tender for design, supply, installation, integration ...banasdairy.coop/pdf/tender for design,...
TRANSCRIPT
Page 1 of 108
Tender Document For
Design, Supply, Installation, Integration,
Commissioning and Maintenance of CCTV
based Security Surveillance System For
Palanpur & Badarpura Unit
Of
Banas Dairy
Page 2 of 108
Notice Inviting Tender
BANASKANTHA DISTRICT CO-OP. MILK PRODUCERS’ UNION LTD., BANAS DAIRY, PB NO: 20, PALANPUR: 385 001
Phone: (02742) 253881 to 253885
TENDER NOTICE Sealed Tenders (Two Bid System-Commercial and Technical) are invited for Design, Supply, Installation, Integration,
Commissioning and Maintenance of CCTV Surveillance System for our Palanpur & Badarpura unit of Banas Dairy from experienced and
eligible bidders for:
Bid
Reference
Name of work Estimated
Cost
Tender Fee &
E.M.D.
Project
Completion Time Period
BANAS/CC
TV/Palanpur &
Badarpura
Design, Supply, Installation, Integration,
Commissioning, and Maintenance of CCTV based Security Surveillance System For Palanpur & Badarpura Unit
Rs.1.50 Crore
Rs. 500 &
Rs. 1.50 Lakh
5 Months
Tender documents containing detailed scope of work, specification of items, general terms and conditions and the eligibility
criteria is available at our website: www.banasdairy.coop. Tender fees and EMD must be submitted along with bids through Demand
Draft in favour of “Banaskantha District Co-operative Milk Producers’ Union Ltd.”, payable at Palanpur. Completed tender bid as
mentioned above in sealed envelope super-scribed with the label “Tender for CCTV-Palanpur & Badarpura by due date 08.12.2017”; can
be submitted latest by 08.12.2017 up to 1:30 P.M. All Technical bids shall be opened on 3:00 P.M. on 08.12.2017, in presence of all
present bidders. The undersigned reserves the right to accept or reject any or all tenders without assigning any reason there of and
there shall be no dispute on that decision.
- I/c Managing Director
Page 3 of 108
Index
Table of Contents
Notice Inviting Tender................................................................................................................................... 2
Index.............................................................................................................................................................. 3
Preface .......................................................................................................................................................... 4
Instructions for Submitting Tender Bid ......................................................................................................... 6
Eligibility Criteria ......................................................................................................................................... 12
General Terms and conditions for Bid ........................................................................................................ 14
SpecialContractConditions .......................................................................................................................... 31
Annexure-1: Notification ............................................................................................................................ 34
Annexure3- CheckList .................................................................................................................................. 36
Annexure- 5: EMD Details ........................................................................................................................... 49
Annexure- 6: Turnover Details .................................................................................................................... 50
Annexure- 7: Summary of Orders Executed ............................................................................................... 51
Annexure8-ScopeofWork,TechnicalSpecificationsandBillofQuantities(BOQ) ............................................ 52
Annexure9-TenderLetterForm .................................................................................................................... 97
Annexure10-Manufacturer’sAuthority Letter ............................................................................................. 99
Annexure- 11: Format for Performance Bank Guarantee ........................................................................ 100
Annexure12-Deviation/Non-ComplianceStatement ................................................................................ 102
Annexure13-DetailsofWorkExecuted ......................................................................................................... 99
Annexure15OEM/IPCameraProductCompanyDetails ............................................................................... 101
Annexure- 16: Vendor Registration Form ................................................................................................. 101
Page 4 of 108
Preface
Banaskantha District Co-operative Milk Producers’ Union Ltd., Palanpur (hereafter called as
Banas Dairy) is one of largest Milk Producers’ Union in Asia and is engaged in business of
processing of milk and manufacturing of Milk products through its state of the art
Manufacturing Facilities at various locations across several states.
Banas Dairy invites two stage tender bids for Design, Supply, Installation, Integration,
Commissioning and maintenance of CCTV based Security Surveillance System for Palanpur &
Badarpura(nearby Palanpur) Units of Banas Dairy (as per Annexure for Scope of Work) from
experienced and eligible bidders.
Important Points:
� For detailed understanding of our requirement, bidder may visit Banas Dairy, Palanpur
& Badarpura plants or may contact Purchase Department.
� Bidders are also required to regularly visit our website: www.banasdairy.coopfrom
which this tender document was downloaded, for any amendment published under
this tender on our website.
� Bidders who have downloaded tender form from our website are required to notify our
Purchase Department by e-mailing the notification as per format given in Annexure
“Notification of Tender Document Download” to e-mail id [email protected].
This notification will inform Banas Dairy about your interest for quoting for this tender
and you will be updated about various clarifications issued by Banas Dairy in reference
to this tender and also regarding any amendment in Tender Document (if any) during its
publication period at the same e-mail id from which we receive your notification mail. In
case of no timely notification submitted to Banas Dairy, Banas Dairy will not be
responsible for any lack of communication regarding any amendment in Tender
Document (if any) and other relevant communications like clarifications.
Important Dates:
Sr. No. Events Date
1 Document Download Start Date 09.11.2017
2 Document Download End Date 08.12.2017
3 Last Date for seeking clarification 20.11.2017
4 Pre - Bid Meeting 23.11.2017
5 Last Date For Submission of Bid (up to 1:30 PM) 08.12.2017
6 Opening of Technical Bids (at 3:30 PM) 08.12.2017
Page 5 of 108
Biddes are informed to have site visit for understanding of total requirement.
Details pertaining to Site Visit:
� Address of Palanpur Unit:
Banaskantha District Cooperative Milk Producers' Union Limited,
PO Box No.20,Banas Dairy,Palanpur-385001,Gujarat,India
Contact Person-Pankesh Gohel
� Address of Badarpura Unit:
Banaskantha District Cooperative Milk Producers' Union Limited,
Oil Unit, Badarpura(Khodla),Palanpur-Deesa Highway,
Badarpura-385010, Gujarat, India
Contact Person-Pankesh Gohel
Address for Pre - Bid Meeting:
Purchase Department,
Main Administration Building,
Banas Dairy, Post Box – 20,
Palanpur – 385001,
Gujarat
Correspondence details for all other communications:
Purchase Department,
Main Administration Building,
Banas Dairy, Post Box – 20,
Palanpur – 385001
Email: [email protected],
Landline: 02742 – 253881 to 85 (Ext: 216/316)
Page 6 of 108
Instructions for Submitting Tender Bid
1. Bid can be submitted by hand or by post/ courier. For bids submitted by post or Courier, it is
bidder’s responsibility that bid reaches our office on or before the scheduled time and date
as specified in the tender document.
2. Tender Bid prepared by bidder shall comprise of:
a. Main Cover(envelop)comprising of following:
A separate cover containing all Documents pertaining to qualification and eligibility
criteria(except Financial/Commercial Bid),detailed technical offer, Deviation Statement,
Tender Fee, EMD, other requisite Documents and Certificates, power of attorney to sign
the tender and duly signed tender document. This cover/envelope should be sealed and
the Bidder shall mention on the cover as “Technical Bid copy”.
Note: Bidder shall submit duly signed un-priced Bill of Quantity (BOQ) with any additional
required items and related services: refer Annexure Commercial Bid and list of commercial
deviations (if any) along with Technical Bid.
Note: Bidder shall be required to submit detailed un-priced BOQ. All the materials (Except
Fixed Components as mentioned in Annexure for commercial Bid) which according to
assessment of bidder will required for completion of the project in true sense should be
mentioned in un-priced BOQ also. Banas Dairy shall not be responsible for miscalculation on
the part of Bidder and no extra payment shall be made other agreed Project Cost.
b. Separate cover containing Commercial offer as per BOQ (Rates/Prices of items with any
additional required items and related services as per Annexure and as mentioned above)
duly filled & signed. The Bidder shall mention on the cover “Commercial Bid”
Note:
� Price/Commercial bid of only eligible bidders shall be opened.
� Both these two bids must then be packed together in single envelop with proper
superscription as mentioned above.
� Banas Dairy shall not be responsible for pre-mature opening of Commercial bid in case
bidder has failed to submit bid as instructed above.
3. Format and Signing of Bids
The Bidder shall prepare two copies of Bid; clearly mention “An Original” on original and
“A Copy” on photocopy for both types of bid. In event of any discrepancy between them
the original shall govern. Both the copies shall be duly authorized by bidder to bind the
Bidder to the Contract. Bid shall contain no interlineations, erasures or over writing except
as necessary to correct errors made by Bidder in which case correction shall be initialed by
persons signing the Bid.
Page 7 of 108
4. Tender bid should be sent in duly sealed cover, super-scribed with “Tender for CCTV-
Palanpur &Badarpura Plant by due date: 08.12.2017”. All the pages of Tender document
should be signed and enclosed with the tender bid, as a token of acceptance of all terms
and conditions as mentioned in the tender document.
5. All Technical bids shall be opened in the presence of intending parties/ their authorized
representatives who will be present at the time of bid opening as specified in Tender notice.
6. In case tender opening date is declared a Holiday, bids shall be opened on next working day
at the same time specified above.
7. Any certificate/ document not found enclosed with the tender document as required for
fulfilling the eligibility criteria of bid may lead to declaring the party as non-eligible and in
this event their bid may not be considered and may be out rightly rejected. Bidder has to fill
up all the Annexure and submit these along with this Tender Document duly signed.
8. Terms and conditions of Tender bid should be enclosed alongwith Bid.
BidderwillberequiredtosubmitsignedentireTenderDocumentastokenofacceptanceofallTerm
sandConditions.
9. Tender form shall be filled up legibly preferably typed giving full name and address of the
bidder. Over writing, alterations/additions etc. will disqualify the tender unless such
overwriting, alterations/ additions are attested and signed by bidder. Conditional/
telegraphic/ fax/ E-mail tenders shall be rejected.
10. The bidder shall have to enclose following documents along with Tender bid:
a. List of all the purchase orders duly indicating the name of client, its address, type &
quantity of material and the date of Supply & Installation/ execution during the last
36 months along with at least one performance certificate (or frequent order
execution with same supplier) along with copy of the purchase orders executed in
the last one year in same firm name and style.
b. Any document (such as excise/ sales tax document) issued by Govt. or Semi Govt.
Department which certifies/proves that the bidder is in business for the required
period should be attached along with the Tender Bid.
c. The bidder shall be registered with the office of competent authority or under
statutory bodies at the time of bid opening in the same name and style. In order to
support this, bidder shall submit any of the following documents:
Page 8 of 108
A copy of the Registration Certificate issued by the Registrar of Companies in case of
firms of proprietary nature
OR
Copy of partnership deed in case of partnership firm
OR
Copy of article of association in case of Pvt. Ltd. Companies
OR
Copy of registration certificate for firms registered with NSIC/Central or State Govt.
Department/ Local bodies for similar work
OR
Bidder shall enclose/mention the PAN and TAN number of the firm and to support
this, he/she shall submit a photocopy of PAN/TAN certificate
OR
Bidder’s firm should have been registered with Sales Tax Department. GST/VAT/CST
numbers shall be mentioned by the bidder and in support of this; he/she shall
submit a photocopy of Sales Tax registration certificate duly renewed by the
competent authority
11. Full details of offered items/materials including the manufacturer’s name, brand of
items and its model number must be clearly mentioned wherever applicable. Bidder will be
required to provide detailed Technical Data Sheet clearly mentioning all the details
(technical) of the offered products/solution
12. Submitted documents shall be numbered and attached serially indicating serial number.
Total number of pages enclosed shall be shown in the index.
13. ISO/ISI/relevant quality certifying authorities certified company/supplier may be preferred
to others. A copy of valid license/ certificate should be attached with Tender Document.
Tender shall be accompanied with Tender Fees (Non-refundable) of amount Rs. 500/- and EMD
(Earnest Money Deposit) of Rs. 1.50 Lacs/- for both the plants. Tender fee and EMD should be
in form of Demand Draft in favor of Banaskantha District Co-operative Milk Producers’ Union
Limited, payable at Palanpur. Tender bids without Tender Fees or EMD will automatically be
rejected. It is free for downloading but participating bidder is required to submit Non
Refundable Tender Fee as specified in Tender.
Page 9 of 108
14. The EMD may be forfeited either in full or in part,at the discretion of BANASDAIRY,
Palanpur,on account of one or more of the following reasons:
a. The bidder withdraws his bid during the period of bid validity specified by him
on the Bid Letter Form
b. The bidder fails to co-operate in the Bid evaluation process, and
c. Successful bidder, fails to furnish required Performance Security
d. EMD submitted in any form other than Demand Draft will not be acceptable and
tender bid will be rejected
15. EMD of successful bidders shall be retained as security deposits without any interest till
supplies are complete against the Supply Orders issued under this Contract. (i.e. Contract
Period Completion)
16. Earnest money of unsuccessful bidder shall be returned within 60 days from the finalizing of
contracts, without any interest on it.
17. Validity of offers should be 120 days from the date of Technical Bid Opening.
18. Rate shall be finalized based on the lowest offer strictly complying with specifications.
19. All Bidders will be required to organize Demonstration within 07 Days from date of
Technical Bid Opening of their offered CCTV cameras (of all types) and offered VMS
(Video Management System) at Banas Dairy, Palanpur. Bidders can however undertake
demonstration before the date of Technical Bid Opening.
Note: Demonstration is mandatory and in case of failure to undertake timely
demonstration, Bid shall be liable to rejected.
20. Parties who have been suppliers of our union or any milk union in the past also have to
comply with all these conditions. No relaxation whatsoever shall be given to them and also
to any SSI /PSUs/MSME or any organization. No Exemption for payment of Earnest Money
Deposit and Security Deposit and submission of Performance bank guarantee to any
organization or firm.
21. No price preference will be given to any organization.
22. Any offer received after due date or times shall be straightway rejected.
23. Clarification on Tender Document
Bidder requiring any clarification on the Tender document may seek such clarification from
Banas Dairy, Palanpur in writing at the address indicated in the Tender Enquiry Data Sheet.
Page 10 of 108
Any correspondence in this regard for seeking clarification against this Tender, should
clearly mention the name of tender in the subject content of such communication. Banas
Dairy, Palanpur will respond in writing to any such clarification required, received not later
than as specified in T/E ( Tender Enquiry) Data Sheet. The written response of Banas Dairy,
Palanpur (with an explanation of the query but without identifying the source of the query)
will be provided to all eligible bidders who have notified Banas Dairy of having downloaded
the Tender Document from our website.
24. Pre- Bid Meeting will be held at scheduled Date and Time as mentioned in Tender Enquiry
Data Sheet at Banas dairy, Palanpur. Bidders may attend the same to get clarifications
regarding their queries pertaining to this tender.
Note: Bidder will be required to send all queries pertaining to this tender to Banas Dairy
Three day before Pre-Bid Meeting.
25. No clarifications shall be sought by Bidder after the date of Pre- Bid meeting.
26. Bidder is advised to inspect designated site(s) and/or carryout surveys as required to obtain
all information necessary for preparing its tender. Visiting the site(s) shall be entirely at the
bidder's own risk and expense. Bidder and any of its personnel or agents will be granted
permission by Banas Dairy, Palanpur to visit its site(s) for the purpose of such inspection,
but only upon the express condition that he releases and indemnifies Banas Dairy, Palanpur
and its personnel/representative from and against all liabilities.
27. Amendment of Tender Document
At any time prior to the deadline (or as extended by Banas Dairy) for submission of tender
bids, for any reason, whether at its own initiative or in response to clarifications requested
by prospective bidder, Banas Dairy may modify the Tender document by issuing
amendment(s). All bidders who had notified Banas Dairy of having downloaded Tender
Document (as per Annexure-1) will be informed about such amendment(s) in Tender
Documents in writing. In order to allow bidders a reasonable time to take such
amendment(s) into account in preparing their tender bids, Banas Dairy, at its discretion,
may extend the deadline for the submission of tenders. Such extension in deadline for
submission of tender bids will also be communicated in writing along with respective
amendment.
Note: In order to ensure receipt of every clarification/ amendment pertaining to this
tender document, bidders who have downloaded tender Document from our website
would be required to notify Purchase Department as per above mentioned detail.
Page 11 of 108
28. We reserve the right to accept or reject any quotation, to reject quotations for some or all
items and to cancel the entire bidding process at any point of time without assigning any
reason.
29. If any disputes or differences arise at any time between the two parties in respect of or
concerning anything contained or arising out of contract shall be referred to sole arbitrator
(i.e. our In charge Managing Director). The decision of the arbitrator shall be final and
binding on both the parties.
30. Canvassing in any form will lead to disqualification of the bid.
31. For all legal matters and disputes, Palanpur court shall be the Jurisdiction.
Seen and accepted
Signature of party with office stamp
Page 12 of 108
Eligibility Criteria
The bidder shall have to fulfill the following minimum technical eligibility criteria:
Eligibility Criteria
• The bidder should be in the business of supply and installing of CCTV and should have executed
at least one project of similar nature and of value equivalent to that of this project or should
have executed at least two projects of value not less than 60% of the estimated value of this
project within last five years.
• The firm (bidder) must have a total turnover (cumulative of last three years) of not less than 11
Crores and for this purpose the last three financial years would be considered as the one ended
on 31.03.2017.
• Bidding Firm should be profit making organization since last three financial years.
• In addition to above mentioned requirement, Bidder should also have following work experience:
a) The Vendor should have minimum five years of experience in installation of CCTV cameras
and security and surveillance system projects.
b) The vendor must have installed more than 200 CCTV cameras at various locations within last
05 years.
c) The bidder must have working office/ service centre in the state of Gujarat; attach copy of
GST/VAT/CST/TIN/PAN issued by the concerned tax department as documentary evidence of
having such working office/ service center in Gujarat.
d) In case of bidder been the representative of manufacturer, bidder must attach tender
specific authorization letter (in the enclosed format as provided in the tender document)
from respective manufacturer(s).
Note: Above mentioned information should be provided in tabular form along with
documentary evidence for the same
� Bidder is required to provide Audited Balance Sheets and Profit and Loss Statement for
last five years
� In case of bidder been the representative of manufacturer, bidder must attach tender
specific authorization letter (in the enclosed format as provided in the tender
document) from respective manufacturer(s).
1. Eligibility Criteria of OEM / CCTV Camera Product Company:
The OEM / CCTV Camera Product Company should have registered office and service centre in
India since last 3 years (i.e. if bidder wants to quote the “X” brand of CCTV Camera, then OEM
of “X” brand of CCTV Camera should have registered office and service center in India since last
3 years). Please attach the copies of any two of the following: Property Tax Bill of last year/
Page 13 of 108
Electricity Bills of last one year/Telephone Bills of last one year/VAT Registration/CST
Registration/Valid Lease Agreement.
Page 14 of 108
General Terms and conditions for Bid
1. Project execution shall be within Five months from the date of Purchase Order / LOI for
both the plants.
2. Offers should be strictly according to our specification and scope of work, failing which it
may not be considered. Item to be supplied has to be strictly as per Annexure for Scope of
Work & Technical Specifications.
Note: It is mandatory for Bidder to provide the Detailed Technical Data Sheet (as per our
required specifications) including offered make and model of each respective item
quoted under this tender and its descriptive literature along with Tender Bid. (In case
of failure of the same, Bid may be rejected).
Non-compliance with even a minor technical Requirement should be clearly stated by
the bidder in the form of Deviation Statement; in case of failure to meet this condition
the Bid may be rejected. However mentioning of Deviation in does not ensure its
acceptance by Banas Dairy.
Supplier has to forward copy of Proof of applicable Certification and Compliance Report
as per Specifications of individual items along with delivery of the same. Details of the
same are already mentioned in the Annexure for Scope of Work.
4. Authorization: When bidder is not a manufacturer himself he should submit a letter from
the manufacturer authorizing him to submit quotation on his behalf. Authority letter
should be in original letter head of the manufacturer with necessary seal and signature
in prescribed format. Authorization from all OEM’s l i k e CCTV; Servers, NAS, NVR;
Workstations; Display; Network Switches; UPS should be taken and Bidder who don’t
submit the above their Tender are liable to rejection.
5. Responsibility for Completeness
Any fittings or accessories which may not be explicitly/ specifically mentioned in the
specification/ BOQ but which are necessary for its normal operation in accordance with
agreed specifications in true sense are to be provided by the bidder without any extra
charge, and the Systems must be complete in all respects.
Page 15 of 108
Note: BOQ of Variable components (as per Annexure for Commercial Bid) is indicative in
nature and bidder will be responsible to check the site and bid as per their assessment of
the site requirement. However it will be mandatory on part of bidder to indicate their
offered BOQ in both bids (i.e. Un-priced proposed BOQ in Technical Bid and Priced
proposed BOQ in Commercial Bid).
6. Assurance of Unused Items and No defect items
The supplier warrants that the goods supplied, under the Contract are new, unused, of
the most recent or current models and incorporate all recent improvements in design and
materials unless provided otherwise in the Contract.
