and
software(s). The design of the system shall be modular based on open
standards, scalable, high availability and maintainability.
- The system shall be operated from the control room and shall have provision
for monitoring from remote location through TCP/IP PSTN Network.
- Work station PCs including 40” LCD Monitors will be provided by SMTMC.
(iii) The successful bidder shall carry out the work strictly before 10th April 2016 as per
specifications mentioned in the tender document.
(iv) Workmanship and material used should be of the best quality.
(v) The successful bidder shall have to make arrangement for live viewing and recording
CCTVs Systems of all places(approx) at control room situated in SMTMC office ujjain.
Without uninterrupted viewing facility for these places..
(vi) The successful bidder also have to make arrangement for the stand alone cctv system
with recording at the ….. places (approx)
(vii) A List of Panel of vendors will also be created for the purpose of dividing the work
for its smooth execution.
(viii) Quality of video shall not be compromised under any circumstances.
(ix) Sub standard/poor quality of work in terms of infrastructure/technical manpower
shall not be acceptable and suitable penalty for the same shall be imposed on the
contractor.
(x) The bidder will have to provide the internet connectivity & uplinking facility without
interruption for live viewing of all places mention in list.
(xi) The successful bidder have to make arrangements for installation, civil work,
cabling, recording, viewing, power backup, net connectivity (for ip based camera
only) and all other work necessary for uninterrupted view.
(xii) The successful bidder have to make arrangements for minimum recording of 30 days
and also have to provide everyday recording in pen drive or in cd .
ELIGIBILITY CRITERIA: The tenderers must fulfill following eligibility criteria.
Signature of Tenderer 19
(i) The tenderer should have minimum three continuous years experience in installation
and commissioning (also For live viewing) the CCTV Systems and adequate
infrastructure to handle department work.
(ii) Tenderer should have physically completed within qualifying period i.e. the last three
financial years and current financial year (even though the work might have commence
before the qualifying period) at least one work of similar single work for a minimum
value of 30% of advertised tender value.
Work of Similar Nature would mean –
“Any Work of supply Installation Testing and Commissioning of Video Surveillance
System”.
(iii) Sufficient number of trained technical personnel to handle work. and must provide
list of trained technical person
(iv) Proper infrastructure to carry out assigned job efficiently. and must provide list of
infrastructure instruments sufficient to fulfill department needs.
(v) Tenderer shall submit attested copies of the supportive documents / certificates from
organizations with which they have worked/ are working. If tenderer do not submit any
proof for meeting with the eligibility criteria laid down in NIT and tender conditions,
then offer is liable to be rejected. The certificates should be on the organization’s letter
pad, bearing contact address, telephone no., fax no., e-mail address etc.
Payment Terms :
100% payment will be released on the execution of live transmission & recording and
providing the recording to department for full one month duration.
Signature of Tenderer 20
GENERAL TERMS AND CONDITIONS OF TENDER
1. Tenderer(s) shall submit firm Registration number & certificate, Sales Tax
Registration Certificate Number, TIN Number and previous Sale Tax Clearance
Certificate / no dues certificate of value added tax from the concerned assessing
authority, IT return of last 3 years & PAN Number, along with the tender, without which
the tender may not be considered.
2. Each tender bid shall comprise of
Technical bid
Commercial bid
3. Technical bids and Commercial bids shall be in separate and sealed envelopes for
item, addressed to The Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain
and super-inscribed “Technical bid: to be opened by addressee only” and “Commercial
bid: to be opened by addressee only” on the top of the envelopes containing the tender.
The word “Tender For INSTALLATION COMMISSIONING AND
MAINTAINANCE OF CCTV CAMERAS AT DIFFERENT PREMISES OF
SHREE MAHAKALESHWAR TEMPLE” should be super-inscribed. On the left side
near the lower corner of the envelope, the address of the tenderers should be written.
Tenderer shall keep all the documents, annexure, Formats, Affidavit, EMD, Certificates,
IT Returns etc. mentioned in this tender except Financial bid format in the technical bid
envelope. Only Financial Bid format shall be kept in the commercial bid envelope. If
tenderer fail to follow procedure mentioned in Sr.No 3 or not found any document
mentioned in this condition than his offer liable to be rejected.
4. Offers prepared in accordance with the procedures enumerated in this document
should be submitted in the office of Prashashak Shree Mahakaleshwar Mandir Prabandh
Samiti UJJAIN M.P. not later than the given date and time. Tender without Tender fee,
will be treated as rejected. Tender form can also be by downloaded from the website of
Mahakal Mandir web side.
