request for proposal (rfp) - telangana · request for proposal (rfp) for ... sp network service...

84
Request For Proposal (RFP) for Extension of Empanelment for Supply, Install, Support & Maintain High Definition CCTV System under Rate Contract Basis for Telangana Police Department Government of Telangana December, 2017 Prepared by Telangana State Technology Services 1 st floor, C-Block, BRKR Bhavan, Tank Bund Road Hyderabad – 500 063.

Upload: nguyentu

Post on 22-Jul-2018

228 views

Category:

Documents


0 download

TRANSCRIPT

Request For Proposal (RFP)

for

Extension of Empanelment

for

Supply, Install, Support & Maintain

High Definition CCTV System under Rate Contract Basis

for

Telangana Police Department

Government of Telangana

December, 2017

Prepared by

Telangana State Technology Services

1st floor, C-Block, BRKR Bhavan, Tank Bund Road

Hyderabad – 500 063.

-----------------------------------------------------------------------------------------------------------------------

Page 2 of 84

DISCLAIMER This tender call is issued by Telangana State Technology Services (TSTS) and no part of this document

can be reproduced in any form or by any means, disclosed or distributed to any person without the

prior consent of Hyderabad City Police/TSTS except to the extent required for submitting bid and no

more. The guidelines referred are indicative; the Solution Provider is bound by other appropriate

guidelines related to the subject. This Tender is not an agreement and is neither an offer nor

invitation by the TSTS to the prospective solution provider or any other person. The purpose of this

Tender is to provide interested parties with information that may be useful to them in the

formulation of their bids pursuant to this Tender. This Tender includes statements, which reflect

various assumptions and assessments arrived at by the TSTS in relation to the supply of services for

wings of Hyderabad City Police Commissionerate. Such assumptions, assessments and statements do

not purport to contain all the information that each Solution Provider may require. Each Solution

Provider should, therefore, conduct its own investigations and analysis and should check the

accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and

information contained in this Tender and to obtain independent advice from appropriate sources.

TSTS, its employees and advisers make no representation or warranty and shall have no liability to

any person including any Solution Provider under any law, statute, and rules or regulations or tort,

principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense

which may arise from or be incurred or suffered on account of anything contained in this Tender or

otherwise, including the accuracy, adequacy, correctness, reliability or completeness of the Tender

and any assessment, assumption, statement or information contained therein or deemed to form

part of this Tender or arising in any way in this selection process.

-----------------------------------------------------------------------------------------------------------------------

Page 3 of 84

Contents

Section – 1.0 - Invitation to Open Competitive Bids ........................................................................5

Section – 2.0 Schedule of Items of Items & Technical Specifications ............................................ 11

Section – 3.0 Qualification Criteria & Evaluation Process ............................................................. 32

Section – 4.0 Tender Submission Process .................................................................................... 37

Section – 6.0 Award of Contract for EMPANELMENT and Other Conditions .................................. 40

Section – 7.0 Instructions to Bidders ........................................................................................... 43

Section -8.0 Guidelines to Empanelled Firms for Implementation of CCTV Surveillance Systems ... 56

Pre Qualification (PQ) Proposal Submission Forms ........................................................................ 62

Technical Proposal Submission Forms ........................................................................................... 71

Commercial Proposal Submission Forms ....................................................................................... 77

Draft Bid Security (EMD) Form ...................................................................................................... 81

-----------------------------------------------------------------------------------------------------------------------

Page 4 of 84

Definitions

AMC On-site Comprehensive Annual Maintenance Contract

Authority /Lead User Hyderabad Police Commissionerate on behalf of Telangana State Police Department

Applicant / Bidder / OEM / System Integrator / Solution Provider

Refer to experienced Firms such as Original Equipment Manufacturers (OEM), Solution Providers, and System Integrators who deliver required services. Applicant, Bidder, OEM, System Integrator, Solution Provider and System Integrator are used interchangeably throughout the document.

Bid Proposal submitted by Bidder for qualification in response to this document

Currency Indian Rupees (INR / Rs.)

Date Format DD/MM/YYYY

Financial Year 12-month period – commencing 1st day of April of any year and ending 31st March of the following calendar year

Location Refer to the exact city field or any government office location where the edge device or equipment is to be installed

LOI Letter of Intent

MSP Refers to Master Solution Provider – A successful Bidder who has been awarded the project for end-to-end implementation of the project scope

N(I)SP Network Service Provider or Internet Service Provider

VMS Video Management System

OCB Open Competitive Bid

PBG Performance Bank Guarantee

PDD Proposal Due Date / Bid Closing Date

Product Warranty Number of years on-site comprehensive warranty provided by OEM passed on to the Authority / Client

SDK Software Development Kit

Site Refers to any Government Department at State Level as designated from time to time, starting with Police department

System Scope Design, Supply, Install, Test, Commission, Support and Maintenance of HD CCTV system

Tendering Agency Refers to Telangana State Technology Services (TSTS)

User Department Any Police wing within Telangana State – Hyderabad Police Commissionerate and Other Department if any.

-----------------------------------------------------------------------------------------------------------------------

Page 5 of 84

Section – 1.0 - Invitation to Open Competitive Bids

1.1. Introduction

TSTS on behalf of the Telangana State Police issues RFP for extension of CCTV Rate Contract

empanelment from the experienced and reputed firms / agencies having technical competency in

using latest available technologies.

Bidders are advised to study the Tender document and Terms & Conditions carefully and

completely. Submission of Bids shall be deemed to have been done after careful study of Tender

document and examination of Terms & Conditions with full understanding of its implications.

1.2. Tender Schedule: Time schedule of various Tender related events:

Issue of OCB Tender call Notice 07.12.2017

Bid Submission Due date & time 18.12.2017, 03:00 PM

PQ Bid opening date & time 18.12.2017, 03:30 PM

Technical Bid opening date & time Will be informed to PQ qualified bidder

Bid Document Price Rs. 20,000.00 (Rupees Twenty thousand only)

Tender Reference No. TSTS/CS/CCTV-RC/2016- Extension

Email ID for Contact [email protected]

[email protected]

[email protected]

For full details regarding Tender notification, please visit https://tender.telangana.gov.in, www.tsts.telangana.gov.in, and www.hyderabadpolice.gov.in.

1.3. General Information about the Tender

1 BID Security (EMD) Bid Security (EMD): Rs. 1,00,000/- (Rupees One Lakh

Only)Note: Scanned copy of EMD document should be

uploaded on e- Procurement website. The Original Copy of

EMD should be submitted to TSTS before opening of the

PQ bids.

EMD shall be submitted in the name of “The Managing

Director, Telangana State Technology Services (TSTS)” in

the form of DD/Banker Cheque /BG from Nationalized bank

/Schedule Bank having a Branch at Hyderabad.

2 Bid Validity Period 90 days from the date of opening of bid

3 Bid Security Validity Period Validity period for DD / Bank Guarantee : 3 Months

4 Rate Contract Validity Period

and

Empanelment Security for

Rate Contract period.

Till end of January 2019 and extendable for 1 year based on

the performance of the identified agencies.

The bidders identified for empanelment should submit an

amount of Rs. 1,00,000/- towards empanelment under

-----------------------------------------------------------------------------------------------------------------------

Page 6 of 84

Rate Contract . The amount should be paid in the form of

BG in the name of The Commissioner of Police- Hyderabad

Police Commissionerate

5 Comprehensive Warranty 5 years from date of installation/Go-Live

6 Performance Bank Guarantee

(PBG) Value

5% of each P.O Value in the name of The Commissioner of

Police- Hyderabad Police Commissionerate to be submitted

upon issue of work order(LoI)

7 PBG Validity Period 60 months beyond the date of warranty period

8 Period for submission of PBG Within 7 days of receipt of letter of Notification of Award

(NoA)

9 Period of signing contract Within 10 days from the date of receipt of letter of

Notification of Empanelment.

10 Penalty for delay in

implementation

Refer Penalty & SLA clause

11 Conditional Bids Not acceptable and liable for rejection

12 Transaction Fee Transaction fee: All the participating bidders who submit

the bids have to pay an amount @ 0.03% of their final bid

value online with a cap of Rs. 10,000/- for quoted value of

purchase up to Rs.50 cr. and Rs.25,000/- if the purchase

value is above Rs.50 cr. & service tax applicable as levied by

Govt. of India on transaction fee through online in favor of

MD, TSTS. The amount payable to TSTS is non refundable.

Corpus Fund: Successful bidder has to pay an amount of

Rs.10,000/- through demand draft in favor of ‘The

Managing Director, TSTS Hyderabad’ towards corpus fund

at the time of concluding agreement.

13 Transaction Fee payable to The Managing Director, Telangana State Technology

Services, Hyderabad

14 Bid Submission On-line on e-procurement portal.

Bids shall be submitted online on eprocurement platform. Bidders are totally responsible for incorporating / complying the changes / amendments issued if any before bid submission due date.

15 Procedure for Bid Submission 1. The participating bidders in the tender should register

themselves free of cost on e-procurement platform in

the website https://tender.telangana.gov.in.

2. Bidders can log-in to e-procurement platform in secure

mode only by signing with the Digital certificates.

3. The bidders who are desirous of participating in

e-procurement shall submit their Pre-qualification

bids+ Price matching & Technical bids as per the

standard formats.

4. The bidders should scan and upload the respective

-----------------------------------------------------------------------------------------------------------------------

Page 7 of 84

documents in Pre-Qualification and Technical bid

documentation as detailed in Tender including EMD.

The bidders shall sign on all the statements, documents

certificates uploaded by them, owning responsibility for

their correctness/ authenticity.

16 Other Conditions 1. After uploading the documents, the original Demand

Drafts in respect of Bid Security are to be submitted by

the bidder to the O/o The Managing Director, TSTS

BRKR Bhavan, Hyderabad as and when

required.Failure to furnish will be entitled in rejection

of the bid. The TSTS shall not hold any risk on account

of postal delay. Similarly, if any of the certificates,

documents, etc., furnished by the Bidder are found to

be false/ fabricated/ bogus, the bidder will be

disqualified, blacklisted, action will be initiated as

deemed fit and the Bid Security will be forfeited.

2. TSTS will not be responsible for any delay in submission

of bids on-line and for any technical hitches in the

eProcurement system. The bidders are also advised not

to make last minute requests for Bid-Submission

Extensions.

3. TSTS will not hold any risk and responsibility regulating

non-visibility of the scanned and uploaded documents

and in case of non-visibility of documents, the bidder

may be asked to submit the hard copy of such

supporting documents.

4. The Documents that are uploaded online on

e-procurement will only be considered for Bid

Evaluation. However, the bidding authority, at any

point of tendering process, may request the bidders to

submit the Physical documents as uploaded in e-

procurement portal for clarifications.

5. Important Notice to Contractors, Suppliers and

Department users. In the endeavor to bring total

automation of processes in e-Procurement, the Govt.

has issued orders vide G.O.Ms.No.13 dated 05.07.2006

permitting integration of electronic Payment Gateway

of ICICI/ HDFC/ Axis Banks with e-Procurement

platform, which provides a facility to participating

suppliers/ contractors to electronically pay the

transaction fee online using their credit cards.

-----------------------------------------------------------------------------------------------------------------------

Page 8 of 84

1.4. Purpose

The Government of Telangana have initiated a series of measures to upgrade the standards of safety and security in the capital city of Telangana with an objective to transform Hyderabad into a Global City. As a part of this initiative, it is estimated that over a lakh Surveillance CCTV Cameras would be installed in all areas/ locations, communities, establishments, etc through various resources covering the entire city over a period of time. As a part of this effort, Hyderabad City Police intends to implement City wide Surveillance CCTV Cameras in all sensitive locations, communities, establishments, etc as envisaged under the provisions of AP Public Safety (Measures) Act, 2013 & Rules 2014, it is envisaged to get connected all HD Cameras installed across the city to the Integrated Command & Control Centre cum Disaster Management Centre which will act as one stop Centre for all Government Departments. All the State & Central Government Departments / Agencies, Public Service Undertakings (PSUs), Corporates are coming forward to support this project. Further, MPs/ MLAs/MLCs are supporting for implementation of CCTV Surveillance Cameras in the neighbourhoods within the limits of Parliamentary / Assembly constituencies as part of Community Development Programme (CDP).

Now, in order to meet the increasing demand for installing Community CCTV system, there is a need to identify additional competent and technically qualified firms (System Integrators) for being part of the existing empanelment for implementation of HD megapixel CCTV Systems Project. Since the implementation of CCTV Cameras in all the areas / locations, communities, establishments, etc across the City can’t be taken up at once, it is desirable to empanel the firms who are competent and technically qualified to take up the contracts of implementation of CCTV Cameras. A Rate contract is already formulated which would help in transparency, uniformity on the cost of the System and to provide equal opportunity to all the empanelled firms in implementation of HD CCTV Surveillance System. The existing empanelment and item rate contract with the following three vendors is done in the month of January 2017.

# Name of the Existing empanelled Firm(s)/Agencies(s)

1. M/s Aegis Automation P Ltd, Hyderabad

2. M/s Arya Smart City P Ltd, Hyderabad

3. M/s Eternal Consulting India P Ltd, Hyderabad

Now, This tender is floated to expand the existing list of vendors by inviting their proposal to match the existing Rate Contract and empanel to serve the entire state in implementation of CCTV system. The period of empanelled vendors through this tender would be ending January 2019. The potential bidders should match the existing prices as per the price list given in the Appendix-IV and the Proposal should be submitted on the said prices only. Any deviation in submitting the prices as per existing RC shall result in disqualification of the bid. The interested bidders are required to establish their technical competency through a PoC at the designated locations.

1.5. Scope of Work

This tender is for the extension of the RC empanelment of firms/agencies/OEM having proven expertise in Solution design, Supply of equipment, Implementation, Comprehensive on-site warranty & Maintenance of HD CCTV Surveillance Systems using latest available technologies.

-----------------------------------------------------------------------------------------------------------------------

Page 9 of 84

This section provides indicative scope of work for empanelled firms/agencies. However, the below work is only indicative and would depend upon actual requirements of user departments:-

i. Designing the solution, supply of the equipment, installation & commissioning, testing, and operationalization of the complete system.

ii. Comprehensive on-site warranty including spares, support and maintenance of the complete system for Five years.

iii. Complete system with appropriate accessories & fixtures for recording, storage of footages with a provision of retention for minimum 30 days.

iv. Provision for viewing & monitoring at local Police Stations, Zonal DCP Offices and Command & Control Centre at Commissionerate Hqrs. Necessary tools, scripts, SDK, etc need to be provided for seamless integration of multiple CCTV Cameras.

v. Ensure provision of latest version of licensed software and compatibility with 3rd party components / solutions for seamless integration.

vi. Provision of necessary cooperation and technical support to the 3rd Party Network Service Provider for achieving required bandwidth connectivity and resolving Network connectivity problems.

vii. Civil, electrical & mechanical works required to be done at Camera’s locations, local viewing centres, Zonal viewing centres and Command & Control Centres during installation & commissioning of CCTV Systems at no additional cost to client.

viii. Routing all cable connections concealed in both indoor & outdoor locations, particularly concealed in indoor environment. The cables may be laid aerial wherever concealed is not feasible.

ix. Ensure ability of the system to view and record during day & night and also to capture the live video stream, store, retrieve and analyse video images with functional specifications specified in this document.

x. Arranging necessary power source connectivity from Electricity Department duly following Govt. procedures and Rules. User Department will extend required cooperation and assistance for approvals.

xi. Ensure adequate power supply and Earthing for the complete System.

xii. Conduct of Tests with various business cases as desired by the TSTS/User Department to assess optimal performance and efficiency of complete system.

xiii. Execution of SLA with client and compliance of metrics defined in SLA during warranty & maintenance period.

xiv. Preparation and delivery of technical documents including technical configurations of the system.

xv. Conduct of necessary trainings to the departmental personnel.

1.6. General Eligibility

i) This invitation for bids is open to all qualified Bidders who are eligible to do business in India under relevant Indian laws as is in force at the time of bidding subject to meeting the pre-qualification criterion.

ii) Bidders marked/considered by TSTS to be ineligible to participate for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

-----------------------------------------------------------------------------------------------------------------------

Page 10 of 84

iii) Bidder debarred/ blacklisted by any Central or State Govt. / Quasi –Govt. Departments or organizations as on bid calling date for non-satisfactory past performance, corrupt, fraudulent or any other unethical business practices shall not be eligible.

iv) Breach of general or specific instructions for bidding, general and special conditions of contract with TSTS or any of its user organizations may make a firm ineligible to participate in bidding process.

1.7. Clarifications on Tender Document

Bidders may request clarifications with regard to any part of the Tender document on or before the date indicated in Tender Schedule through a written mail to the undersigned mail ids mentioned in the tender schedule with a subject line in email as “Rate Contract for HD CCTV System”. The Bidder is requested to ensure the subject line is correctly mentioned in the email to get the due consideration by the Authority.

-----------------------------------------------------------------------------------------------------------------------

Page 11 of 84

Section – 2.0 Schedule of Items of Items & Technical Specifications

2.1. Schedule of Items to be supplied under Rate Contract The specifications provided are indicative, however, Bidders proposing products with equivalent specifications or higher specifications will also be accepted” for better representation from all Vendors.