The supplier further warrants that the goods supplied under this Contract shall have no
defect arising from design, materials or workmanship (except insofar as the design or
material is required by the Purchaser’s Specifications) or from any act or omission of the
Supplier, that may develop under normal use of the supplied Goods in the conditions.
Note: The bidder shall warrant the “Systems” to be free of defects.
Acceptance Test at site shall be conducted, before commissioning of each site, by Banas
Dairy and/or any Banas Dairy appointed third party (as decided by Banas Dairy). The tests
to be carried out, test procedures, test schedules, test equipment and tools, and
expected test results are to be provided by the bidder to meet all the specified
parameters/ service requirements. The tests to be carried out test procedures, test
schedules, and test results have to be approved by Banas Dairy/ Banas Dairy appointed
party. Acceptance test procedures have to be submitted within two weeks of LOI. System
shall be offered for acceptance test by bidder only after it has been duly tested by the
vendor as per approved test procedure. The results of self-test shall be submitted at the
time of offering the system for acceptance test. The bidder shall also submit all the As-
Built-drawing along with the test result. All the test equipment and tools will be provided
by the bidder for carrying out the acceptance test at site.
Banas Dairy, with full co-operation and assistance from the bidder, shall conduct formal
acceptance tests on the installed Systems to verify their conformity with the
requirements. The acceptance tests defined and agreed and project plan shall establish a
standard of performance, which must be met before the Systems are accepted by Banas
Page 16 of 108
Dairy. Banas Dairy shall issue written certification of acceptance of systems only after
successful completion of the Acceptance tests. Acceptance testing shall be subject to the
following provisions:
• Acceptance Test for Systems shall include running the Systems (meeting the
standards of performance) for a period of 30 (thirty) consecutive days. During
this complete period the qualified engineers of the successful bidder shall
remain present 24 hours at the site.
• Within two weeks from the end of the Acceptance Test, Banas Dairy shall
certify Acceptance / Rejection of the Systems under test. The date on which
Final Acceptance Certificate is issued shall be deemed to be the date of
successful commissioning of the Systems. The complete system will be taken
over within two weeks of commissioning and a letter to this effect shall be
issued by Banas Dairy to the successful bidder.
• If the Systems fail to meet the standards of performance after 30 (thirty) days
from the start of Acceptance testing, Banas Dairy may, at its option, request
replacement of the faulty component(s) of the Systems, or terminate the
contract. The replacement of such faulty component shall be made by bidder
free of all charges at site. Freight, insurance and other allied expenditure like
customs duties, local transportation etc. for parts/components required to be
replaced shall be the liability of the bidder.
Note: Any delay attributable to bidder in the final Acceptance Testing shall render the
bidder liable to the imposition of appropriate penalties/ damages.
7. Replacement of Parts and Components
If the Systems fail to meet the standards of performance for Acceptance Testing and
during Guarantee period due to faulty part/component, the replacement of faulty
part/component has to be carried out by the bidder free of cost as per instruction of
Banas Dairy. Freight, insurance and other allied expenditure like customs duties etc. for
such part/component shall be the liability of the bidder. Bidder will reimburse to Banas
Dairy, the cost incurred by Banas Dairy, if any, on replacement of such faulty part /
component.
Page 17 of 108
If it becomes necessary for the bidder to replace or renew any defective portion of the
Systems under this clause, the provisions of this clause shall apply to the portions of the
Systems so replaced or renewed until the expiration of six months from the date of such
replacement or renewal or until the end of the warranty period whichever may be the
later.
If any defect(s) be not remedied within 15 (Fifteen) days from the date of communication
thereof or within such other specific period as may be allowed by Banas Dairy in its
discretion on application made to that effect by the bidder, Banas Dairy, may proceed to
do the work at bidder’s risk and expense, but without prejudice to any other rights which
the Banas Dairy may have against the bidder in respect of such defects.
If during the progress of the work, Banas Dairy or his representative shall decide and
notify in writing to the bidder that the bidder has executed any unsound or imperfect
work or has supplied any System or material inferior in quantity or quality to those
specified, the bidder on receiving details of such defects or deficiency shall, at his own
expense, within seven days of his receiving the notice, or otherwise within such time as
may be reasonably necessary for making in good, proceed to alter, re-construct, or
remove such work, or supply fresh materials up to the standard of the particulars and in
case the bidder shall fail to do so, Banas Dairy, Palanpur may, on giving the bidder seven
day notice in writing of his intention to do so, proceed to remove the work or materials
complained of, and at the cost of the bidder, perform allsuch work or supply all such
materials, provided that nothing in this clause shall be deemed to deprive Banas Dairy, of
or affect, any rights under the contract which he may otherwise have in respect of such
defects or deficiencies.
8. Implementation Services
The bidder shall provide all services specified in the Tender document and the Technical
Specifications in accordance with the highest standards of professional competence and
integrity. Banas Dairy reserves the right to demand the replacement of any bidder staff
assigned to work on Banas Dairy site by suitable qualified staff, in the event that the staffs
concerned is determined to be incompetent or loses the confidence of Banas Dairy.
The bidder shall install and commission the “Systems” at the designated site(s) within a
period as specified in Schedule of Requirements of this Tender document.
Page 18 of 108
The bidder shall provide the necessary technical support, Standard Operating Procedures,
and other information to Banas Dairy and its user organizations in implementing the
System applications.
9. The bidder shall submit only one solution, which is in accordance with the
specifications and requirements.
10. Technical Bid shall comprise of following:
• Power of Attorney for signing the tender
• Tender Documents duly signed in Original on all pages including Price
Schedule forms as a proof of bidder having read and understood the
complete documents/requirements.
• Bidder shall also furnish the details on nature of constitution of their firm;
names and addresses of the Partners/Proprietors/Directors and also the details
of sister / parent concerns if any. Also specific details or documents requested in
Tender Document.
• The bidder shall be registered with the office of competent authority or
under statutory bodies at the time of bid opening in the same name and style.
In order to support this bidder shall submit any of following documents:
A copy of the Registration Certificate issued by the Registrar of Companies and Copy
of Memorandum of Association in case of firms of company nature
OR
Copy of partnership deed in case of partnership firm
OR
Copy of registration certificate for firms registered with NSIC/Central or State
Government Department / Local bodies for similar work
• Bidder shall enclose/mention the PAN and TAN number of the f i rm
a n d to support this, he/she shall submit a photocopy of PAN& TAN
certificate.
• Bidder’s firm shall be registered with Sales Tax Department. VAT/CST
numbers shall be mentioned by the bidder and in support of this;
he/she shall submit a photocopy of Sales Tax registration certificate duly
Page 19 of 108
renewed by the competent authority.
• Bidder shall also provide any document (such as excise/sales tax document)
issued by Government or Semi Government Department which certifies/proves
that the bidder is in business for the required period.
• Clause by clause compliance statement for Tender document as per specified
format in this document shall be in separate attachment.
• Un-priced BOQ in the prescribed FORMAT along with offered Make and
Model.
• All Technical Data sheets of the quoted products
• Purchase Order references for highlighting the bidder’s experience (Apart from
photo copies of such Purchase Orders, bidders will be required to provide such
information in tabular form also (as prescribed in Annexure).
• A list of all the purchase orders duly indicating the name of client, his
address, type & quantity of material and the date of supply/execution during
the last 60 months along with at least one performance certificate along with
copy of the purchase orders executed in same firm name and style.
• Turnover of the bidder for last three years and maximum order value
executed in each financial year (to be provided in tabular form also)
• Authorization Letter from Each OEM of the Offered product
Note: Submitted documents shall be numbered and attached serially indicating
serial number. Total number of pages enclosed shall be shown in the index.
11. Commercial Bid shall comprise of Price Bid as per BOQ The item wise separate
rates should be quoted for Price basis at our Project Site (destination). Prices
should be inclusive of all like Insurance charges, G S T T a x , insurance,
freight etc. Prices for Installation and commissioning shall be offered separately
against each item inclusive of GST tax on service.
Note: Evaluation to be done on the basis of total Prices cost of Project for each plant
togetherly.
12. No Price Variation
Page 20 of 108
Prices quoted by the Bidder shall be fixed and no request for price amendments will be
entertained. Prices quoted should remain valid for entire validity period of 120 Days for PO
generation. Supplier will be liable to execute the Purchase Order generated during this
Validity period under this particular Contract. In case of no execution of PO generated
during validity period, EMD will be forfeited.
13. Right to accept or reject any Bid
Banas Dairy reserves the right to accept or reject any bid or part of it or reject all the
Bids at any time prior to award of Contract, without thereby incurring any liability to the
affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the
grounds for its action and such decisions will be binding on the supplier.
14. The officers of our Union shall be allowed to inspect the works and/ or any document
referred to in the tender. If it is found that the declarations made by the bidder in Bid are
false/ misleading/ faulty, the bidder shall be disqualified and the earnest money deposit
submitted shall be forfeited.
15. The systems to be supplied under this Tender shall conform to the standards mentioned
in the Technical Specifications. Bidder should follow International standards in
manufacturing of equipment. When no applicable standard is mentioned, authoritative
standards appropriate to the “Systems” country of origin should be followed.
16. In order to ensure effective execution of entire project, officials of Banas Dairy, may issue
instructions (in various forms), and it shall be binding on bidder to accept the same and
incorporate the same in execution of work.
17. Delivery/Work Schedule: Bidder has to complete entire project within five Months
from the date of issuance of LOI/ PO for both the plants. For delay in Supply, Installation
& Commissioning of goods, penalty @ 0.5% per week shall be deducted subject to a
maximum of 5 % of the contract price. On further delays order shall be liable to
cancellation. However our In charge Managing Director can waive off such penalty
depending upon the reasons for delay.
18. The bidder shall be deemed to have carefully examined Tender Document to his entire
satisfaction. Any lack of information, shall not in any way relieve the bidder of his
responsibility to fulfill his obligation under the tender.
19. Comprehensive Warranty/ guarantee (including repairs and replacement) for all items/
goods supplied shall be as detailed and mentioned in technical specifications and scope of
work. This Comprehensive warranty/guarantee on all items/ services provided under this
contract shall remain valid for 3 years minimum after the Goods have been delivered at
site, installed and successfully tested and accepted by the Purchaser.
During the 3 year warranty period, the bidder shall, free of charge, design code, check,
document and deliver amendments / alterations of new releases required to correct
Page 21 of 108
defects, which affects the performance of the System(s) in its normal use, in the delivered
software. During the warranty period, which is 36 months from the date of commissioning
of the System, the bidder shall repair or replace, free of charge any defective component
which will also include batteries, if any, and ensure smooth functioning of entire system.
During warrantee period, standby arrangement within 24 hours for faulty component with
approved make, replacement if needed within 72 hours, penalty of 2% of Unit rate per day
after 24 hours of notification of downtime, will be informed by dedicated person from
Banas dairy of respective location.
If the Supplier, having been notified, fails to remedy the defect(s) within a reasonable
period, the Purchaser may proceed to take such remedial action as may be necessary, at
the Supplier's risk and expense and without prejudice to any other rights which the
Purchaser may have against the Supplier under the Contract.
In the event of failure on the part of the bidder to meet the warranty obligations during the
warrantee, the Banas Dairy reserves the right to invoke the PBG and the decision of Banas
Dairy, Palanpur shall be final in this regard.
These above mentioned conditions will be applicable during 3 years of operation &
maintenance (Comprehensive Warranty) after commissioning of the system. Bidder shall
guarantee regular and timely supply for a period of THREE years after expiry of Warrantee
under this tender of all the spare parts required for the normal working of the system.
Bidder shall further guarantee that "after-sale service" shall be made available to the
purchaser up to SIX years from the date of commissioning as and when required (03 years
warranty + additional 03 years after warranty)”. Authorization of “after-sale service” should
be done from OEM.
Please Note:
• Initial acceptance of goods is not the final acceptance of quality.
• In case materials/ services are found to be substandard at any level, on receipt of
the same Banas Dairy reserves the right to reject the material out rightly. Labor
Charges, if any will also be recovered from the bidder. Banas Dairy reserves the right
to send your material for testing at any laboratory of our choice and in case the
result is found unsatisfactory, it also reserves the right to take any action as deemed
fit.
• Supplier’s warranty certification should be provided as per warranty / guarantee
mentioned herewith along with operational & maintenance manual.
Page 22 of 108
20. Termination of Contract
If Bidder fail to deliver the materials/services or any part thereof, within the
contracted period of delivery or in case the materials/services are found not in
accordance with the prescribed specifications, Banas Dairy shall exercise his
discretionary powers –
a) To recover from Bidder as liquidated damages a sum not exceeding half a percent
of the total price of the material/services as aforesaid per week subject to a
maximum 10 percent.
b) To purchase from elsewhere on Bidder account and at Bidder risk materials so
undelivered or others of a similar description without cancelling the contract
in respect of the consignment not yet due for delivery, or to cancel the contract.
In the event of risk purchase material /services of similar description the
opinion of the Banas Dairy shall be final. The same will be exercised by him
only when material /services of exact specifications are not readily procurable.
In the event of action taken under clause (a) or (b) above, the bidder shall be
liable for any loss which Banas Dairy may sustain on that account but Bidder shall not
be entitled to any saving on such purchases made against default.
The decision of the Banas Dairy shall be final as regards the acceptability of
material supplied by the bidder and the Banas Dairy shall not be required to give
any reason in writing or otherwise at any time for the rejection of the material
/services and for termination of contract.
21. Inspection and Tests: The Purchaser or its representative shall have the right to inspect
and/ or test the Goods to confirm their conformity to the Contract. The inspections and
tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of
delivery and/or at the Good's final destination.
Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser
may reject them and the Supplier shall either replace the rejected Goods or make all
alternations necessary to meet specification requirements free of cost to the Purchaser.
The Purchaser's right to inspect, test, and where necessary, reject the Goods after the
Goods arrival at the destination shall in no way be limited or waived by reason of the Goods
having previously been inspected, tested and passed by the Purchaser or its representative
prior to Goods shipment.
22. Supplier will be responsible to organize pre-visit of the site before initiation of any supply
Page 23 of 108
and also will be required to submit detailed report regarding the readiness of site.
23. Storage of Equipment: The Supplier shall be responsible for the proper storage and
maintenance of all materials/ equipment under Supplier's custody. Supplier shall take all
required steps to carry out frequent inspection of equipment/ materials stored as well as
erected equipment until the same are taken over by the Purchaser.
24. Deferring Shipments: If Banas Dairy shall have notified the bidder in writing that the
former is not ready to take delivery, no System or materials shall be forwarded
until intimation in writing shall have been given to the bidder by Banas Dairy, Palanpur
that he is ready to take delivery.
25. Delivery and Documents: Delivery, installation, and acceptance of the Systems shall be
carried out by the Successful bidder in accordance with the approved schedule (if any)
and at the project sites specified in the Schedule of Requirements, which forms an
integral part of the tender.
Early or partial deliveries require the explicit written consent of the Banas Dairy.
Upon shipment of Products and Systems, bidder shall notify Banas Dairy, the
Insurance Company in writing with full details of the shipment, etc. The bidder shall
send the following documents to Banas Dairy by mail or courier with a copy to the
Insurance Company:
• two copies of the bidder’s invoice showing the Products description,
quantity, unit price, and total amount;
• usual transportation documents;
• insurance certificate, and
• certificate(s) of origin
For products from within India, upon shipment, the bidder shall notify Banas Dairy
and shall promptly send the following documents to Banas Dairy, by mail or courier:
• two copies of the bidder’s invoice showing the Products description,
quantity, unit price, and total amount;
• delivery note, railway/truck receipt; and
• Certificate of origin.
The documents listed above shall be received by Banas Dairy at least one week
before arrival of the Products and Systems at the point of entry or delivery
destinations, and, if not received on time, the bidder will be responsible for any
consequent expenses.
26.
Page 24 of 108
27. Books & Records
Bidder shall maintain adequate books and records/reports in connection with
Contract and shall make them available for inspection and audit by Banas Dairy,
until expiry of the performance security.
28. Taxes & Duties Bidder will be liable for all taxes and duties etc., as applicable under this
contract. Price quoted will be inclusive of all charges and taxes. In no case any
additional amount shall be paid. Mandatory taxes/duties to be recovered /
withheld from bidder will be deducted by Banas Dairy.
Note:
Y Invoice to be raise in the name of Banaskantha District Cooperative Milk
Producers’ Union Ltd.,Palanpur � In case of any change in tax rate, the same shall be applicable as per statutory norms
29. Insurance
Appropriate/ Applicable Insurance up to entire Project Completion shall be borne
by bidder. Bidder shall dispatch the goods after proper insurance at his cost. Bidder
shall acquire and maintain insurance coverage up to the date of taking over that are
standard and customary in the industry to protect purchaser and the Systems from
any losses, damages including but not limited to the damages during transit or
claims. The cost of such insurance shall be borne by bidder. Banas Dairy, Palanpur has
the right to inspect such insurance policies.
In case of any claim, Supplier will have to arrange the Documents and other
formalities and in no case Banas Dairy will arrange for such claims.
30. Documentation
On successful completion of the project the bidder shall submit in three sets (Hard
as well as Soft Copy) of the following for both the plants:
• A complete network architecture in A1 size with one copy duly framed to be
mounted in the central monitoring room.
• Product catalogue of each and every type of camera, switches, Servers,
Workstations, Desktops, Monitors
• Spare parts lists
• 01 set guarantee/ Warrantee certificates from OEM
• 01 set of original licenses
Page 25 of 108
• Operation and maintenance manuals
• Standard operating procedures
• Original Software CD, Backup CDs and other relevant items
31. Testing and Commissioning: The Supplier shall operate, maintain and give satisfactory trial
run of the equipment satisfactorily for a maximum period as mutually agreed by supplier/
purchaser/ owner of the equipment at the rated output. All rectification of damages/
defects and routine trouble shooting should be carried out by the Supplier. During this
period, Supplier shall incorporate/ execute necessary minor modifications during the trial
period for maximizing operational efficiency. The Supplier should also execute minor
modifications as may be suggested by the manufacturer/ Purchaser. The supplier shall
suggest recommended log sheet Performa for recording necessary operating data and pass
it on to the Purchaser in proof of satisfactory rated output and performance of the
equipment.
The Supplier shall demonstrate proper working of all Instrument and electrical controls,
safety and protective device, in presence of the Purchaser's engineer and the same should
be duly recorded.
After conducting testing, in case particular equipment is not working properly or not giving
rated output the Supplier will furnish a detailed report to the Purchaser stating therein the
detailed account of the performance of the equipment with possible reasons for improper
or not working of the same.
Further, before the commencement of testing or commissioning, the Purchaser reserves
the right to invite the original manufacturer's representative at the cost of the Suppliers for
start-up help, assist and guide the Supplier during commissioning in any of following cases:
a. The Supplier has no previous experience of commissioning and start-up of the similar
equipment
b. The Purchaser is of the opinion that the Supplier is not capable to commission and start-
up of certain specific equipment
However, in either of the cases the manufacturer’s representatives would be called with
prior information to the Supplier and the Supplier will have to extend all co-operations to
such representatives in good spirit and in the interest of the work.
The necessary quantities of consumables, miscellaneous spares etc., required for the
installation, commissioning, testing and start-up of all the equipment till handing over are
to be supplied by the Supplier and nothing extra would be paid for these.
32. Cleaning of Site: All soils, filth or other matters of offensive nature taken out of any trench,
Page 26 of 108
drain or other places shall not be deposited on the surfaces, but shall at once be carted
away by the Supplier from the site of work for proper disposal.
The Supplier shall not store or place the equipment, materials or erection tools on the
drive ways and passages and shall take care that his work in no way restricts or impedes
traffic or passage of men and materials during erection, the Supplier shall without any
additional payment, at all time keep the working and storage area used by him free from
accumulation of dust or combustible materials, waste materials, rubbish packing,
wooden planks to avoid fire hazards and hindrance to other works.
If the Supplier fails to comply with these requirements in spite of written instructions from
the Purchaser, the Purchaser will proceed to clear these areas and the expenses incurred by
the Purchaser in this regard shall be payable by the Supplier. Before completion of the
work, the supplier shall remove or dispose off in a satisfactory manner all scaffolding,
temporary structures, waste and debris and leave the premises in a condition satisfactory
to the Purchaser. Any packing materials received with the equipment shall remain as the
property of the Purchaser. The Supplier after completion of Project shall remove wastes
and restore the site to its working conditions at his cost before putting final invoice.
33. Penalty Clause
For delay in completion of work, a late penalty @0.5% per week may be
deducted subject to a maximum of 5% of the contract price. On further delays order shall
be liable to be cancelled. However, Managing Director of our union may waive off the
penalty keeping in view the force majeure or other exceptional circumstances beyond
the control of the supplier.
a) Penalty for downtime
The Banas Dairy may make a complaint about the equipment/service through
letter, fax, e-mail, phone, SMS or any other means as the Banas Dairy, Palanpur
thinks convenient or appropriate.