5. The rate / unit must not be altered under any circumstances and the rates must be
entered in words as well as in figures.
6. Conditional tender shall not be entertained.
7. All rates quoted in the tender must be based on free delivery in good condition,
securely packed and F.O.R. destination being Stores, Prashashak Shree Mahakaleshwar
Mandir Prabandh Samiti Ujjain. The rates should be inclusive of all taxes (taxes & duties
should be shown separately). no cartage shall be paid by the Government and the delivery
of goods shall have to be given at the premises of the Stores, Prashashak Shree
Mahakaleshwar Mandir Prabandh Samiti Ujjain during working hours. The tenderer shall
be required to bear all risks of loss, leakage or damage and shall deliver the goods in
good condition to the consignee at the destination mentioned in the order.
Signature of Tenderer 21
8. Rate for all articles having difference in size should be quoted as size wise rates.
If the rate varies on the basis of make, model & platform should be clearly quoted
separately.
9. The tenderer should sign the tender form, copy of the general terms and
conditions at each page and also at the end in token of the acceptance of all the terms and
conditions of the tender and specification also.
10. In case of imported equipment, their cost and custom duty should be mentioned
separately. In case of custom duty exemption from Govt. of India, the certificate can be
provided for the same by department. Tenderers must be ensured that items are whether
custom duty exempted or not as per serial no. 20(a) of specific clause of Notification No.
39/96-Cus dated 23-07-96 under which CDEC is being sought for.
11. Rates of Goods/Items must be mentioned only in Indian Currency. Department
shall not be responsible for any variation in the rates of foreign currency vis-a vis Indian
currency. No correspondence in this regard entertained.
12. Technical bid should include information related to all specification sought by us.
It should also contained company brochures of all equipments applied for and should
have the relevant technical documents issued by the manufacturer in support of
specification asked for with form IV and form V and all form and annexure available in
the tender form except commercial bid form.
13. Tenderer must submit the details of compliance of specifications of proposed item
along with the name and make of models quoted in tender for supplies. For this purpose,
a compliance sheet indicating page numbers of specification of proposed item with
categorical 'Yes' or 'No' be mentioned.
14. Any special specification or advanced or additional feature of the item should be
clearly mentioned in the specification sheet.
15. If the items/products are certified by any authorized/recognized institution, tenderer
should submit the related certification in the technical bid.
16. Tenderer should submit copy of any one supply order of other any Govt.
organization of last 3 financial years.
17. Tenderer must submit original or scanned certificate from verifiable OEM email
id authorization/ OEM certificate of concerning company for participating in the tender
for a particular item for this Tender only.
18. Tenderer should provide non blacklisting certificate for last two years.
19. Tenderer should mention their name, address phone/fax numbers of authorized
service centers in the technical bid.
Signature of Tenderer 22
20. Minimum yearly turnover of the firm in last three years should be approximately
40% of the project cost.
21. Firms should submit only required documents in the technical bid. Numbering of
all the pages of technical bid is compulsory. Checklist of all the important documents
should also be enclosed in technical bid.
22. Technical bid of tender must be accompanied by an earnest money for item as per
table shown in Tender notice. Earnest money has to be deposited by means of Bank
Drafts / Deposit/ Bank guarantee Receipts in favour of Prashashak Shree Mahakaleshwar
Mandir Prabandh Samiti Ujjain. The earnest money shall remain deposited in the office
till the final decision on the tenders received is taken by the Technical committee. The
Mandir Samiti will pay no interest on such security amount. Cheques will not be
accepted.
23. No adjustment of earnest money out of pending bills amount will be allowed. The
tenders received without earnest money or with less than prescribed earnest money will
not be considered.
24. After the final decision on the tenders, the earnest money of tenderers whose
tenders have not been accepted shall be refunded. The earnest money of those tenderers
whose tenders have been accepted shall be refund after they deposit security amount. The
successful tenderer should deposit 10% of the total cost of items, within 15 days of
receipt of supply order. This deposited shall be treated as security deposit against supply
order for the warranty period as mentioned in specification of equipments.