S.No. Part

Code Name of Item Unit

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized varifocal lens and SD slot

Nos

2 10102 IP based fixed outdoor full HD (1080p) camera with fixed lens and with SD slot

Nos

3 10103 IP based fixed outdoor full HD (1080p) camera with fixed lens and without SD slot

Nos

4 10104 IP based fixed dome Indoor Full HD(1080p) camera with fixed lens and with SD slot

Nos

5 10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot Nos 6 10501 32 GB SD Memory Card – Class 10 Nos 7 10502 64 GB SD Memory Card – Class 10 Nos 20000 NVR Items & Accessories

8 20101 64 channel Network Video Recorder Nos 9 20102 32 channel Network Video Recorder Nos

10 20103 16 channel Network Video Recorder Nos 11 20104 8 channel Network Video Recorder Nos

12 20105 4 channel Network Video Recorder Nos 30000 Network Switch & Accessories

13 30101 24P UTP + 4P Fiber POE L3 manageable switch with console port Nos 14 30102 24P UTP + 4P Fiber PoE L3 manageable swtich without console port Nos

15 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

16 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

17 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

18 30112 8P UTP + 2P Fiber full POE L2 manageable switch with console port Nos

19 30113 4P UTP + 2P Fiber full POE L2 manageable switch with console port Nos 20 30114 4P UTP + 2P Fiber full POE L2 manageable switch without console port Nos 21 30115 8P UTP + 2P Fiber full POE L2 manageable switch without console port 22 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch Nos

40000 Computing & Storage Equipment & Accessories 23 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD Nos 24 40102 Desktop – Intel Core i7 processor with 8 GB RAM & 1 TB HDD Nos 25 40301 21”/ 22” Desktop monitor Nos 26 40326 Professional 40”/42” LED monitor Nos 27 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos 28 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos 29 40526 NAS storage 16 HDD Nos 30 40527 NAS storage 24 HDD Nos 31 40701 HDMI cable specifications Nos 32 40711 8 x 8 HDMI controller for LED video wall assembly Nos 33 40712 4 x 4 HDMI controller for LED video wall assembly Nos

50000 Network Equipment & Accessories

-----------------------------------------------------------------------------------------------------------------------

Page 12 of 84

34 50101 Network Rack 42” 24U Nos 35 50102 Network Rack 42” 12U Nos 36 50103 Network Rack 42” 9U Nos 37 50104 Network Rack 19” 6U Nos

60000 Network & Power Cables & Accessories 38 60101 Single mode 12 core fiber cable Mtr 39 60102 Single mode 6 core fiber cable Mtr 40 60106 Fiber Optic pigtails Nos 41 60107 Fiber Termination Box Nos 42 60301 CAT 6 STP cable Mtr 43 60302 CAT 6 STP patch cable min. 3 m length Nos

44 60501 UPS 650 w at camera location with batteries Nos 45 60502 UPS 5K at local control room with batteries Nos 46 60503 2C x 2.5 sq. mm flexible cable Mtr 47 60504 3C x 2.5 sq. mm flexible cable Mtr 48 60505 6-socket Spike Nos 49 60506 4-socket spike Nos 50 60507 5 Amps MCB Nos 51 60508 10 KA Power Surge protector Nos 52 60506 Messenger wire for Fiber cable Nos 53 60510 Additional Batteries with Manufacturer warranty 54 60701 25mm CPVC conduit Mtr 55 60702 25 mm PVC conduit Mtr 56 60703 25mm MS conduit Mtr 57 60704 25mm GI conduit Mtr 58 60710 6m Pole hot dip galvanized pole Nos 59 60711 Cantilever size of 1.5m Nos 60 60712 Junction Box Nos 61 60713 GI Round Pole specifications Nos

70100 Software 62 70101 NVR SDK Kit Nos 63 70102 Central Management Software (CMS) Nos

Note:

• All the above items are indicative.

• Bids should be submitted as per the Preferred OEM table for each item provided in this document

-----------------------------------------------------------------------------------------------------------------------

Page 13 of 84

2.2. List of OEM’s Preferred

Note: All cameras and NVRs model numbers should be published on www.onvif.org website for ONVIF profile S &G compliant

S.No. Component / Item OEM List

1 Fixed Camera Avigilon, Axis, Infinova, Panasonic, Bosch

2 PTZ Camera Avigilon, Axis, Infinova, Panasonic, Bosch

3 NVR Avigilon, Axis, Infinova, Panasonic, Bosch

4 Network Switch + SFP Module Digisol, Edgecore, Netgear, Volktek,

5 Desktop Compaq/HP, Dell, Lenova

6 40/42”LED TV Display LG, Samsung, Panasonic

7 SD Memory card Kingston, Sandisk, Seagate, Transcender

8 Surveillance HDD Seagate, Toshiba, Western Digital

9 Network Rack Belkin, Velrack

10 Fiber Cables Dlink, Finolex, Sterling, Usha Martin

11 Electrical Cables Anchor, Havels, Finolex, Polycab,

12 Electrical Accessories Legrand, Anchor, Havels, Finolex

13 Other items Standard and Popular make

-----------------------------------------------------------------------------------------------------------------------

Page 14 of 84

2.3. Technical Specification

A. 10101 IP FIXED CAMERA WITH MOTORIZED VARIFOCAL; SD MEMORY SLOT Specifications Parameter Minimum Specifications

Image Sensor

1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens

* Motorized Vari-focal & pixel zoom; Zoom Range - 4.2x Vari-focal * Digital Zoom - 10x , Digital PTZ; f = 2.8 to 12mm, F1.2 (wide), F2.1 (tele), auto-iris; PAL/NTSC

Shutter Time 1/5s to 1/25,000s

Min. illumination [email protected](Colour), 0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 50 meters

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Multiple Simultaneous Streaming

Dual Streaming: (Supports all streams at full frame rate) H.264 streaming over UDP, TCP, HTTP or HTTPS MPEG-4 streaming over UDP, TCP, HTTP or HTTPS MJPEG streaming over HTTP or HTTPS H.264 / MPEG-4 multicast streaming Supports activity adaptive streaming for dynamic frame rate control Supports video cropping for bandwidth saving Supports Constant Bit rate (CBR) / Variable bit rate (VBR) Frame rates: H.264 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MPEG4 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MJPEG - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or64GB Class 10 48/80 Mbp/s memory card Stores snapshots and video clips

Image Settings

* Adjustable image size, quality & bit rate, Time stamp and text caption overlay * Flip & mirror, Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows * AGC, AWB, AES, WDR enhanced, Automatic, manual & scheduled day / night mode, Backlight Compensation (BLC), Configurable privacy mask zones

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

Temperature Operating Temp : - 10o C to +50o C, Storage Temp : - 10o C to +70o C Humidity : 95% or less (non-condensing)

Power * 12V DC, Power consumption: Max. 9.6 W * 802.3af compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories

* IP-66 / IP67 compliant weatherproof housing * Mounting bracket with cable concealment

-----------------------------------------------------------------------------------------------------------------------

Page 15 of 84

B. 10102 / 10103 IP FIXED CAMERA WITH FIXED LENS Parameter Minimum Specifications

Image Sensor

1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens

* Fixed Lens with any value between f = 3.6 and 12mm range, PAL/NTSC

Shutter Time 1/5s to 1/25,000s

Min. illumination [email protected](Colour), 0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 50 meters

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Multiple Simultaneous Streaming

Dual Streaming: (Supports all streams at full frame rate) H.264 streaming over UDP, TCP, HTTP or HTTPS MPEG-4 streaming over UDP, TCP, HTTP or HTTPS MJPEG streaming over HTTP or HTTPS H.264 / MPEG-4 multicast streaming Supports activity adaptive streaming for dynamic frame rate control Supports video cropping for bandwidth saving Supports Constant Bit rate (CBR) / Variable bit rate (VBR) Frame rates: H.264 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MPEG4 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MJPEG - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage For Part Code 10102 - Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10 48/80 Mbp/s memory card Stores snapshots and video clips For Part Code 10103 – No SD Slot

Image Settings

* Adjustable image size, quality & bit rate; Time stamp and text caption overlay; Flip & mirror; Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows; AGC, AWB, AES; WDR enhanced; Automatic, manual & scheduled day / night mode; Backlight Compensation (BLC), Configurable privacy mask zones

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

Temperature Operating Temp : - 10o C to +50o C; Storage Temp: - 10o C to +70o C Humidity : 95% or less (non-condensing)

Power * 12V DC; 24V AC; Power consumption: Max. 9.6 W * 802.3af compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories

* IP-66 / IP67 compliant weatherproof housing * Mounting bracket with cable concealment

-----------------------------------------------------------------------------------------------------------------------

Page 16 of 84

C. 10104 - IP FIXED INDOOR DOME CAMERA WITH FIXED LENS

# PARAMETER MINIMUM SPECIFICATIONS OR BETTER

1 Video Compression H.264 or Better

2 Video Resolution 1920 x 1080p

3 Frame Rate Min. 25 fps

4 S/N Ratio ≥50 db

5 Image Sensor 1/2.8" or 1/3" Progress scan CMOS sensor

6 Lens Auto IRIS, Fixed Lens; Any value between the range f= 3.6 & 12mm

7 Shutter Time 1s to 1/10,000s

8 Min. illumination 0 lux with IR

9 IR Cut Filter Automatically Removable IR-cut filter

10 Day/Night Mode Color, Mono, Auto

11 Video Stream Dual stream at full resolution (1920 x 1080) at full frame rate (Min. 25 fps) at all video compressions

12 Local Storage Slot Micro SD/SDHC/SDXC Memory Slot

13 Local Storage Card Supply with 32 GB Class 10 48/80 Mbp/s memory card

14 Image Settings Auto adjustment & Remote Control setting of Image settings for Color, brightness, sharpness, contrast, white balance, exposure control, backlight compensation, privacy mask zones, Gain control

15 Wide Dynamic Range On / Off

16 Audio Two-way Audio

17 Protocol & Network HTTP, HTTPS, FTP, SMTP, RTSP, RTP, TCP, UDP, RTCP, DHCP, UPnP, QoS, multicast, & 802.1x, 10/100 Mbps Ethernet, IEEE 802.3af PoE (RJ-45)

18 Security Password Protection, IP Address filtering, User Access Log, HTTPS encryption

19 Temperature Operating Temperature : - 10o C to +60o C Storage Temperature : - 10o C to +70o C Humidity : 95% or less (non-condensing)

20 Power * 12V DC; 24V AC * 802.3af compliant Power-over-Ethernet (PoE) Class 3

21 Housing & Accessories IP 66 rated; Tamper Resistant casing for Indoor environment

22 Software/Applications * SDK for application development & system integration * Supports firmware upgrade

23 Certification & Standards UL for Specific camera model (Not for series) and power Adapter, CE, FCC, EN, & RoHS; ONVIF Compliant–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 17 of 84

D. 10106 IP BASED DOME PTZ CAMERA WITH SD MEMORY SLOT

Parameter Minimum Specifications

Image Sensor

1/2.8" or 1/3" Progress scan CMOS sensor in 1920 x 1080 resolution (2 mega pixel); S/N Ratio : ≥50 db (AGC Off)

Lens

* f = 4.0 to 120mm, Optical wide-tele; Optical Zoom : 30x; Digital Zoom : 16x * Pan : 360o C endless; Pan Speed : 0.1o to 160o / sec.; Tilt : -15o to 90o; Tilt Speed : 0.1o to 120o / sec.; Presets : Up to 255; Preset Speed : Pan-240o/sec. ; Tilt-200o/sec.; Privacy Masking : up to 24 areas; Auto focus : Auto / Semi-Auto / Manual

Shutter Time 1/5s to 1/25,000s

Min. illumination [email protected](Colour); 0.001 Lux @ F1.2 (B/W)

IR Illuminators Built-in IR illuminators, effective min. 100 meters; Day/Night IR Cut filter

Compression H.264 v3 high profile coding; MJPEG; & MPEG-4

Multiple Simultaneous Streaming

Dual Streaming: (Supports all streams at full frame rate) H.264 streaming over UDP, TCP, HTTP or HTTPS MPEG-4 streaming over UDP, TCP, HTTP or HTTPS MJPEG streaming over HTTP or HTTPS H.264 / MPEG-4 multicast streaming Supports activity adaptive streaming for dynamic frame rate control Supports video cropping for bandwidth saving Supports Constant Bit rate (CBR) / Variable bit rate (VBR) Frame rates: H.264 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MPEG4 - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080 MJPEG - Up to 30 fps @ 1280 x 720; Up to 30 fps @ 1920 x 1080

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

On-board Storage Supply with SD/SDHC/SDXC Memory Slot up to 32or 64GB Class 10 48/80 Mbp/s memory card Stores snapshots and video clips

Image Settings

* Configurable up to 8 tours; up to 32 pre-sets per tour * Adjustable image size, quality & bit rate;* Time stamp and text caption overlay; * Flip & mirror * Configurable brightness, contrast, saturation, sharpness, white balance & exposure, shutter speed & motion detection windows * AGC, AWB, AES ; * WDR enhanced; Automatic, manual & scheduled day / night mode; Backlight Compensation (BLC) ;* Configurable privacy mask zones

Temperature Operating Temp: - 10o C to +50o C; Storage Temp: - 10o C to +70o C Humidity : 95% or less (non-condensing)

Power * 24V AC; * Power consumption: Max. 30W * 802.3af/at compliant Power-over-Ethernet (PoE) Class 3

Housing & Accessories

* IP-66 / IP67 compliant weatherproof housing * Mounting bracket with cable concealment

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 18 of 84

E. 20101 64CH NVR Specifications

Parameter Minimum Specifications

64 Channel NVR

64ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16/25/36; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P/ 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB,RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port; Support iSCSI to expand storage space

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 75W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 19 of 84

F. 20102 32CH NVR Specifications

Parameter Minimum Specifications

32 Channel NVR 32ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX; IP Camera Input 16 channel

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16/25; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB, RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port; Support iSCSI to expand storage space

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 75W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 20 of 84

G. 20103 16CH NVR Specifications

Parameter Minimum Specifications

16 Channel NVR 16ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX; IP Camera Input 16 channel

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8/9/16; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 16ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB, RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 21 of 84

H. 20104 8CH NVR Specifications

Parameter Minimum Specifications

08 Channel NVR 08ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4/8; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 8ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB, RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 22 of 84

I. 20105 4CH NVR Specifications

Parameter Minimum Specifications

04 Channel NVR 04ch 1080P IP cameras inputs; Supports recording at Full Resolution & high quality at highest bit rate for all channels at a time; Main Processor Dual-core embedded processor; Operating System Embedded LINUX;

Resolution Resolution 1920×1080, 1280×1024, 1280×720, 1024×768; Display Split 1/4; Recording Compression H.264 Version 3 / MJPEG Resolution 1080P(1920×1080) / 720p;

Codec H.264 Version 3/MJPEG dual codec decoding

Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1 channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1 BNC output; 4ch alarm in & 4ch relay out,RS485

Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2 USB, RJ45(1000M); Max. User Access 20 users Storage; Internal HDD 8 SATA ports 1 eSATA port

Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss & Camera Blank

Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion detection with simultaneous search options; Digital Zoom; Backup Mode USB Device / Network

Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and etc.); Support Multicast

Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication & Keyboard; RS485 1 port, For PTZ control

Power Power Supply AC220V/110V/ATX; Power Consumption 40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa

Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core Adaptor are mandatory; and ONVIF Complaint–Model should be published on www.onvif.org

-----------------------------------------------------------------------------------------------------------------------

Page 23 of 84

J. 10501 Memory Cards for Camera Parameter Minimum Specifications

Micro SD Card Card Class 10 Capacity 32GB Support Dependable high speed for shooting Full HD (1080p) video

K. 10502 Memory Cards for Camera

Parameter Minimum Specifications

Micro SD Card Card Class 10

Capacity 64GB

Support Dependable high speed for shooting Full HD (1080p) video

L. 30101 24P UTP + 4P Fibre POE Switch

Parameter Minimum Specifications

Ports 24 UTP ports Full PoE and 4 Mini GBIC Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

M. 30102 - 24 Port POE Network Switch (without console port)

Parameter Minimum Specifications

Type Managed

Total Ports Minimum 24 10/100/1000 TX POE/POE+, 4 x SFP Ports

POE / POE+ Standards IEEE 802.3af / IEEE 802.3at or better PoE+ ( 192 Watt PoE)

POE Power per port Sufficient to operate the CCTV cameras / edge devices Connected

Protocols

• IPV4, IPV6, Support 802.1Q VLAN, DHCP support, IGMP,

• SNMP Management

• Should support: Ring protection, Loop protection

• detection, NTP, End point Authentication

Access Control

Support for Port security, Support 802.1 x (port based network

access control), and MAC filtering

Multicast

Support for IGMP Snooping V1, V2, V3 and MLD Snooping V1,V2, V3

Enclosure Rating

IP30 or equivalent Industrial Grade Rating-to be housed at Junction BOM

Operating Temp. 0 to 50 deg C or better Industrial grade rating

N. 30106 8P UTP + 2P Fibre IG POE Switch Parameter Minimum Specifications

Ports 8 UTP ports Full PoE and 2 SFP Slot

Supports

Outdoor installation with multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at, operating temperature range from -40 to 75 deg

O. 30107 4P UTP + 2P Fibre IG POE Switch

-----------------------------------------------------------------------------------------------------------------------