On receiving complaint about equipment/service, the vendor will respond by
providing standby arrangement within 24 hours for faulty *component, and
replacement if needed within 72 hours. In case of failure to provide the
reasonable standby arrangement, penalty of 2% of Unit Rate (of faulty
component) or Rs 1000 per day (whichever is higher) after 24 hours of
notification of downtime shall be imposed.
*Here Component means: Items mentioned in Commercial-BOQ.
Page 27 of 108
34. Risk Purchase: In case of delayed supplies/ erection/ commissioning, purchase/ execution
of work may be completed at the risk, cost and responsibility of the supplier after expiry of
scheduled date without any notice. Extra amount spent on Risk Purchase/ completion of
work shall be adjusted against the earnest money/ pending payments or same shall be
recovered from your firm.
We will reserve the right to effect risk purchase/ execution of the work in case of non-
fulfillment of any of various terms and conditions of the contract by the supplier at his risk
& cost.
35. Import license and foreign exchange variation: No import license shall be provided by the
BANAS DAIRY for goods offered against this bid. Necessary clearances/ licenses from the
concerned Authorities for any imported goods/items offered shall be obtained by the
bidder at his/her cost & responsibility.
Non-availability of or delay in obtaining license/ clearance shall not, under any
circumstances, entitle the bidder to seek any compensation/relaxation under the contract
and/or relieve the bidder from any of his/her obligations under the contract. Foreign
Exchange, Duties etc. variation, if any, shall also be to the account of the bidder and no
price escalation will be given.
36. Maintaining ethical standards in business: It is highly necessary for the suppliers to ensure
that business ethics are maintained at the highest degree with Our Union. In no case we
will be able to tolerate any unethical practice by the supplier by way of offering either
cash or in kind or compensation in any form either to get the rejected material accepted or
to get higher volume of the business than the approved quantity.
By any chance if it comes to our notice that you or any of your employee/ representative/
Agent has tried to initiate such unfair business practices with any of our employee or any of
the employee/ decision maker of our Union even with/ without any documentary
evidences, the same shall be considered as cancellation of Purchase order and we reserve
our right to terminate/suspend the Purchase order and the contract at any time without
assigning any reason thereof.
37. Insurance: The goods supplied under the contract shall be fully insured against loss or
damage incidental to manufacturer or acquisition, transportation, storage & further
installation at site and till successfully handed over to purchaser along with delivery in
the manner specified in the special conditions of contract. If any loss or damage occurs
during supply of goods under contract, the supplier shall make arrangement for repair and
replacement of any damaged, item/s in stipulated time.
38. Performance Security
Page 28 of 108
Within 15 days of receipt of Letter of Intent (LOI)/ Purchase Order, successful bidder
shall furnish an irrevocable and an unconditional performance security in form of
Performance Bank Guarantee for an amount equivalent to 20% of Total
Order/Contract Value.
The performance security shall be in the form of Bank Guarantee and shall be valid
till six months after the completion of Comprehensive Warranty (36 months
from the date of completion of entire project). Bank Guarantee should be in favour
of Banaskantha District Cooperative Milk Producers’ Union Ltd., Palanpur. The Bank
Guarantee should allow multiple and partial drawings and should be issued from any
nationalized bank having at least one branch office at Palanpur. Banas Dairy,
Palanpur may forfeit the Performance Bank Guarantee for any failure on part of
successful bidder to complete its obligation under the Tender/ Agreement.
In the event of delay in completion of project beyond the specified time period, the
bidder shall arrange to extend the guarantee from time to time to the
satisfaction of Banas Dairy, Palanpur. The bidder shall furnish amendment to the
PBG, if required, within 15 days of such requirement.
39. Right to vary the quantity at the time of Award
Banas Dairy reserves the right to increase or decrease the quantity of any item(s)
at the time of awarding of Purchase Order under this Contract.
Banas Dairy may place repeat orders of items/ services covered under this contract
against the acceptance of tender, within a period of six months from the date of the Issue
of LOI/PO and Bidder shall be liable to execute the same.
40. For delay in Supply, Installation & Commissioning of goods, penalty @ 0.5% per week shall
be deducted subject to a maximum of 5 % of the contract price. On further delays order
shall be liable to cancellation. However our In charge Managing Director can waive off such
penalty depending upon the reasons for delay.
41. Delivery of Goods: Material shall be delivered at the destination as specified in the
Purchase Order on any working days (except Sundays & holidays)
42. Payment Terms: Payment Terms: As per our current practices, no advance payment is
permissible. However, to ensure cash flow, commensurate with progress of the project
and the deliverables, stage payment schedule is mentioned in succeeding paragraphs.
For Equipment Supply, Installation & Commissioning and Maintenance:
• 50% of supply charges against delivery and inspection
• 30% of supply charges and 80% of installation charges after
Page 29 of 108
satisfactory commissioning
• Balance 20% of supply charges and 20% of installation charges after three
months of commissioning and satisfactory working • Payment against Annual Maintenance Charges (if any) shall be paid
quarterly after 15 Days of the quarter end 43. Other Commercial Terms and Conditions:
a. Invoices will be raised in the name of BANASKANTHA DIST. COOP. MILK PRODUCERS
UNION LTD., Palanpur.
b. Supplier will be required to submit two copies of invoices
c. All the taxes will be charged in Invoice
d. In case of any change in tax rate, the same shall be applicable as per statutory norms
44. Force Majeure: If any Force Majeure situation arises, the Supplier shall promptly notify the
Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by
the Purchaser in writing, the Supplier 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.
45. Purchaser's Instructions: The Purchaser may in his absolute discretion, issue from time to
time drawings and/ or instructions, directions and clarifications which are collectively
referred to as Purchaser's instructions. These instructions will be binding on the supplier.
46. Training of Personnel: Necessary staff, as may be deputed by the Purchaser, shall be trained
by the Supplier for operating the equipment. The personnel will be associated for the
training during the installation, testing, commissioning and start-up period and the training
tenure can be extended for a period of one week from the date of commissioning and start-
up. Class room training as well as on-site training during the installation of the Systems shall
be arranged by the bidder. Training shall be conducted in English/Hindi/Gujarati and the
contents of this training shall be approved by Banas Dairy. Arrangement of all training
materials such as manuals, drawings, brochures etc. shall be the responsibility of the
bidder. Bidder shall provide the time schedule of the training within 15 days of the signing
of the Contract. Training shall be arranged at the designated sites during the installation
and commissioning of the Systems.
47. Indemnification: The bidder shall indemnify and hold harmless Banas Dairy from any and
all damages, losses, penalties, expenses and costs arising from, based on, related to or
associated with the inaccuracy of any representation or covenant set forth in this T/E
document or the breach of or failure to perform or satisfy any of the provisions of this
T/E document or for loss of or damage to property, death or injury to person. Bidder shall
indemnify Banas Dairy and hold it harmless from all suits, actions, debts, accounts, costs,
losses, and expenses of all kinds (including legal expenses and professional advisory
Page 30 of 108
service expenses) arising from or out of any adverse claims of any and all persons
related to the execution of this project.
Note:
• The Bidder will provide insurance cover to its resident engineers in the Banas Dairy.
The engineers or their legal heirs shall not claim any insurance benefit from the
Banas Dairy in case workmen/ engineers suffer any loss or damage to their life or
person or property while working in any of the Banas Dairy premises.
• The Bidder shall ensure compliance to all the obligations arising under the
Contract Labor (Regulations & Abolition) Act, 1970, Minimum Wages Act,
Workmen’s Compensation Act, 1923 and other labor laws prevailing in the
country. In the event of any liability arising on account of any breach or non-
compliance of statutory requirements by the bidder, the Banas Dairy would have
the right to reimburse itself by way of adjustment from the vendor’s pending
bills or otherwise recover it through available legal means, to the extent of the
loss suffered by it as a consequence of the same.
• The bidder shall ensure that appropriate action shall be taken with respect to its
employees to ensure that the obligations of non-use and non-disclosure of
confidential information are fully satisfied.
• The bidder shall certify that the repair and maintenance services do not violate or
infringe upon any patent, copyright, trade secret or other property right of any
other person or other entity. The vendor shall indemnify the Banas Dairy from any
claim or demand, action or proceeding, directly or indirectly resulting from or arising
out of any breach or alleged breach of this warranty.
• The Banas Dairy reserves the right to claim as damages from the vendor to the
extent of the loss suffered by it, if it is found that due to any commission or
omissions of the vendor, damage has been caused to any asset of Banas Dairy.
48. Assignment: The Supplier shall not assign, in whole or in part, its obligations to
perform under the contract, except with the Purchaser's prior written consent. Such
assignment shall not relieve the Suppler from any liability or obligation under the
Contract.
49. Approvals: The Supplier shall obtain all the necessary legal approvals.
50. Jurisdiction: Settlement of any dispute out of the Supply Order/ contract against this bid
shall be subject to the courts at Palanpur only.
51. Data on firm: Please send data on your firm and information in the enclosed Annexure. The
tender bid received without above information or with incorrect information may not be
considered.
Page 31 of 108
Special Contract Conditions
Following Articles shall supplement the General Conditions (GC) or amend the GC
whenever there is a conflict of the provision of SCC with GC. In that event, provisions herein
shall prevail over those in the General Conditions.
1. Eligible Bidder(Bidder)
Bidder is one who has responded to the Tender Enquiry for Design, supply,
installation, testing, integration, commissioning, Operation &Maintenance of CCTV
Surveillance System at the designated site(s) and as specified in the T/E Data Sheet of
this document. Bidder will have to submit the original Tender document duly signed on
each page as a part of the Tender. It shall be expressly agreed herein by the Bidder that he
has read and understood the complete document/requirements and is complying with the
same except what is stated in specified Deviation/Non-Compliance statement format.
Note: Bidder is not allowed to participate through any consortium. Bidder
should submit solution as per our requirement as the main solution.
2. Warranty
The Bidder warrants that there is no intention of discontinuing production of the
Products and Systems supplied under the Tender within 36 (Thirty Six months) from the
date of the commissioning of the “Systems”. In the event that the Bidder intends to
discontinue production of any Product/System after that period, the Bidder will have to
certify that the spare parts of the system being discontinued will be available for at least
three years after expiry of contract under this tender.
3. Operation &Maintenance
The Bidder will provide free maintenance on site(s) for a Comprehensive
Warrantee period of three years after the commissioning. Bidder will be responsible for
maintenance of the “System” and services associated with this “system” during this period.
The price bid evaluation will include cost of maintenance under this clause. It is
responsibility of the bidder to deploy project manager/ technicians at least once in every
month to check for the healthiness of the complete system and help in smooth operation.
However, during any breakdown the bidder’s representative should reach the site within 24
hours of the intimation given by Banas Dairy.
Page 32 of 108
Relocation of camera is in the scope of supplier during the commissioning period/prior to
project completion. Cost of Relocation service within the Guarantee/Warranty period shall
be mention separately, and it will not be considered for Bid Evaluation for awarding of
Contract.
4. Bidder’s Obligations
The Bidder shall develop a final project plan within 15 days of the award of the contract. The
project plan shall include the following:
a) Definition of project implementation tasks, and identification of all major
installations, acceptance and service deliverables and milestones
b) A detailed, fully integrated project schedule covering installation, acceptance,
training, delivery of other Services, and including a graphical representation of
tasks duration’s and interdependencies (e.g. a GANTT or PERT chart)
c) Organization of Bidder and Banas Dairy, Palanpur project implementation and
operational support teams, including identification of specific staff resources,
timings and their estimated workloads
d) Elaboration of a detailed training program outlining course contents and
minimum qualifications for participants of each training course
e) Elaboration of a detailed acceptance test plan, including identification of the
Systems to be tested, specific tests and processes to be performed, and the
respective test schedules
f) Procedure for document and specification review and approval
g) Identification and scheduling of specific resources and facilities that the Banas
Dairy, Palanpur is required to provide
h) Bidder shall submit the contact details of Engineer, and four level of escalation
matrix.
5. Cable Requirement
The successful bidder shall carry out a joint survey of all locations and ascertain the quantities
of each type of cables prior to supply of the same.
6. Change in Quantity
Banas Dairy reserves the right to place up to 25 % extra quantities order within six months
from the date of LOI/PO, on the same terms and conditions.
Items/Equipments/Materials, which are not mentioned in BOQ (Format), but which
according to bidder’s assessment/ understanding of project are essential for
Page 33 of 108
implementation of project, should be included in commercial bid(BOQ) mentioning its
required quantity and rates (as per format) and should be included in Financial Bid.
It is assumed that bidder quoting against this tender has completely understood the
scope of work in details and is aware of all materials which will be required to execute this
project satisfactorily and timely. Hence, bidder shall not be eligible for any additional
payment except for materials which are additionally ordered by Banas Dairy.
This is not a Unit Rate contract, Banas Dairy will pay extra at actual for any additional unit
ordered by Banas Dairy. Bidder has to understand the site requirement especifically of Varibale
Components and no extra payment shall be made against any additional unit of quoted/ not
quoted item which is used/ installed/ consumed during project execution other than as agreed
upon. (Note: Bidder is required to submit unpriced BOQ for variable components alongwith
Technical Bid as evaluated by Bidder as sites's requirement for completion of project)
Note: Evaluation will be done on overall project cost for each plant together.
Page 34 of 108
Annexure-1: Notification
Interested Bidders who have downloaded tender form from our website will be required to notify
Purchase Department of Banas Dairy at e-mail id: [email protected].
Format of Notification
To,
Purchase Department, Banas
Dairy, Post Box- 20,
Palanpur-385001
Subject- Notification of Downloading of Tender for CCTV
Dear Sir,
In reference to above cited subject, we..... [Name and Address of Bidder]....., have downloaded
“Tender Document for Design, Supply, Installation, Integration, Commissioning and Maintenance of
CCTV based Security Surveillance System for Banas Dairy, Palanpur & Badarpura” and are
interested to quote for the same before the scheduled deadline.
Hence in this regard, we request you to please send us all relevant communications (including
clarification issued by Banas Dairy to various others interested Bidders and any amendments in
Tender Document) at following Contact Details:
Name of Bidder Firm:
Name of Concerned Person:
Business Address:
E-mail Address:
Contact No:
Mob No:
Page 35 of 108
Annexure- 2: Tender Enquiry Data Sheet
The following specific data for this Tender Enquiry shall complement, supplement, or amend the
provisions in the Invitation in Tender and Instructions to Bidders. Whenever there is a conflict, the
provisions herein shall prevail over those in the ITB.
Name of the Purchaser:
Banaskantha District Co-operative Milk Producers’ Union Ltd., Palanpur
Description of Goods:
Design, Supply, Installation integration, testing and Commissioning, of CCTV based Surveillance
Security System for Palanpur &Badarpura Dairy Plant of Banas Dairy, Palanpur
Purchaser’s Address:
PB NO: 20, Palanpur-385001, Banaskantha, Gujarat, India
Submission of Queries on T/E Document:
Not later than– 20.11.2017 till 15:00 hours, to the following e-mail [email protected]
Pre- Bid Meeting: On 23.11.2017 at Main Dairy Plant at Palanpur
Bid Validity: Validity of bid shall be no less than 120 days from the date of submission
Required number of copies of the Tender:
Two (Original plus one photocopy) and clearly mention “AN ORIGINAL” on original & “ A COPY”
on photocopy.
The address for Tender submission:
Purchase Department,
Banaskantha District Co-operative Milk Producers’ Union Limited
PB NO 20 , Palanpur : 385001, Dist : Banaskantha
Due date (Deadline) for Bid submission: 08.12.2017 at 1.30 P.M.
Opening of Quotation:08.12.2017 at 3.00 P.M.
Page 36 of 108
Annexure3- Check List
FOLLOWING DOCUMENTS ARE ATTACHED WITH THE TENDER
Sr.No. Item Yes/No
1 Please give the page No. to entire set of tender and documents enclosed. The
confirmation whether paging is done or not?
Yes/NoPa
geNo.
2 Whether literature/ catalogues/ Technical Data Sheets are attached? Yes/No
3 Authorization letter from manufacturer or OEM. Yes/No
4 Power of Attorney of authorized signatory Yes/No
5 Earnest Money Deposit Details Yes/No
6 Details of Work Executed Yes/No
7 Vendor Registration form Yes/No
8 Supporting Documents to execution of similar type of Contracts Yes/No
9 Turnover Details of last five years Yes/No
10 Profit & Loss statement of last five years Yes/No
11 Supported documents for Experience of Five years Yes/No
12 Details for more than 200 CCTV installed within last 3 years (in not more than 10
Projects)
Yes/No
13 Details of offices/service centres in INDIA & NCR with GST/Vat/CST/TIN/PAN details Yes/No
14 Make and Model List of Equipment Yes/No
15 Supporting/Technical Documents Yes/No
16 Technical Compliance Sheet of Equipment Yes/No
DECLARATION
We, solemnly declare that we have attached all the documents mentioned here above
and mentioned in the Tender. We also understand that non-compliance of any
documents will be treated as non-responsive Tender and we will lose our claim to
participate in the Tender Enquiry automatically and our tender will be liable to be
rejected.
Signature of Authorized person
Name of Authorized person
Page 37 of 108
Annexure4-CommercialBid for Palanpur Plant
[A] Fixed Cost Component: CCTV CAMERAS FOR PALANPUR PLANT
Sr.
No.
Item
Specification
&Make
UOM
Qty
Basic Unit Rate(in
INR) for supply
Landed Unit
Rate for Supply
Unit I&C
Charges
including all
AMC Charges
for2nd
year (incl.
taxes)/per Unit
AMC
Chargesfor3rd
year
(incl. taxes)/per
Unit
Total per Unit(*)
(in INR)
I II III IV (I+II+III+IV)
1 2 MP, IP IR HD POE
Dome (IP66)
As per
Annexure
No
149
2
2 MP, IR, IP HD POE –
FIX BOX/BULLET
(IP66)
As per
Annexure
No
22
3 2 MP, IP HD POE
HSDOM - PTZ (IP66) As per
Annexure
No
4
Total-A 175
*Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance charges, insurance, etc.)
Signature of the party with office
stamp (In token of acceptance of terms
& condition)
Date:
Page 38 of 108
[B] Variable Cost Component: Network Component and Accessories for Palanpur Plant
Sr Description
Specification &
Make
UOM Qty
Basic Unit
Rate(in
INR) for
supply
Landed Unit
Ratefor Supply
Unit I&C
Charges
including all
AMC
Chargesfor2nd
ye
ar
(incl.taxes)/per
Unit
AMC
Chargesfor3rd
year
(incl.taxes)/per
Unit
Total per
Unit(*)
(in INR)
I II III IV (I+II+III+IV)
4 5 KVA UPS As per Annexure No
5 PC with 24” HD monitor As per Annexure
No
6 Work Station w/o monitor As per Annexure
No
7 42" LED Monitor As per Annexure No
8 32" LED Monitor As per Annexure No
9 64 Channel NVR As per Annexure No
10 4 TB Surveillance HDD As per Annexure
No
11 Server w/o monitor As per Annexure No
12 NAS As per Annexure No
13 1 KVA UPS As per Annexure
No
14 CAT6 Patch Code (1 Mtr) As per Annexure
Meter
15 CAT6 Patch Code (2 Mtr) As per Annexure
Meter
16 CAT6-I/O As per Annexure
No
17
24Port Gigabit Network
Switch, (24 Port+4SFP) (POE
, Managed)
As per Annexure
No
18
16Port Gigabit Network
Switch, (16 Port + 2 SFP)
(POE, Managed)
As per Annexure
No
Page 39 of 108
19
08Port Gigabit Network
Switch, (08 PORT+
2SFP)(POE, Managed)
As per Annexure
No
20 CAT 6 Ethernet cable
(Approx.Qty) As per Annexure
Meter
21 Fiber Patch code (1 Mtr) As per Annexure
NO
22 HDPE Pipe (Approx.
Qty)(jain, astral) As per Annexure
Meter
23 JACK Panel As per Annexure
NO
24
9 U rack LIU - 24 pair, Rack
mount, fully loaded with
Adapter, Pigtail, jack panel
and Core Termination
As per Annexure
NO
25
24 port rack mount liu with
adapter, pigtail and coupler
panel, fully loded
As per Annexure
NO
26 OFC Modular As per Annexure
NO
27 06 Core, SM OFC- Armored As per Annexure
Meter
28 Rack (42U) As per Annexure
NO
29 Rack (12U) As per Annexure
NO
30
Analytical IP Camera
Management Software /
VMS
As per Annexure
NO
31 Camera Licenses As per Annexure
No
32 User/Client License As per Annexure
NO
33 Mobile view License As per Annexure
NO
Page 40 of 108
34
CASING CAPING
PATTI(2"width and 2meter
length), ELBOW & BEND - ISI
make
As per Annexure
NO
35
CASING CAPING
PATTI(1"width and 2meter
length), ELBOW & BEND - ISI
make
As per Annexure
NO
36
CASING CAPING
PATTI(1/2"width and
2meter length), ELBOW &
BEND - ISI make
As per Annexure
NO
37 25MM PVC FLEXIBLE PIPE -
ISI mark As per Annexure
Meter
38 32MM FLEXIBLE PIPE - ISI
Mark As per Annexure
Meter
39
Network Rack Installation
with required accessories
including, Switch, SFP
Module, Jack Panel, etc.