25. M.P. Laghu Udyog Nigam Ltd. and the Small Scale Industries registered with the
Director of Industries, MP or National Small Industries Corporation Ltd (NSIC) or with
the D.G.S.&D., are exempted from payment of earnest money/Security deposit under the
explicit order(s) of the government Tenders from such units whose competency/capacity
is certified by the Director of Industries, MP or NSIC or D.G.S.& D. can be accepted
without security deposit and can be eligible for price preference as may be prescribed by
the State Government of MP, from time to time. In such case a competency certificate
issued by the Director of Industries, MP or NSIC or D.G.S.& D. valid for the period of
tender must accompany the tender in support of each item.
26. No exemption from depositing earnest money shall be granted to any firm which
is not registered with Commissioner Industries of Madhya Pradesh or NSIC or DGS&D
for that purpose.
27. No certificate will be provided to import any equipments/ items for demonstration
purposes.
28. Demonstration Programme:- Demonstration of the items will be in Mahakal
Mandir Ujjain on .01.2016.
Signature of Tenderer 23
29. The commercial bid shall be assessed only after found suitable in technical
demonstration. Information of financial bid opening will be intimated later.
30. The tenderer shall be deemed to have carefully examined the condition/ specifications
etc. of the goods/ items to be supplied.
31. The quantities shown in the tender notice are approximate and can be increased/
decreased as per requirement. The supplies shall be made according to the requirements
of the department.
32. Tenderer shall not assign or sublet his contract or any part thereof to any other
agency.
33. All goods/materials/items supplied shall be new and of best quality in every respect
and as per the standards mentioned in the tender.
34. The Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain reserves
the power to relax or exempt any of the conditions of the tender for the reasons recorded
for granting such exemption/relaxation.
35. In case goods/items other than those of the approved quality, make or size are
supplied, they will be rejected and will have to be replaced within the period prescribed
for the completion of the order by the tenderer without extra cost. Any expenses or loss
caused to tenderers as a result of rejection or replacement of supplies shall be entirely at
the tenderer’s cost. Any loss caused to the department or any expenses incurred by the
department in this shall be recoverable from the tenderer.
36. The rejected articles must be removed by the tenderer from the Stores, Prashashak
Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain within 15 days of the date of
information of rejection. The In-charge Stores will not be responsible for any loss,
damage and shortage that may occur to them while they are in the premises of Stores,
Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain for the stipulated time.
If tenderer does not remove rejected articles within 15 days of rejection, tenderer will be
responsible for any loss, damage and shortage to such rejected articles. Further, a
demurrage charge shall be calculated and paid similar to the penalty clauses, on the
cumulative value of the goods rejected and on a period calculated from the date of the
letter intimating the rejection of sub-standard goods supplied.
37. Failure of the tenderer to collect the rejected goods within six months from the
date of intimation thereof, would render such goods liable for forfeiture, and the Mandir
Samiti shall be free to dispose of such goods in the manner deemed fit by the Prashashak
Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain, MP.
38. The Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain, or his
duly authorized representative shall have access to the tenderers premises and shall have
the power to inspect and examine the materials and workmanship of goods.
Signature of Tenderer 24
39. The tenderer shall be responsible for the proper packaging of the goods so as to
avoid damages under normal conditions of transport by sea, rail, road or air and for
delivery of the material in good conditions to the consignee at destination. In the event of
any loss, damage, breakage, leakage or any shortage tenderer shall be liable to make good
of such loss and shortage found at the time of checking/inspection of the materials by the
consignee, No extra cost on such account shall be admissible to him.
40. The successful tenderer shall arrange supplies of goods - in the specific terms and
conditions of the supplies and at the place of destination, within 30 days from the date of
placing the order. The date of placing the order shall be the date of dispatch of order or
the delivery thereof to the tenderer when such order is being delivered through some
person. This condition will apply to LUN and other government agencies as well.
41. If the tenderer firm fails to supply goods within stipulated delivery period then the
tenderer order stands cancelled and the security deposit shall be forfeited by the
department. In addition, the tenderer firm shall be blacklisted for a definite period to be
decided by the department, during which no supply order would be given to the
blacklisted firm by the Mandir Samiti
42. After the expiry of the stipulated delivery period, which include extension period
if any, no item shall be accepted by the mandir samiti under any circumstances.
43. Quantity of items can be increased or decreased as per shown in the tender. The
goods shall be delivered at the destination in perfect condition. The tenderer if so desires,
may insure the valuable goods against loss by theft, destruction or damage by fire, flood,
undue exposure to weather or otherwise. The expenditure thereon shall be borne by the
tenderer.