Page 24 of 84

Parameter Minimum Specifications

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports

Outdoor installation with multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at, operating temperature range from -40 to 75 deg

P. 30111 8P UTP + 4P Fibre POE Switch with console port Parameter Minimum Specifications

Ports 8 UTP ports Full PoE and 4 SFP Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

Q. 30112 8P UTP + 2P Fibre POE Switch with console port

Parameter Minimum Specifications

Ports 8 UTP ports Full PoE and 2 SFP Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

R. 30113 4P UTP + 2P Fibre POE Switch with console port

Parameter Minimum Specifications

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

S. 30114 8P UTP + 2P Fibre POE Switch without console port

Parameter Minimum Specifications

Ports 8 UTP ports Full PoE and 2 SFP Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

T. 30115 4P UTP + 2P Fibre POE Switch without console port

Parameter Minimum Specifications

Ports 4 UTP ports Full PoE and 2 SFP Slot

Supports

Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups monitoring and port mirroring, PoE+Port compliant with IEEE 802.3af/at

U. 30201 Mini GBIC / SFC Module

Parameter Minimum Specifications

Mini GBIC/SFP Modules

Mini GBIC/SFP GIGABIT Module of same make of Network Switch 1-pair

V. 40101 Desktop CPU Specifications

Parameter Minimum Specifications

Processer Intel Corei7 processor)

Ram 16GB RAM DDR3 memory scalable upto 32 GM

-----------------------------------------------------------------------------------------------------------------------

Page 25 of 84

Hard Disk 1Tb Hard Disk ECC memory modules support; min. 250GM

Graphic Card NVIDIA 4GB Graphics card

USB 4USB ports

Network On-board gigabit Ethernet

Operating System Win 7 Pro

Keyboard USB Keyboard

Mouse USB Optical mouse

Certification EPEAT Gold certified power supply, UL, Energy star certification

W. 40102 - Desktop CPU Specifications

Parameter Minimum Specifications

Processer Intel Corei7 processor) Ram 8GB RAM DDR3 memory scalable upto 32 GB Hard Disk 1Tb Hard Disk

Graphic Card NVIDIA 2GB Graphics card

USB 4USB ports

Network On-board gigabit Ethernet

Operating System Win 7 Pro

Keyboard USB Keyboard

Mouse USB Optical mouse

X. 40301 - Desktop Monitor

Parameter Minimum Specifications

Monitor 21”/22” Desktop monitor

Maximum Display Resolution

1920x1080

Video Inputs: VGA

Y. 40326 - LED TV Specifications

Parameter Minimum Specifications

TV Professional 40"or 42"LED Monitor

resolution 1920x1080 resolution,5000:1(Native)and100000:1 (Dynamic) contrast ratio, HDMI In, DVI In, VGA

Component Component/ Composite, RS232C IN, Bright sensor

brackets Wall Mount/ Table Mount

Z. 40501 - Surveillance Hard Disk Specifications

Parameter Minimum Specifications

Capacity 4TB

Interface Sata 6GB/s

Max Sustainable Transfer Rate

180MB/s

Cache 64Mb

Bytes per sec 4096

Operating (ambient, min) 00 c

Operating(drivecase,Max) 700 c

AA. 40502 - Surveillance Hard Disk Specifications

Parameter Minimum Specifications

Capacity 6TB

Interface Sata 6GB/s

-----------------------------------------------------------------------------------------------------------------------

Page 26 of 84

Max Sustainable Transfer Rate

180MB/s

Cache 128Mb

Bytes per sec 4096

Operating (ambient, min) 00 c

Operating(drivecase,Max) 700 c

BB. 40526 - SAN/NAS Storage 16 HDD’s

Parameter Minimum Specifications

Processor Intel Sandy Bridge quad-core processor

Operating System Embedded LINUX

Power Supply Single Power Supply

Fan Fan Redundant two-ball bearing fans, MTBF>100,000 hours

Motherboard Server class (24/7 operation)

User Interface WEB GUI

Storage Protocol iSCSI

HDD management Hard Disk 16 HDDs, support SAS, SATA HDDs, support 3T,4T HDD Raid Mode RAID0, RAID1, RAID3, RAID5, RAID6, RAID10, JBOD, Single

Network Interface 1 RJ-45 10/100/1000Mbps (for manage) 2 RJ-45 10/100/1000Mbps (for data)

Power Supply 100V~240V, 50Hz~60Hz

Working temperature 0°C~40°C

Working Humidity 10%~80 %( non-condensation)

CC. 40527 - SAN/NAS Storage 24 HDD’s

Parameter Minimum Specifications

Processor multi-core private storage cpu

Operating System Embedded LINUX

Power Supply single 500w 2 x 500w, support hot-swappable

Fan Fan Redundant two-ball bearing fans, MTBF>100,000 hours

Motherboard Server class (24/7 operation)

User Interface WEB GUI

Storage Protocol samba, nfs, iscsi, cifs, ftp, http, afp

HDD management Hard disk 24 hdds, support sas, sata hdds, support 6tb hdds, and support 2.5

Network Interface 1 RJ-45 10/100/1000Mbps (for manage) Data interface 4 rj-45 10/100/1000mbps, multiple ethernet-port binding or, load Balance, expandable up to 4x1000mbps or 2x10000mbps Ethernet port

video input Video property video input 512ch @d1 (2mbps), 256ch @720p (4mbps), 128ch @1080p (8mbps)

Power Supply Ac 100v~240v ±10% 60hz/50hzpowerconsumption<250w (without hdd) working

Working temperature 0°C~40°C

Working Humidity 10%~80 %( non-condensation)

DD. 40701 - HDMI Cable 5mts Specifications

Parameter Minimum Specifications

HDMI HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video and Audio Return Channel (ARC)

-----------------------------------------------------------------------------------------------------------------------

Page 27 of 84

Supports all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD, 3D, 48-Bit Deep Colour and Audio Return Channel (ARC).

Premium construction 28AWG Pure Copper Conductors

Length 5 MTS

EE. 40701 - HDMI Cable 10mts Specifications

Parameter Minimum Specifications

HDMI HDMI A Male to A Male Cable: Supports Ethernet, 3D, 4K video and Audio Return Channel (ARC)

Supports all HDMI 2.0 functions including 18Gbps transfer speed, 4K, UHD, 3D, 48-Bit Deep Colour and Audio Return Channel (ARC).

Premium construction 28AWG Pure Copper Conductors Length 10 MTS

FF. 40711 - Specifications for 4 x 4 HDMI Controller for Video wall Processing

Parameter Minimum Specifications

HDMI displays 4 HDMI sources to any of 4 HDMI displays

Input 4 HDMI type "a" female. Impedance 100 ώ. Output 4 HDMI type "a" female. Impedance 100 ώ

Long Distance transmission up to 15 m (24 AWG).

HDMI (3d, deep colour) and should be HDCP 1.4 compatible

Superior video quality HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080) ESD protection for HDMI

Operating temperature 0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, non-condensing.

I/p rating 100-240 vac; 50-60 HZ; 1.0a. Consumption 120 vac, 36.6w; 230 vac, 37.5w.

GG. 40712 - Specifications for 8 x 8 HDMI Controller for Video wall Processing

Parameter Minimum Specifications

HDMI displays 8 HDMI sources to any of 8 HDMI displays

Input 4 HDMI type "a" female. Impedance 100 ώ. Output 4 HDMI type "a" female. Impedance 100 ώ

Long Distance transmission up to 15 m (24 AWG).

HDMI (3d, deep colour) and should be HDCP 1.4 compatible

Superior video quality HDTV resolution of 480p, 720p, 1080i and 1080p (1920 x 1080)

Max. Data rate 6.75 GBPS (2.25 GBPS per lane)

Operating temperature 0-50°c. Storage temperature -20 - 60°c. Humidity 0 - 80% RH, non-condensing.

HH. 50101 - Network Equipment Rack 6U 19” Specifications

Parameter Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

-----------------------------------------------------------------------------------------------------------------------

Page 28 of 84

II. 50102 - Network Equipment Rack 9U 42” Specifications Parameter Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

JJ. 50103 - Network Equipment Rack 12U 42” Specifications

Parameter Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

KK. 50104 - Network Equipment Rack 24U 42” Specifications

Parameter Minimum Specifications

Standards Standard EIA/NEMA rails

Door Front Glass Door with Lock

Fan airflow fans with adjustable

power sockets 16AMP power sockets

mounting rails fully adjustable mounting rails

cable entry facility Ventilated Top cover and Bottom cover with cable entry facility

industry standard Conforming to industry standard practices

mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height

LL. 60106 - Fiber Optic Pigtails

Parameter Minimum Specifications

fiber optic pigtails LC Single mode fiber optic pigtails 1.5Meters.

MM. 60102 - Single-mode 6 Core Fiber Cable Specifications

Parameter Minimum Specifications

Core Fiber cable 6 Core Fiber cable shall be single mode, and graded index glass fiber.

NN. 60710 - Iron Round Pole Specifications Parameter Minimum Specifications

Galvanized pole

6 Mtr round pole hot dip galvanized with an option of 2 detachable cantilevers - Cantilevers to be fixed at the height between 5.3 & 5.5 Mtr

-----------------------------------------------------------------------------------------------------------------------

Page 29 of 84

OO. 60711 - Cantilever Specifications

Parameter Minimum Specifications

Cantilever

Pole/Wall mount based galvanized cantilever with base plate fixed as per site conditions.

PP. 60712 - GI Round Pole with silver paint Specifications

Parameter Minimum Specifications

GI Silver painted pole

6 Mtr round pole silver painted with an option of 2 detachable cantilevers - Cantilevers to be fixed at the height between 5.3 & 5.5 Mtr

QQ. 60501 - Power Backup for Camera

Parameter Minimum Specifications

UPS 650W UPS with 4 hours backup time

AC Input Voltage Rating 160 - 270 V

Output Wave Form Pure Sine Wave

AC Output Voltage 230 V ± 5% 50 Hz

battery Sealed battery Maintenance free

Operating Temp 0 to 50oC

Low Battery indicator LED Indicators for Low battery

Protection Overload,Output,short-circuits,over/under-voltage protection, Safety backed fuses

RR. 60502 - UPS 5 KVA at Control Room

Parameter Minimum Specifications

UPS 5 KVA UPS with 2 hours backup time

AC Input Voltage Rating 230V ± 15%; 50/60 Hz ± 6%

Output Wave Form Pure Sine Wave

AC Output Voltage 230 V ± 5% 50 Hz Single Phase

Charging Time 12 hours for 90% of full Capacity

Operating Temp 0 to 50oC

Low Battery indicator LED Indicators for Low battery

Protection Overload,Output,short-circuits,over/under-voltage protection, Safety backed with MCB's and fuses

SS. 60712 - Junction Box

Parameter Minimum Specifications

Junction Box Junction Box at Camera location - Suitable for outdoor environment; weather proof; built-in fan with cross ventilation; JB purpose to commission network switch; UPS; fiber termination and other items as required at the camera location

TT. 60301 - CAT 6 SFTP Cable Specifications

Parameter Minimum Specifications

Cat 6 CAT 6 SFTP Cable

Conductor 23 AWG Solid bare copper

Pairs 2 Insulated conductors twisted together

Shield Aluminium / Polyester Foil Tinned copper Braiding

Sheath PVC/LSZH

Cable Diameter 7.5 mm nominal

-----------------------------------------------------------------------------------------------------------------------

Page 30 of 84

UU. 60503 - 2C x 2.5 Sq. mm Flexible Cable Specifications

Parameter Minimum Specifications

Size 2.5 Sq mm

Core 2 Core

Current Rating AC 20Amp

Conductor Material Copper

Sheath PVC/LSZH

Material PVC Insulated

VV. 60504 - 3C x 2.5 Sq. mm Flexible Cable Specifications Parameter Minimum Specifications

Size 2.5 Sq mm

Core 3 Core

Current Rating AC 20Amp

Conductor Material Copper

Sheath PVC/LSZH

Material PVC Insulated

WW. 60506 - Messenger Cable

Parameter Minimum Specifications

Messenger Cable PVC Insulated messenger Cable single core 1sq mm.

XX. Pipes and Conduits

Parameter Minimum Specifications

25 MM CPV Conduit Sudhakar or equivalent (Part No: 60701)

25 MM PVC Conduit Standard and Popular Make (Part No: 60702)

25 MM MS Conduit Standard and Popular Make (Part No: 60703)

25 MM GI Conduit Standard and Popular Make (Part No: 60704)

YY. 60507 - MCB

Parameter Minimum Specifications MCB (SP) Current Rating 6 Amp, Voltage 230v, single pole mcb

ZZ. 60107 - Fiber Termination Box Specifications

Parameter Minimum Specifications

Fiber Termination Box A box with PVC material for the terminate fiber inter connections.

AAA. 60506 - Spike 4 Socket

Parameter Minimum Specifications

Voltage 250V

Rating 250V/6A

Circuit Breaker 6 Amp

Surge Protection & Filtering

Surge Suppression 350 Joules

Maximum Surge Voltage 6,000 Volts

Maximum Surge Current 7,500 Amps

Maximum Surge Current H-N

7500A

-----------------------------------------------------------------------------------------------------------------------

Page 31 of 84

BBB. 70101 - NVR Client SOFTWARE Parameter Minimum Specifications NVR SDK Kit NVR Support SDK kit with latest version should be provided along

with NVR supply

CCC. 70102 - NVR Client SOFTWARE

Parameter Minimum Specifications NVR CMS Software Supports upto 256 -channels; Continuous/Manual/schedule

recording; supports multi streaming/casting live & recording option; Should Support all channels at full resolution 1080p. Integrates with any VMS support

DDD. Edge Level Switch at Camera Locations (This table should be read associated with Edge Switches specification provided above in this section)

Parameter Minimum Specifications or Better

Edge Level Switch at Camera Location

Type Managed Outdoor Industrial grade switch with industrial grade adopter

Total Ports Minimum 4 10/100/TX POE/POE+, 2 x SFP Ports

POE / POE+ Standards IEEE 802.3af / IEEE 802.3at or better

Protocols • IPV4, IPV6, Support 802.1Q VLAN, DHCP support, IGMP, SNMP

Management

• Should support: Ring protection, Loop protection and Loop

detection, NTP, End point Authentication

Access Control Support for Port security, Support 802.1 x (port based network access

control), and MAC filtering

Multicast Support for IGMP Snooping V1, V2, V3 and MLD Snooping V1, V2

POE Power per port Sufficient to operate the CCTV cameras / edge devices connected

Enclosure Rating IP30 or equivalent Industrial Grade Rating-to be housed at Junction box

Operating Temp. 0 to 55 deg C or better Industrial grade rating

Management • Switch needs to have RS-232/USB/RJ45 console port for

management via console terminal or PC

• Web GUI, NTP, Syslog for log capturing, and SNMP V1, V2, V3

Compliance UL/EN/IEC or equivalent

Note: The bidder has to submit Product Declaration stating that The products quoted should not be declared as end of life at the time of delivery and OEM should support the products quoted for at least 5 years. A letter to this extent from OEM to be attached as a confirmation. The bidder to submit the declaration letter on the letterhead.

-----------------------------------------------------------------------------------------------------------------------

Page 32 of 84

Section – 3.0 Qualification Criteria & Evaluation Process

A. Pre-qualification Criteria Bidders should have sufficient experience in the field of implementation of Electronic video surveillance projects particularly in the city / outdoor environment are invited to submit proposal in response to this tender request who meet the following Pre-qualification criteria:

# Pre-Qualification Criteria Supporting Documents to be submitted

1 Legal Entity

Bidder must be a corporate in India registered under Company’s Act 1956; or a firm registered under any other Government body.

Should be registered with the Sales/VAT & Service Tax Authorities.

i) Attested copies of rules and regulations of registered firm and Certificate of Registration of the Firm / Company, partnership deed (in case of partnership)

ii) Copies of Sales/VAT & Service Tax Registration certification

iii) Copy of Firm PAN Card

2 Bidder should be a manufacturer/ whole sale dealer/ Authorized representative of a manufacturer and should be in business of manufacture and or supply and maintenance of the offered items in India as on bid calling date. Bidders should disclose the name and full

address (along with telephone/Fax No.) of the

place where the stores will be manufactured

and offer for inspection. In case the Company is

registered, they should clarify whether they are

registered as a Manufacturing unit or in any

other capacity. In case the registration is as a

Manufacturer, they should indicate the

registration number & place of registration with

full address/phone no. of their manufacturing

facility

The Manufacture Authorization Form duly indicating the registration number & place of registration with full address/phone no. of their manufacturing facility for all the items (except fabricated items such as camera poles, field junction boxes, cables) to be submitted in PQ Bid valid for the said tender. Note: The bidder should submit ‘Single’ MAF for all item/items. Multiple MAFs for same item is not allowed.

3 Turnover Bidder should have minimum cumulative annual turnover of Rs. 5 crores in last 3 years of business. i.e., Financial Years 2014-15, 2015-16 and 2016-17 from Safety & Security / IT / ITES domain.

Should be a profit making company and with positive net worth

i) Audited Balance sheet for each financial year.

ii) Certificate from the Statutory Auditor

4 Past Experience

i) Bidder should have experience in execution of three projects with a combined quantity of 400 Nos HD cameras installations from FY 2014-15 till Bid submission date.

ii) The combined value of minimum three (3)

Bidder should submit any of the following:

i) Work orders & work completion certificate from client.

ii) Performance certificate duly signed by the authorized signatory from the client end.

