Anda di halaman 1dari 37

NATIONAL INSTITUTE OF SCIENCE

COMMUNICATION & INFORMATION RESOURCES


(NISCAIR)

Tender No.20(08)2016-Pur Date: 08.09.2016

Bid Document
Request for Proposal (RFP)
For
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV
CAMERAS for SECURITY SURVEILLANCE at
NISCAIR, Pusa Campus, New Delhi – 110012
&
NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067

Events Date Time

Last Date for Submission of Bids: 29.09.2016 2:30 pm

Date of Opening of Technical Bid: 29.09.2016 03:00 PM

Important Notice: An incomplete offer and/or late bid is liable to be Rejected.

Yours faithfully

Stores & Purchase Officer

0
CONTENTS

SECTION - I

Invitation for the Bids ... 2

SECTION - II

Qualification Requirements …4

SECTION - III

Technical Specifications And Requirements ...6

SECTION - IV

Instructions to Bidders ...14

SECTION - V

General Terms and Conditions of Contract ...18

SECTION - VI

Annexure/Formats for Bid Submission ...24

1
SECTION – I

INVITATION FOR THE BIDS

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV


CAMERAS for SECURITY SURVEILLANCE of NISCAIR, Pusa
and Satsang Vihar Marg Campuses, New Delhi

1.1 Sealed bids in two parts, i.e., Technical Bid & Earnest Money Deposit (EMD),
and Financial Bid valid for 60 days are invited for the CCTV CAMERAS for
SECURITY SURVEILLANCE. All the respective contents, i.e., Technical Bid,
Financial Bid and Earnest Money Deposit should be submitted in three different
envelopes duly sealed and clearly marking the type of content on the envelop,
bidder’s name & address on the top of the sealed envelopes.

1.2 Key Details:

Ernest Money Deposit / Security Rs. 50,000/-


amount
Completion period of the Work 60 Days from award of work

Last date of Seeking Clarification

Date & time of Submission of Tender 29.09.2016 till 2:30 PM

Date & time of Opening of Tender 29.09.2016 till 3:00 PM

1.3 The bidder may inspect the sites and have an idea about the nature of work
involved in order to make estimates about the cost of work required to be done. The
bidder may contact the following persons at respective locations:

Mr. C B Singh, Head IT Division,


Dr. K. S. Krishnan Marg, Pusa Campus, New Delhi – 110012

Mr. Mukesh Pund


14, Satsang Vihar Marg, New Delhi-110067

1.4 The bids complete in all respects addressed to the Director, NISCAIR should
reach at the following address latest by 14.30 hours on 29.09.2016.

2
Purchase Section (Room No. 214)
Second Floor
National Institute of Science Communication & Information Resources
(NISCAIR)
Dr K.S. Krishnan Marg, Near Pusa Gate, New Delhi 110 012
Phones: 25843182; Fax: 25849949 & 25847062;
Website: www.niscair.res.in

1.5 The bid must be accompanied by a valid EMD for Rs. 50,000/- (Rs. Fifty
Thousand only ) in the form of DD or Bank Guarantee in favour of Director
NISCAIR, New Delhi issued by a Scheduled Bank, and the original tender. All
Tenders which are received without earnest money will be rejected.

1.6 The successful Bidder's bid security will be discharged upon the Bidders
signing the contract & furnishing the performance security for 10% of the
contract value for the period of 14 months. Unsuccessful Bidder's bid security
will be discharged or returned as promptly as possible but not later than 30
days after the expiration of the period of bid validity prescribed by the
Bank/purchaser.

1.7 The Technical Bid will be opened in the Conference Hall of NISCAIR on the
same day (last date of submission of the Bid) at 15:00 hours in the presence
of bidders who choose to be present and whose EMD is in order.