As per Annexure
NO
40 LIU Installation As per Annexure
NO
41 Fiber Core Splicing on actual
count As per Annexure
NO
42
Laying & Mounting OFC -
HDPE with required
accessories on actual count
As per Annexure
Meter
43
Laying & Mounting CAT6 in
Pipe, Strip with required
accessories like saddle/tie
on actual count
As per Annexure
Meter
Page 41 of 108
44 Ethernet I/O installation n
Termination
As per Annexure
NO
45 10 FT MS Pole with
installation As per Annexure
NO
46 Rj45 Connector As per Annexure
No
47 Other Items As per Annexure No
* Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance charges, insurance, etc.)
Note:
• Section[C]:“Commercial Bid for Variable Cost Component: Network Component and Accessories” is indicative in nature and Bidder is required to visit and
understand the actual site requirement and quote accordingly as per their assessment of requirement.
• No extra payment shall be made by Banas Dairy other that as agreed upon price
• Copy of Un-priced BOQ of Section[C],as quoted by bidder is to be submitted along with Technical Bid also.
Signature of the party with office stamp (In
token of acceptance of terms & condition)
Date:
Page 42 of 108
Annexure 4-CommercialBid-For Badarpura Plant
[A] Fixed Cost Component: CCTV CAMERAS for BADARPURA PLANT
Sr.
No.
Item
Specification
&Make
UOM
Qty
Basic Unit Rate(in
INR) for supply
Landed Unit
Ratefor Supply
Unit I&C
Charges
including all
AMC
Chargesfor2nd
year
(incl.taxes)/per
Unit
AMC
Chargesfor3rd
year
(incl.taxes)/per
Unit
Total per Unit(*)
(in INR)
I II III IV (I+II+III+IV)
1 2 MP, IP IR HD POE
Dome (IP66)
As per Annexure No
20
2
2 MP, IR, IP HD POE –
FIX BOX/BULLET
(IP66)
As per Annexure
No
18
3 2 MP, IP HD POE
HSDOM - PTZ (IP66)
As per Annexure No
2
Total-A 40
*Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance charges, insurance, etc.)
Signature of the party with office
stamp (In token of acceptance of terms
& condition)
Date:
Page 43 of 108
[B] Variable Cost Component: Network Component and Accessories
Sr Description
Specification &
Make
UOM Qty
Basic Unit
Rate(in INR)
for supply
Landed
Unit Ratefor
Supply
Unit I&C
Charges
including all
AMC
Chargesfor2nd
yea
r (incl.taxes)/per
Unit
AMC
Chargesfor3rd
ye
ar
(incl.taxes)/per
Unit
Total per
Unit(*)
(in INR)
I II III IV (I+II+III+IV)
4 5 KVA UPS As per Annexure No
5 PC with 24” HD monitor As per Annexure
No
6 Work Station w/o
monitor As per Annexure
No
7 42" LED Monitor As per Annexure No
8 32" LED Monitor As per Annexure No
9 64 Channel NVR As per Annexure No
10 4 TB Surveillance HDD As per Annexure
No
11 Server w/o monitor As per Annexure No
12 NAS As per Annexure No
13 1 KVA UPS As per Annexure
No
14 CAT6 Patch Code (1 Mtr) As per Annexure
Meter
15 CAT6 Patch Code (2 Mtr) As per Annexure
Meter
16 CAT6-I/O As per Annexure
No
17
24Port Gigabit Network
Switch, (24 Port+4SFP)
(POE , Managed)
As per Annexure
No
18
16Port Gigabit Network
Switch, (16 Port + 2 SFP)
(POE, Managed)
As per Annexure
No
Page 44 of 108
19
08Port Gigabit Network
Switch, (08 PORT+
2SFP)(POE, Managed)
As per Annexure
No
20 CAT 6 Ethernet cable
(Approx.Qty) As per Annexure
Meter
21 Fiber Patch code (1 Mtr) As per Annexure
NO
22 HDPE Pipe (Approx.
Qty)(jain, astral) As per Annexure
Meter
23 JACK Panel As per Annexure
NO
24
9 U rack LIU - 24 pair,
Rack mount, fully
loaded with Adapter,
Pigtail, jack panel and
Core Termination
As per Annexure
NO
25
24 port rack mount liu
with adapter, pigtail and
coupler panel, fully
loded
As per Annexure
NO
26 OFC Modular As per Annexure
NO
27 06 Core, SM OFC-
Armored As per Annexure
Meter
28 Rack (42U) As per Annexure
NO
29 Rack (12U) As per Annexure
NO
30
Analytical IP Camera
Management Software /
VMS
As per Annexure
NO
31 Camera Licenses As per Annexure
No
32 User/Client License As per Annexure
NO
33 Mobile view License As per Annexure
NO
Page 45 of 108
34
CASING CAPING
PATTI(2"width and
2meter length), ELBOW
& BEND - ISI make
As per Annexure
NO
35
CASING CAPING
PATTI(1"width and
2meter length), ELBOW
& BEND - ISI make
As per Annexure
NO
36
CASING CAPING
PATTI(1/2"width and
2meter length), ELBOW
& BEND - ISI make
As per Annexure
NO
37 25MM PVC FLEXIBLE
PIPE - ISI mark As per Annexure
Meter
38 32MM FLEXIBLE PIPE -
ISI Mark As per Annexure
Meter
39
Network Rack
Installation with
required accessories
including, Switch, SFP
Module, Jack Panel, etc.
As per Annexure
NO
40 LIU Installation As per Annexure
NO
41 Fiber Core Splicing on
actual count As per Annexure
NO
42
Laying & Mounting OFC
- HDPE with required
accessories on actual
count
As per Annexure
Meter
43
Laying & Mounting CAT6
in Pipe, Strip with
required accessories like
saddle/tie on actual
count
As per Annexure
Meter
Page 46 of 108
44 Ethernet I/O installation
n Termination
As per Annexure
NO
45 10 FT MS Pole with
installation As per Annexure
NO
46 Rj45 Connector As per Annexure
No
47 Other Items As per Annexure No
* Here Total Unit Rate is the rate inclusive of all charges (i.e. Basic Price, applicable taxes, P&F, installation and maintenance charges, insurance,etc.)
Note:
• Section[C]:“Commercial Bid for Variable Cost Component: Network Component and Accessories” is indicative in nature and Bidder is required to visit and
understand the actual site requirement and quote accordingly as per their assessment of requirement.
• No extra payment shall be made by Banas Dairy other that as agreed upon price
• Copy of Un-priced BOQ of Section[C], as quoted by bidder is to be submitted along with Technical Bid also.
Signature of the party with office stamp (In
token of acceptance of terms & condition)
Date:
Page 47 of 108
[D]Total Project Offer (Price Break Up)
DESCRIPTION Total PRICE(InINR)
For
Palanpur Plant
Total PRICE (In INR)
For
Badarpura Plant
Total PRICE(InINR)
For
Palanpur + Badarpura
plants
[A]TOTAL BASIC PRICE FOR SUPPLY,INSTALATION AND COMMISSIONING OF IP BASED CAMERA WITH ACCESSORIES
[B] TOTAL BASIC PRICE FOR SUPPLY,INSTALLATION AND COMMISSIONING OF Network Component and accessories
TOTAL BASIC PRICE FOR SUPPLY AND I&C OF CAMERA,NETWORK WITH ACCESSORIES[A]+[B]
nd
Total Annual Maintenance Contract for2 year
rd
Total Annual Maintenance Contract for 3 year
Total Packing and Forwarding(ifany)
Total GST (If applicable)
Total GST Tax on on services I&C and AMC
Total Freight
Total Insurance
Total Other Charges(if any)
TOTAL PROJECT BID AMOUNT(INR) INCLUDING ALL
Annual Maintainace Charges for CCTV (IP-ONVIF) Camera Maintenance Service for Existing CCTV Cameras at
Palanpur
GST on Annual Maintainace Charges for CCTV (IP-ONVIF) Camera Maintenance Service for Existing CCTV Cameras
at Palanpur
Annual Maintainace Charges for CCTV (IP-ONVIF) Camera Maintenance Service for Existing CCTV Cameras at
Palanpur inclusive of all with GST
Note:
• Additional Items not mentioned in BOQ and requires for installation and commissioning shall be mention separately and should be part of Price
Breakup
• Models of the camera should be selected on the bases off features mentioned against each camera.
• Supplier shall use available structure for installation/mounting of cameras and network equipment. However any additional required supports-
fixture is in the scope of supply
• Warrantee/ Guarantee shall be for the period of 36 months. This would include but not limited to periodical visits, breakdown call visits
replacement of defective parts etc.
• All other additional requirement to be mentioned as per assessment done by bidders as per SCC clause no.7 in this commercial bid. No additional
Page 48 of 108
charges will be paid to bidders for any reason arising out of bidder’s fault of not including any essential material/item in commercial bid.
We agree to demonstrate the performance of the above items in accordance with the technical specifications
for a price quoted and we are able to complete this works within five Months.
Price also covers the cost of all the material and services which may not be mentioned in the Tender Document
but are essential for normal functioning of supplied CCTV based security surveillance System in true sense.
Signature of
Bidder……….…………………….Name...…………………………
Business Address: …………………………….
Place: …………………………
Date:………………………
Page 49 of 108
Annexure- 5: EMD Details
1. Earnest Money Deposit Details (Rs.1.50 Lacs)
Details of Bank draft:
No.___________
Dated_______________ Drawn On (Name of Bank) ____________________
EMD Amount Rs._______________________________________________
(Rupees in words
(________________________________________________)
I/we have read the instructions carefully and accordingly submitted the tender documents as
per the terms and conditions as given in the tender notice for “Design, Supply, Installation,
Integration, Commissioning and Maintenance of CCTV Surveillance System for Palanpur &
Badarpura Plant.”
Date:
Signature of the Party
With office stamp
Page 50 of 108
Annexure-6: Turnover Details
Financial Year Turnover (In Rupees)
F.Y.2016- 17
F.Y.2015- 16
F.Y.2014-15
F.Y.2013-14
Page 51 of 108
Annexure- 7: Summary of Orders Executed
Name of the Bidder: ______________________________
Execution of Similar Projects during February- 2014 to March-2017: ______________________
Note: Purchase Order copies should be enclosed in support of the above.
Date: SealofCompany&Signature ofAuthority
Name of Dairy/ Reputed
Organization
Description of the Project
Executed
Month -
Year
Total Value
(in Rs Lacs)
Page 52 of 108
Annexure8-Scope of Work,Technical Specifications and Bill of Quantities (BOQ)
1. Brief of the Project:
Banas Dairy requires a CCTV, IP-based security surveillance System for its Palanpur & Badarpura Dairy campus on turnkey basis. Refer location list for type of camera required
to be installed
2. General Requirements:
Following are the basic requirements listed out for CCTV Surveillance at Banas Dairy for
their various locations mentioned in document-
• All the bidders must attach the point by point compliance for below specification
in their technical bid.
• The Network (IP) Video Management Software (NVMS) Surveillance solution should be
pure IP based CCTV Surveillance with all the required life time licenses.
• The proposed solution shall not require proprietary computer, server, and network or
storage hardware.
• The CCTV Surveillance Software system shall be based on the latest in software
programming technology
• Preferable NVMS software and cameras of the same make. Combination of different make
for software and cameras will be considered based on optimal solution.
• Offered NVMS should maintain the single centralized administration, configuration and
authentication database for entire system. This functionality can either be loaded on any
of the recording server or on a dedicated server. If offered software need dedicated
server for this, then the same will be in bidder’s scope. Specifications of administration
server should be same as that of recording server except storage size.
• The complete system shall be ONVIF (Open Network Video Interface Forum). This means it
should be possible to connect any make of the camera/ video management
software/recorder.
• The complete system shall be designed such that it should be possible to add at least
25% additional camera in the system. Therefore the complete system should including
switches, other network hardware and servers should have spare capacity.
• The Network shall include at least One L3 managed switch.
• The system software must be capable of sending alerts, and alarms from the preferred
locations of the camera. (Location of camera to be defined for such need)
• The system shall be capable to record the real time video from all the camera and it
should be possible to monitor from multiple locations. There shall also be a centralized
location dedicated solely for monitoring the system. The main servers shall be house in
this location. Presently Three No of Servers & NAS OR Three NVRs with HDD, considered
with 157 cameras at Palanpur & One Server & NAS OR One NVR with HDD for 31 cameras
at Badarpura.
Page 53 of 108
• A Network Aided Storage system for storing video at 25fps, 2MP, Continuous frame for
a period of 30 days is to be considered for the system.
• If Server architecture is proposed, redundancy shall be considered.
• The network up time should be 99%
• The network should be designed such that in case there is problem at any of the switch/
node the whole system should not be affected and only that part is affected. A real
time network diagram shall also be developed which can be monitored from the central
control room. In case there is a problem with any of the node/ switch it should be
possible to diagnose the same real time network diagram.
• Ring topology shall be followed for the network.
• The network and the server should be designed such that there is no loss of signal
being transmitted from camera to monitoring system.
• The network topology should be ring type with failsafe condition. Care must be taken so
if there is a problem at one node or Switch it will affect only that camera/switch, all
others will run smoothly.
• The camera shall be of manufacturer’s official product line; designed for
commercial/industrial 24/7/365 use. The camera shall be based upon standard
components and proven technology using open and published protocols
• The camera shall support both fixed IP addresses and dynamically assigned IP
addresses provided by a Dynamic Host Control Protocol (DHCP) server.
• All camera installation, configuration, setup, program and related work shall be
performed by electronic technicians thoroughly trained by the manufacturer in the
installation and service of the equipment provide
• All equipment provided shall be backed by a minimum of three years O E M /
manufacturer warranty and any damage, Malfunction occurs then the cameras/ Parts/
Accessories/ Network system should be replaced free of cost during the warranty
period.
• The Specified unit shall fulfill all the required certi f icat ions and Standards. (ISO,
EMS, Networking standards) and UL listed.
• The camera models should be of latest (manufactured in year 2016-2017) and will be
available for next 05 years. It should be listed on official website of the OEM/
manufacturing Company’s Indian website and available for India.
• The OEM/manufacturing Company’s service center preferred to be in Gujarat, India. The
manufacturing company should provide letter for service Support on behalf of
Bidder/Service partner, in case of Bidder/Service partner’s failure in service support.
3. General Features for All type of Camera:
• All the Dome, High-speed dome, Box type Camera’s should support Resolution
Page 54 of 108
1920x1080 or higher. The camera should transmit crisp and clear video at 1920x1080
pixels or higher and 30FPS and the transmission on network should happen at extremely
low bandwidth and best quality. The video compression codec should be selectable
H.264, MJPEG or higher.
• All cameras, at least, & preferably software & housing to be of same make.
• All CCTV equipment / products shall have quality system compliance with the ISO
9001 and UL Certification. Bidder to submit the certification for the same and the
Certificate should be valid in the current date and should have the name of the offered
model by the SI/OEM. No Submission of the same may lead to rejection of the bids
• Bidder must provide reference list of at least two installations for similar products /
components / solution with order references and completion certificates.
• All software and firmware upgrades shall be free of charge during the warranty period.
• The CAMERA shall be capable of supporting minimum Five (05) users simultaneously
over the network.
• The Camera shall have an Easy Focus function, which adjusts the camera focus by using
the Easy Focus button on the rear of the camera or remotely via the GUI. When the
camera is switched between day and night modes, the Easy Focus function is
automatically activated to keep the camera focused
• The Camera shall utilize MJPEG and H.264 compression.
• The supported operating systems shall be Microsoft Windows 10™, Windows 8™
32/64bit (Ultimate/Professional), Microsoft Windows 7™ 32/64bit (Ultimate/Professional)
and DirectX® 9.0c or higher.
• The CAMERA shall incorporate a built-in web server, such that the standard web browser
Google Chrome, Mozilla Firefox, Microsoft® Internet Explorer and others with latest
version as on date can be used to access the camera without need for special viewer
software.
• The CAMERA shall have a camera tampering detection function that alerts the operator
if the camera is tampered with. Tampering can include spraying the camera lens,
covering it with a cloth, or changing the mounting direction
• The CAMERA shall support the following network protocols: TCP, IPv4, IPv6, DNS,
RTP/RTCP, RTSP, UDP, ARP, HTTP, HTTPS, ICMP, IGMPv3, SMTP, FTPs, FTPc, DHCP, NTP
and SNMP (MIB-2). Network security shall be via Password (basic authentication) and IP
filtering.
• The CAMERA shall be Power over Ethernet (Poe) capable, compliant to the IEEE 802.3af
standard.
• The CAMERA shall support IP Filtering, whereby access to the camera can be restricted
to one or more groups of selected users. Up to ten (10) different groups can be
established by defining an IP address range for each group
• The CAMERA shall have a composite analog video output/Ethernet Video Output in
addition to streaming video via Ethernet. The composite analog video output can be
used for monitoring while installing the camera to adjust the field of view and focus.
• The video signal-to-noise ratio shall be more than 50 dB
• The CAMERA shall have up to six user level settings. The administrator shall have complete
access/control of the cameras. The other five levels of access can be set to limit user
Page 55 of 108
privileges to functions such as viewing, changing image size, etc.
• The CAMERA operating temperature shall be within the range of 14°F to 122°F (- 10°C to
+50°C). Cold start temperature must be greater than 32°F (0°C).
• The CAMERA storage temperature shall be within the range of -4°F to +140°F (- 20°C to
+60°C).
• The CAMERA operating humidity shall be within the range of 20% to 80% (non-
condensing).
• The cameras, networks, cables, Switches, and any other Hardware/ Software
installations, commissioning should be as per standard and good engineering practices.
• There should be no any hidden charges for any hardware/ software requirement for
smooth and satisfactory working of the entire CCTV Surveillance system.
• All the cameras which are located remotely at Palanpur & Badarpura plants shall be
clearly visible from present CCTV control room of Palanpur (in the m u l t i p l e groups of
0 4 cameras) via internet Line like BB or ILL, Internet is in scope of Buyer.
• There shall be two nos. LED (32’’) along with CCTV- Viewing Workstation to be
installed in CCTV-control room of Banas Dairy, Palanpur for monitoring the system of
Badarpura plant with required hardware, accessories and licenses.
4. Documentation
The CCTV system contractor, upon completion of the commissioning activity, shall hand over
the system to the customer.
At the time of hand over, the contractor shall provide the customer with the following
documentation:
1. Copy of detailed report
2. Component and equipment list
3. Product description sheets
4. System design drawing(s)
5. System schematic diagram(s)
6. System operating manuals
Prior to final acceptance, the installing contractor shal l provide complete
operation and maintenance instruction manuals to the owner. All aspects of system
operation and maintenance shall be detailed, including wiring diagrams of all circuits, a
written description of the system design, sequence of operation and drawing(s),
illustrating control logic and equipment used in the system. Checklists and procedures
for emergency situations, maintenance operations and procedures shall be included in the
manual.
5. Training
Page 56 of 108
The contractor shall provide the customer with details of the training required by
personnel to operate and maintain the CCTV system with Five days Training Schedule for
Palanpur & Badarpura. The Contractor and the customer shall jointly agree the number of staff to
attend the training courses.
6. Environmental Requirements
Vendor is required to assess the environmental conditions for the equipment to be
installed under this specification. The vendor has to ensure the proper operation of the installed
equipment. The equipment and its components should work satisfactorily under the following
environmental conditions:
Environment Operating Limits:
Temperature Range:
Operation to
(Un controlled Environment)
-0 to +50 °C
Relative Humidity Up to 80%
7. Standards
Work shall be performed in accordance with the applicable international and local codes
or standards current at the commencement of installation. Where more than one code or
regulation is applicable, the more stringent shall apply.
8. Work Scope and Location List
The bidder has to take care while designing the solutions as it is assumed that the
bidder has surveyed the site, checked the feasibility of system installation physically as
per the site requirement, distance, Networking and Power connectivity, locations of CCTV
camera for best video coverage & full functionality. Requirement of Installation,
commissioning and support for CCTV System at Locations mentioned below:
Palanpur & Badarpura, Gujarat, India.
Viewing of CCTV of above locations will be requires at Banas Dairy, Palanpur, Gujarat at minimum
06 existing Work Station with required licenses. 02 CCTV Work Station and 32" LED monitors will
be installed at Banas Dairy, Palanpur, Banaskantha, Gujarat for both plants separately.
The bidder shall be responsible to carry out installation of the individual
components as per the design p ro p o s ed b y h i m a n d approved by Banas Dairy.
Galvanized Mounting Pole with earthing if requires, will be in bidder scope and to be
mention into price bid. Miscellaneous components, accessories, connectors, nut-bolts,
Page 57 of 108
anchor fastener, bracket, jacks etc. not indicated here, but required for a successful
installation and implementation of all system in integrated manner as desired and designed
by Banas Dairy , bidder shall list out such items with adequate quantities if priced
separately.