-----------------------------------------------------------------------------------------------------------------------

Page 33 of 84

projects should be more than Rs. 3 crores.

iii) Each of the project should be connected to the central control room through backbone network connectivity.

iii) Work completion & satisfactory certificate from the client. Satisfactory certificate also should indicate the connectivity to the central control room.

iv) Bidder must have executed with a minimum quantity of 200 HD cameras installations in outdoor city surveillance / outdoor communities from FY 2014-15 till Bid submission date for any Public/PSU/State/Central Govt./Police departments.

5 Local Presence Bidder should have local office as on date of bidding. Note: An undertaking in this regard should be submitted on the company letter head. If the Applicant is not having local presence, it has to open a local office within 15 days from the issue of LOI and same must be communicated to TSTS for future correspondence.

Self-certified Address on Letter head to be submitted

6 Blacklist Bidder/OEM shall not be black listed by any State / Central Government departments, Ministry or Agency for breach of Contractual conditions as on Bid Calling date. The Applicant should also not be entangled in any legal disputes with any Govt./PSU body.

Self-Declaration Certificate on Letter Head by authorized signatory that the Applicant/OEM is not black listed and is not in any legal disputes as on the bid calling date to be submitted in the bid duly signed by the authorized signatory.

The participating bidders should meet the above criteria and the PQ forms, Technical Forms &

Financial Forms are to be submitted separately. Relevant documents in support of above with due

attestation of the competent authority should be furnished along with the bid documents.

Note:

• Consortium bid not allowed

• Sub-contracting of any part of the project is not permitted

• Offer from companies whose business activities are limited to procuring items from manufacturers, both Indian and foreign and supplying the same to Authority having no after sales service back up will not be entertained.

• The bidder should submit an undertaking matching the existing Rate contract prices for all the items in the PQ proposal, else the bid will be rejected.

• TSTS/ User Department reserves their right in not considering the bid of a bidder, if such bidder is a previous supplier and had a past bad track record or their earlier performance was unsatisfactory on any count or they do not possess required experience in undertaking the work.

• Representations received from the bidders within 3 days from the date of opening of technical bids on the issues related to Pre-qualification/Technical bids evaluation and within a day from the date of opening of commercial bids on the issues related to the commercial bid

-----------------------------------------------------------------------------------------------------------------------

Page 34 of 84

evaluation will only be accepted. Representations received beyond this period will not be considered and strictly rejected.

B. Technical Bids Evaluation Process

Project Evaluation Committee (PEC) will evaluate the Technical Proposals of the Pre-qualified bidders as per the following criteria. The Bidder shall be requested to arrange Presentation of its proposed technology to the evaluation committee on the following parameters for technical evaluation. The bidder should have sufficient technical expertise, relevant experience and requisite infrastructure for the proposed scope of work. The Bidder is responsible to give a presentation on objectives of the Bidder, proposed

management structure, contribution of each constituent, role & responsibility of each constituent

covering all aspects of the planning & successful execution of the work, proposed solution,

technical functionalities of equipment/system, method of implementation and maintenance, the

commitment of the constituents to the joint and several liabilities for due performance.

# Evaluation Criteria Measurement Criteria Max.

Score

1 Past Experience

i) Bidder should have experience in execution of three projects with a combined quantity of 400 Nos HD cameras installations from FY 2014-15 till Bid submission date.

ii) The combined value of minimum

three (3) projects should be more

than Rs. 3 crores.

iii) Each of the project should be connected to the central control room through backbone network connectivity.

Project with combined quantity (Nos) of HD cameras from minimum 3 projects: ➢ >= 700 Nos & Above – 10 points ➢ >= 600 Nos & < 700 Nos – 8 points ➢ >= 500 Nos & < 600 Nos – 6 points ➢ >= 400 Nos & < 500 Nos – 4 points Bid is liable for rejection if the evaluation criteria is not met.

10

Project with combined contract value from minimum 3 projects: ➢ >= 4.5 Cr & Above – 10 points ➢ >= 4 Cr & < 4.5 Cr - 8 points ➢ >= 3.5 Cr & < 4 Cr - 6 points ➢ >= 3 Cr & < 3.5 Cr - 4 points Bid is liable for rejection if the evaluation criteria is not met.

Bidder must have executed with a minimum quantity of 200 HD cameras installations in outdoor city surveillance / outdoor communities from FY 2014-15 till Bid submission date for any Public/PSU/State/Central Govt./Police departments.

➢ >=2 projects and combined qty of cameras >= 250 – 10 points

➢ 1 project & >= 200 cameras – 5 points Bid is liable for rejection if the evaluation criteria is not met.

10

3 Empanelled with any PSU/Govt. departments/Law enforcement agencies for CCTV Surveillance System and executed projects in the last one year.

• Documentary Proof to be submitted 10

4 Technical Presentation Technical Presentation on features & functionalities of equipment and Project implementation Plan / Methodology.

• CCTV System architecture

• Network Designs & Cable Management (considerations Local / Global)

30

-----------------------------------------------------------------------------------------------------------------------

Page 35 of 84

Support documents for compliance of technical specifications need to be submitted.

• Project implementation & Management process

• Quality Management

• Support & Maintenance approach

• Risk Mitigation Plan

• Training to Departmental staff Exit Management Plan

Technical POC – Demonstration of Use cases & other scenarios regarding

End-to-end CCTV System features Camera features Switch Features Recording & Replay features Network Design & Connectivity features CMS/VMS features (where applicable)

30

TOTAL MAXIMUM SCORE

The technical criteria will be subject to minimum passing score (cut-off) of 70 to qualify for the next phase of opening of commercial Bid. Note: Bidder should provide unprized BOQ with make & model for technical verification in TQ bid.

Technical PoC Setup The Bidder should also arrange the following components as quoted in the proposal for the PoC setup to showcase the features as per evaluation criteria in addition to committee requirement. The make & model should be same as per the bid proposal unless & otherwise specified, this means if the model numbers of all components do not meet as per the proposal, the bid is liable for rejection. POC Equipment as per bid proposal:

# Equipment Description Qty

(Nos)

QTY

1 IP based outdoor camera with fixed lens as per item code: Nos 01

2 IP based outdoor camera with varifocal lens as per Item code: Nos 01

3 IP based PTZ Camera as per item code: Nos 01

4 4-Ch NVR Nos 01

5 Min. 4/8 port Manageable switch Nos 01

6 Workstation or Laptop with client software configured for viewing and replay for multiple users

Nos 02

7 Minimum Display (preferably as per proposal) Nos 02

8 Other items as per site requirement by the Applicant Set 01

NOTE:

a) The place & date of PoC shall be intimated to the bidders at least 3 days in advance so as to make necessary arrangements.

b) The Bidder responsibility to arrange the necessary equipment / components that are required for the completion of POC. The above quantity of items for demo is only indicative; however bidder should provide minimum quantities required for PoC.

c) The proposed solution should include the quality aspects like user friendliness, secure,

interoperability, modifiability, integrity and extensibility, maintainability, scalability and modularity etc.,

-----------------------------------------------------------------------------------------------------------------------

Page 36 of 84

d) The bidder responsibility to handover the recorded video stream of complete Demo to the Authority at the end of POC.

e) The Evaluation Committee may provide use cases to the qualified bidders at the time of PoC,

in addition to the bidder’s use cases.

-----------------------------------------------------------------------------------------------------------------------

Page 37 of 84

Section – 4.0 Tender Submission Process

4.1 Procedure for Submission of Bids

Bidders are advised to study the Bid Document carefully. Submission of the Bid will be deemed to have been done after careful study and examination of all instructions, eligibility norms, terms and requirement specifications in the tender document with full understanding of its implications. Bids not complying with all the given clauses in this tender document are liable to be rejected. Failure to furnish all information required in the tender document or submission of a bid not substantially responsive to the tender document in all respects will be at the vendor’s risk and may result in the rejection of the bid. All the bids must be valid for a period of 90 days from the date of tender opening of Bids. If necessary, TSTS will seek extension in the bid validity period. The vendors, not agreeing for such extensions will be allowed to withdraw their bids without forfeiture of their EMD. The online bids should be submitted as under:-

i. The bidder shall submit online bid (complete in all respects) through e-Procurement platform

only latest by the scheduled date mentioned.

ii. This is a 2 stage bid process – Pre-Qualification Proposal and Technical Proposal as per

format given in Appendixes on e-procurement portal.

iii. Earnest Money Deposit shall be submitted by the Bidding Firm and any deviation to this will

result in rejection of bid.

iv. The original proposal all Pre-qualification, Technical and Financial shall contain no

interlineations or overwriting, except as necessary to correct the errors made by the bidders

themselves. The same authorized representative who has signed the proposal shall initial the

corrections.

v. Bidder should upload all the required documents with clear visibility, avoid missing

documents and avoid bidding mistakes. In such cases, TSTS reserves it’s right in seeking

clarification from the bidder and may disqualify the bidder for the bidding mistakes, missing

documents and for the documents that are not clear.

vi. An authorized representative of the bidders shall initial all the pages of the original Pre-

qualification, Technical and Financial Bids. The authorization shall be in the form of written

power of attorney accompanying the proposal and supported by any evidence that the

representative has been duly authorized to sign.

vii. One copy of the documents necessary for Pre-Qualification, Technical and Commercial Bids as

per the format given in Tender shall be submitted if asked by the tender agency-TSTS. An

authorized representative of the bidders shall initial all pages of Pre-Qualification, Technical &

Commercial Bid documents submitted.

viii. The bidder shall submit one softcopy of the Technical Proposal in the form of non-

rewriteable CD. CD media must be duly signed using a Permanent pen Marker and should

bear the name of the bidder.

-----------------------------------------------------------------------------------------------------------------------

Page 38 of 84

ix. Bidder must ensure that the information furnished in the CD is identical to that submitted in

the original paper document. In case of any discrepancy, the information furnished in the

original paper document will prevail over the soft copy.

x. Vendors shall indicate their rates in clear/visible figures as well as in words. In case of a mismatch, the rates written in words will prevail.

xi. Bids should be submitted as per the formats given by TSTS, otherwise bids will be rejected.

xii. Un-signed & un-stamped bid shall not be accepted.

xiii. All pages of the bid being submitted must be signed and sequentially numbered by the vendor irrespective of the nature of content of the documents.

xiv. If the bidder is not having local presence, it has to open a local office within 15 days from the date of issue of LOI and an under taking must be given in this regard to TSTS.

xv. TSTS will NOT be responsible for any delay on the part of the vendor in obtaining the terms and conditions of the tender notice or submission of the tender bids.

xvi. No deviation from the tender specifications and terms & conditions will be accepted. xvii. In case, the day of bid submission is declared Holiday by Govt. of Telangana, the next working

day will be treated as day for submission of bids. There will be no change in the timings.

TSTS may, at its own discretion, extend the date for submission of bids. In such a case all rights

and obligations of TSTS will be applicable to the extended time frame. 4.2 Earnest Money Deposit (EMD) and Tender Fee

a. EMD & Tender document fee as per Tender has to be submitted with the PQ Bid.

b. EMD amount as mentioned in the Tender document must to be submitted by Demand Draft / Pay Order of any Nationalised / scheduled Commercial Bank drawn in favour of The Managing Director, Telangana State Technology Services, Hyderabad” , payable at Hyderabad, physically before bid submission end date and time as mentioned in. Otherwise submitted bids will be rejected. However, the scanned copy of Bank drafts/BG must be uploaded (PDF format) electronically on e-Procurement website as per the bid submission timelines.

c. The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any of the following eventual situations:-

i. In the case of those Bidders who fail to qualify in Pre-qualification, or whose technical bids do not qualify, the Earnest Money Deposit (EMD) will be refunded without any interest accrued within one month after finalisation of Bids.

ii. In case of those Bidders who are not selected, the EMD will be refunded without any interest accrued within one month of finalisation of Bids.

iii. In case of those Bidders whose tender bid is accepted for empanelment, EMD will be refunded on receipt of Security Deposit as per empanelment clause.

d. Forfeiture of Earnest Money Deposit/Security Deposit: The Earnest Money Deposit can be

forfeited if a Bidder: i. Withdraws its’ bid during the period of bid validity.

ii. Does not accept, and / or violates the tender terms and conditions of the contract after submission of the bid.

iii. Successfully gets empanelled, but fails to sign the contract within the stipulated time.

-----------------------------------------------------------------------------------------------------------------------

Page 39 of 84

4.3 Overall Evaluation Process

• The evaluation will be 2 stages i.e., Pre-qualification and Technical Proposal submitted by the bidders.

• Pre-qualification bids (Eligibility Criteria) and Technical bids of only those vendors, whose EMD instruments are found to be in order, will be opened afterwards in the same bid opening session, in the presence of the vendor’s representatives.

• The bidders who qualify in Pre-qualification evaluation will be eligible for opening of Technical Evaluation & also bidder should arrange for Technical PoC and presentation on the features & technical functionalities of the proposed equipment/system.

• All technically qualified bidders and who has submitted undertaking to match the existing RC prices shall be Considered for empanelment.

4.4 Pre-qualification evaluation process

a) Pre-qualification Bids will be evaluated on the parameters as per section 3.0 (A) and shortlist Pre- qualification Bids.

b) During the Pre-qualification evaluation, if any of the parameters is not met, the bid will be summarily rejected.

4.5 Technical Evaluation process

a) Technical Bids will be evaluated based on the parameters as mentioned in RFP b) A duly constituted Technical Evaluation Committee (TEC) will evaluate and shortlist Technical

Bids on the basis of parameters/ specifications provided in RFP. c) The evaluation Committee/TSTS shall ask the vendors for a technical presentation/site visit in

a short notice. d) During the technical evaluation, if any of the parameters is not met, the bid will be summarily

rejected.

No enquiry shall be made by the bidder(s) during the course of evaluation of the tender, after opening of bid, till final decision is conveyed to the successful bidder(s). However, the Committee/its authorized representative and office of TSTS can make any enquiry/seek clarification from the bidder(s), which the bidder(s) must furnish within the stipulated time else bid of such defaulting bidder(s) will be rejected.

-----------------------------------------------------------------------------------------------------------------------

Page 40 of 84

Section – 6.0 Award of Contract for EMPANELMENT and Other Conditions

6.1 Empanelment Process

a. The PQ & Technically qualified bidders shall only be considered for Empanelment. Bids not enclosed with the Undertaking on matching the existing Rate Contract Prices shall be summarily rejected and not evaluated.

b. The empanelment and rate contract agreement will be executed between the Authority and the successful bidders / empanelled bidders. TSTS is responsible for floating & finalisation of Tender for empanelment & Rate contract.

c. Validity of the selection/empanelment will be for an initial period of ‘2’ years which can be extended for another one year through mutual consent. However, the evaluation Committee/TSTS has the right to review the selection/empanelment at regular intervals on the basis of satisfactory performance in the previous period.

d. The quality of the items being supplied by the bidder must adhere to the specifications mentioned and the bidder should submit a compliance statement declaring the matching of the specifications

e. Bidders should disclose the name and full address (along with telephone/Fax No.) of the place where the stores will be manufactured and offer for inspection. In case the Company is registered, they should clarify whether they are registered as a Manufacturing unit or in any other capacity. In case the registration is as a Manufacturer, they should indicate the registration number & place of registration with full address/phone no. of their manufacturing facility.

f. Bidders are advised to attach a letter from an authorized signatory of the company owning

the patent of the technology being offered clearly detailing the deliverables / ownerships & rights for implementation, service, warrant and post-sales support.

g. Selected/empanelled bidders has to agree for honouring all tender conditions and adherence to all aspects of fair trade practices in executing the Work Orders placed by User Department (Telangana Police).

h. The vendor should not assign or sublet the empanelment & projects or any part of it to any

other vendor in any form. Any such attempt shall result in termination of empanelment.

i. Authority in consultation with TSTS may, at any time, terminate the empanelment by giving written notice to the empanelled vendor(s) without any compensation, if the empanelled vendor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to Authority/TSTS.

j. On written communication from TSTS for having qualified for selection of empanelment, the

bidder shall sign the contract within 15 days of such communication. Failing which the offer

-----------------------------------------------------------------------------------------------------------------------

Page 41 of 84

shall be treated as withdrawn.

k. The selected vendor shall submit Security Deposit of Rs. 1,00,000 (Rupees One Lakh) for empanelment in the form of Bank Guarantee from any Nationalised / Scheduled Banks for the duration of the selection or extended period, if any, in favour of the Commissioner of Police, Hyderabad Police Commissionerate, Hyderabad. On receipt of bank guarantee towards security deposit, the EMD of the selected vendor will be returned without any interest. TSTS/ Authority will have the right to invoke the security deposit without assigning any reasons if performance of the empanelled vendor is not found up to the mark.