44. The number of samples required for destructive testing has to be supplied by the
tenderer in addition to the quantity mentioned in the purchase order at its own cost as per
the testing norms. The samples shall be picked up randomly for testing purpose.
45. The tenderer shall bear commission charges on remittances made in settlement of
their claims.
46. The contract of supply can be repudiated at any time if the supplies are not made
to the satisfaction of the Technical committee
47. The tenderer shall invariably furnish complete address of the premises of his office,
godown and workshop, together with full name, phone nos. and address of the person
who is to be contacted, for the purpose where inspection can be held.
48. After the expiry of the stipulated delivery period, which includes delivery
extension period if any, the tenderer shall be liable to pay the penalty – which shall be
deducted from the payment due to him at the rate of 0.25% of the total amount per week.
Signature of Tenderer 25
If the tenderer firm fails to supply all the items within stipulated delivery period then the
supplier order stands cancelled for the remaining items and the security deposit shall be
forfeited by the mandir samiti. In addition the tenderer firm shall be blacklisted for a
definite period to be decided by the mandir samiti, during which no supply order would
be given to the blacklisted firm by the Prashashak Shree Mahakaleshwar Mandir
Prabandh Samiti Ujjain.
49. If the goods are supplied after the stipulated date then for the purpose of computing
penalty, the week shall be counted as if the supply was made on the last day of that week.
For example, if the supply of goods is made after the delay of 06 weeks and 4 days then
the penalty shall be computed for 07 weeks of delay, i.e., 1.75 % of the total cost.
50. Payments would be made only after the receipt of all the items ordered in the
supply order. In cases where part supply has been made and the supply order for the
remaining items has been cancelled, payment would be made for the supplied items after
deducting the penalty as 5% of the value of the non-supplied items.
51. If the tenderer is unable to complete the supply or fails to comply with the terms
and conditions of the tender within the specified or extended period, the Prashashak
Shree Mahakaleshwar Mandir Prabandh Samiti UJJAIN, MP shall be at liberty to arrange
supply either through re-tender or otherwise. The Prashashak Shree Mahakaleshwar
Mandir Prabandh Samiti Ujjain may give seven days notice in writing to the approved
tenderer to complete the supplies or make good the failure, neglect or contravention
complained of. If the tenderer fails to comply with the notice within seven days of the
date of the service, and if the Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti
Ujjain thinks fit, he may direct the tenderer to make good the loss sustained or any
expenditure incurred by the mandir samiti in arranging the tenderers through any other
agency. He may also use the earnest money / security deposit of the tenderer to make
good such a loss.
52. The supply period and penalty on purchase order of imported/ foreign goods will be
imposed and decided based on the facts & circumstances and nature of the goods. The
Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain reserves the right to
take the final decision. 53. The successful tenderer shall execute an agreement on a non judicial stamp of
Rs.1000/- or of such value as may be prescribed by the law on the subject for contract
deeds in the prescribed form, within 15 days from the date he is informed of the
acceptance of his tender for the due performance of the contract. In case of failure of the
execution of agreement within the specified period, the order is liable to be cancelled.
The expenses on completion and stamping the agreement shall be borne by the tenderer
who shall furnish free of charge copy of the agreement duly executed and stamped to the
Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain, M.P., the other copy
should be without non judicial stamp.
54. Payment shall be due and payable by the Prashashak Shree Mahakaleshwar
Mandir Prabandh Samiti Ujjain only when the supplied quantity has been delivered,
Signature of Tenderer 26
inspected and accepted by the Technical committee appointed by Prashashak Shree
Mahakaleshwar Mandir Prabandh Samiti Ujjain and certificate of having done so is
recorded by the committee. In case of disputed items 10 to 25 % of the amount shall be
withheld and shall be paid on settlement of the dispute items of the award granted
progressive payments if agreed to, will be made according to the terms entered in the
agreements.
55. Upon breach of any of the General Terms and Conditions of contract and breach
of the agreement by the tenderer, it will be lawful for the department to forfeit the Earnest
money/ Security Deposit in whole or part, or impose such penalty as deemed fit and
recover the same from the Security Deposit or from any other payment to be made to the
tenderer or in any other manner as the deemed fit by the Mandir Samiti but without
prejudice to right of the Mandir Samiti to recover any further sum of money as damages
from the tenderer.
56 Direct or indirect canvassing on the part of tenderers or their representatives will
disqualify their tenders.