9. Product Warrantee & Service Declaration
All Products comprehensive warranty Period will be 03 (Three) year from the date of
work Completion of the total project. Free service Period will be 03 (Three) year from the date
of work Completion of the total project.
10. Technical Specifications of IP CCTV System &Components
• Specifications for HD Megapixel IP Camera:
• (Bullet/Box /High Speed Dome (PTZ)/Dome (IP66 & non IP66) Cameras)
• Following are Minimum Specification, for each type of camera.
• Higher models are allowed.
• Data Sheet to be submitted along with Bid.
10.1) 2Mega Pixel Vandal proof Dome IR Network Camera
Description Technical parameters Compliance
Yes/No
Deviation
1 Sensor
The camera should be equipped with a minimum of 1/3" CMOS
sensor applying progressive scan technology to record more
fluid footage and avoid distortion created by moving objects.
2 Resolution The camera shall support 2048X1536(for viewing), 1920x1080
both @ 30 fps for high definition video quality.
3 Max Frame Rate
The camera should capture images at a frame rate of
60fps@1920x1080p so as to give a swift video output even in
case of fast moving objects
4 Video Compression
H.265,H.264 Main Profile and MJPEG. The camera shall
support intelligent streaming to reduce bandwidthand storage
by more than 50% in case of low/zero motion without affecting
resolution and frame rate.
5 Lens The camera should be provided with an OEM fitted 3 to 10 mm
motorized focus lens or higher
6 Focus Auto. The camera should provide the capability to control the
zoom lens from a remote location using the VMS/browser
7 Minimum Illumination Color @ 0.06 lux, B/W @ 0 lux with IR ON
8 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night, must be True Day /Night
9 IR Distance 100 Ft or above (30 mtr or above) adaptive IR
10 Streaming The camera should support 03 nos H.264 and 1 MJPEG stream
11 White Balance Must support auto white balance
Page 58 of 108
12 Wide-Dynamic-Range The camera must support varying exposure based True WDR
with minimum 130 dB
13 Noise Reduction 3D must be available
14 Image stabilization Must be available
15 Masking Camera must support minimum of 4 Privacy masking area with
different color options
16 Network
IPv4/IPv6, HTTP, HTTPS, TCP/IP, UDP, UPnP, ICMP, IGMP, RTSP,
RTP, SMTP, NTP, DHCP, DNS, FTP, IP Filter. The Camera shall
have Secured encrypted SSL layer with third party CA
certification to avoid any snooping / hacking attempts.
Confirmation on OEM letterhead.
17 Security Security Password protection - Multi layer passwords
18 Others High Light compensation, Automatic back focus adjustment
with hardware button on camera and web based control
19 Micro SD Slot
Must be available for Edge based recording with support of
SDXC slot (128 GB card support). The card data shall be
password protected with alteration detection mechanism. The
camera shall preferably support failover of SD card data.
20 ANR
Camera must support Automatic Network Replenishment,
which starts recording on edge SD card in case of network
failure and then pushes the recording to the server with
network re-establishment
21 Audio Must support Bi directional Audio
22 Edge analytics
For smart recording and alarms, camera must have edge based
analytics like, Motion Detection, Face Detection, Line crossing,
Left and removed object detection, Intrusion, tampering
detection (i.e. in case of spraying on the camera lens, covering
lens with the cloth or changing mounting location). Each
camera shall support minimum 4 no’s of analytics zone with
different analytics simultaneously.
23 Alarm Must have 1 input and output alarm
24 Ethernet 10/100 Ethernet
25 Browser Support Camera must Support IE 7.0 onwards
26 Power Source Must support POE and 12 V DC
27 users Must Support Minimum 10 users
28 Protection IP66 and vandal resistant IK10 - 50 J impact resistant
29 Operation
Temperature/Humidity
(–20°C to 50°C); 20% to 90% RH, non-condensing. Camera shall
support inbuilt dehumidification device.
30 Open Protocol ONVIF PROFILE S, G
31 Certifications UL,FCC,CE
32 Accessories All required OEM mounting and POE accessories
10.2) 2Mega Pixel Outdoor Vandal proof Bullet IR Network Camera
Page 59 of 108
Sir Description Technical parameters Compliance
Yes/No
Deviation
1 Sensor
The camera should be equipped with a minimum of 1/3" CMOS
sensor applying progressive scan technology to record more
fluid footage and avoid distortion created by moving objects.
2 Resolution The camera shall support 2048X1536 (for viewing), 1920x1080
both @ 30 fps for high definition video quality.
3 Max Frame Rate
The camera should capture images at a frame rate of
60fps@1920x1080p so as to give a swift video output even in
case of fast moving objects
4 Video Compression
H.264 Main Profile and MJPEG. The camera shall support
intelligent streaming to reduce bandwidth and storage by
more than 50% in case of low/zero motion without affecting
resolution and frame rate.
5 Lens The camera should be provided with an OEM fitted 3 to 10 mm
motorized focus lens or higher
6 Focus Auto. The camera should provide the capability to control the
zoom lens from a remote location using the VMS/browser
7 Minimum Illumination Color @ 0.06 lux, B/W @ 0 lux with IR ON
8 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night, must be True Day /Night
9 IR Distance 100 Ft or above (30 mtr or above) adaptive IR
10 Streaming The camera should support 3no’s H.264 and 1 MJPEG stream
11 White Balance Must support auto white balance
12 Wide-Dynamic-Range The camera must support varying exposure based True WDR
with minimum 130 dB
13 Noise Reduction 3D must be available
14 Image stabilization Must be available
15 Masking Camera must support minimum of 4 Privacy masking area with
different color options
16 Network
IPv4/IPv6, HTTP, HTTPS, TCP/IP, UDP, UPnP, ICMP, IGMP, RTSP,
RTP, SMTP, NTP, DHCP, DNS, FTP, IP Filter. The Camera shall
have Secured encrypted SSL layer with third party CA
certification to avoid any snooping / hacking attempts.
Confirmation on OEM letterhead.
17 Security Security Password protection - Multi layer passwords
18 Others High Light compensation, Automatic back focus adjustment
with hardware button on camera and web based control
19 Micro SD Slot
It must be available for Edge based recording with support of
SDXC slot (128 GB card support). The card data shall be
password protected with alteration detection mechanism. The
camera shall preferably support failover of SD card data.
Page 60 of 108
20 ANR
Camera must support Automatic Network Replenishment,
which starts recording on edge SD card in case of network
failure and then pushes the recording to the server with
network re-establishment
21 Audio Must support Bi directional Audio
22 Edge analytics
For smart recording and alarms, camera must have edge based
analytics like, Motion Detection, Face Detection, Line crossing,
Left and removed object detection, Intrusion, tampering
detection (i.e. in case of spraying on the camera lens, covering
lens with the cloth or changing mounting location). Each
camera shall support minimum 4 no’s of analytics zone with
different analytics simultaneously.
23 Alarm Must have 1 input and output alarm
24 Ethernet 10/100 Ethernet
25 Browser Support Camera must Support IE 7.0 onwards
26 Power Source Must support POE and 12 V DC
27 users Must Support Minimum 10 users
28 Protection IP66 and vandal resistant
29 Operation
Temperature/Humidity
(–20°C to 50°C); 20% to 90% RH, non-condensing. Camera shall
support inbuilt dehumidification device.
30 Open Protocol ONVIF PROFILE S, G
31 Certifications UL,FCC,CE
32 Accessories All required OEM mounting and POE accessories
10.3) 2 Mega Pixel Outdoor Vandal proof 30X PTZ Network Camera
Sr Description Technical Parameters
Compli
ance
Yes/No
Deviation
1 Sensor
The camera should be equipped with a minimum of 1/3" CMOS
sensor applying progressive scan technology to record more fluid
footage and avoid distortion created by moving objects.
2 Resolution Minimum 1920x1080 for high definition video quality
3 Frame Rate The camera should capture images at a frame rate of
30fps@1080p.
4 Video Compression
H.264 Main Profile and MJPEG. The camera shall support
intelligent streaming to reduce bandwidth and storage by more
than 50% in case of low/zero motion without affecting resolution
and frame rate.
5 Lens
The camera should be provided with a minimum of an OEM
fitted 4.3 -129 mm/ 4.5-135 mm motorized zoom and motorized
focus lens with 30X optical zoom or higher
Page 61 of 108
6 Focus Auto. The camera should provide the capability to control the
zoom lens from a remote location using the VMS/browser
7 Minimum Illumination Color @ 0.4 lux, B/W @ 0.003 lux
8 ICR The camera shall incorporate a physical ICR filter for quality
images both during day and night, must be True Day /Night
9 Streaming The camera should support 2 no’s H.264 and 1 MJPEG stream
10 White Balance Must support auto white balance
11 Auto Tracking Must be available
12 Noise Reduction 3D must be available
13 EIS Must support EIS (electronic Image Stabilization)
14 Optical Zoom/Digital
Zoom 30x or higher
15 Presets Minimum 256 preset positions required
16 PAN Range / PAN
Speed 360⁰ endless / speed 300⁰ per second
17 Tilt Range / Tilt Speed upto -15⁰ to 190⁰ / speed 300⁰ per second or 20⁰ to 90⁰autoflip
180, must have horizon view when Zoom in.
18 PTZ features Must support Pattern, Tours
19 Masking Camera must support minimum of 6 Privacy masking area with
different color options
20 Network
IPv4/IPv6, HTTP, HTTPS, TCP/IP, UDP, UPnP, ICMP, IGMP, RTSP,
RTP, SMTP, NTP, DHCP, DNS, FTP, IP Filter. The Camera shall have
Secured encrypted SSL layer with third party CA certification to
avoid any snooping / hacking attempts.Confirmation on OEM
letter head.
21 Security Security Password protection - Multi layer passwords
22 Others High Light compensation
23 Motor Gear based drive, belt drive not accepted
24 SD Card 128 GB SDXC card slot support
25 Rainy environment Special coating on the camera to remove rain water
automatically or wiper
26 Edge analytics Video Motion detection
27 Alarm Must have 2 inputs and output alarm
28 Ethernet 10/100 Ethernet
29 Browser Support Camera must Support IE 7.0 onwards
30 Power Source Must support HPOE+ and 24 V /220V AC
31 users Must Support Minimum 10 users
32 Protection IP66 and vandal resistant IK10
33 Operation Temperature
/Humidity (–20°C to 50°C); 20% to 90% RH, non condensing
34 Open Protocol ONVIF PROFILE S, G
35 Certifications UL,FCC,CE
36 Accessories All required OEM mounting and POE accessories
Page 62 of 108
Note: All the cameras and accessories must be of same OEM
Sr Video Management Software (VMS) Features Compliance
Yes/No
Deviation
The system shall be open platform with integration with at least 70 IP camera leading
brands in the world. The client OS platform shall be able to run with Microsoft
Windows and MAC platforms. (list of integrated brands to be submitted)
1 The system shall be Windows/ Linux platform. The OS can be embedded in device
without extra installation.
2
The central Management Server supports unlimited cameras, 3rd party access control
systems (System tested: 1024 channels of cameras, within 32 pcs of Recording
Server)
3 viewing of four or more camera/lenses in panoramic view
4
Intelligent Search: Intuitive post-event motion search for suspicious areas on video
and post-event 3rd party data keyword search then query related camera recording.
The system can also search events and double clicking query associated recording
5
Multi-View: Client PC can duplicate the same live view video onto multiple channels
and digitally zoom in to see the details of different spots on cloned channels without
losing the original live view video
6 Individual recycle condition (IRC) for each video. Users can assign retention days for
each server based on the importance of the critical storage needs
7
System should support following IVS: (Object Classification, Camera Shake
Elimination, Presence (Tripwire), Enter and exit, Appear and disappear, Dwell
(loitering), Tailgating, Stop, wrong Direction, missing object detection, foreign object
detection, counting)
8
Multiple event-based and schedule-based recording modes, including continuous
record, record on event, manual record, event-based and schedule-based boosting
record. It also supports pre-event and post-event recording for continuous record to
make sure ensure that the event is captured
9 The system shall support video compression H.264, MPEG4, MJPEG, MxPEG
10 The system shall support file export AVI, Original AVI, ASF, MOV
11 The system shall be able to synchronize time with NTP server(Internet Time Server)
12 The system shall be able to centrally configure all devices and system settings on one
interface.
13 The system shall support system status watchdog and automatically restart the
system when abnormal event happened.
14 The system shall be Server-Client Architecture and centralizes all video data
transaction only via server to remote clients.
15 The system shall include management server, recording server, metadata server, and
client for configuring and viewing
16 The management server shall be able to centrally manage all servers in the system
including configuration, license management, and event monitor.
17 The system shall support user priority of locking PTZ, Preset point and Patrol control.
When PTZ control lock, only user with higher or equal control priority can unlock it.
Page 63 of 108
10.4) Video Management Software
10.5) Server Specifications
Sr. Particular Description Compliance
Yes/No
Deviation
1 Form Factor Rack mountable 2U rack server
2 Processor 8 core Intel® Xeon® Processor E5-2609
3 No. of Processor Supported Maximum 2 Processor Supported
4 HDD 1TB SDD For Operating system
5 On-board Storage Min 40TB Usable with RAID5 configuration. The
storage must be on-board
OR 08TB RAID5 on-board and with NAS solution
6 Memory 16GB DDR3 RDIMM
7 Max. Memory Up to 512GB DDR4
8 Memory Protection ECC, Chipkill (for Memory DIMMs), Memory
Mirroring, Memory Rank Sparing
9 Disk Drive 1TB NL 3.5in Hot Swap HDD
10 Disk Drive Base Up to Eight 3.5in Hot Swap SAS / SATA
11 RAID Support 6 Gb SAS/SATA: RAID 0, 1, 10, RAID 5, 50, RAID 6, 60.
12 Gb SAS/SATA: RAID 0, 1, 10, RAID 5, 50, RAID 6, 60
12 Optical Drive DVD Multi Drive
13 Network Interfaces Four integrated Gigabit Ethernet 1000BASE-T ports
18 The system shall be able to view event notification on e-map.
19 The system shall support volume load balance, enabling user manually distributes
cameras recording to different target volumes
20 The system shall support individual recycle condition for every camera and 3rd party
channel DB.
21 The system shall support up to 4 monitors through client software.
22 The instant playback shall enable user sync the video to playback instantly.
23
The playback system shall support up to 100 channel playback simultaneously on one
monitor, up to 400 ch liveview on single client PC and it should be able to playback
from different servers.
24 The system shall support digital PTZ on recorded video.
25 The system shall support multiple E-maps layers.
Page 64 of 108
(RJ-45); two integrated 10 Gb Ethernet ports
(10GBASE-T RJ-45 or 10GBASE-SR SFP+ based) on
optional 10 Gb Ethernet mezzanine card (does not
consume a PCIe slot).
14 PCI Expansion Slots Two slots, depending on the riser cards installed. The
slots are as follows (all PCIe slots are PCIe 3.0, all PCI-
X slots are 64 bit/133 MHz): Slot 1: PCIe x16; low
profile, half-length Slot 2: PCIe x8, opt. PCI-X or PCIe
x16; full-height/half-length (PCIe x16 req. 2nd CPU)
Additional dedicated slot for ServeRAID adapter.
15 Ports 2x USB 2.0 front, 2x USB 3.0 rear, /1 front, 1 rear
16 Power Supply Up to two redundant hot-swap 550 W AC or 750 W
AC power supplies (80+ Platinum certification), or 750
W DC power supply options.
17 Hot Swap Parts Hard drives, power supplies, fans.
18 Security Features Power-on password, administrator's password,
19 Operating Systems Preloaded Windows Server 2012 64 bit R2 OS
20 Camera Channels Support upto 64 channel in single unit or better
21 Throughput Upto 460mbps or better
22 Warranty 3 Years On Site 24 x 7
Note: Bidder shall design and provide server such that it must support 101 IP cameras as per
the provided camera specification and shall be expandable up to 124 Cameras without any
additional hardware and is supposed to provide hardware accordingly considering above
specification as the minimum required specifications
10.6) Storage Specification
Sr. Particular Description Compliance
Yes/No Deviation
Page 65 of 108
1 Type Rack-mount 2U
2 Number of Drives 8xSATA II or better
3 Max Storage Per Drive Must support up to 6TB (Surveillance / enterprise
SATA/SAS drives) or higher
4 storage Capacity Must support minimum of 48 TB internally and shall
be expandable further with additional hardware
5 RAID Level RAID 0,1, 5, 10
6 I/O Interface 2xUSB3.0, 2xUSB2.0, 1xeSATA (for DAS),
7 Network port 2 x Gigabit Port, RJ45
8 Voltage 100-240V
9 Power Consumption 400W
10 Network File Protocol NFS
11 Hardware watchdog
Required
Note: Bidder is supposed to provide minimum of 96 TB of usable space and is supposed to provide
hardware accordingly considering above specification as the minimum required specifications,
Propose storage shall be for 30days continuous recording of all proposed camera.
10.7) 64Channel Network Video Recorder (NVR):
Sr. Particular Compliance
Yes/No
Deviation
1 The system shall be open platform with integration with at least 100 IP camera leading
brands in the world. The client OS platform shall be able to run with Microsoft
Windows and MAC platforms. (list of integrated brands to be submitted)
2 The system shall be Windows/ Linux platform. The OS shall be embedded in device
without extra installation. The system shall at least support 250mbps throughput for 4
bay models.
3 The central Management Server supports unlimited cameras, 3rd party access control
systems (System tested: 1024 channels of cameras, within 32 pcs of Recording Server)
Page 66 of 108
4
viewing of four or more camera/lenses in panoramic view
5
Intelligent Search: Intuitive post-event motion search for suspicious areas on video
and post-event 3rd party data keyword search then query related camera recording.
The system can also search events and double clicking query associated recording
6 Multi-View: Client PC can duplicate the same live view video onto multiple channels
and digitally zoom in to see the details of different spots on cloned channels without
losing the original live view video
7 Individual recycle condition (IRC) for each video. Users can assign retention days for
each server based on the importance of the critical storage needs
8
Multiple event-based and schedule-based recording modes, including continuous
record, record on event, manual record, event-based and schedule-based boosting
record. It also supports pre-event and post-event recording for continuous record to
make sure ensure that the event is captured
9 The system shall be able to carry at least 4 hard disks to achieve up to 24 TB recording
storage.
10 The system shall support dual gigabit Ethernet ports.
11 The system shall be able to synchronize time with NTP server(Internet Time Server)
12 The system shall be able to centrally configure all devices and system settings on one
interface.
13 The system shall support system status watchdog and automatically restart the system
when abnormal event happened.
14 The system shall be Server-Client Architecture and centralizes all video data
transaction only via server to remote clients.
15 The system shall include management server, recording server, metadata server, and
client for configuring and viewing
16 The management server shall be able to centrally manage all servers in the system
including configuration, license management, and event monitor.
17 The system shall support more features by upgrading, without re-install or re-
configuring whole system.
18 The system shall be able to extent to unlimited recording servers and metadata server.
Page 67 of 108
19 The system shall be able to support unlimited devices include camera and 3rd party
devices.
20 The system shall support unlimited channels of live viewing for video and metadata
from 3rd party application.
21 The system shall be able to centrally distribute the activated licenses to cameras/3rd
party devices from different recording servers and metadata servers.
22 The system shall support at least 64 channels of maximum camera license per
recording server.
23 The system shall support user priority of locking PTZ, Preset point and Patrol control.
When PTZ control lock, only user with higher or equal control priority can unlock it.
24 The system shall be able to view event notification on e-map.
25 The system shall be able to popup associated camera video from event list.
26 The system shall support volume load balance, enabling user manually distributes
cameras recording to different target volumes
27 The system shall support individual recycle condition for every camera and 3rd party
channel DB.
28 Auto-backup/export: The system shall be able to backup recorded video to a remote
FTP server according to pre-defined schedule.
29 Manual backup/export: The system shall enable user to back up the recorded video
manually.
30 The backup system shall calculate the required size of back up video.
31 The system shall provide a verification tool to verify if a snapshot or video clip is
modified
32 The system shall support at least 4 bay models and 8 bay models, and each hard drive
capacity shall support 1Tb to 8Tb.
33 The system shall support RAID 0, 1, 5, 10.
34 The system shall support unified user interface for configuring, live view and playback.
35 The system shall support viewing live video of IP cameras through operating system
including Microsoft and Mac and Microsoft Internet Explorer browser, or Windows
Firefox.
36 The system shall support up to 4 monitors through client software.
37 The system shall be able to managing all cameras from different servers by classifying
cameras to different groups.
Page 68 of 108
38 The system shall provide optional layouts to display the videos - 1x1, 2x2, 3x3, 4x4,
5x5, 6x6, 7x7, 8x8, 1+5, 2+8, 1+12, 1+12(central fixed), 1+16(central fixed), full screen
and customize layout.
39 The instant playback shall enable user sync the video to playback instantly.
40 The system shall support video wall for big channels centralized display.
41 The playback system shall support up to 100 channel playback simultaneously and it
should be able to playback from different servers.