6.2 Contract Finalisation & Award of Work i. Selected empanelled vendor will visit the location / community along with the concerned

Police Station staff to identify the strategic locations and suggest solution & BoM for

approval.

ii. Work Order will be placed on the empanelled firm / vendor in hardcopy format by the

concerned section in User Department under acknowledgement. The vendor shall start the

work within 7 days of receipt of Work order and no extension shall be issued.

iii. Objection, if any, to the Work Order must be reported to the concerned section in User

Department by the vendor within three (3) working days counted from the Date of Work

Order for modifications, otherwise it is assumed that the vendor has accepted the Work

Order into.

iv. On the receipt of the Work Orders, the Vendor(s) shall obtain the necessary documents if

any, for timely delivery of the equipment & services.

v. If the vendor is not able to execute the Project/assignment completely within the specified

period, the EMD/Security Deposit will be forfeited in full. Besides, legal action may be taken

separately and eliminate from the list of empanelled firms/vendors.

vi. The empanelled vendor(s) should not refuse successively twice to accept work order of User

Department under any pretext. If so, the empanelment will be cancelled and security

deposit will be forfeited.

4.3 Award Criteria of Work under Rate Contract User Department(s) will award the contracts to all successfully empanelled firms / vendors for execution of work orders as per Rate Contract. The award of Work will be at the discretion of User Department and based on the satisfactory performance of the vendor.

However, it is the discretion of the User Department o To engage any empanelled vendor for all or part of the Services as per Rate Contract

based on their past performance, local environmental conditions, quantum of past projects carried out etc.,

o To drop one or more items from the scope at the time of engagement of vendor.

The notification of the award shall constitute signing of agreement for empanelment with User Department. The User Department will send the Proforma for agreement to the vendor, incorporating all terms & conditions between the parties. Within 7 days of receipt of the work order, the selected firm / vendor shall execute an agreement with the User Department.

4.4 Payment Terms & Conditions

i. Payment will be made in Indian Rupees. Payment will be made only after satisfactory

-----------------------------------------------------------------------------------------------------------------------

Page 42 of 84

completion of work as determined by User Department.

ii. For each project assignment , payment will be made as per Payment Terms mentioned in Rate Contract, after satisfactory completion of work, submission of Work completion report, Delivery Challans, work completed images, Installation Reports, Test reports, Final acceptance reports, Abstract of Property Register, installation of sign & inauguration Boards etc by User Department.

iii. Payments shall be subject to deductions of any amount for which the Vendor is liable as per the penalty clause of this tender document / Rate Contract. Further, all payments shall be made subject to deduction of TDS (Tax deduction at Source ) as per the income - Tax Act,1961 and any other taxes.

iv. Payment terms are furnished in RFP. Since Purchase Order / Work Orders will be issued by User Department, Payment will be made by User Department.

v. The vendor shall also submit a staggered bank guarantee equal to 5% (Five percent) of the Order value towards warranty maintenance of complete CCTV Surveillance Systems valid for five years, from the date of acceptance of the assigned project / Go-live, drawn in the name of the competent authority of User Department.

4.5 Penalty Calculation Process

i. The empanelled vendors shall render the services strictly adhering to the time schedules mentioned in the Work order. Any un-excused delay by the vendor, in the performance of its obligations, shall attract Penalty at the rate of 1.5% of the total value of the work order per week of delay subject to a maximum of 10% of the work order value. Beyond five weeks User Department will have the option of getting the work done through alternate sources at the cost and risk of the defaulting vendor.

ii. For three recurrences of default in the discharge of service obligations, User Department would recommend TSTS Authority/User Department to forfeit the defaulting vendor’s security deposit, revocation of Bank Guarantees (including the ones submitted for other Work Orders) and/or termination of the empanelment for default.

iii. If at any time during performance of the work order, the vendors encounter conditions impeding timely performance of the ordered services, the vendor shall promptly notify User Department in writing of the fact of the delay, it’s likely duration and it’s cause(s).

Section – 7.0 Instructions to Bidders

7.1 No Consortium is allowed for this Project. Firms cannot be part of multiple bids, unless they

are participating solely as OEMs.

7.2 Completeness of Response

i) Bidders are advised to study all instructions, forms, requirements and other information in the Tender document carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the Tender document with full understanding of its

implications. ii) The response to this Tender should be full and complete in all respects. Failure to furnish

all information required by the Tender documents or submission of a proposal not substantially responsive to this document will be at the Bidder's risk and may result in rejection of its Proposal.

7.3 Proposal preparation costs & related issues i) The bidder is responsible for all costs incurred in connection with participation in this

process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/discussions/presentations, preparation of proposal, in providing any additional information required by facilitating the evaluation process.

ii) Will in no case be responsible or liable for those costs, regardless of the conduct or outcome of bidding process.

iii) This Tender does not commit to award a contract or to engage in negotiations. Further, no reimbursable cost may be incurred in anticipation of award or for preparing this Tender.

7.4 Responses to Pre-bid Queries and Issue of Corrigendum i) The Project Committee/Nodal Officer notified by TSTS will endeavor to provide timely

response to all queries. However, TSTS makes no representation or warranty as to the completeness or accuracy of any response made in good faith, nor does TSTS undertake

to answer all the queries that have been posed by the bidders. ii) At any time prior to the last date for receipt of bids, TSTS may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective Bidder,

modify the Tender Document by a corrigendum. iii) The Corrigendum (if any) & clarifications to the queries from all bidders will be posted in

the portal www.eprocurement.gov.in.

iv) Any such corrigendum shall be deemed to be incorporated into this Tender. v) In order to provide prospective Bidders reasonable time for taking the corrigendum into

account, TSTS may, at its discretion, extend the last date for the receipt of Bids/ Proposals.

7.5 Right to Terminate the Process

i) TSTS /Authority may terminate the Tender process at any time and without assigning any reason. TSTS makes no commitments, express or implied, that this process will result in a business transaction with anyone.

ii) This Tender does not constitute an offer by TSTS. The bidder's participation in this process may result in empanelment of the bidders and establishing Rate Contract.

7.6 Preparation of Proposals

----------------------------------------------------------------------------------------------------------------

Page 44 of 84

i) The Proposal as well as all related correspondence exchanged by the bidders and TSTS shall be written in English language, unless specified otherwise.

ii) In preparing their Proposal, Consultants are expected to examine in detail the documents comprising the Tender. Material deficiencies in providing the information requested may result in rejection of a proposal.

iii) The bidder is expected to submit the Technical Proposal as per the format given in Tender document. Submission of the wrong type of Technical Proposal will result in the proposal being deemed non-responsive. The Technical Proposal shall not include any financial information.

iv) The Financial Proposal shall be prepared as per the format given in Appendix. v) Deviation from this shall be treated as termination of contract and shall attract the

liability as specified in the Tender.

7.7 Period of validity of bids i) Bids shall remain valid for the days or duration specified in the bid document, after the

date of the financial bid opening prescribed by TSTS. A bid valid for a shorter period shall be rejected as non-responsive.

ii) In exceptional circumstances, the TSTS may solicit the bidders’ consent to an extension of the period of bid & EMD validity. The request and the responses thereto shall be made in writing. The bid security shall also be suitably extended. A bidder granting the request will not be permitted to modify its bid.

7.8 Bid Submission Formats

i) The entire proposal shall be strictly as per the formats specified in this Tender document and any deviation may result in the rejection of the proposal.

ii) The documents to be submitted in Pre-Qualification bid are: a) Bid Letter Form – PQ#1

b) Bidder’s Profile – Form PQ#2

c) Financial Turnover details – Form PQ#3

d) Past Project Experience – Form PQ#4 e) Declaration regarding Clean Track Record on Company’s Letter Head – Form

PQ#5

f) Manufacturer Authorization Form (MAF) – Form PQ#6

g) Bid Security (EMD). h) Undertaking on Matching of Existing Rate Contract Prices as per Appendix

iii) The documents to be submitted in Technical Bid are:

a) Understanding of the Project & Implementation Plan- Form TQ#1

b) Un-priced Technical BoM – Form TQ#2

c) Technical Compliance Statement for Required Items – Form TQ#3

d) Statement of Deviations from Tender Terms & Conditions – Form TQ#4

e) List of Technical Support & Maintenance Team with qualifications & experience

– Form TQ#5

----------------------------------------------------------------------------------------------------------------

Page 45 of 84

7.9 Venue and Deadline for submission

i) Proposals must be submitted through e-Procurement Platform only on or before the last date time given.

ii) Any proposal received by the TSTS after the above deadline shall be rejected. The bidders should take care in uploading their bids & supporting documents well in advance so as to avoid last minute rush & failures. TSTS will not entertain any such complaints of failure on the e-procurement portal.

iii) The bids submitted by telex/telegram/fax/e-mail, etc. shall not be considered. No correspondence will be entertained on this matter.

iv) TSTS reserves the right to modify and amend any of the above-stipulated condition/criterion depending upon assignment/project priorities vis-à-vis urgent commitments.

7.10 Authentication of Bid

The original and all copies of the bid shall be typed or written in indelible ink. The original/copies shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the contract. A letter of authorization shall be supported by a written power of attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be signed and stamped by the person or persons signing the bid.

7.11 Validation of Interlineations in Bid

The bid shall contain no interlineations, erasures or overwriting except as necessary to correct errors made by the BIDDER, in which case such corrections shall be counter signed by the person or persons signing the bid.

7.12 Disqualification of bids

TSTS/Evaluation Committee may at its sole discretion and at any time during the processing of tender, disqualify any BIDDER from the tendering process if the BIDDER has

i) Submitted the tender after the prescribed date and time of submission of bids. ii) Made misleading or false representations in the forms, statements and attachments

submitted in proof of the eligibility requirements. iii) If found to have a record of poor performance such as abandoning works, not properly

completing the contract, inordinately delaying completion, being involved in litigation or financial failures, etc.

iv) Submitted bid document, which is not accompanied by required documentation and Earnest Money Deposit (EMD) or Tender process Fee or non-responsiveness.

v) Failed to provide clarifications related thereto, when sought. vi) If the technical offer contains any price information the offer will be summarily rejected. vii) Conditional bids will be summarily rejected. viii) Bidders who are found to canvass, influence or attempt to influence in any

manner the qualification or selection process, including without limitation, by offering bribes or other illegal gratification, shall be disqualified from the process at any stage.

ix) If found to submit more than one bid.

----------------------------------------------------------------------------------------------------------------

Page 46 of 84

7.13 Bid Submission Format

The entire proposal shall be strictly as per the format specified in this Tender. Bids with deviation from this format shall be rejected.

7.14 Clarification of Bids during Evaluation During evaluation of the bids, TSTS may, at its discretion, ask the BIDDER for clarification of its bid content and seek information.

Preliminary Examination of the Bids o Preliminary scrutiny will be made to determine whether they are complete, whether

any computational errors have been made, whether required sureties have been furnished,

o Whether, the documents have been properly signed, and whether the bids are generally in order.

o Arithmetical errors will be rectified on the following basis. If there is a discrepancy between words and figures, the amount in words will prevail.

o TSTS may waive any minor informality; nonconformity or irregularity in a bid that does not constitute a material deviation, provided such waiver does not prejudice or affect the selection of any BIDDER.

o Prior to the detailed evaluation, TSTS will determine the substantial responsiveness of each bid to the bidding documents. For purposes of these clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations.

o If a bid is not substantially responsive, it will be rejected by TSTS and may not subsequently be made responsive by the BIDDER, by correction of the nonconformity.

7.15 Rights to Accept / Reject any or all Proposals

The Evaluation Committee reserves the right to accept or reject any proposal, and to annul the Tender process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Solution Provider or Bidder or any obligation to inform the affected Bidder(s) of the ground for Committee’s action.

7.16 Quotation of Prices

i) Bidder should provide all prices as per the prescribed format in this document. ii) All the prices are to be entered in INR only. iii) The Authority, reserves the right to ask the Bidder to submit proof of payment against

any of the taxes, duties and levies indicated. iv) TSTS also intends to utilize the rates of items (Rate Contract) obtained through this

tender for requirements of various Departments. Bidders are requested to factor this larger demand and give the best possible rate to the Authority.

v) No escalation of prices will be considered under any circumstances during the contract period.

7.17 Term of Empanelment & Rate Contract

Empanelment & Rate Contract shall be for a period of ‘2’ year and contract shall come to an end on expiry of such period, except when its term is extended by Authority in consultation with TSTS.

----------------------------------------------------------------------------------------------------------------

Page 47 of 84

TSTS/User Department shall reserve the sole right to grant any extension to the term mentioned above on mutual agreement including fresh negotiations on prices, terms & conditions

7.18 Signing of Rate Contract All empanelled Firms / Agencies shall execute a Rate Contract with Authority to comply with all the provisions in this Tender.

7.19 Definitions

i) Tender call or invitation for bids means the detailed notification seeking a set of solution(s), service(s), materials or any combination of them.

ii) Specification means the functional and technical specifications or statement of work, as the case may be.

iii) Firm means a Company, Authority, Society, or any other Organization incorporated under appropriate statute as is applicable in the country of incorporation.

iv) Bidder means any firm offering the solution(s), service(s) and/or materials required in the tender call. The word Bidder/bidder when used in the pre award period shall be synonymous with bidder and when used after award of the contract shall mean the successful bidder with whom User Department signs the contract for rendering of goods and services.

v) Pre- qualification and Technical bid means that part of the offer that provides information to facilitate assessment by TSTS, professional, technical and financial standing of the bidder, conformity to specifications & rate contract prices etc.

vi) Goods and services mean the solution(s), service(s), materials or a combination of them in the context of the tender call and specifications.

vii) The word goods when used singly shall mean the hardware, firmware component of the goods and services.

7.20 Bid forms

i) Wherever a specific form is prescribed in the bid document, the bidder shall use the form to provide relevant information. If the form does not provide space for any required information, space at the end of the form or additional sheets shall be used to convey the said information.

ii) For all other cases the bidder shall design a form to hold the required information.

7.21 Cost of bidding

i) The bidder shall bear all costs associated with the preparation and submission of its bid, and TSTS will in no case be responsible for those costs, regardless of the conduct or outcome of the bidding process.

ii) Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the bidder’s risk and may result in the rejection of its bid.

iii) The participating bidder should purchase the document and enclose a receipt of the same with the bid document.

7.22 Clarification of bidding documents

----------------------------------------------------------------------------------------------------------------

Page 48 of 84

i) A prospective Firm / bidder requiring any clarification of the bidding documents may notify TSTS contact person. Written copies/ e-mail of the TSTS response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders that have received the bidding documents.

ii) The concerned person will respond to any request for clarification of bidding documents which it receives no later than bid clarification date mentioned in the notice prior to deadline for submission of bids prescribed in the tender notice. No clarification from any bidder shall be entertained after the closure of date and time for seeking clarification mentioned in tender call notice. It is further clarified that TSTS/User Department shall not entertain any correspondence regarding delay or non-receipt of clarification from TSTS/User Department.

7.23 Amendment of bidding documents

i) At any time prior to the deadline for submission of bids, TSTS, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, may modify the bidding documents by amendment.

ii) All prospective bidders those have received the bidding documents will be notified of the amendment and such modification will be binding on all bidders.

iii) In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids, the TSTS, at its discretion, may extend the deadline for the submission of bids.

7.24 Modification and withdrawal of bids

i) No bid can be modified subsequent to the deadline for submission of bids. ii) No bid can be withdrawn in the interval between the deadline for submission of bids

and the expiration of the period of bid validity. Withdrawal of a bid during this interval will result in the forfeiture of its bid security (EMD).

7.25 Suspension of Work

The Bidder shall, if ordered in writing by User Department , temporarily suspend the works

or any part thereof for such a period and such a time as ordered. The Bidder shall not be

entitled to claim compensation for any loss or damage sustained by him by reason of

temporary suspension of the Works as aforesaid. An extension of time for completion

corresponding with the delay caused by any such suspension of the works as aforesaid

shall be granted to the implementation agency, if request for same is made and that the

suspension was not consequent to any default or failure on the part of the implementation

agency.

In case the suspension of works lasts for a period of more than 3 months, the Bidder shall

have the option to request the User Department to terminate the Contract with mutual

consent.

7.26 Force Majeure

i) The Bidder shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to the extent that its delay in performance or

----------------------------------------------------------------------------------------------------------------

Page 49 of 84

other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the Bidder/bidder and not involving the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the State Government in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the TSTS in writing of such condition and the cause thereof. Unless otherwise directed by the TSTS / User Dept. in writing, the Bidder/bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

7.27 Terminate the Contract

i) Retain such amounts from the payment due and payable by User Dept to the Bidder as may be required to offset any losses caused to User Dept as a result of such event of default and the Bidder shall compensate User Dept for any such loss, damages or other costs, incurred by User Dept in this regard. Nothing herein shall effect the continued obligation of the Bidder / other members of its Team to perform all their obligations and responsibilities under this Contract in an identical manner as were being performed before the occurrence of the default.

ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder, enforce the Deed of Indemnity, recover such other costs/losses and other amounts from the Bidder may have resulted from such default and pursue such other rights and/or remedies that may be available to User Dept under law.