57. The Prashashak Shree Mahakaleshwar Mandir Prabandh Samiti Ujjain reserves the
right to accept any tender, not necessarily the lowest tenders and reject any tender,
without assigning any reasons thereof. Orders can be placed for the whole or part of the
quantity or article for at the discretion of the Prashashak Shree Mahakaleshwar Mandir
Prabandh Samiti Ujjain.
58. No Transportation & Installation charges shall be paid by mandir Samiti.
59. Tenderer shall be responsible for installation and entire maintenance during the
warrantee/guarantee period.
60. Tender shall provide additional quantity of individual items required if any in the
rate quoted of individual items.
61. Tenderer shall handed over unused items remains if any after successfully installation
and commissioning of the projects to SMTMC.
62. MAINTENANCE PERIOD - The Tenderer shall maintain the installation in all
respect including material & works free of charge for any defect & fault for a period of
12 months from the date of issue of Work Order.
Seal and signature of proprietor/
manager representative of the firm
on behalf of the firm giving tender
Signature of Tenderer 27
Annexure A
Item Specifications IP Based Full HD Fixed Box Camera
2 Mega Pixel Full HD 1080 Fixed (BOX) Camera Specification
Sr. No Specification
1 1/3" 2 Mega Pixel Full HD Progressive scan CMOS 25/30 fps@1080P
(1920x1080); 3.6mm Lens; POE; High Speed, long distance real-time
transmission
H.264 & MJPEG dual-stream encoding
Color –0.5 Lux @24IRE, Black & White -0.5 Lux @ 24 IRE
Auto Day night configuration
Camera should able to give stream in both CBR and VBR. With CBR
maximum of @ 2Mbps bit rate
Up to 4X digital zoom the live video
Camera should support unicast and multicast streams
Super imposing the title and date and time on the video
10/100 Tx Auto sensing (half/full duplex), 802.3af class 3 PoE, IPv4,
Unicast, MultiCast, RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS,
ONVIF
OEM interface to detect the cameras automatically and configure network
settings.
AES, AGC, AWB, BLC, DWDR, Day/Night(ICR),3DNR
Multiple Network monitoring; Web Viewer
OSD Menu, Control over coaxial Cable
Metal Housing with IP66, Sunshielded
PoE and Local power supply for camera, heated and blower as per
manufacturer standard
IR Range of 20 mtrs
12V DC ± 10%
20 to 80 % RH non-condensing
Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
IP PTZ Full HD Dome Camera
2 Mega Pixel Full HD High Speed IR PTZ Dome Camera Specification
Sr. No Specification
Signature of Tenderer 28
1 1/3" 2MP Full HD 30x High Speed Network IR PTZ Dome Camera H.264 & MJPEG dual-stream encoding Max 25/30fps@2MP(1920x1080); IR Distance upto 150 mtrs AES, AGC, AWB, BLC, DWDR, Day/Night(ICR), Ultra DNR, Auto-Iris, Auto Focus Max 240° /s pan speed, 300° endless pan rotation, Upto 255 presets, 5 auto scan
tour, 8 tours, 5 patterns, Built-in 2/1 alarm in/out, Support intelligent 3D positioning
with DH-SD protocol , Micro SD Memory Multiple Network monitoring; Web Viewer, CMS 24V AC ± 10% Color –0.5 Lux @24IRE, Black & White -0.5 Lux @ 24 IRE Auto Day night configuration Camera should able to give stream in both CBR and VBR. With CBR maximum of @
2Mbps bit rate Up to 4X digital zoom the live video Camera should support unicast and multicast streams Super imposing the title and date and time on the video 10/100 Tx Auto sensing (half/full duplex), 802.3af class 3 PoE, IPv4, Unicast, MultiCast,
RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS, ONVIF OEM interface to detect the cameras automatically and configure network settings. Multiple Network monitoring; Web Viewer OSD Menu Metal Housing with IP66, Sunshielded Local power supply for camera, heated and blower as per manufacturer standard IR Range of 100 mtrs 20 to 80 % RH non-condensing Regulatory Approvals FCC, CE, RoHS, UL/EN Installation, Testing & Commissioning
Analog Bullet/Dome FULL HD Camera
2.4 Analog Bullet/Dome FULL HD Camera Specification
Sr. No Specification