42 The system shall support digital PTZ on recorded video.
43 The system shall support multiple E-maps layers.
44 The Server must be Rack mountable with Intel Core i5 or higher processor with 2 X
USB 3.0, 2 X USB 2.0, 1 X e SATA (for DAS), 8 Hot swappable HDD bay and dual gigabit
port
45 The Client software must support on windows 8.1 and MAC OS X 10.9
46 The system shall support various image formats for E-map: BMP, JPEG, GIF, PNG, TIFF.
47 NVR to be proposed for 30days continuous recording for requested cameras
10.8) Client Workstation:
Sr. Particular Description Compliance
Yes/No
Deviation
1 Form Factor Mini Tower
2 Processor Intel Core i7 4th Generation or higher
3 Chipset Intel C226 or compatible
4 Memory 16GB
5 Max. Memory support Up to 32GB, 4 DIMM Slot
6 Graphics Nvidia 4GB Graphic Card
7 Storage Option Up to Two 3.5" or Up to Four 2.5"
8 Hard Disk 1 120GB Solid State Drive
9 Hard Disk 2 500GB SATA or more
10 Storage Controller
Integrated: Intel Rapid Storage Technology supporting
SATA 6Gb/s and host based RAID 0/1/5/10
11 Communications
Integrated: Integrated Intel 82579 Gigabit Ethernet
controller with Remote Wake UP, PXE and Jumbo frames
Page 69 of 108
support
12 Audio Controller Integrated Realtek ALC269Q High Definition Audio
13
I / O Ports
Front - 2 USB 2.0, 2 USB 3.0, 1 Microphone, 1 Head
Phone
Rear - 4 USB 2.0, 2 USB 3.0, 2 Display Port, 1 RJ45, 1
Serial, 1 Audio Line-in / Microphone, 1 Audio Line-out
15 Keyboard, Mouse USB
17 Optical Drive DVD Writer
18 Operating System Microsoft Windows 10 Pro 64 Bit
19 Anti virus With 03 Years license (Mcafee/Symantec/Quickheal)
20 Warranty 3 Years On Site
10.9) 42inch display
Sr. Particular Description Compliance
Yes/No
Deviation
1 Display Type LED
2 Resolution Full HD (1920 * 1080)
3 Display Size 42” & above
4 Brightness 450 Nits & Above
5 Contrast Ration 1100:1
6 Application 24*7 hours / day, Energy Star 6
7 Inputs HDMI, DP, DVI-D, RGB, USB, RS-232/RJ45
8 Installation Standard wall mount installation free of cost
10.10) 55Inch Display
Sr. Particular Description Compliance
Yes/No
Deviation
1 Display Type LED
2 Resolution Full HD (1920 * 1080)
3 Display Size 55” & above
4 Brightness 450 Nits & Above
5 Contrast Ration 1100:1
6 Application 24*7 hours / day, Energy Star 6
7 Inputs HDMI, DP, DVI-D, RGB, USB, RS-232/RJ45
8 Installation Standard wall mount installation free of cost
10.11) 32inch Display
Sr. Particular Description Compliance
Yes/No
Deviation
1 Display Type LED
2 Resolution Full HD (1920 * 1080)
3 Display Size 32” & above
Page 70 of 108
4 Brightness 450 Nits & Above
5 Contrast Ration 1100:1
6 Application 24*7 hours / day, Energy Star 6
7 Inputs HDMI, DP, DVI-D, RGB, USB, RS-232/RJ45
8 Installation Standard wall mount installation free of cost
10.12) 24Port Central L3 Network Switch:
Sr Specifications Compliance
Yes/No
Deviation
1 Architecture
1.1 Shall be 19" Rack Mountable
1.2 Shall have dual, hot-swappable power supplies
1.4 24 RJ-45 autosensing 10/100/1000 ports
1.5 The switch shall have four 10-Gigabit ports (SFP+/XFP)
1.5
The switch shall have two expansion slots to support up to two 10G Ports or 1 QSFP
slots additionally
1.6 1 RJ-45 serial console port
1.7 1 RJ-45 out-of-band management port
1.8 2GB SDRAM and 512 MB flash
1.9 Shall have switching capacity of 288 Gbps
1.10 Shall have up to 214 million pps switching throughput
2 Resiliency
2.1
Shall have the capability to extend the control plane across multiple active switches
making it a virtual switching fabric, enabling interconnected switches to perform as
single Layer-2 switch and Layer-3 router
2.2
Shall support virtual switching fabric creation across nine switches using 10G
Ethernet Links
2.3 The modules/cables to create virtual switching fabric shall be provided
2.4
IEEE 802.1D Spanning Tree Protocol, IEEE 802.1w Rapid Spanning Tree Protocol and
IEEE 802.1s Multiple Spanning Tree Protocol
2.5 IEEE 802.3ad Link Aggregation Control Protocol (LACP)
2.6
Ring protocol support to provide sub-100 ms recovery for ring Ethernet-based
topology
2.7
Virtual Router Redundancy Protocol (VRRP) to allow a group of routers to
dynamically back each other up to create highly available routed environments
2.8 Graceful restart for OSPF, IS-IS and BGP protocols
2.9 Bidirectional Forwarding Detection (BFD) for OSPF, IS-IS and BGP protocols
3 Layer 2 Features
3.1 Shall support up to 4,000 port or IEEE 802.1Q-based VLANs
3.2
Shall support GARP VLAN Registration Protocol or equivalent feature to allow
automatic learning and dynamic assignment of VLANs
3.3
Shall have the capability to monitor link connectivity and shut down ports at both
ends if uni-directional traffic is detected, preventing loops
3.4
Shall support IEEE 802.1ad QinQ and Selective QinQ to increase the scalability of an
Ethernet network by providing a hierarchical structure
3.5 Shall support Jumbo frames on GbE and 10-GbE ports
3.6 Internet Group Management Protocol (IGMP)
Page 71 of 108
3.7 Multicast Listener Discovery (MLD) snooping
3.8 IEEE 802.1AB Link Layer Discovery Protocol (LLDP)
3.9
Multicast VLAN to allow multiple VLANs to receive the same IPv4 or IPv6 multicast
traffic
4 Layer 3 Features (any additional licenses required shall be included)
4.1 Static Routing for IPv4 and IPv6
4.2 RIP for IPv4 (RIPv1/v2) and IPv6 (RIPng)
4.3 OSPF for IPv4 (OSPFv2) and IPv6 (OSPFv3)
4.4 IS-IS for IPv4 and IPv6 (IS-ISv6)
4.5 Border Gateway Protocol 4 with support for IPv6 addressing
4.6 Policy-based routing
4.7 Unicast Reverse Path Forwarding (uRPF)
4.8
IPv6 tunneling to allow IPv6 packets to traverse IPv4-only networks by
encapsulating the IPv6 packet into a standard IPv4 packet
4.9 Dynamic Host Configuration Protocol (DHCP) client, Relay and server
4.10 PIM Dense Mode (PIM-DM), Sparse Mode (PIM-SM), and Source-Specific Mode
(PIM-SSM) for IPv4 and IPv6 multicast applications
4.11 MPLS capability including MPLS VPNs and MPLS Traffic Engineering (MPLS TE)
4.12 VPLS for data center to data center communication at Layer 2; provides support of
hierarchical VPLS for scalability
4.13 Shall provide support of hierarchical VPLS (H-VPLS) for scalability
5 QoS and Security Features
5.1 Access Control Lists for both IPv4 and IPv6 for filtering traffic to prevent
unauthorized users from accessing the network
5.2 Port-based rate limiting and access control list (ACL) based rate limiting
5.3 Congestion avoidance using Weighted Random Early Detection (WRED)
5.4
Powerful QoS feature supporting strict priority (SP) queuing, weighted round robin
(WRR), weighted fair queuing (WFQ), weighted deficit round robin (WDRR) and
weighted random early discard (WRED)
5.5 IEEE 802.1x to provide port-based user authentication with multiple 802.1x
authentication sessions per port
5.6 Media access control (MAC) authentication to provide simple authentication based
on a user's MAC address
5.7 Dynamic Host Configuration Protocol (DHCP) snooping to prevent unauthorized
DHCP servers
5.8 Port security and port isolation
6 Management Features
6.1 Configuration through the CLI, console, Telnet, SSH and Web Management
6.2 SNMPv1, v2, and v3 and Remote monitoring (RMON) support
6.3 sFlow (RFC 3176) or equivalent for traffic analysis
6.4 Management security through multiple privilege levels with password protection
6.5 FTP, TFTP, and SFTP support
6.6
Port mirroring to duplicate port traffic (ingress and egress) to a local or remote
monitoring port. Shall support minimum four mirroring groups
6.7 RADIUS/TACACS+ for switch security access administration
6.8 Network Time Protocol (NTP) or equivalent support
6.9 Shall have Ethernet OAM (IEEE 802.3ah) management capability
Page 72 of 108
7 Environmental Features
7.1 Shall provide support for RoHS and WEEE regulations
7.2 Shall be capable of supporting both AC and DC Power inputs
7.3 Operating temperature of 0°C to 45°C
7.4 Safety and Emission standards including UL 60950-1; IEC 60950-1; VCCI Class A; EN
55022 Class A
8 Warranty and Support
The below Warranty shall be offered directly from the switch OEM.
8.1 Lifetime warranty with advance replacement and next-business-day delivery
10.13) 24Port POE L2 Network Switch
Sr. Specifications Compliance
Yes/No
Deviation
1 Architecture
1.1 The switch shall have 24 RJ-45 auto-negotiating 10/100/1000 PoE ports
1.2 The switch shall have two 1000BASE-X SFP port in addition to above ports
1.3 The switch shall support IEEE 802.3af PoE and IEEE 802.3at PoE+
1.4 The switch shall have minimum 370 Watts for PoE Power
1.5 Shall support 1000 Base- SX, LX, and LX Bi-directional SFP transceivers
1.6 Switching capacity of 56 Gbps
1.7 Switching throughput of up to 41.7 million pps
1.8 1 RJ-45 console port
2 Layer 2 Features
2.1 MAC Address table size of 8,000 entries
2.2 Shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP)
2.3 Shall support IEEE 802.1D Spanning Tree Protocol
2.4 Shall support IEEE 802.1w Rapid Spanning Tree Protocol for faster convergence
2.5 Shall support IEEE 802.1s Multiple Spanning Tree Protocol
2.6
Shall support IGMP snooping for multicast filtering instead of flooding traffic to all
ports, improving network performance
2.7
Shall support MLD snooping to forward IPv6 multicast traffic to the appropriate
interface, preventing traffic flooding
2.8 Shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP)
2.9
Shall support LLDP-MED (Media Endpoint Discovery) to automatically configure
network devices such as IP phones
3 Layer 2 and Layer-3 features
3.1
Shall support IEEE 802.1Q (4,094 VLAN IDs) and 256 VLANs simultaneously
3.2 Shall support Voice VLANs
3.3
Shall support gratuitous ARP to allow detection of duplicate IP addresses
3.4 Shall support Jumbo frames up to 9 kilobyte frame size
3.5 Shall support Static IPv4 routing
Page 73 of 108
3.6 Shall support Static IPv6 routing
3.7
Shall support DHCP relay to simplify management of DHCP addresses in networks
with multiple subnets
4 Security and QoS Features
4.1 Shall support port security and port isolation
4.2
Shall support packet storm protection to protect against broadcast, multicast, or
unicast storms with user-defined thresholds
4.3
Shall support MAC and IP-based ACLs enable network traffic filtering and enhance
network control
4.4 Shall support ACL and QoS for IPv6 network traffic
4.5
Shall support time-based ACLs to allow for greater flexibility with managing network
access
4.6
Shall support IEEE 802.1X and RADIUS network logins to control port-based access
for authentication and accountability
4.7 Shall support web authentication or portal authentication
4.8
Shall support traffic prioritization based on DSCP or IEEE 802.1p classification and
SP/WRR queue scheduling
4.9
Shall support ARP detection feature to block ARP packets from unauthorized clients
4.10 Shall support DHCP snooping to block unauthorized DHCP Servers
4.11 Shall support STP BPDU protection preventing forged BPDU attacks
4.12
Shall support STP Root Guard to protect the root bridge from malicious attacks or
configuration mistakes
5 Management Features
5.1 SNMPv1, v2c, and v3 and RMON support
5.2 IPv6 host support to be managed using IPv6
5.3 Shall support Port mirroring
5.4 Shall support intuitive Web GUI (http/https) for easy management
5.5 Shall support command-line interface to deploy and troubleshoot
5.6 Shall support management security through multiple privilege levels
5.7 Shall support single IP address management for up to 16 switches
5.8 Shall support Network Time Protocol (NTP)
5.9 Shall have an operating temperature of 0°C to 45°C
6 Warranty
The below Warranty shall be offered directly from the OEM.
6.1 Lifetime warranty with advance replacement and next-business-day delivery
10.14) 8Port POE L2 Network Switch
Sr. Specifications Compliance
Yes/No
Deviation
1 Architecture
1.1 The switch shall have 8 RJ-45 auto-negotiating 10/100/1000 PoE ports
1.2 The switch shall have two 1000BASE-X SFP port in addition to above ports
Page 74 of 108
1.3 The switch shall support IEEE 802.3af PoE and IEEE 802.3at PoE+
1.4 The switch shall have minimum 180 Watts for PoE Power
1.5 Shall support 1000 Base- SX, LX, and LX Bi-directional SFP transceivers
1.6 Switching capacity of 18 Gbps
1.7 Switching throughput of up to 13.4 million pps
1.8 1 RJ-45 console port
2 Layer 2 Features
2.1 MAC Address table size of 8,000 entries
2.2 Shall support IEEE 802.3ad Link Aggregation Control Protocol (LACP)
2.3 Shall support IEEE 802.1D Spanning Tree Protocol
2.4 Shall support IEEE 802.1w Rapid Spanning Tree Protocol for faster convergence
2.5 Shall support IEEE 802.1s Multiple Spanning Tree Protocol
2.6
Shall support IGMP snooping for multicast filtering instead of flooding traffic to all
ports, improving network performance
2.7
Shall support MLD snooping to forward IPv6 multicast traffic to the appropriate
interface, preventing traffic flooding
2.8 Shall support IEEE 802.1AB Link Layer Discovery Protocol (LLDP)
2.9
Shall support LLDP-MED (Media Endpoint Discovery) to automatically configure
network devices such as IP phones
3 Layer 2 and Layer-3 features
3.1
Shall support IEEE 802.1Q (4,094 VLAN IDs) and 256 VLANs simultaneously
3.2 Shall support Voice VLANs
3.3
Shall support gratuitous ARP to allow detection of duplicate IP addresses
3.4 Shall support Jumbo frames up to 9 kilobyte frame size
3.5 Shall support Static IPv4 routing
3.6 Shall support Static IPv6 routing
3.7
Shall support DHCP relay to simplify management of DHCP addresses in networks
with multiple subnets
4 Security and QoS Features
4.1 Shall support port security and port isolation
4.2
Shall support packet storm protection to protect against broadcast, multicast, or
unicast storms with user-defined thresholds
4.3
Shall support MAC and IP-based ACLs enable network traffic filtering and enhance
network control
4.4 Shall support ACL and QoS for IPv6 network traffic
4.5
Shall support time-based ACLs to allow for greater flexibility with managing
network access
4.6
Shall support IEEE 802.1X and RADIUS network logins to control port-based access
for authentication and accountability
4.7 Shall support web authentication or portal authentication
4.8
Shall support traffic prioritization based on DSCP or IEEE 802.1p classification and
SP/WRR queue scheduling
4.9
Shall support ARP detection feature to block ARP packets from unauthorized
clients
Page 75 of 108
4.10 Shall support DHCP snooping to block unauthorized DHCP Servers
4.11 Shall support STP BPDU protection preventing forged BPDU attacks
4.12
Shall support STP Root Guard to protect the root bridge from malicious attacks or
configuration mistakes
5 Management Features
5.1 SNMPv1, v2c, and v3 and RMON support
5.2 IPv6 host support to be managed using IPv6
5.3 Shall support Port mirroring
5.4 Shall support intuitive Web GUI (http/https) for easy management
5.5 Shall support command-line interface to deploy and troubleshoot
5.6 Shall support management security through multiple privilege levels
5.7 Shall support single IP address management for up to 16 switches
5.8 Shall support Network Time Protocol (NTP)
5.9 Shall have an operating temperature of 0°C to 45°C
6 Warranty
The below Warranty shall be offered directly from the OEM.
6.1 Lifetime warranty with advance replacement and next-business-day delivery
10.15) 42U Rack
Sr. Feature Description Compliance
Yes/No
Deviation
1 Size
• Height 42U usable
• Width 800 mm
• Depth overall: 1000mm & Depth Usable: 920mm
• Height overall: 1976.5mm & Height Usable: 1866.9 i.e. 42U
2 Standards DIN 41494 or EIA 310D
3 Frame
Construction
Ten folds vertical profiles + CRCA Steel End Frames (Welded
picture frame to provide stability.)
4 Load Carrying
Capacity 700 Kgs
5 Powder coating
requirements
Nano ceramic pre-treatment process using a zirconium coat
(Thickness 70 to 80 Microns)
6 Material CRCA Steel Used is IS 513 GrD
7 Doors & Side panel
• Front & Rear perforated door with hexagonal perforation
with minimum 70% opening for better air movement across
the Rack.
• Side panels should have slam latches & indents for improved
strengths & aesthetics
Page 76 of 108
8 Environment
Friendly ROHS Compliant
9 ISO Certification ISO 9001-2000, ISO 14001 -2004
10 19” Angles in the
Rack
• Fully recessible 19” mounting angles at front and rear
• The 19” angles should have “U” marking for easy location of
equipment in the designated slots.
11 Cable
management
• Horizontal cable manager 1U 19” Mtg. – 4 no’s
12 Power
Management 2 * PDU SOCKET 10 X 5/15 AMP WITH 32 AMP MCB AND
INDICATOR WITH 3MTR CABLE AND 3 pin plug
13 Equipment Tray 4* EQUIPMENT SHELF 725MMD/600W
14 Floor Placement Castors - 2nos. with foot brakes and 2nos without brake and
Leveling legs
15
Equipment
Mounting
Hardware
5* Hardware Pkt of 20
16 Earthing Provision Earth Continuity kit
17 KB Tray 1* KB tray
10.16) 12U Rack
Sr. Feature Description Compliance
Yes/No
Deviation
1 Size
• Height 12U usable
• Width 600 mm
• Depth overall: 500mm
• Height overall: 618.45 mm & Height Usable:539.4mm i.e.