7.28 Termination

User Department may terminate this contract in whole or in part by giving the Bidder prior and written notice indicating it’s intention to terminate the Contract under the following circumstances -

i) Where it comes to User Department attention that the Bidder (or the implementation agency’s Team) is in a position of actual conflict of interest with the interests of User Department in relation to any of terms of the implementation agency’s bid, the tender or this Contract

ii) Where the Bidder ability to survive as an independent corporate entity is threatened or is lost owing to any reason whatsoever including inter alia the filing of any bankruptcy proceedings against the implementation agency, any failure by the Bidder to pay any of its dues to its creditors, the institution of any winding up proceedings against the Bidder or the happening of any such events that are adverse to the commercial viability of the implementation agency. In the event of the happening of any events of the above nature, User Department shall reserve the right to take any steps as are necessary to ensure the effective transition of the project to a successor implementation agency/Bidder, and to ensure business continuity.

iii) Termination for Default: User Department may at any time terminate the contract by giving 30 days written notice to the Identified Bidder without compensation to the Identified Bidder in the event of default on the part of the Bidder, which may include

----------------------------------------------------------------------------------------------------------------

Page 50 of 84

failure on the part of the Bidder to respect any of its commitments with regard to any part of its obligations under its bid, the tender or under this contract.

7.29 Termination for Insolvency

The User Department/TSTS may at any time terminate the contract by giving 30 days written notice to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the User Department.

7.30 Termination for Convenience

i) The User Department may terminate the Contract at any time by giving 30 days written notice to the Bidder in whole or in part, for its convenience. The notice of termination shall specify that termination is for the User Department/Purchaser’s convenience, the extent to which performance of the Bidder under the contract is terminated, and the date upon which such termination becomes effective.

ii) The entire infrastructure of CCTV Surveillance System including software procured & used for the project will be taken over by the User Department from the date of service termination & any delay in handing over these equipment’s will not be acceptable & will be viewed severely for appropriate action.

iii) The client may in the following events after giving a prior notice and conducting investigations if required, terminate the contract forfeiting the bid security and any sums due for payment to the Vendor:-

• If the value of the penalty for different services together exceeds 10% of the contract amount for 1 year.

• If the Bidder becomes Bankrupt or financially insolvent during currency of the contract.

• If it is found that the bidder has been convicted for any unlawful activities.

• If it is found that bidder has made gross misconduct or involved in practices injurious to the image and interest of the client or has failed in performing his duties as per contract.

7.31 Liquidated Damages

If the Identified Bidder fails to deliver Services or install any or all of the systems or if any of the services fail to gain Acceptance within the period(s) specified in the Contract, the Client shall, without prejudice to its other remedies under the Contract, deduct from the performance security, as liquidated damages, a sum equivalent to the percentage of the Contract price specified in SCC. Once the maximum is reached, the Client may consider termination of the Contract. If delivered or installed goods and/or Services cannot be put to use without the undelivered goods/Services, the damages will be calculated using the total price of the goods/services that cannot be put to use.

7.32 Application of LD

Liquidated damages shall be assessed as per the millstones as per schedule, submission of deliverables and its acceptance”.

----------------------------------------------------------------------------------------------------------------

Page 51 of 84

7.33 Right of Monitoring, Inspection and Periodic Audit

i) User Department/TSTS reserves the right to inspect and monitor/assess the progress/performance/maintenance of project at any time during the course of the contract.

ii) User Department/ TSTS shall have the right to conduct, either itself or through another Third Party as it may deem fit, an audit to monitor the performance by the Third Party of its obligations/functions in accordance with the standards committed to or required by User Department and the Bidder undertakes to cooperate with and provide to the TSTS any other agency appointed by TSTS, all documents and other details as may be required by them for this purpose. Any deviations or contravention identified as a result of such audit/assessment would need to be rectified by the Bidder failing which the client may without prejudice to any other rights that it may have issue a notice of default.

7.34 Risk Management

Bidder shall at his own expense adopt suitable Risk Management methodology to mitigate all risks assumed under this Tender. The Bidder shall underwrite all the risk related to its personnel deputed under this project as well as equipment and components and any other belongings or their personnel during the entire period of their engagement in connection with this project and take all essential steps to reduce and mitigate the risk. User Department / TSTS will have no liability on this account.

7.35 Publicity

The Bidder shall not make or permit to be made a public announcement or media release about any aspect of this Contract unless the User Department first gives the Bidder its written consent.

7.36 Resolution of Disputes

i) The User Department and the bidder shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract.

ii) If, after thirty (30) days from the commencement of such informal negotiations, the User Department and the Bidder have been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified here in. These mechanisms may include, but are not restricted to, conciliation mediated by a third party.

iii) The dispute resolution mechanism shall be as follows:

In case of a dispute or difference arising between the User department and the Firm /bidder relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, of India, 1996. The place of resolution of disputes shall at Hyderabad , Telangana State only.

7.37 Governing Language

The contract shall be written in English. All correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written in same languages.

----------------------------------------------------------------------------------------------------------------

Page 52 of 84

7.38 Applicable law

The contract shall be interpreted in accordance with appropriate Indian Laws.

7.39 No Interest for Performance Guarantee

No interest shall be paid on the earnest money, security deposit and the amount retained against performance guarantee.

7.40 Notices

i) Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in writing to the other party’s address.

ii) A notice shall be effective when delivered or tendered to other party whichever is earlier.

7.41 Taxes and duties

The Bidder/bidder shall be entirely responsible for all taxes, duties, license fee etc. incurred until delivery of the contracted services to the User department or as per the terms of tender document if specifically mentioned.

7.42 Delivery and Documents

Delivery of the goods/services shall be made by the vendor in accordance with the terms specified in the Schedule of requirements. The details of shipping and / or other documents to be furnished and submitted by the vendor are specified below.

For Goods supplied from abroad:

i) Within 24 hours of shipment, the vendor shall notify the User Department and the Insurance Company by cable or telex or fax full details of the shipment including contract number, description of goods, quantity, the vessel, the bill of lading number and date, port of loading, date of shipment, port of discharge, etc. The vendor shall mail the following documents to the User Department, with a copy to the Insurance Company.

ii) Four copies of supplier’s invoice showing goods description, quantity, unit price and total amount;

iii) 4 copies of packing list identifying contents of each package; iv) Insurance certificate; Manufacturer’s/Supplier’s warranty certificate; v) Inspection certificate, issued by the nominated inspection agency and the vi) Supplier’s factory inspection report; and Certificate of origin.

The above documents shall be received by the User Department at least one week before arrival of Goods at the port or place of arrival and, if not received, the Vendor will be responsible for any consequent expenses.

For Goods from within India:

Upon delivery of the goods to the user, the vendor shall notify the TSTS/User Department and mail the following documents to the TSTS/User Department:

----------------------------------------------------------------------------------------------------------------

Page 53 of 84

i) Four copies of the vendor invoice showing goods description, quantity, unit price total amount;

ii) Delivery note, or acknowledgement of receipt of goods from the user; iii) Manufacturer’s or Supplier’s warranty certificate; iv) Inspection Certificate issued by the nominated inspection agency, and the Supplier’s

factory inspection report. v) Certificate of Origin; vi) Insurance policy; vii) Excise gate pass Octroi receipts wherever applicable duly sealed indicating

payments made; and viii) Any of the documents evidencing payment of statutory taxes.

The above documents shall be received by the User Department before arrival of the Goods (except deliver note and where it is handed over to the user with all documents) and if not received, the vendor will be responsible for any consequent expenses.

7.43 Insurance i) It is suggested that the goods supplied under the contract shall be fully insured in a freely

convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage, and delivery up to user site.

ii) The insurance should be for replacement value from “Warehouse to warehouse (final destination)” on “All Risks” valid up to 3 months till completion of delivery, installation and commissioning .

7.44 Transportation

Transport of the goods to the project site(s) shall be arranged by the vendor at their cost.

7.45 Hardware & OS Software Installation

The Vendor is responsible for all unpacking, assemblies, wiring, installations, cabling between CCTV Camera units and connecting to power supplies. The vendor will test all hardware operations and accomplish all adjustments necessary for successful and continuous operation of the CCTV Surveillance System at all installation sites.

7.46 Incidental services

The Vendor may be required to provide any or all the following services, including additional services -

i) Performance or supervision or maintenance and/or repair of the supplied goods and services, for a period of time agreed by the parties, provided that this service shall not relieve the Vendor of any warranty obligations under this Contract, and

ii) Training of user organization personnel, at the Vendor’s site and / or on-site, in assembly, start-up, operation, maintenance and/or repair of the supplied goods and services.

7.47 Spare parts i) The Vendor may be required to provide any or all of the materials, notifications and

information pertaining to spare parts manufactured or distributed by the Vendor.

----------------------------------------------------------------------------------------------------------------

Page 54 of 84

ii) The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate delivery such spare parts as: (a) are necessary for a minimum of 5years of operation after installation at the Purchaser’s sites (b) are necessary to comply with specifications

7.48 Arbitration i) The selected Implementing Agency / Identified Bidder shall indemnify state against all

third party claims arising out of a court order or arbitration award for infringement of patent, trademark / copy right arising from the use of the supplied services or any part thereof.

ii) In the event of any dispute or differences arising under these conditions or any special conditions of the contract in connection with this contract, the same shall be referred to Secretary, Information Technology & Communications, Government of Telangana for final decision and the same shall be binding on all parties.

iii) Any other terms and conditions, mutually agreed prior to finalization of the order / agreement shall be binding on the selected implementing firm.

iv) The Selected Bidder, User Department and TSTS shall make every effort to resolve amicably by direct negotiation any disagreement or dispute arising between them under or in connection with the purchase order. If any dispute shall arise between parties on aspects not covered by this agreement, or the construction or operation thereof, or the rights, duties or liabilities under these except as to any matters the decision of which is specially provided for by the general or the special conditions, such dispute shall be referred to two arbitrators, one to be appointed by each party and the said arbitrators shall appoint an umpire in writing before entering on the reference and the award of the arbitration or umpire, as the case may be, shall be final and binding on both the parties. The arbitrators or the umpire as the case may be, with the consent of parties, may modify the timeframe for making and publishing the award. Such arbitration shall be governed in all respects by the provision of the Indian Arbitration and Conciliation Act, 1996 or later and the rules there under and any statutory modification or re-enactment, thereof. The arbitration proceedings shall be held in Hyderabad, Telangana, India.

7.49 Assignment, subletting and outsourcing

The whole work included in the Tender shall be executed by the identified vendor and the vendor shall not directly or indirectly transfer, assign sublet, the contract or any part thereof or interest therein without the written consent of User Department/TSTS. In the event of doing so, it shall result in termination of contract and forfeiture of Security Deposit.

7.50 User License and Patent Rights

i) The vendor shall provide licenses for all software products, whether developed by it or acquired from others. In the event of any claim asserted by a third party for software piracy, the vendor shall act expeditiously to extinguish such claim. If the vendor fails to comply and the Hyderabad City Police is required to pay compensation to a third party resulting from such software piracy, the vendor shall be responsible for compensation

----------------------------------------------------------------------------------------------------------------

Page 55 of 84

including all expenses, court costs and lawyer fees. The Hyderabad City Police will give notice to the vendor of such claim, if it is made, without delay.

ii) The vendor shall indemnify the purchases against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the goods, software package or any part thereof.

7.51 Taxes and Duties i) The vendor shall be entirely responsible for all taxes, duties, license fee, Octroi, road

permits etc. incurred until delivery of the contracted Goods/services at the site of the user or as per the terms of tender document if specifically mentioned.

ii) If during the period of contract any upward revision of Service Tax/VAT/Octroi is made by the Central or State government the vendor is entitled to claim the same subject to production of proof of payment. Similarly in case of any downward revision of the taxes, the benefit goes to the Authority.

7.52 Use of Documents and Information

i) The vendor shall not, without prior written consent from User Department (Hyderabad City Police), disclose/share/use the bid document, contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the User Department (Hyderabad City Police) in connection therewith, to any person other than a person employed by the vendor in the performance of the contract. Disclosure to any such employed person shall be made in confidence and shall extend only, so far as may be necessary for purposes of such performance.

ii) The vendor shall not, without prior written consent of User Department (Hyderabad City Police), make use of any document or information made available for the Implementation Agency, except for purposes of performing the Contract.

iii) All project related document (including this bid document) issued by TSTS/User Department (Hyderabad City Police), other than the contract itself, shall remain the property of the User Department (Hyderabad City Police) and shall be returned (in all copies) to the User Department (Hyderabad City Police) on completion of the vendor’s performance under the contract if so required by the User Department (Hyderabad City Police).

7.53 Confidentiality

The Bidder’s personnel shall not divulge or disclose to any person, any details of office, operational process, technical know-how, security arrangements and administrative / organizational matters as all are of confidential/secret nature that can attract legal action.

----------------------------------------------------------------------------------------------------------------

Page 56 of 84

Section -8.0 Guidelines to Empanelled Firms for Implementation of CCTV Surveillance Systems

i) Award of Work Orders

The User Department shall issue a Purchase / Work Order to the selected empanelled Firm / Vendor for execution of the proposed works as per Rate Contract. Identified Bidder shall give confirmation of their acceptance which shall automatically be considered as part of Agreement.

ii) Agreement with Implementing Agency

Implementing Agency / Identified Bidder shall execute / sign an Agreement with User Department to comply with all the provisions of the rate contract and Purchase / Work order on Rs. 100/- non-judicial stamp paper.

iii) Roles & Responsibilities of implementing Agency

a) Implementation of CCTV Surveillance System(s) as per the technical specifications /

standards in the identified locations / areas and meet all SLAs specified.

b) Regularly visit the works spots along with the concerned User Department Staff (Inspector of Police / local SHO) to ensure that the works are progressing satisfactorily as per the prescribed specifications and the time schedule.

c) The bidder should supply all necessary accessories along with the devices for

Installation/mounting of the devices at specified location/ places d) Furnish physical progress of such work(s) to User Department by 5th of every

month. e) Furnish work completion report include extract of property register, photos of the

works completed and other related documents to the competent authority of User Department (Commissioner of Police, Hyderabad City) within one month of completion of works.

f) Execute an agreement with the User Department after receipt of the firm Purchase

/ Work Order. g) Maintain Assets creation register for sanctioned and completed works.

h) Responsible for comprehensive on-site warranty & maintenance of the Complete System for next five years from the date of hand over of complete system, free of Cost adhering to all specified SLAs.

i) The delivery location details along with quantities shall be informed by the Department in the respective Work Orders.

----------------------------------------------------------------------------------------------------------------

Page 57 of 84

iv) Performance Bank Guarantee

Along with the Agreement the Implementing Agency / Identified Bidder shall furnish 5% of the contract / invoice value as Performance Bank Guarantee drawn in favour of “the Commissioner of Police, Hyderabad City” from any Nationalised / Scheduled Bank which is valid for warranty period of (60) months. The performance bank guarantee shall be released to the Implementing Agency / Identified Bidder after completion of warranty period, subject to conditions and recoveries as per agreement, if any.

v) Project Timelines

The works shall be commenced within 10 days from the date of issue of firm Purchase / Work Order. The works should be executed strictly as per Technical sanctions and completed as per timelines mentioned below without any spill over.

Timelines: “T” stands for the date of issue of assigning of PO/WO for each of the community or any project from time to time.

# Project Activity Deliverables In Days 1 Project Planning Detailed Project Plan (DPP) for

implementation of the project scope T0

2 Approval by Authority Approval of DPP T0 + 5 3 Design, Supply, Installation

and Commissioning of CCTV system (as defined by the Authority at the time of awarding the PO/WO)

Demonstration of CCTV system installation to understand its features and for evolving standard template of implementation of remaining batch

T0 + 45

4 Testing and completion of entire project scope

Demonstration of complete system as per the project scope to the Authority

T0 + 60

5 Acceptance and Approval by the Authority for System Provisional Go-Live

T0 + 65

6 Stabilization & Training Period

Training; Documentation and Support during stabilization period

T0 + 85

7 Go-Live and Handover of the Stable system

Handover of the system and artefacts to the User department

T0 + 90

vi) Standards All items / equipment / software to be supplied under CCTV Surveillance System should conform to the standards mentioned in the Technical Specifications. Before shipping, the Firm / Vendor shall furnish complete details of the equipment with standards to the User Department for approval. All software licenses should be supplied in the name of “Commissioner of Police, Hyderabad Police”

vii) Payment Terms

The bidder should ensure that the deliverables are submitted to User Department as per the timelines in the Tender. The payments shall be released by User Department as per the deliverables and timelines after due deduction of Penalties /SLAs if any.

----------------------------------------------------------------------------------------------------------------

Page 58 of 84

# Milestone Deliverables % of payment

1 Receipt of 100% material delivered 75% of Invoice value

2 System Go-Live duly approved by

Authority

75% of Balance

Amount payable

3 Successful completion of support

during 3-month Stabilization period

Balance Amount

Payable

a. In case, if the site is not made available for installation of supplied items during the

period of delivery and installation as given in the bidding document, then the bidder would request purchaser in writing accompanied by "Site Not Ready" certificate for extension of installation period without liquidity damages.

b. All remittance charges will be borne by the supplier/ selected bidder.

c. In case of disputed items, disputed amount shall be withheld and will be paid only after settlement of the dispute.

d. Advance Payments will not be made.

e. The payments will be arranged –

i) After achieving the tasks in each Milestone as per timelines ii) In respect of Service charges will be at the end of project completion after due

verification and approval of performance as per key parameters / metrics in SLA.