1. 1/2.9" 2.4 Megapixel IMX322, 25/30 fps@1080P, 3.6mm Fixed Lens
IR Range of 20 mtrs with 2Array LEDs; High Speed long distance real time
transmission
AES, AGC, AWB, BLC
Metal(Bullet)/Fiber(Dome) Housing, IP67 Weatherproof
12V DC ± 10%
H.264 & MJPEG dual-stream encoding
Color –0.5 Lux, Black & White -0.5 Lux
Auto Day night configuration
Camera should able to give stream in both CBR and VBR. With CBR maximum
of @ 2Mbps bit rate
Super imposing the title and date and time on the video
OSD Menu, Control over coaxial Cable
Local power supply for camera, heated and blower as per manufacturer standard
20 to 80 % RH non-condensing
Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
Signature of Tenderer 29
Network Video Recorder (NVR)
Network Video Recorder (NVR) With HDD Specification
Sr. No Specification
1. 16 Channel Network Video Recorder: Up to 1080p realtime live view
H.264/MJPEG dual codec decoding,
Max 60fps@1080p, 120fps@720p, 240fps@D1 preview &recording,
HDMI / VGA simultaneous video output,
All channel synchronous realtime playback,
GRID interface,
Support Multi-brand network cameras: Hifocus, Dahua, Arecont Vision,
AXIS, Bosch, Brickcom, Canon,CP Plus, Honeywell, Panasonic, Pelco,
Samsung, Sanyo, Sony, Videosec, Vivotek and etc.,
ONVIF Version 2.2 conformance, compatible with ONVIF 2.0,
3D intelligent positioning,
Support 4 SATA HDD up to 8TB, 2 USB2.0,
Surveillance SATA HDD, 2(two)-4TB, 3.5 inch, 64 MB cache, operate
24×7
Support Plug & Play,
Multiple network monitoring: Web viewer, CMS 10/100 Tx Auto sensing (half/full duplex), 802.3af class 3 PoE, IPv4, Unicast,
MultiCast, RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS, ONVIF Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
Support 256Mbps incoming bandwidth,
16 Channel Digital Video Recorder (DVR)
16 Channel Digital Video Recorder (DVR) With HDD Specification
Sr. No Specification
1. 16 Ch Video, 1 Ch Audio
Recording Capacity : 1080P realtime, full channel playback synchronously
HDMI & VGA Output
All channel synchronous realtime playback,
Support 4 HDD upto 8 TB; 1U Casing; USB 2.0, RS 232
Surveillance SATA HDD, 2(two)-4TB, 3.5 inch, 64 MB cache, operate
24×7
Multiple network monitoring: Web viewer, CMS
Support of normal analog and Full HD camera 10/100 Tx Auto sensing (half/full duplex), 802.3af class 3 PoE, IPv4, Unicast,
MultiCast, RTP, TCP, UDP, HTTP, IGMP, ICMP, DHCP, DNS, ONVIF Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
Signature of Tenderer 30
8 Port Switch PoE
8 port PoE Switch Specification
Sr. No Specification
1. 8 RJ-45 auto-negotiating 10/100/1000 ports
Support of IEEE 802.3af PoE and IEEE 802.3af PoE+
Minimum 65 watts for PoE power
Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
8 Port Switch
8 port Switch Specification
Sr. No Specification
1. 8 RJ-45 auto-negotiating 10/100/1000 ports
Support of IEEE 802.3af and IEEE 802.3af
Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
16 Port Switch
16 port Switch Specification
Sr. No Specification
1. 16 RJ-45 auto-negotiating 10/100/1000 ports
Support of IEEE 802.3af and IEEE 802.3af
Regulatory Approvals FCC, CE, RoHS, UL/EN
Installation, Testing & Commissioning
Signature of Tenderer 31
VMS Video Monitoring System VMS Video Monitoring System Specification
Sr. No Specification
1. Register up to 100 channels connection and 64 live viewing at 1 screen, support
max 64(8x8) view
Video Display Unit : Full screen and 1 / 4 / 9 / 13 / 16 / 25 / 36 / (49 / 64 )
Support DVRs, NVR video servers, IP cameras, decoders and other network
products connection.
Support Snapshot, Local Record
PTZ, bidirectional talk, camera settings, color adjustment, Directions, Pan, Tilt,
Zoom, Focus, Iris, Preset, Tour, Pattern
Support device management, configuration, reboot and other operations
Support decoder connection to realize virtual matrix system and video wall
display
Support different alarm types: external, motion detection, video loss, camera
masking and etc.
Support video monitoring project, layout configuration, recording plan and etc.