12U
2 Frame Construction Bolted Construction
3 Load Carrying
Capacity 40 Kgs
4 Powder coating
requirements
Nano ceramic pre-treatment process using a zirconium coat
(Thickness 70 to 80 Microns)
5 Material CRCA Steel Used is IS 513 GrD
6 Doors • Front door glass
7 Environment
Friendly ROHS Compliant
8 ISO Certification ISO 9001-2000, ISO 14001 -2004
Page 77 of 108
9 19” Angles in the
Rack • Fully recessible 19” mounting angles at front and rear
10 Cable management
• Horizontal cable manager 1U 19” Mtg. – 1 no.s
11 Power
Management PDU 19” SOCKET 6 x 5AMP WITH INDICATOR WITH 1.5MTR
CABLE AND 3 PIN PLUG
12 Equipment Tray Cantilever Shelf,19",1U/255mmd
10.17) 9U Rack
Sr. Description Compliance
Yes/No
Deviation
1 Wall Mount single section 2 fan provision 9U*600W*650D
2 230v AC Fans 90 CFM
3 A/C Box 6 Socket 5 amp
4 Cable Manager Metal (1U)
5 Earthing Wire Fixed to Earthing stud
10.18) 1KVA Online UPS
Sr. Feature Technical Parameters Compliance
Yes/No
Deviation
1 Rating (in KVA) 1 KVA / 800W
2 Model Vendor to Specify
[ A ] Input
1 Nominal Voltage 208/220/230/240 V AC
2 Nominal Frequency 50 Hz
3 Input Power Factor 0.99
4 Input Voltage Range 110 ~ 300 VAC
5 Frequency Range 45 to 55 Hz
6 THDi < 5%
7 OVCD Inbuilt
[ B ] Output
1 Invertor Design IGBT Based Technology
2 Voltage 220 V / 230V / 240 VAC
3 Voltage Regulation < 2%
4 Waveform Pure Sine wave
5 Total Harmonic Distortion < 3% for linear load &<5 % for non linear load
6 Crest Factor 3 :1
Page 78 of 108
7 Overload capacity 105% ~ 110% for 1 min, 125% for 30 Sec.
8 Cold Start Required
[ C ] Environmental
1 Operational Temperature 0 to 45 Deg.
2 Relative Humidity 20 ~ 90% (Non Condensing)
[ D ] Physical
1 Enclosure Protection IP 20
2 Cooling Forced Air Cooling
3 Colour Vendor Specify
[ E ] Bypass
1 Static Bypass Auto & Manual
2 Bypass Enable &disable Facility required
3 Transfer No Break
[ F ] Battery
1 Type Sealed Maintenance Free
2 Recharge Time 8-10 hrs
3 Battery Backup 15 Min minimum
[ G ] General
1 Overall Efficiency on Full load > 92%
2 High Efficiency mode 98%
3 Acoustic Noise (in dbA) < 50 dBA @ 1 Meter
4 Alarms
Audible Alarm required for Mains Failure, Low
Battery, Inverter Trip, Over Temperature, Over
Load
5 Display Panel
LCD Display with Measurements (Input /
Output/BypassV & Hz, Battery Voltage & %
Capacity, time, and level indicator, Alarm Codes)
6 Battery Rack M.S. Angle with upper Cover
[ H ] Communications
1 Power Management Software Software CD
2 Connection type USB
3 SNMP Interface Intelligent slot for SNMP / AS400/ Modbus
[ I ] Standard
1 Standard ROHS
2 Safety IEC 62040-1
[ J ] Protection
1 Battery Over voltage Required
2 Battery Under Voltage Required
3 DC High Required
4 Output Over/Under Voltage Required
5 O/P short Circuit Required
Page 79 of 108
6 Inv Over Temp Required
7 Surge Required
[L]
TheUPS hasto be suppliedalong
withrequisitePower Cable,
Strip(spikesuppressorextensionboard), 15Amp
Switch Socket ISI make, 16Amp DP ISI Make,
AcrylicBatteryRackcover/protectoretc
10.19) 5KVA Online UPS
Sr Feature Technical Parameters Compliance
Yes/No
Deviation
[ A ] Input
1 Nominal Voltage 230 V AC
2 Nominal Frequency 50 Hz
3 Input Power Factor 0.99
4 Input Voltage Range 176 ~ 276 VAC
5 Frequency Range 45 to 55 Hz
6 THDi < 5%
[ B ] Output
1 Invertor Design IGBT Based Technology
2 Voltage 208 V / 220 V / 230V / 240 VAC
3 Voltage Regulation < 2%
4 Waveform Pure Sine wave
5 Total Harmonic Distortion < 2% for linear load &<5 % for non linear load
6 Crest Factor 3 :1
7 Overload capacity 105% ~ 125% for 2 min, 125% ~ 150% for 30 Sec.
8 Cold Start Required
[ C ] Environmental
1 Operational Temperature 0 to 40 Deg.
2 Relative Humidity 0 ~ 90% (Non Condensing)
[ D ] Physical
1 Enclosure Protection IP 20
2 Cooling Forced Air Cooling
3 Colour Vendor Specify
[ E ] Bypass
1 Static Bypass Auto & Manual
2 Maintenance Switch Facility required
3 Transfer No Break
Page 80 of 108
[ F ] Battery
1 Type Sealed Maintenance Free
2 Recharge Time 8-10 hrs
3 VAH Required 24000 VAH
4 Battery Backup 3.5 hours
5 Minimum Charger Capacity 10% of the battery AH capacity
[ G ] General
1 Overall Efficiency on Full load > 92%
2 High Efficiency mode 98%
3 Acoustic Noise (in dbA) < 50 dBA @ 1 Meter
4 Alarms
Audible Alarm required for Mains Failure, Low
Battery, Inverter Trip, Over Temperature, Over
Load
5 Display Panel
LCD Display with Measurements (Input /
Output/BypassV & Hz, Battery Voltage & %
Capacity, time, and level indicator, Alarm Codes)
6 Battery Rack M.S. Angle with upper Cover
7 Parallel Option Yes
[ H ] Communications
1 Power Management Software Software CD
2 Connection type USB
3 SNMP Interface Intelligent slot for SNMP / AS400/ Modbus
[ I ] Card
1 SNMP card SNMP Card for monitoring & management of
UPS
[ J] Standard
1 Standard ROHS
2 Safety IEC 62040-1
[ K] Protection
1 Battery Over voltage Required
2 Battery Under Voltage Required
3 DC High Required
4 Output Over/Under Voltage Required
5 O/P short Circuit Required
Page 81 of 108
6 Inv Over Temp Required
7 Surge Required
[L]
The UPS has to be supplied along with
requisite Power Cable, Strip (spike suppressor
extension board), 15Amp Switch Socket ISI make,
16Amp DP ISI Make,
AcrylicBatteryRackcover/protectoretc
• NETWORK REQUIREMENTS:
The system shall provide video surveillance over TCP/IP/ Fiber Optic network.
The system shall be capable of accessing a proxy server to connect cameras located outside the network. The IP address and port number of the proxy server shall be configurable.
The system shall provide email notification when the system finds any video loss caused by a network interruption.
Network Components:
1. Network Active Components: Network Active Components like Manageable Switches, Non- Manageable Switches Hubs and repeaters and other accessories like Rack, Jack Panel, and Cable Managers as per the actual site requirement.
2. Network Passive Components: Network Passive Components like Fiber Cable, CAT-6 UTP Cable, STP Cable, RJ-45, any other cables and network accessories as per the actual site requirement.
3. All fiber,CAT6 cables and components must be from one OEM
10.20) OFC – 6 Core
Sr Features Compliance
Yes/No
Deviation
1
6 core, Single Mode, Corrugated Steel Tape Armor, Double HDPE, direct
burial, Loose-tube, Gel filled, operating in -30ºCto+70ºC, identification
marking at every 1 meter.
Maxattenuation:[email protected]@1550nm, All
fiber,CAT6 cables and components must be from one OEM
10.21) LIUfullyloadedwithAdapter,PigtailandCoreTermination
Sr Features Compliance
Yes/No
Deviation
1 LIU, Rack Mounted, 24 port fully loaded with required accessories like
Page 82 of 108
SpliceTray,Adapter,Pigtail,Dustcaps , CoreTermination etc.
10.22) Single Cat-6 I/o with face plate and Surface Mount Box
Sr Features
Compliance
Yes/No
Deviation
1
Single Cat-6 I/o with Angular Shuttered Flush mount face plate and Surface Mount
Box / Back Box.
Should be ETL tested and verified (Bidder has to carry out installation/fixing)
10.23) OFC, UTP and Power Cable Laying
Sr Features Compliance
Yes/No
Deviation
1 Indoor/Outdoor OFC and Cat 6 UTP cabling shall be done from the area
identified for the PC/Server/NVR to the rack for housing the network
elements and up to Camera.
2 The Cat 6 cable should conform to CAT 6 specifications and individual
cable pairs should be separated by a PE former.
3 The OFC cable should be as per International Standard like ITU G 652.
4 The OFC/CAT 6 cabling shall be done using ISI marked rigid PVC casing
capping and accessories. The route for cabling is to be discussed and
finalized with the Site-in charge.
5 The aesthetic appearance of the cabling within offices and other visible
areas is to be taken into consideration while planning the cable route.
6 Cable routes should be planned to avoid fluorescent light fittings and
power cables and where they are run parallel to power they must be at
least 60mm apart. Crossing power cables is allowed but it must be at
right angles, and some form of bridge should be used.
7 All terminating should be carried out according to the manufacturer’s
instructions and guidelines, and the standards for generic cabling
systems viz. the cable sheath should be stripped back no more than
13mm from the point of termination, the twist rates should be
maintained, maximum CAT 6 cable run to be 90 m etc.
8 Care should be taken when pulling cables.
Page 83 of 108
9 Digging, Laying, Clamping, Filling will be in the Bidder’s scope.
10 Route indicators (Metallic) for OFC cable are to be placed for every 100 mtrs.
10.24) Cat 6 UTP cable
Sr Features Compliance
Yes/No
Deviation
1 Category Cat6 Conductor 23AWG, Solid Bare Electrolytic Grade Copper Outer
Sheath FRPVC Insulation HDPE Splitter X-Shaped Spine separator Tested
Frequency 250Mhz Standards ETL Verified
10.25) Mount/Junction Box
Sr Features Compliance
Yes/No
Deviation
1 Mount/Junction Box at Camera End (should be Suitable for quoted IP
camera)
10.26) 1 feet Cat-6 Factory Crimped Patch Cord
Sr Features Compliance
Yes/No
Deviation
1 “Factory Crimped Cat6 UTP Patch cord with 24 AWG 7/32 Round stranded copper
wire. Length- 1 feet ETL Verified”
10.27) 8 Port Cat-6 Jack / Patch Panel with I/Os
Sr Features Compliance
Yes/No
Deviation
1 Category Cat 6, No. of Ports 08 Ports, Features I/Os Individually replaceable Built-in
Shutter Rear Cable Manager, Rack Mountable ETL Verified.
10.28) 24 Port Cat-6 Jack / Patch Panel with I/Os
Sr Features Compliance
Yes/No
Deviation
1 Category Cat6 No. of Ports 24 Ports Features I/Os Individually replaceable Built-in
Shutter Rear Cable Manager, Rack Mountable, ETL Verified.
10.29) SM Type Fiber MiniGBIC Modules for Fiber Connectivity including the required Fiber Patch
Cord.
Page 84 of 108
Sr Features Compliance
Yes/No
Deviation
1 "Small Form Factor Pluggable module – Mini GBIC 1000 based LX module to support
Gigabit speeds over 9/125 Single mode Fiber up to a distance of 10kms with SM SC /
LC Fiber Patch Cord, 3M, Duplex"
10.30) Other Components
Sr Features Compliance
Yes/No
Deviation
1 "1.5" Size PVC pipe, ISI mark (In mtrs.)
2 32 mm and 10KG/cm2 with ISI mark , HDPE Pipe for Fiber Cable (As per Actual
Qty Required at Site) (In mtr.)
3 "25mm GI Pipe” (As per Actual Qty Required at Site ) (In mtr.)
11.1) CCTVCameraLocationList – Palanpur
Sr.
No Department Location
IP HD
Dome
(IP66)
IR, IP HD -
FIX
BOX/BULLET
IP HD
HSDOM
- PTZ
1 New UHT plant Lab (First Floor) & Store 2
2 New UHT plant Main Entrance 1
3 New UHT plant Process 1 & process 2 2
4 New UHT plant Milk Receiving (PMST) 3
5 New UHT plant Dispatch 2
6 New UHT plant Basement 1
7 New UHT plant Material store 1
8 New UHT plant Control Room 1
9 New UHT plant D.E 2
10 New UHT plant Engubation Room 1
11 Cheese plant Lab (Ground Floor) 1
12 Cheese plant Entrance 1
13 Cheese plant Process cheese production (ground Floor) 2
14 Cheese plant Ground Floor process office 1
15 Cheese plant Packing line area 3
16 Cheese plant Chemical inward 1
17 Cheese plant Panel Room 1
18 Cheese plant Chemical Intermediate storage room 2
19 Cheese plant Packing material store 1
Page 85 of 108
20 Cheese plant Packing cheese 4
21 Cheese plant First Floor milk Tank 1
22 Cheese plant Reception 1
23 Cheese plant First Floor 4
24 Cheese plant Control room First Floor 1
25 Cheese plant Cheese DH Side 1
26 Cheese plant Cheese Whey Side 1
27 Whey Powder
plant office 1
28 Whey Powder
plant Sample Room 1
29 Whey Powder
plant Gallery 1
30 Whey Powder
plant Building front (East side) 1
31 Whey Powder
plant Tanker Loading / unloading dock 1
32 Whey Powder
plant Whey processing section 4
33 Whey Powder
plant ED processing room 1
34 Whey Powder
plant ED CIP control room 1
35 Whey Powder
plant QA Laboratory 1
36 Whey Powder
plant Main control room 1
37 Whey Powder
plant Evaporator and Crystallization room (GF) 3
38 Whey Powder
plant Packing room 1
39 Whey Powder
plant MCC room-Whey processing 1
40 Whey Powder
plant MCC room-Evaporator &Dryer 1
41 Whey Powder
plant Dryer vibro fluidizer floor 2
42 Whey Powder
plant Dryer SFB floor 1
43 Whey Powder
plant Dryer air intake floor 2
44 Whey Powder
plant Dryer main supply air fan floor 1
Page 86 of 108
45 Whey Powder
plant Dryer Atomizer floor 1
46 Whey Powder
plant Building west and south side watch 1
47 Whey Powder
plant FP dispatch dock 3
48 Whey Powder
plant FP store ground floor 3
49 Whey Powder
plant FP store first floor 3
50 Whey Powder
plant FP store second floor 3
51 Whey Powder
plant Main entrance gate 1
52 100TPD Powder Milk formulation section 1
53 100TPD Powder Sugar godown dock 1
54 100TPD Powder Evaporator no -1 1
55 100TPD Powder Evaporator no - 2 1
56 100TPD Powder DPV Area 1
57 100TPD Powder Packing material receive dock 1
58 LMP-II/III RMST-5 & 6 Room 1
59 LMP-II/III RMST-7 & 8 Room 1
60 LMP-II/III PMST-5 & 6 Room 1
61 LMP-II/III PMST-7 & 8 Room 1
62 LMP-II/III Reception line 5 Dock 1
63 LMP-II/III New Dispatch line 2
64 LMP-II/III MPL-4 & 5 Area 1
65 LMP-II/III CPL & CRT valve Battery Area 1
66 LMP-II/III Outside of SMST silo to cover CIP kitchen 1
67 Fillpack HMST Area 1
68 Fillpack Dispatch Dock 1
69 Ice cream plant Entry of the ice cream plant 1
70 Ice cream plant Sugar /SMP go down of ice cream 1
71 Ice cream plant Ice cream dispatch dock 1
72 Ice cream plant Ice cream dispatch air lock 1
73 Ice cream plant Entry of Ice cream packing material room 1
74 Banas-1 / LMP-I Near Amul butter milk cold store 1
75 Banas-1 / LMP-I Weigh bridge -1 2
76 Banas-1 / LMP-I Tanker Bay -1 2
77 Banas-1 / LMP-I Tank room 3
Page 87 of 108
78 Banas-1 / LMP-I sugar dissolve room 1
79 Bana-1/Paneer and
Dahi Paneer section 3
80 Bana-1/Paneer and
Dahi Sterilizer room 1
81 Bana-1/Paneer and
Dahi Dahi processing room 1
82 Bana-1/Paneer and
Dahi cold room Dispatch area 1
83 Bans-1/Ghee Ghee production room 1
84 Bans-1/Ghee Granulation room area 1
85 Bans-1/Ghee Packing material storage room. 1
86 Bans-1/Ghee Butter milk dispatch area out side. 1
87 WTP (Utility ) Raw water & filter water sumps area 1
88 WTP (Utility ) 50KL water tanks storage area 1
89 WTP (Utility ) Entry of WTP 1
90 BANAS -1 Workshop 1
91 BANAS -1 Agriculture office 1
92 BANAS -1 Garage office 1
93 BANAS -1 Scrap yard 1
94 BANAS-2 conference Room 1
95 BANAS-2 Main office 1
96 BANAS-2 Exhibition Room 1
97 BANAS-3 Worker Amenity Room 1
98 BANAS-3 BMCU Cell Office 1
99 BANAS-3 Tanker security office 1
100 OFFICE Diesel Pump 1
101 OFFICE Hospital in/out 2
102 OFFICE CD 1
103 D H Laboratory1&2 2
104
CATTLE FEED
PLANT Weigh Bridge main gate Office -CFP 1
105 MAIN GATE main gate in 4
106 MAIN GATE main gate out 4
107 ROAD canteen right side 1
108 ROAD Banas -1 Canteene rode side 1
109 CAN GATE CAN Gate in / out 2
110 CAN GATE CAN Gate out side 1
111 Extra-Dome 14
112 Extra-Box 4
Page 88 of 108
TOTAL 175 149 22 4
11.2) CCTVCameraLocationList – Badarpura
Sr Department Location IP HD
Dome
(IP66)
IR, IP HD - FIX
BOX/BULLET
IP HD HSDOM
- PTZ
1 Main Office Main Office G F Entrance 1
2 Main Office Main Office G F lobby 2
3 Main Office Main Office GF OUT side facing ground 1
4 Main Office Main Office F F lobby 2
5 Main Office Main Office frount Road side 1
6 Booking Office Visit booking office 1
7 Store Store Jeep loading/unloading 1
8 Store Store kit & locker 1
9 Store Store office & Godown 1
10 Store medicine godown 1
11 Store medicine loading/unloading 1
12 Store medicine Road (plant side) 1
13 Store medicine Road (W.B side) 1
14 Plant Office Plant Office 1
15 Plant Office Plant Office Entrance 1
16 Plant Office Plant Office lobby 1
17 Plant Office Plant Office lab 1
18 Plant Office Plant Office store 1
19 Plant Office Plant Office Road (medicine store side) 1
20 Plant Office Plant Office Road (compound wall0 1
21 WeighBridge Wheigh bridge office IN / OUT 1
22 WeighBridge Wheigh bridge office IN / OUT 1
23 WeighBridge Wheigh bridge office side road 1
24 WeighBridge Wheigh bridge Back side Road 1
25 Gate Main gate office 1
26 Gate Main Gate in & out 4
27 Extra-Dome 7
28 Extra-Box 2
TOTAL 40 20 18 2
Page 89 of 108
12.1) Make and Model List from Bidder with their proposed BOQ for
Palanpur location:
(To be filled by Bidder)
Note:
Column-B is minimum Qty Required by Banas Dairy, Qty not mention in coumn B, shall be evaluated by
bidder.
Column-C is to be filled by Bidder, considering his proposed solution, if Vendor feel that more qty
required compare to Column B, then shall mention (min Qty + required Qty)
into Proposed Qty by Bidder.
Sr. Description UOM
Proposed
Qty by
Banas
Dairy
(A)
Minimum
Qty.
Required
(B)
Proposed
Qty by
Bidder
( C)
Make Model
Supporting
Document
Attached
(y/n)
1 2 MP, IP IR HD POE
Dome (IP66) No 149 149
2
2 MP, IR, IP HD POE
– FIX BOX/BULLET
(IP66) No 22 22
3 2 MP, IP HD POE
HSDOM - PTZ (IP66) No 4 4
4 5 KVA UPS No
5 PC with 24” HD
monitor No 2 2
6 Work Station w/o
monitor No 6 6
7 42" LED Monitor No 4
8 32" LED Monitor No 6 6
9 64 Channel NVR No 3
10 4 TB Surveillance
HDD No 24
11 Server w/o monitor No 4
12 NAS No 1
13 1 KVA UPS No 12 12
14 CAT6 Patch Code (1
Mtr) Meter 200 200
15 CAT6 Patch Code (2
Mtr) Meter 100 100
16 CAT6-I/O No 200 200
17
24Port Gigabit
Network Switch, (24
Port+4SFP) (POE ,
Managed) No 7 7
Page 90 of 108
18
16Port Gigabit
Network Switch, (16
Port + 2 SFP) (POE,
Managed) No 0
19
08Port Gigabit
Network Switch, (08
PORT+ 2SFP)(POE,
Managed) No 5 5
20 CAT 6 Ethernet
cable (Approx.Qty) Meter 3050 3050
21 Fiber Patch code (1
Mtr) NO 36 36
22 HDPE Pipe (Approx.
Qty)(jain, astral) Meter 3960 3960
23 JACK Panel NO
24
9 U rack LIU - 24
pair, Rack mount,
fully loaded with
Adapter, Pigtail ,
Jack Panel and Core
Termination NO 9 9
25
24 port rack mount
liu with adapter, pig
tail and coupler
panel, fully loded NO 4 4
26 OFC Modular NO 31 31
27 06 Core, SM OFC-
Armored Meter 6230 6230
28 Rack (42U) NO 0
29 Rack (12U) NO
30
Analytical IP Camera
Management
Software / VMS NO 1
31 Camera Licenses No 175
32 User/Client License NO 15
33 Mobile view License NO 15
34
CASING CAPING
PATTI(2"width and
2meter length),
ELBOW & BEND - ISI
make NO 100 100
35
CASING CAPING
PATTI(1"width and
2meter length),
ELBOW & BEND - ISI
make NO 200 200
36
CASING CAPING
PATTI(1/2"width
and 2meter length),
ELBOW & BEND - ISI
make NO 100 100
Page 91 of 108
37
25MM PVC
FLEXIBLE PIPE - ISI
mark Meter 30 30
38 32MM FLEXIBLE
PIPE - ISI Mark Meter 25 25
39
Network Rack
Installation with
required accessories
including, Switch,
SFP Module, Jack
Panel, etc. NO 9 9
40 LIU Installation NO 12 12
41 Fiber Core Splicing
on actual count NO 192 192
42
Laying & Mounting
OFC - HDPE with
required accessories
on actual count Meter 6230 6230
43
Laying & Mounting
CAT6 in Pipe, Strip
with required
accessories like
saddle/tie on actual
count Meter 3050 3050
44
Ethernet I/O
installation n
Termination NO 200 200
45 10 FT MS Pole with
installation NO
46 Rj45 Connector 200 200
47 Other Items
12.2) Make and Model List from Bidder with their proposed BOQ for
Badarpura location:
(To be filled by Bidder)
Note:
Column-B is minimum Qty Required by Banas Dairy, Qty not mention in coumn B, shall be evaluated by
bidder.