The payment schedule is applicable to the engaged services with vendor at the time of agreement and accordingly the scheduled payment will be made applicable

viii) Periodical inspection by the concerned Inspector of Police / SHO

It shall be the responsibility of the Identified Bidder to regularly visit the works spots along with the concerned Inspector of Police (local SHO) to ensure that the works are progressing satisfactorily as per the prescribed specifications and the time schedule. The Inspector of Police shall take assistance of special wing with personnel who are having knowledge and expertise in the subject of functioning of electronic devices and CCTV devices including the quality validations of the CCTV system such as system technical specifications; Live & Recording video quality; Bandwidth consumption, maximum coverage of the area by the camera etc.,

ix) Area of Quality validations

The quality checks includes – i) Process adherence and technology compliance ii) Project Management-Planning & Execution; Risk Management iii) System optimization and Quality Deliverables iv) Implementation; Deployment; Support and Maintenance v) Conflict Resolution and Incident Management

----------------------------------------------------------------------------------------------------------------

Page 59 of 84

x) Protection against Damages - Site conditions i) The system shall not be prone to damage during power failures and trip outs. The normal

voltage and frequency conditions available at site are as under:

a) Voltage 230 Volts

b) Frequency 50Hz.

ii) However, locations may suffer from low voltage conditions with voltage dropping to as low as 160 volts and high voltage conditions with voltage going as high as 220 + 20% volts. Frequency could drop to 50Hz + 2%. The ambient temperature may vary from 10oC to 48oC. The relative humidity may range in between 5% to 95%.

iii) The goods supplied under the contract should provide protection against damage under above conditions.

xi) Fail-safe procedure

The vendor should indicate in detail fail-safe procedure(s) for the following: i) Power failure ii) Voltage variation iii) Frequency variation iv) Temperature and humidity variations.

xii) Manuals and Technical Documentation

i) The Vendor shall provide complete technical documentation project whatever is necessary for its optimum functioning and operation manuals as applicable.

ii) The manuals and drawings wherever applicable shall be in English.

iii) At least one set of the manuals should be supplied for installation site.

iv) Unless and otherwise agreed, the goods and services shall not be considered to be completed for the purpose of taking over until such manuals and drawings have been supplied to the user.

xii) Licensing considerations

The software mentioned in the Schedules of Requirement will be used in all Police Wings / Units in Telangana State Police Department.

xiii) Testing of equipment & Acceptance Certificate.

As the discretion of TSTS/User Department, acceptance tests will be conducted by the vendor at the site in the presence of the officials of TSTS/User Department (Hyderabad City Police) and / or its nominated consultants. The tests will check for trouble free operation, apart from physical verification and complete functional test of CCTV Surveillance equipment / system. On successful completion of acceptability test of System and after satisfied with the working of the system, the acceptance certificate will be issued by TSTS/User Department. The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the complete CCTV Surveillance System.

Any reduction in functional requirements and performance specifications shall be ground for failure. In case of the material/solution supplied and installed is rejected owing to its non-conformity to the specification or due to the poor quality of workmanship, the

----------------------------------------------------------------------------------------------------------------

Page 60 of 84

vendor shall be responsible for replacement of the same within 7 days from the date of testing.

xiv) Final Completion of Woks/ Project

Identified Bidder shall send a final report on completion of work / project duly including Delivery Challans, Installation Reports, Attested property register extract, Test & Acceptance Reports, photos of sign boards & Tabloid and other related documents to the concerned Authority of User Department.

xv) Release of Final payment to Identified Bidder

Once the work completion report, attested property register extract, Photos, etc are received and the project launch is completed, the concerned authority of User Department will release final instalment of the contract value.

xvi) Project Launch

a) Implementing Agency / Identified Bidder shall inform to the concerned authority of User Department well in advance to attend at the time of inauguration of the works sanctioned.

b) Name board of the works shall be erected at the works spots showing the name of the Organisation / Agency, amount spent, year & date of starting and completion of the works.

xvii) Transfer of Ownership of CCTV Surveillance System to User Department

The Ownership of the Assets created in terms of CCTV Surveillance System under CSR initiative of PSUs and MP/MLA funds shall be transferred to the User Department under proper acknowledgment with a formal agreement devolving the responsibility for the upkeep and utilization of the System.

xviii) Post Implementation tasks for Maintenance of CCTV System Assets

a) The User Department (Hyderabad City Police) shall monitor the upkeep and maintenance of the entire asset of CCTV Surveillance System.

b) Warranty: Post launch of the Project, Identified Bidder shall provide comprehensive on-site free warranty for complete system (including all spares & software) for a period of five (5) years from the date of hand over of complete system and shall ensure 24x7 up & running of the complete system.

c) SLA: Implementing Agency / Identified Bidder shall execute a separate Service

Level Agreement (SLA) with the User Department. As a part of the post implementation services, the Agency shall provide technical support for Software, Hardware, Network equipment, other infrastructure provided and handholding support.

d) In case the vendor seek for any technical service from external agency, it is

mandatory to take prior written permission from the competent authority allowing them to work on the system. The vendor should furnish necessary details of external agency, action taken by the technical person with duration. Further, the

----------------------------------------------------------------------------------------------------------------

Page 61 of 84

vendor is solely responsible for protection of data and information and not allowing take out of the premise. Any violation in this matter will result in strict penal action.

xix) Change Request The successful bidder will also incorporate new requirements that will emerge in course of time primarily relating to this platform. For these new requirements, which are not in the nature of maintenance of the solution, the identified bidder and Department will mutually arrive at the effort based on the extent of changes involved and a work order will be issued. The following would constitute a Change request during the Project period:

A. Any work which has not been specifically mentioned in the scope of work. B. Any changes in the deliverables post approval by the Client/Purchaser.

xx) Exit Management Schedule

This schedule sets out the provisions which apply on expiry or termination of work contract/ agreement, the project Implementation, Operation and Management and Statement of works. Service Provider should also run the system for one month along with the new service provider identified after the three years period to make sure that the new service provider shall completely aware of the system. The service provider will sign a non-disclosure agreement with the department.

----------------------------------------------------------------------------------------------------------------

Page 62 of 84

APPENDIX – I

Pre Qualification (PQ) Proposal Submission Forms

----------------------------------------------------------------------------------------------------------------

Page 63 of 84

Bid Letter From:

(Registered name and address of the bidder.)

To:

The Managing Director,

Telangana State Technology Services (TSTS),

1st Floor, BRKR Bhavan, Hyderabad-Pin-500063

Sir,

Sub : Bid letter for Tender No. dated 0-11-2016.

We, the undersigned vendor, having read and examined in detail the specifications and all the bidding documents do propose to provide the Services as specified in the bidding document no. ___________

We also undertake to match all the existing Rate Contract prices mentioned at Annexure -------- of this RFP with the terms as specified in bidding documents.

We submit an Earnest Money Deposit (EMD) as indicated in the bid for an amount equal to Rs. /- (Rupees……………………………………………) is enclosed. We understand and agree that in the event of our bid being evaluated as successful, we will submit Security Deposit of Rs /- (Rupees ……………………………………..) valid for the empanelment period.

We have carefully read and understood the terms and conditions of the contract applicable to the tender and we do hereby undertake Services as per these terms and conditions.

We do hereby undertake that, in the event of acceptance of our bid, the Services shall be completed as stipulated in the tender document.

We herewith upload the complete Pre-qualification with matching the existing RC prices and

the Technical Bids as required on e-procurement portal.

We do hereby undertake, that until a contract is prepared and executed, this bid together with your written acceptance thereof, the tender document and placement of letter of intent awarding the contract, shall constitute a binding contract between us.

Date: Signature of vendor representative

Name of Vendor:

Full Address:

Detail of enclosures: Telephone No.:

----------------------------------------------------------------------------------------------------------------

Page 64 of 84

Form – PQ#1 - General Information of Bidder (To be submitted in Pre-qualification Bid)

Name of the Bidder:

Name of the Project:

# Description Supporting Documents

1 Name of the Company/ Firm

2 Date of incorporation (Registration Number & Registering Authority)

Copy of certificate of Registration of the Firm / Company. Partnership deed in case of partnership Firm

3 Copies of authorised current documents in connection with registration of the firm under

i) GST ii) PAN Card

Certified copies should be submitted

3 Legal Status of the Company in India & Nature of Business in India

Public Ltd / Private / Partnership Firms (copy of partnership deed in case of partnership)

4 Address of the Registered Office in India

5 Date of Commencement of Business

6 Name & e-mail id, phone number, fax of the Contact Person

7 Web-Site

8 EMD details (Amount, DD No. & Date, Name of the bank, Valid upto)

9 Certification details, if any

10 Proof of purchase of bid document (Receipt No. & Date of purchase)

Place: Bidder’s signature & seal Date :

----------------------------------------------------------------------------------------------------------------

Page 65 of 84

Form - PQ#2 Financial Turnover Details

(To be submitted in Pre-qualification Bid) Name of the Bidder:

Name of the Project:

Financial Information of Bidder (in Crores)

#

Financial

Year

Turnover of the Firm in

Total Profit

after Tax

Net worth of

the Firm

Total

Turnover

Turnover

from Similar

Business

(1) (2) (3) (4) (5)

1 2014 – 2015

2 2015 – 2016

3 2016 – 2017

Note:

1. Turnover in areas other than mentioned above shall not be considered for

evaluation.

2. Please attach audited Balance Sheets and IT return statements to confirming the

figures mentioned in columns (2).

3. Bidder should submit any of the Audited balance sheet / Profit & Loss statement /

certificates from CFO of the Company duly audited by the Charted Accountant and

certified by the Company Secretary for all the above stated three financial years.

Place: Bidder’s signature & seal

Date :

----------------------------------------------------------------------------------------------------------------

Page 66 of 84

Form – PQ#3 Past Project Experience

(To be submitted in Pre-qualification Bid) Name of the Bidder :

Name of the Project:

# Description Details

Reference to

attached sheets if

any

1 Client Name, Address and

Phone/Mobile

2 Consortium / JV Arrangement and

Partnership Ratio

3 Brief Project Details

4 Period / Date of Contract and Tenure

5 Solution Details (but not limited to):

• Equipment Make, Type & Quantity

• Platform & Technology details

• Networking Technology details

• Software & Tools details

• Any other (Specify in details)

6 No. of IP based HD cameras installed

indoor & outdoor in Public/State &

Central Govt./PSU

7 No. of IP based HD cameras installed in

city outdoor & Communities

8 Total Value of the Contract

9 Total Value of the Contract for CCTV

Solutions

10 Total Value of the Contract for IP based

HD CCTV Solutions

NOTE:

• Necessary documents to support the claim and the certificates must be signed by the authorized

signatory of the organization clearly indicating his/her name, designation and contact details such

as Telephone Number, Fax number, email-id etc.

• Details of each project may be furnished in separate sheets

• Project completion certificate / satisfactory performance certificate etc from the client(s) must be

provided as documentary evidence of the projects executed.

Place: Bidder’s signature & seal

Date :

----------------------------------------------------------------------------------------------------------------

Page 67 of 84

Form – PQ #4 Declaration Regarding Clean Track Record

(To be submitted in Pre-qualification Bid)

Name of the Bidder:

Name of the Project:

To

The Managing Director

Telangana State Technology Services,

1st Floor, BRKR Bhavan, Tank Bund, Hyderabad-63

Sir,

I have carefully gone through the Terms & Conditions contained in the TENDER Document

[No._________________]. I hereby declare that my company has not been debarred/ black

listed as on Bid calling date by any Central or State Government/ Quasi Government

Departments or Organizations in India for non-satisfactory past performance, corrupt,

fraudulent or any other unethical business practices. I further certify that I am competent

officer in my company to make this declaration.

Yours faithfully, (Signature of the Bidder) Printed Name Designation Seal Date: Business Address:

----------------------------------------------------------------------------------------------------------------

Page 68 of 84

Form – PQ #5 Manufacturer Authorization Form (To be submitted in Pre-qualification Bid)

(TO BE SUBMITTED BY THE BIDDER ON OEM LETTER HEAD)

Date: ______________________

To,

The Managing Director,

Telangana State Technology Services,

1st Floor, BRKR Bhavan, Hyderabad, India

Sir,

Reference No.: ______________________ Dated ____________________________ for

___________________________________________________________

We ___________________________________ , (name and address of the OEM) who are the

original manufacturers of ________________________________ _________________hereby

authorize _______________________________________to bid , negotiate and conclude the

contract with you against Tender No

_________________________________________________ for the following goods are

manufactured by us . As an OEM we assure timely supply and back to back support with

services and spares for the offered product for a period of 5 years as applicable by the

comprehensive warranty terms of this tender.

We also certify that _____________________________________________ are authorized by

us to provide technical service support, warranty and upgrade support up to the expiry of

warranty period for the goods manufactured by us.

We also certify that _____________________________________________ is not blacklisted by

any State/Central Government department/agencies, Public/Private Sector Units.

Name In the capacity of

Signed

Seal

----------------------------------------------------------------------------------------------------------------

Page 69 of 84

Form PQ#6

Undertaking on Letter Head Matching and Acceptance of the Existing Rate Contract Prices

From:

(Registered name and address of the bidder.)

To:

The Managing Director,

Telangana State Technology Services (TSTS),

1st Floor, BRKR Bhavan, Hyderabad-Pin-500063

Sir,

Sub : Bid letter for Tender No. ------ - Acceptance & Matching the existing Rate Contract Prices –

Reg..

We, the undersigned vendor, having read and examined in detail the terms & conditions,

specifications of this document, do propose to provide the Services as specified in the bidding

document no. ___________

We also undertake to match & accept all the existing Rate Contract prices mentioned at

Annexure -------- of this RFP with the terms as specified in bidding documents. The duly signed

Price list is also enclosed with this undertaking.

We have carefully read and understood the terms and conditions of the contract applicable to

the tender and we do hereby undertake Services as per these terms and conditions.

We do hereby undertake that, in the event of acceptance of our bid, the Services shall be

completed as per the conditions stipulated in the tender document.

Date: Signature of vendor representative

Name of Vendor:

Full Address:

Detail of enclosures: Telephone No.:

----------------------------------------------------------------------------------------------------------------

Page 70 of 84

Form PQ#7

CHECKLIST (To be submitted in Pre-qualification Bid)

Date: Signature & seal of the Bidder

Sl.

No.

Description Enclosed

(Yes / No ?)

1 Bid Letter Form

2 Bidder Profile Form PQ #1

3 Financial Turnover Details Form PQ #2

4 Past Project Experience Form PQ #3

5 Declaration Regarding Clean Track Record Form PQ #3

6 Manufacturer Authorization

7 Security Deposit (EMD)

8 Undertaking of Matching the Existing RC prices

9 Any other documents required as per various clauses and

terms & conditions

10 Checklist

11 TQ Bids

12 Commercial Bid

13 Scope of Work

14 Terms of Empanelment

----------------------------------------------------------------------------------------------------------------

Page 71 of 84

APPENDIX - II

Technical Proposal Submission Forms

----------------------------------------------------------------------------------------------------------------

Page 72 of 84

General Information

The technical proposal should address the following at the minimum:

i) The proposal should have information specific to the Project. ii) Describe how the functional requirements will be translated into technical

implementations, that is, it should map with the Functional Requirements Specifications.

iii) Provide an infrastructure growth plan, including mechanisms for coping with a mismatch of traffic demand and network capacity, both at the time of launch and thereafter

iv) Propose how availability, performance rates for the system will be measured and maintained

v) Project Management Plan including a. Team deployment. b. Implementation Methodology and Plan to include ▪ Key implementation objectives, key deliverables and an implementation schedule for

the same ▪ Roll-out Plan at the specified locations including PERT chart of activities proposed. ▪ Indication of Time Frame ▪ Acceptance Testing Plan ▪ Escalation Process during implementation vi) Training Plan

vii) Hand holding, Operations and Maintenance Plan

viii) Bill of Materials (without price) location wise to include all Hardware, Software

ix) Detailed specifications including make, model and version of Hardware and Networking

equipment

x) Licensing details of software with details of maintenance arrangements with OEM

xi) Manufacturer Authorization letters to be attached of all the components of the Bid

xii) The Bidder shall be responsible for providing the Exit Management Plan for the project

to TSTS at the time of submission of bids

xiii) Post Implementation Plan

xiv) Exit Management Plan

1. Documentation

i) The Bidder shall prepare all necessary documentation for the project, and provide them to

department for review, approval, record, reference etc as mentioned in this TENDER.

ii) During installation and post installation, the Bidder shall provide As Built/customized

documentation to department. The as built documentation should consist of all the

configuration details, diagrams, Test plans, administration manuals, setup guides etc as

minimum.

iii) Detailed manuals for each appropriate unit of the supplied equipment and services.

iv) The training manuals and administration manuals

v) Inspection and testing procedures manual including QA Policy &framework and Procedures

for the software/hardware equipment

vi) Any other document(s) deemed necessary for implementation, operations and

maintenance of the hardware and network equipment and the overall system.