Device status and other information provided in the “health report”
Support video search from local PC, device itself and other storage center
Search Type : Certain time, timing, motion detection, alarm, card, Digital Zoom
Used for the central monitoring system Multiple screens display E-map,
monitoring windows, alarm alerts in different site
User Management : 2 layred: administrator and operator
Device Management : Add, delete and modify the device
E-map : Add, delete and modify the map and device
Alarm Signal Monitoring : External alarm, video loss, motion detection,
camera masking and etc, Play Warning Sound or Message , Trigger
recording, PTZ movement, tour, alarm
Required SMTP Support
Remote Support : Remote desktop software, Mobile ( android, IOS,
Windows) app,
Multiple DVRs , NVR and camera view on Single Screen (desktop PC),
support view Extended view
Support image JPEG / BMP
Passive Network Components Specification
UTP CABLING COMPONENTS
Category 6 UTP, 4 Pair
Characteristic Min. Required Specification
Category 6 Unshielded Twisted Pair 4 pair 100Ω cable
shall be compliant with ANSI/TIA/EIA-568-B.2-1
Additional Transmission Performance Specifications
for 4-pair 100Ω Category 6Cabling.
Features
Category 6 UTP cables shall extend between the work
area location and its associated telecommunications
closet and consist of 4 pair, 23 AWG, UTP Non
Plenum cable jacket.
Signature of Tenderer 32
The 4 pair Unshielded Twisted Pair cable shall be UL®
Listed
All Category 6 cables shall meet or exceed the
following characteristics:
Construction: 4 twisted pairs separated by internal X
shaped, 4 channel, polymer spine / full separator. Half
shall not be accepted.
Conductor Solid Copper
Conductor Diameter 0.56±0.005mm (23 AWG)
Insulator Polyolefin
Jacket PVC
Outer Diameter 6.0±0.4mm
Mechanical
Characteristic
Max. Temperature 75°C
FACE PLATE
Characteristic Min. Required Specification
Features Single Gang square plate, 86mmx86mm
Write on labels in transparent plastic window –
supplied with plate
Screw hole covers – to be supplied with plate
Plug in Icons – Icon tree – to be supplied with plate
Should be able to support variety of jacks – UTP, STP,
Fiber, Coax etc.
INFORMATION OUTLET
Characteristic
Features
Min. Required Specification
Category 6, TIA568B.2-1 – 250MHz
All information outlets for 100 Ω, 22-24 AWG copper
cable shall:
Use insulation displacement connectors (IDC)
Allow for a minimum of 200 re-terminations without
signal degradation below standards compliance limits.
Be constructed of high impact, flame-retardant
thermoplastic with color and icon options for better
visual identification.
With spring loaded shutter
With Terminator cap
IDC posts should be pointed
568A/B configuration
Information outlet (RJ45 jack) should be covered under
ETL Verification program for compliance with
TIA568B.2-1, ETL certificate to be submitted with offer
Mechanical: Jack Plastic Housing: Polycarbonate, UL94V-0 rated or
Signature of Tenderer 33
Connector equivalent
Operating Life: Minimum 750 insertion cycles
Contact Material: Copper alloy
Contact Plating: 50 µinches gold over 100 µinches
nickel
Plastic Housing: Polycarbonate, UL94V-0 rated or
equivalent
Operating Life: Minimum 200 Re-terminations
IDC Contact Plating: Tin Plate (tin/lead)
Specification for 9U Rack:
VMS Video Monitoring System Specification
Sr.
No
Specification
1 Construction: Aluminum extrudate vertical pillar member,
Aluminum extrudate horizontal pillar member, Aluminum
extrudate Depth pillar member
2 Feature: Load rating of at least 50Kgs
Front Door and rear door with joint free gasket.
Front glass door and rear perforated door
Sizes: 9U
3 Material and Finish: Vertical pillars of the frame are aluminum
extrusions.
Accessories:
4 Roof mounted cooling Fan Housing unit, 90 CFM 1 nos.
Cable management and Fitting accessories.
AC main channel: PDU socket 5 x 5/15 Amp with fuse.
Specification of CCTV Cable : 2+3 core cable, full copper.
Specification of execution and commissioning of various types of IP/Analog cameras
(i) Fix box type, P/T/Z dome and Fix dome type cameras shall be mounted at different
locations viz. top of building, rooms, hall & open area on pole as per location wise
summary mentioned Tentative Locations is being provided in the NIT form.