Column-C is to be filled by Bidder, considering his proposed solution, if Vendor feel that more qty
required compare to Column B, then shall mention (min Qty + required Qty)
into Proposed Qty by Bidder.
Page 92 of 108
Sr. Description UOM
Proposed Qty by
Banas Dairy
(A)
Minimum
Qty.
Required
(B)
Propose
d Qty by
Bidder
( C)
Make Model
Supportin
g
Document
Attached
(y/n)
1 2 MP, IP IR HD POE
Dome (IP66) No 20 20
2
2 MP, IR, IP HD
POE – FIX
BOX/BULLET (IP66) No 18 18
3
2 MP, IP HD POE
HSDOM - PTZ
(IP66) No 2 2
4 5 KVA UPS No 1 1
5 PC with 24” HD
monitor No 2 2
6 Work Station w/o
monitor No 3 3
7 42" LED Monitor No 1
8 32" LED Monitor No 3 3
9 64 Channel NVR No 1
10 4 TB Surveillance
HDD No 8
11 Server w/o
monitor No 1
12 NAS No 1
13 1 KVA UPS No 6 6
14 CAT6 Patch Code
(1 Mtr) Meter 60 60
15 CAT6 Patch Code
(2 Mtr) Meter 60 60
16 CAT6-I/O No 100 100
17
24Port Gigabit
Network Switch,
(24 Port+4SFP)
(POE , Managed) No 6 6
18
16Port Gigabit
Network Switch,
(16 Port + 2 SFP)
(POE, Managed) No 0
19
08Port Gigabit
Network Switch,
(08 PORT+
2SFP)(POE,
Managed) No 0
20 CAT 6 Ethernet
cable (Approx.Qty) Meter 1830 1830
21 Fiber Patch code (1
Mtr) NO 12 12
22 HDPE Pipe Meter 1000 1000
Page 93 of 108
(Approx. Qty)(jain,
astral)
23 JACK Panel NO 0
24
9 U rack LIU - 24
pair, Rack mount,
fully loaded with
Adapter, Pigtail ,
Jack panel and
Core Termination NO 5 5
25
24 port rack
mount liu with
adapter, pig tail
and coupler panel,
fully loded NO 0
26 OFC Modular NO 8 8
27 06 Core, SM OFC-
Armored Meter 750 750
28 Rack (42U) NO 1 1
29 Rack (12U) NO 0
30
Analytical IP
Camera
Management
Software / VMS NO 1
31 Camera Licenses No 40
32 User/Client License NO 10
33 Mobile view
License NO 10
34
CASING CAPING
PATTI(2"width and
2meter length),
ELBOW & BEND -
ISI make NO 50 50
35
CASING CAPING
PATTI(1"width and
2meter length),
ELBOW & BEND -
ISI make NO 150 150
36
CASING CAPING
PATTI(1/2"width
and 2meter
length), ELBOW &
BEND - ISI make NO 50 50
37
25MM PVC
FLEXIBLE PIPE - ISI
mark Meter 25 25
38 32MM FLEXIBLE
PIPE - ISI Mark Meter 25 25
39
Network Rack
Installation with
required
accessories
including, Switch, NO 6 6
Page 94 of 108
SFP Module, Jack
Panel, etc.
40 LIU Installation NO 6 6
41 Fiber Core Splicing
on actual count NO 48 48
42
Laying & Mounting
OFC - HDPE with
required
accessories on
actual count Meter 750 750
43
Laying & Mounting
CAT6 in Pipe, Strip
with required
accessories like
saddle/tie on
actual count Meter 1830 1830
44
Ethernet I/O
installation n
Termination NO 60 60
45 10 FT MS Pole with
installation NO
46 Rj45 Connector 200 200
47 Other Items
Note:
• The above mentioned quantities are estimated only and for variable components shall quote
according to his evaluation of requirement and no extra cost shall be paid.
• The Bidder may quote only one option (i.e. one products can be quoted) against each item. Bidders
are required to mention Make and Model of the product (Do not write “OEM” against items). Bidders
are expected to give make and model of the product)
• Extra Cameras indicated in the BOQ (List of Material) will also be required to install as and when
instructed by Banas Dairy during warranty period.
• Ensure that all equipment including material to be installed by the Bidder shall be new and the
product should not be de-supported or declared end of life during the next 05 years
• Specify Your Solution Server-NAS/ NVR or Server with Inbuilt Storage.
• Design your solution considering requested 81 camera + 25% additional camera, with 30 days
continuous recording, hence provide proposed quantity accordingly in BOQ for Server/NVR/NAS.
13) Approved Make List:
Equipment Make
Cameras Axis/Sony/Panasonic/LG/Honeywell/Samsung/Bosch/Pelco
Network (IP) Video
Management software / NVR
Axis/Sony/Panasonic/LG/Honeywell/Samsung/Bosch/Pelco/
Milestone/Icatcher/NUUO/Genetec
Page 95 of 108
PC/ Work stations /
Server / NAS
HP/Dell/Lenovo
LED
TV/Monitor/Display
Sony/ LG / Panasonic
Power Cable Polycab / Havells/ Universal/CCI / Lapp
CAT-6, Fibre cable, Patch
Cord
Molex/ Finolex/ Digilink/ Dlink
Network Switches (Managed,
POE & Managed)
Cisco/Netgear/HP/Dell
Network Accessories
(passive)
Digilink/Molex/Dlink
UPS APC/Emerson
HDPE Pipe Durton/Supreme, 32 mm and 10KG/cm2 with ISI mark
Other ISI mark
14) CCTV (IP-ONVIF) Camera Maintenance Service for Existing CCTV
Cameras at Palanpur:
Scope of Work and other details.
Type of Existing Cameras and Make: Total 170 IP-ONVIF based 1.3M/2.0M pixelCCTV Dome, Bullet
and PTZ Cameras comprising of Panasonic, LG, Samsung.
Page 96 of 108
1. Support Service for the maintenance of Video Surveillance Equipment including Cameras and other
components implemented for successful running of the Video surveillance System at Banas Dairy,
Palanpur. (Excluding repair/replace of Network Switch,UPS,Servers/NVRs/NAS/Storages)
2. Ideal working hours will be 10:00 AM to 6:00 PM including 30minutes (Break).
3. Holidays will be applicable as per Banas Dairy Palanpur's Holiday schedule.
4. Emergency cases would be exceptions and to be taken care of accordingly even on holidays or
beyond working hours.
5. Provided services include onsite, one CCTV-Support-Engineer and one support person/cleaner.
6. General work/Service includes preventive maintenance, fault finding/trouble shooing/repair,
installation/mounting of CCTV Camera, maintain LAN(including laying of cable/strip) from Camera to
Switch and Switch to Switch.
7. Tools and spare CCTV Camera for service/support:
Bidder Scope:
• Tools for service/support: Crimping, Punching, cutting, fixing, Blower, Vacuum Cleaner, other
necessary tools.
• CCTV Cameras:2megapixel IP-ONVIF of Panasonic, LG and Samsung make,FiveDome Cameras, One
Bullet, One PTZ.
Banas Dairy Scope:
• Patch-cords, Power Cord, Network Cable, Switches, UPS, Repair of Camera.
8. Response time to the complaint:
Complain to be addressed with-in 01 Hour and resolution to be provided within 04 hours along with
diagnosis and action taken Report. If Network Switch is faulty, Banas Dairy will provide spareand in
state of unavailability of the spare, resolution time will be extended till the confirmation from Banas
Dairy.
9. Service Provider will support in aligning with the OEM for any repair and replacement of the
equipment during or after hardware warranty. Cost for repair and its freight will be in Banas Dairy’s
Scope.
10. Any other Freight charges for the movement of the material within the premises will be in Service
Provider’s scope.
11. Service Provider will be liable for payment for any damage of equipment cause by them/their
staff.
Page 97 of 108
12. PM-Preventive Maintenance schedule including camera cleaning to be carried at the location will
be scheduled in advance and will be in Service Provider’s scope. Permissions for the smooth
execution of the task will be in Banas Dairy’s Scope. Each Camera to be cleaned Once in three
months.
13. Provision of Sky lift/ladder wherever required for the maintenance of the system components will
be in Banas Dairy’s Scope.
14. Office timing discipline, skill set of the person to execute the Maintenance Service and timely
response to the assigned task by the Banas Dairy to be ensured by Service Provider.
15. Service Provider will try the best for maintaining 99% uptime and would not let the uptime fall
below 95%.
16. Each Complain and solution provided to be lodged with closing remark by Service Provider, to be
endorsed by CCTV-Person Banas Dairy.
17. Payment Terms: After Completion of Quarter, Invoice to be submitted within a week after
completion of Quarter. Payment to be made within 30 days from the date of submission of invoice.
18. On-site service persons insurance and other safety equipment will be in Bidders’ scope.
Annexure9-Tender Letter Form
Date:
From
(Registered name and address of the Bidder.)
Page 98 of 108
To,
Banaskantha District cooperative Milk Producers’Union Limited
BanasDairy. PBNO20,
Palanpur-385001
Sir,
Having examined the tendering documents, we the undersigned, offer to supply, install, test, integrate and
commission of CCTV Surveillance System as detailed in the bidding document(as enclosed) in response to
T/E number.…………….dated...................
We undertake to:
• Maintain validity of the Tender for a period of 120 days from the last date of Tender submission as
specified in the bidding document or extended. The same shall remain binding upon us and may be
accepted at any time before the expiration of that period.
• Supply, install, test, integrate, commission and maintain the “Systems” for a period of 36 months
(warranty period) in conformity with the bidding documents (and as amended from time to time).
• Commissionthe“Systems”withinthetimeframeasdefinedintheTenderdocuments(andasamendedfro
mtimetotime)
• Execute all contractual documents and provide all securities & guarantees as required in the
Tender document (and as amended from time to time).
• Until a formal Contract is prepared and executed, this Tender,together with your written
acceptance thereof and your notification of award, shall constitute a binding Contract on us.
• Certify that products and Systems to be supplied shall be from eligible countries as specified in the
above mentioned T/E document.
We enclosed checklist for tender duly filled.
Dated this day of .Signature……….
(In the capacity of)Duly
authorized to sign Tender for and on behalf of
Witness:
(Signatures with name and designation) Address:
Enclosure: Checklist as above bidding document
Page 99 of 108
Annexure10-Manufacturer’sAuthority Letter
(It should be submitted on original letterhead of Manufacturer)
To
Managing Director
Banaskantha District co operative Milk Producers’ Union Limited
Banas Dairy
PB NO 20, Palanpur: 385001.
Dear Sir,
Whereas [name of the Producer] who are established and reputable producers of [name/or
Description of the products] having production facilities at [address of factory] do hereby
authorize [name and address of the Supplier] to submit a Tender, and subsequently
negotiate and sign the Contract with you against T/E No.……..dated……… for the above products
produced by us.
We, M/s warrant all the equipments to be supplied by us against T/E No.
Hereunder shall be brand new, free from all encumbrances, defects and faults in material.
Workmanship and manufacturing shall be of the highest grade and quality and consistent
with the established and generally accepted standards. Materials of the type ordered shall be in
full conformity with the specifications, drawings or samples, if any, and shall operate properly.
The items quoted by us for this tender are not obsolete and are still in production. The warranty
for the material shall be for a period of three years.
We, M/s.................also undertake that the spares of every equipment to be supplied by us
hereunder shall be made available to BANAS DAIRY for a period of minimum 6 years from the
date of final acceptance. We shall provide the factory test report for the equipment at the time
of supply.
We hereby extend full assurance for the products offered for supply by our firm against the said
T/E and duly authorize said firm in fulfilling all installation, technical support and
maintenance obligations required by Banas Dairy.
[Signature for and on behalf of Producer]
Note: This letter of authority must be on the letterhead of the Producer, must be signed by a
competent person and having the power of attorney to bind the Producer, and must be included
by the Bidder in its Tender.
Page 100 of 108
Annexure-11: Format for Performance Bank Guarantee
(To be stamped according to Stamp Act and to be in the name of the executing Bank)
To,
The Banaskantha District Co. Op. Milk Producers’ Union Ltd.,
(C/O - Banas Dairy)
At & Ta.-Palanpur,
Dist. – Banaskantha
In accordance with your Supply Order No. - ..................... Dtd. ……………….., awarded to M/S
………………………….; for the supply and installation of …………………………,
Which has been duly accepted by M/S ………………………….; having its registered office
at …………………………………………………..; has requested for Performance Guarantee, as an
irrevocable Bank Guarantee (Performance Guarantee) for the amount of Rs…………………/-
(Rupees ………………………………………. Only) is required to be submitted by the tenderer as a
condition precedent for participation in the said supply which amount is liable to be forfeited
on the happening of any contingencies mentioned in the tender document.
We, the ............ (bank), a body corporate constituted under the banking Companies
(Acquisition of Undertakings) Act, 1970 and having its head office at
…………………………………………., and a branch office amongst other places of business at
…………………………….. (Hereinafter referred to as “the Bank”); guarantee and undertake to pay
immediately on demand, without any recourse, to The Banaskantha District Co. Op. Milk
Producers’ Union Ltd. (hereinafter referred to as Banas Dairy), the amount of Rs………………../-
(Rupees …………………………………………………. Only) without any reservation, protest, demur and
recourse. Any such demand made by Banas Dairy, Palanpur, shall be conclusive and binding
on us irrespective of any dispute or difference raised by the Tenderer.
This guarantee shall be irrevocable and shall remain valid upto ……………………………
(Being ……….. months from the supply and installation of ……………..). If any further extension
of this guarantee is required, the same shall be extended to such required period on
receiving instructions from M/S ………………………………… , on whose behalf this guarantee is
issued.
Notwithstanding whatever stated herein above
Page 101 of 108
1. Our liability under this Bank Guarantee shall not exceed Rs.……………………../- (Rupees
……………………………………………… Only).
2. The Bank Guarantee Shall be valid upto …………… 201 and shall have a lodgement
period upto ……………………….. 201.
3. The Bank is liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before
………………….., 201.
Any Claim under this guarantee must be received by us before the expiry of this Bank
Guarantee. If no such claim has been received by us on or before the said date, the rights of
Banas Dairy under this Guarantee will cease. However, if such a claim has been received by
us within the said date, all the rights of Banas Dairy, Palanpur under this Guarantee shall be
valid and shall not cease until we have satisfied that claim.
In witness whereof the Bank, through its authorized office, has set its hand and
stamp on this ____ th day of ________________ at _____________ .
For and on behalf of ................... bank
Signature ______________________
Name & Designation _______________________________
Authorization No ____________________
Date and Place ____________________
Bank Seal ___________________
The above guarantee is accepted by the Authority.
Page 102 of 108
Annexure12-Deviation/Non-Compliance Statement
(Please give all deviations and/or non-compliance clause wise statement against the said Tender
document in the format given below)
Tender No:
Sr.No. Section/Article/Clause Statement of Deviation
Note:
• In case of any other deviation not mentioned on this page may lead to disqualifying of Bid
• Mentioning Deviation in above mentioned format does not ensure its acceptance by Banas Dairy
• Above mentioned format is indicative and supplier can furnish above required information in their own format
Page 99 of 108
Annexure 13- Details of Work Executed
Details of Purchase Orders executed in last 5 year of similar works
Name of the supplier:
Supply of CCTV IP based security surveillance System:
Sr.
No.
Name of the
Organization
Address of
installation
P.O/ W.O.
Date
No. of IP
Cameras
Installed
Value of the
project in
Rupees
Document
attached or
not?
Performance
Certificate
attached or not?
1
2
3
4
Note:
Above mentioned format is indicative and supplier can furnish above required information in their own format
Purchase Order copies should be enclosed in support of the above
Page 100 of 108
Annexure 14 CERTIFICATE AS TO AUTHORIZED SIGNATORIES
I, certify that I am Secretary of the ……………………………………….., and
that……………………………………………. who signed the above proposal is authorized
to bind the corporation by authoring of its governing body.
(Secretary)
Date
Page 101 of 108
Annexure 15 OEM / IP Camera Product Company Details
(Details of Office/Service Center in India and Orders executed in last 5 year of similar
works)
Name of the OEM/IP Camera Product Company:
Office and Service Center in India of OEM / IP Camera Product Company:
Sr. No.
Address
Contact
Person
Contact
nos.
Email Type of
Supporting
1
2
3
4
Supply of CCTV IP-based security surveillance System:
Note:
Above mentioned format is indicative and supplier can furnish above required information in their own format P u r c h a s e
Order copies should be enclosed in support of the above
Sr.
No.
Name of the
Organization
Address of
installation
P.O/ W.O.
Date
No. of IP
Cameras
Installed
Value of
the
project in
Rupees
Document
attached or
not?
Performance
Certificate
attached or
not?
1
2
3
4
Page 102 of 108
Annexure- 16: Vendor Registration Form
Banas Dairy, Post Box No. 20, Palanpur : 385 001, Phone : 253881 to 253885 Fax : 02742-252723, e-mail :[email protected], web www.banasdairy.coop
Please mark all such columns as NOT APPLICABLE where you can not provide information. ADDRESS Name of the Vendor * Mandatory (This shall be the registered name of the firm. With the same name payments to party will be released) (CAPITAL LETTERS)
Address of Head Office * Mandatory Street-1 Street - 2 City District Name State Pin Code Telephone (1) LL : (2) Mob : STD Code: Fax Email-id Company Web Site (if any) Name and Designation of Contact Person(s) Note :- If HO Office /Branch Office / Factory havin g in different state please give Bank details / Tax Details in separate sheet.
Address of Branch (If any) Street – 1 Street – 2 City State Pin Code Telephone Fax Email-id Name & Designation of Contact Person(s) Address of Factory / Factories / Subsidiaries / Sis ter Concerns (If any) Street City State Pin Code
Telephone Fax Email-id Name & Designation of Contact Person Please use separate sheets if required
Banaskantha District Cooperative Milk Producers' Un ion Ltd.,
Page 103 of 108
ORGANIZATION DETAILS Status of Organization Tick (√) appropriate option. Proprietary / Partnership / Company / LLP Name of Business Nature of Enterprise Investment in Plant & Machinery: * Mandatory if applicable and pl. mention the MSMED Registration No. Date and Category micro, small, Medium IF NOT, PLEASE MENTION N/A If you are under MICRO, SMALL & MEDIUM ENTERPRISES DEVELOPMENT (MSMED) ACT 2006. MSMED Registration Certificate is Required
Year of Establishment Registration Number (as per certificate from ROC/ Registrar of Firms.
Name & Address of the Owner / Partners / Directors
Sr.No. Name Designation Address
(Attach separate Sheet if Required)
BANK D ETAILS * Mandatory Bank Account No. Name of the Bank Bank Address Bank City Bank Branch IFSC RTGS / NEFT No. Branch Code EXCISE DETAILS Excise Registration No. Excise Range Excise Division Excise Commissionerate CST No. GST /ARN number Vat(TIN) PAN Service Tax Registration No
Service Category Service Tax Commissionerate Service Tax Commissionerate range Work Contract Tax Registration No. SERVICE DETAILS OF ORGANISATION Describe firm’s major field(s) of Operation/Product range.
Installed Capacity Average Monthly Production Sources of major Raw Materials Value of average raw materials inventory maintained
Is Sub Vendor approval carried out by you for your vendors?
Page 104 of 108
Make/Type / Value of machines used. Please attach details.
Manufacturing facilities available at work place.(Please attach details)
Do you have separate Inspection Cell? Inspection & Testing facilities available at work. (Please attach details)
Quality Control is responsible to whom? Description of the material to be Supplied
Description of the Service to be Provided
HSN
Service A/C Code
DECLARATION
The above information is true in all respects and we undertake to inform you about any change in the above particulars regarding our business from time to time. We also undertake the responsibility that in no case we will employ any consultant to deal with BKDCMPU Ltd., Palanpur
Mandatory fields are marked with an asterisk (*) Note : The vendor creation will be made based on the information furnished by you in the above form for vendor registration. If, at any time in future, it comes to the knowledge of the management that any of this information is incorrect or any relevant information has been withheld then you are liable to be black listed without any notice in lieu thereof. As a part of vendor registration, the copy of following supporting documents must be required and all details (whatever applicable) to be filled in the vendor registration form. 1) PAN Card 5 ) CST & VAT & GST Registration 2) Demand Draft against Tender Fees Non Refundable 6) Cancelled Cheque 3) Excise Registration Certificate 7 Service Tax Registration certificate 4) Partnership Deed/Trade License 8) List of Direct ors/Partners on company’s Letter Head. 9) Registration Certificate from ROC (in case of Co mpanies) Date : _______________ __________________________________
Place : _______________ __________________________________________
Name & Signature of Proprietor/Partner/
Chief Executive under Proper Seal
For Office Use Only Concerned Dept. Head O.S.D. (Comm.) Vendor Registration No. _____________ Date : ___________