----------------------------------------------------------------------------------------------------------------

Page 73 of 84

Form TQ#1 Understanding of the Project& Implementation Methodology

(To be submitted in Technical Bid)

Name of the Bidder:

Name of the Project:

A Brief technical proposal by the bidder on Project Scope, understanding of the project,

technologies proposed covering the following and other issues related to project:

i) Project Plan.

ii) High level technology design and identification of functional requirements of the

solution

iii) Compliance to standards (International, National Industry & as specified in Tender)

iv) Project Implementation approach

v) Operations & Management Approach

vi) Tools proposed for the Project (Reporting & Monitoring)

vii) Key staff to Install & handle the technical support

viii) Non Functional Requirements

ix) Exit Management Plan

Place: Bidder’s Signature & seal

Date:

----------------------------------------------------------------------------------------------------------------

Page 74 of 84

Form TQ#2 Unpriced Technical BoM

(To be submitted in Technical Bid)

Item wise technical compliance statement as per technical specifications mentioned in

Tender (taking in to consideration all the amendments issued to this document, if any) is to be

submitted in the following format:

Name of the Bidder: Name of the project:

S.No. Part Code

Name of Item Unit

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized varifocal lens and SD slot

Nos

2 10102 IP based fixed outdoor full HD (1080p) camera with fixed lens and with SD slot

Nos

3 10103 IP based fixed outdoor full HD (1080p) camera with fixed lens and without SD slot

Nos

4 10104 IP based fixed dome Indoor Full HD(1080p) camera with fixed lens and with SD slot

Nos

5 10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot Nos 6 10501 32 GB SD Memory Card – Class 10 Nos 7 10502 64 GB SD Memory Card – Class 10 Nos 20000 NVR Items & Accessories

8 20101 64 channel Network Video Recorder Nos 9 20102 32 channel Network Video Recorder Nos

10 20103 16 channel Network Video Recorder Nos 11 20104 8 channel Network Video Recorder Nos

12 20105 4 channel Network Video Recorder Nos 30000 Network Switch & Accessories

13 30101 24P UTP + 4P Fiber POE L3 manageable switch with console port Nos 14 30102 24P UTP + 4P Fiber PoE L3 manageable swtich without console port Nos

15 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

16 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch Nos

17 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

18 30112 8P UTP + 2P Fiber full POE L2 manageable switch with console port Nos

19 30113 4P UTP + 2P Fiber full POE L2 manageable switch with console port Nos 20 30114 4P UTP + 2P Fiber full POE L2 manageable switch without console port Nos 21 30115 8P UTP + 2P Fiber full POE L2 manageable switch without console port 22 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch Nos

40000 Computing & Storage Equipment & Accessories 23 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD Nos 24 40102 Desktop – Intel Core i7 processor with 8 GB RAM & 1 TB HDD Nos 25 40301 21”/ 22” Desktop monitor Nos 26 40326 Professional 40”/42” LED monitor Nos 27 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos 28 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos 29 40526 NAS storage 16 HDD Nos 30 40527 NAS storage 24 HDD Nos

----------------------------------------------------------------------------------------------------------------

Page 75 of 84

31 40701 HDMI cable specifications Nos 32 40711 8 x 8 HDMI controller for LED video wall assembly Nos 33 40712 4 x 4 HDMI controller for LED video wall assembly Nos

50000 Network Equipment & Accessories 34 50101 Network Rack 42” 24U Nos 35 50102 Network Rack 42” 12U Nos 36 50103 Network Rack 42” 9U Nos 37 50104 Network Rack 19” 6U Nos

60000 Network & Power Cables & Accessories 38 60101 Single mode 12 core fiber cable Mtr 39 60102 Single mode 6 core fiber cable Mtr 40 60106 Fiber Optic pigtails Nos 41 60107 Fiber Termination Box Nos 42 60301 CAT 6 STP cable Mtr 43 60302 CAT 6 STP patch cable min. 3 m length Nos

44 60501 UPS 650 w at camera location with batteries Nos 45 60502 UPS 5K at local control room with batteries Nos 46 60503 2C x 2.5 sq. mm flexible cable Mtr 47 60504 3C x 2.5 sq. mm flexible cable Mtr 48 60505 6-socket Spike Nos 49 60506 4-socket spike Nos 50 60507 5 Amps MCB Nos 51 60508 10 KA Power Surge protector Nos 52 60506 Messenger wire for Fiber cable Nos 53 60510 Additional Batteries with Manufacturer warranty 54 60701 25mm CPVC conduit Mtr 55 60702 25 mm PVC conduit Mtr 56 60703 25mm MS conduit Mtr 57 60704 25mm GI conduit Mtr 58 60710 6m Pole hot dip galvanized pole Nos 59 60711 Cantilever size of 1.5m Nos 60 60712 Junction Box Nos 61 60713 GI Round Pole specifications Nos

70100 Software 62 70101 NVR SDK Kit Nos 63 70102 Central Management Software (CMS) Nos

Place & Date: Bidder’s signature and seal

----------------------------------------------------------------------------------------------------------------

Page 76 of 84

Form TQ#3 Technical Compliance Sheet

(To be submitted in Technical Bid)

Item wise technical compliance statement as per technical specifications mentioned in

Tender (taking in to consideration all the amendments issued to this document, if any) is to be

submitted in the following format:

Item Name:

Make & Model Offered:

Sl. No.

Item / component

Specification required as per Tender & amendments, if any given

Specification of proposed item along with Part Code & specification if any (Part code details must be provided if available)

(Complied/ Higher/Lower)

Reference for proof of compliance (Required documents to be uploaded along with technical bid)

A B C D E F

1

2

3

7

8

9

10

13

Relevant Technical Brochures should also be submitted. Place & Date: Bidder’s signature and seal

----------------------------------------------------------------------------------------------------------------

Page 77 of 84

APPENDIX - III

Commercial Proposal Submission Forms

----------------------------------------------------------------------------------------------------------------

Page 78 of 84

Form – C#1 PRICE - SCHEDULE

Name of the Bidder:

Name of the Project:

S.No Part Code

Name of Item Unit Unit Rate

GST Rate %

10000 Camera Items & Accessories

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized varifocal and SD slot

Nos

2 10102 IP based fixed outdoor full HD (1080p) camera with fixed lens and with SD slot

Nos

3 10103 IP based fixed outdoor full HD (1080p) camera with fixed lens and without SD slot

Nos

4 10104 IP based fixed dome Indoor Full HD(1080p) camera with fixed lens and with SD slot

Nos

5 10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot Nos 6 10501 32 GB SD Memory Card – Class 10 Nos

7 10502 64 GB SD Memory Card – Class 10 Nos

20000 NVR Items & Accessories

8 20101 64 channel Network Video Recorder Nos

9 20102 32 channel Network Video Recorder Nos 10 20103 16 channel Network Video Recorder Nos

11 20104 8 channel Network Video Recorder Nos

12 20105 4 channel Network Video Recorder Nos 30000 Network Switch & Accessories

13 30101 24P UTP + 4P Fiber POE L3 manageable switch with console port

Nos

14 30102 24P UTP + 4P Fiber PoE L3 manageable swtich without console port

Nos

15 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos

16 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos

17 30111 8P UTP + 4P Fiber full POE L2 manageable switch Nos

18 30112 8P UTP + 2P Fiber full POE L2 manageable switch with console port

Nos

19 30113 4P UTP + 2P Fiber full POE L2 manageable switch with console port

Nos

20 30114 4P UTP + 2P Fiber full POE L2 manageable switch without console port

Nos

21 30115 8P UTP + 2P Fiber full POE L2 manageable switch without console port

22 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch

Nos

40000 Computing & Storage Equipment & Accessories

23 40101 Desktop – Intel Core i7 processor with 16 GB RAM & 1 TB HDD

Nos

24 40102 Desktop – Intel Core i7 processor with 8 GB RAM & 1 TB HDD

Nos

25 40301 21”/ 22” Desktop monitor Nos

26 40326 Professional 40”/42” LED monitor Nos

----------------------------------------------------------------------------------------------------------------

Page 79 of 84

27 40501 Surveillance Hard disk – 4 TB – SATA 6GB interface Nos

28 40502 Surveillance Hard disk – 6 TB – SATA 6GB interface Nos 29 40526 NAS storage 16 HDD Nos

30 40527 NAS storage 24 HDD Nos

31 40701 HDMI cable specifications Nos 32 40711 8 x 8 HDMI controller for LED video wall assembly Nos 33 40712 4 x 4 HDMI controller for LED video wall assembly Nos

50000 Network Equipment & Accessories

34 50101 Network Rack 42” 24U Nos 35 50102 Network Rack 42” 12U Nos

36 50103 Network Rack 42” 9U Nos

37 50104 Network Rack 19” 6U Nos

60000 Network & Power Cables & Accessories 38 60101 Single mode 12 core fiber cable Mtr

39 60102 Single mode 6 core fiber cable Mtr

40 60106 Fiber Optic pigtails Nos

41 60107 Fiber Termination Box Nos

42 60301 CAT 6 STP cable Mtr 43 60302 CAT 6 STP patch cable min. 3 m length Nos

44 60501 UPS 650 w at camera location with batteries Nos

45 60502 UPS 5K at local control room with batteries Nos 46 60503 2C x 2.5 sq. mm flexible cable Mtr

47 60504 3C x 2.5 sq. mm flexible cable Mtr

48 60505 6-socket Spike Nos

49 60506 4-socket spike Nos 50 60507 5 Amps MCB Nos

51 60508 10 KA Power Surge protector Nos

52 60506 Messenger wire for Fiber cable Nos

53 60510 Additional Batteries with Manufacturer warranty Nos 54 60701 25mm CPVC conduit Mtr

55 60702 25 mm PVC conduit Mtr

56 60703 25mm MS conduit Mtr 57 60704 25mm GI conduit Mtr

58 60710 6m Pole hot dip galvanized pole Nos

59 60711 Cantilever size of 1.5m Nos

60 60712 Junction Box Nos

61 60713 GI Round Pole specifications Nos 70100 Software

62 70101 NVR SDK Kit Nos

63 70102 Central Management Software (CMS) Nos

Note:

1. All items should be quoted as per the suggested OEMs in the section 2.0 2. All items unit quantity is 1. 3. All the items should be inclusive of product on-site comprehensive warranty (including

spares) for a period of Five years from the date of Go-Live. 4. All unit rates indicated in the schedules shall be inclusive of all applicable taxes & Labour

charges for Laying, Digging/ trenching, filling, splicing & terminating and other media or service component as applicable according to industry norms are part of supply, installation & commissioning, testing & certification.

5. All other tasks pertinent to the contract even though may not have been mentioned in the

----------------------------------------------------------------------------------------------------------------

Page 80 of 84

bid document are assumed to have been included in the work. 6. If Basic video analytics are included in the solution, no separate quote is required,

otherwise, mention as separate line item. Place : Bidder’s signature & seal Date :

----------------------------------------------------------------------------------------------------------------

Page 81 of 84

Draft Bid Security (EMD) Form File. No: …………………………….....

Project Name: ……………………………….

(To be issued by a bank scheduled in India as having at least one branch in Hyderabad)

Whereas...................................... (Here in after called “the Bidder”) has submitted its bid dated

......(Date). For the execution of........................ (Here in after called “the Bid”) KNOW ALL MEN

by these presents that WE ................... of ........................ having our registered office

at........................ (Here in after called the “Bank”) are bound unto the (hereinafter called

“Managing Director, TSTS, HYDERABAD”) in the sum of ................ for which payment well and

truly to be made to the said TSTS itself, its successors and assignees by these presents.

The conditions of this obligation are:

i) If the bidder withdraws its bid during the period of bid validity or

ii) If the bidder , having been notified of the acceptance of its bid by the TSTS during the

period of bid validity:

• fails or refuses to execute the contract form if required; or

• fails or refuses to furnish the performance security, in accordance with the bid

requirement;

iii) bidder submits fabricated documents

We undertake to pay the above amount upon receipt of its first written demand, without the

TSTS having to substantiate its demand, provided that in its demand the will note that the

amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions,

specifying the occurred condition or conditions.

This guarantee of Rs. ----------will remain in force up to…... and any demand in respect thereof

should reach the Bank not later than the above date.

Place: Signature of the Bank Official with

seal

Date :

----------------------------------------------------------------------------------------------------------------

Page 82 of 84

APPENDIX - IV

RATE CONTRACTED ITEM PRICES

----------------------------------------------------------------------------------------------------------------

Page 83 of 84

RATE CONTRACTED ITEM PRICE LIST

# Part Code

Name of the Part UOM QTY Unit Rate

(INR) GST %

1 10101 IP based fixed outdoor full HD (1080p) camera with motorized varifocal and SD slot

Nos 1 26,618 18%

2 10102 IP based fixed outdoor full HD (1080p) camera with fixed lens and with SD slot

Nos 1 26,618 18%

3 10103 IP based fixed outdoor full HD (1080p) camera with fixed lens and without SD slot

Nos 1 26,618 18%

4 10104 IP based fixed dome Indoor Full HD(1080p) camera with fixed lens and without SD slot

Nos 1 24,460 18%

5 10106 IP based 2 megapixel (1080p) Dome PTZ with SD slot Nos 1 1,27,579 18%

6 10501 32 GB SD Memory Card – Class 10 Nos 1 900 18%

7 10502 64 GB SD Memory Card – Class 10 Nos 1 1,785 18%

8 20102 32 channel Network Video Recorder Nos 1 1,04,457 18%

9 20103 16 channel Network Video Recorder Nos 1 79,508 18%

10 20104 8 channel Network Video Recorder Nos 1 56,683 18%

11 20105 4 channel Network Video Recorder Nos 1 21,703 18%

12 30101 24P UTP + 4P Fiber POE L3 manageable switch with console port

Nos 1 87,750 18%

13 30102 24 Port POE Switch without console port Nos 1 25,078 18%

14 30106 8P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos 1 1,05,235 18%

15 30107 4P UTP + 2P Fiber Industrial Grade full POE L2 manageable switch

Nos 1 72,349 18%

16 30111 8P UTP + 4P Fiber full POE L2 manageable switch with console port

Nos 1 52,900 18%

17 30112 8P UTP + 2P Fiber full POE L2 manageable switch with console port

Nos 1 32,508 18%

18 30113 4P UTP + 2P Fiber full POE L2 manageable switch with console port

Nos 1 21,060 18%

19 30114 8 Port POE Switch without console port Nos 1 17,570 18%

20 30115 4 Port POE Switch without console port Nos 1 15,410 18%

21 30201 1-pair (2-port) Mini GBIC / SFP module – same make of Switch

Nos 1 9,623 18%

22 40101 Desktop – Intel Core i7 processor with 16GB RAM & 1 TB HDD

Nos 1 1,56,060 18%

23 40102 Desktop - Intel Core 7 6th Gen Processor with 8 GB RAM & 1 TB HDD

Nos 1 67,500 18%

24 40301 21”/ 22” Desktop monitor Nos 1 11,800 28%

25 40326 Professional 40”/42” LED monitor Nos 1 52,585 28%

26 40501 Surveillance Hard disk – 4TB – SATA 6GB interface Nos 1 18,929 18%

27 40502 Surveillance Hard disk – 6TB – SATA 6GB interface Nos 1 32,076 18%

28 40526 NAS storage 16 HDD Nos 1 3,67,538 18%

29 40527 NAS storage 24 HDD Nos 1 6,02,370 18%

30 40701 HDMI cable Nos 1 1,179 28%

----------------------------------------------------------------------------------------------------------------

Page 84 of 84

31 40711 8 x 8 HDMI controller for LED video wall assembly Nos 1 3,77,803 28%

32 40712 4 x 4 HDMI controller for LED video wall assembly Nos 1 2,28,507 28%

33 50101 Network Rack 42” 24U Nos 1 22,046 18%

34 50102 Network Rack 42” 12U Nos 1 6,429 18%

35 50103 Network Rack 42” 9U Nos 1 5,832 18%

36 50104 Network Rack 19” 6U Nos 1 5,534 18%

37 60101 Single mode 12 core fiber cable Mtr 1 24 18%

38 60102 Single mode 6 core fiber cable Mtr 1 16 18%

39 60106 Fiber Optic pigtails Nos 1 193 18%

40 60107 Fiber Termination Box Nos 1 97 28%

41 60301 CAT 6 STP cable Mtr 1 41 28%

42 60302 CAT 6 STP patch cable min. 3 m length Nos 1 250 28%

43 60501 UPS 650 W + Battery -As per OEM warranty Nos 1 6,480 18%

44 60502 UPS 5KVA + Battery -As per OEM warranty Nos 1 1,42,560 18%

45 60503 2C x 2.5 sq. mm flexible cable Mtr 1 52 28%

46 60504 3C x 2.5 sq. mm flexible cable Mtr 1 71 28%

47 60505 6-socket Spike Nos 1 674 28%

48 60506 4-socket spike Nos 1 562 28%

49 60506 Messenger wire for Fiber cable Mtr 1 6 18%

50 60507 5 Amps MCB Nos 1 246 28%

51 60508 10 KA Power Surge protector Nos 1 1,555 28%

52 60521 Additional Battery Replacement for UPS 650 W Nos 1 1,026 28%

53 60522 Additional Battery Replacement for UPS 5KVA (10 batteries)

Nos 1 90,720 28%

54 60701 25mm CPVC conduit Mtr 1 78 18%

55 60702 25 mm PVC conduit Mtr 1 32 18%

56 60703 25mm MS conduit Mtr 1 78 18%

57 60704 25mm GI conduit Mtr 1 121 18%

58 60710 6m Pole hot dip galvanized pole Nos 1 16,600 18%

59 60711 Cantilever size of 1.5m Nos 1 2,570 18%

60 60712 Junction Box Nos 1 1,854 18%

61 60713 6 Mtr GI Pole with Silver Paint Nos 1 13,500 18%

62 90101 Splicing Cost Nos 1 200 18%

---END OF DOCUMENT---