(ii) Tenderer shall have to provide different type of hanging/ mounting arrangement (will
be decided by site in-charge of the work) for cameras depending upon the type of
location. Material used for clamping/ hanging and mounting accessories viz. nut, bolt,
washer, spring washer etc. shall be non-corrosive & firm will carry out minimum two
rounds of paint on various part of used material .
(iii) Cameras shall be mounted at suitable height so that public is not able to tamper of
damage the camera (Exact location of cameras will be given by site in-charge). Fixing of
cameras shall be done in such a way that they are not directly affected by rain or sun.
(iv) Camera output will be connected to field switch through UTP cable. UTP cable shall
be laid in PVC pipe /conduit pipe after putting ferules for easy identification of UTP
cable. In case, camera output is not connected on PoE, then power cable shall have to run
from field switch to camera in separate PVC pipe after putting ferules for easy
Signature of Tenderer 34
identification of Power cable. Required adopters for feeding supply to camera, male
/female plug etc. shall be provided and installed by the contractor.
(v) All cameras shall be configured with different IP address & viewing software so that
all cameras can be freely accessible and controllable from control room.
Signature of Tenderer 35
Financial Bid
(To be kept in the Financial Bid envelope)
Name of Work : INSTALLATION, COMMISSIONING AND MAINTAINANCE
OF CCTV CAMERAS AT DIFFERENT PREMISES OF SHREE
MAHAKALESHWAR TEMPLE Date: ----------------
To,
The President
Shree Mahakaleshwar Temple Management Committee,
Ujjain (M.P.)
1. Name of The Client: Shree Mahakaleshwar Temple Management Committee, Ujjain (M.P.)
2. Scope of Work : As per Terms of Reference.
3. Title of Assignment : INSTALLATION, COMMISSIONING AND MAINTAINANCE OF CCTV
CAMERAS AT DIFFERENT PREMISES OF SHREE MAHAKALESHWAR TEMPLE
4. Item Description Make Model Qty Unit
Cost Rate
4.1 2 Mega Pixel Full HD 1080 Fixed (BOX)
Camera 33
4.2 2 Mega Pixel Full HD High Speed IR PTZ
Dome Camera 13
4.3 2.4 Analog Bullet/Dome FULL HD Camera 72
4.4 Network Video Recorder (NVR) Specification 4
4.5 16 Channel Digital Video Recorder (DVR)
Specification 12
4.6 8 port PoE Switch 10
4.7 8 port Switch 20
4.8 16 port Switch Specification 20
4.9 VMS Video Monitoring System 1
4.10 1.5 mtr CAT 6 Patch cord 100
4.11 I/O with face plate & back box 50
4.12 Casing 2 inch 4000
mts.
4.13 Cat 6 UTP Cable 5000
mts.
4.14 9 U Rack 12
Signature of Tenderer 36
4.15 UTP Transmission Standard Ethernet Power
Balun 200
4.16 CCTV Cable 4000
mts.
4.17 POWER Supply 12V, 16 Amp. 14
4.18 Power Adaptor 12V, 2 Amp. 40
4.19 Cable installation
4.20 Electricity fitting
4.21 Accessories, connectors, converters etc.
4.22 Installation, Commissioning and Maintenance
4.23
Manufacturer warranty comes along with
system or minimum one year whichever is
maximum
5 Over all Total Cost of Project
6 Extended 3 year warranty on CCTV system
7 Comprehensive Annual Maintenance Cost: After warranty Item Wise
comprehensive AMC charges
- Comparison shall be made on the basis of Over all Total cost of the Project i.e. Cost
mentioned in the S.No. 5, but bidder has to also fill individual cost of the items.
- We agree to abide by the Proposal and the rates quoted therein.
- We agree to provide additional quantity requires if any in the rate quoted of
individual items.
- We agree to handed over unused items remains if any after successfully installation
and commissioning of projects to SMTMC.
- We undertake that, in competing for (and, if the award is made to us, in executing)
the above contract, we will strictly observe the laws against fraud and corruption in
force in India namely “Prevention of Corruption Act 1988”.
- The Prices mentioned above are exclusive of taxes and hidden cost. The actual taxes
as applicable as per the prevailing rate at the time of invoicing shall be paid extra as
per actual.
- The price above should be exclusive of the cost impact owing to minimum required
manpower, Hardware & Network equipments, Application & System Software if any,
Bandwidth wherever required.
(Signature)
Name
Complete Postal Address
Duly authorized to sign Proposal for and on behalf of
Place :
Date :