Yours faithfully,

Stores & Purchase Officer

3
Section – II

QUALIFICATION REQUIREMENTS
Following are the specific qualification requirements which should be satisfied by the
Bidder to be primarily considered for bidding for SUPPLY, INSTALLATION,
TESTING AND COMMISSIONING OF CCTV CAMERAS for SECURITY
SURVEILLANCE OF NISCAIR, Pusa and Satsang Vihar Marg Campuses, New
Delhi at the terms & conditions, mentioned in the appropriate section in this
document:
2.1 The bidder should be either OEM of the offered products or may be an
authorized System Integrator of the OEM for the offered components.
(Documentary Evidence- Authorization certificate from OEM for this specific
tender).
2.2 In case the bidder is OEM, they should have Service Center operating in Delhi
& NCR or ensure that support services will be provided within 24 hours of
complaint registration. (Communication addresses and telephone numbers
shall be provided).
2.3 The complete submitted bid should be signed by the bidder.
2.4 The Bidder has to submit complete Project Proposal Document along with
Camera Location, Network diagram, and Cabling Layout both in print and soft
copy form.
2.5 The firm should have a turnover of Rs. 10 Crores/year or more during the last
two years. (submit copies of Income Tax return for last two years)
2.6 The OEM/Bidder Should ensure that MHA guidelines be followed.
2.7 The bidder should be ISO 9001:2008 certified.
2.8 The bidder should not have been blacklisted / banned by any Govt. agency.
(Documentary Evidence - Self Certification)
2.9 The bidder should have successfully carried out the following works as on the
date of opening of Technical Bid:-
Must have completed one work of similar nature of minimum value equal to
INR 20 Lacs within last two years

4
OR
Must have completed two works of similar nature of each costing minimum INR
15 Lacs within last two years
OR
Must have completed three works of similar nature of each costing minimum
INR 10 Lacs within last two years
(Copies of the Purchase order for works executed should be provided by
Bidder.)
2.10 All Camera Components should be from one OEM make only.
2.11 OEM should have direct presence in India more than at-least 5 years
(Supporting documents required)
2.12 OEM Must ensure 5 year life cycle of the products. (Supporting documents
required)
2.13 Camera and Network Video Recorder (NVR) should be from one OEM
make only. The make of major components should be as per given
below:

S. No Item Makes
1 Indoor & Outdoor IP Camera dvtel/Pelco/Sony/Honeywell
2 Network Video Recorder(NVR) dvtel/Pelco/Sony/Honeywell
3 LED Display Devices Sony/ Samsung/LG
4 Network Switches CISCO/HP/Brocade
5 Optical fiber cables AMP/Tyco/Molex/Lgrand
7 UPS Libert/Emerson/APC
6 Wall Mount Rack Valrack/HCL/President/Rittal
8 HDPE Pipe AKG/Apollo/ Supreme
9 Iron Pole ISI Mark
10 GI/ Conduit Pipes AKG/Setia/Kalinga

If complying all of the above and qualifying to bid, the prospective bidder shall
provide supporting documents, wherever stated and give compliance of the
above, put them in a separate envelope along with a compliance statement stating
compliance to all the above requirements, super scribe it with “Compliance of
qualification requirements” and enclose it along with the Technical bid.

5
Section -III

TECHNICAL SPECIFICATIONS AND REQUIREMENTS


3.1 INTRODUCTION
National Institute of Science Communication And Information Resources (NISCAIR)
is one of the premier institutes of CSIR serving the society using modern IT
infrastructure. NISCAIR, since its inception, has been laying emphasis on reaping
the benefits of information technology to effectively serve the national and
international community to be an institution of international standard and repute in
the areas of knowledge networking, databases on natural resources, science
communication, science popularization and S&T information management systems
and services.
NISCAIR is the prime custodian of vast pool of digital information resources of CSIR.
The volume of data, being managed at NISCAIR, in the form of Databases and CDs,
is in Tera Bytes with an exponential growth. NISCAIR also acts as repository on
Library and Analytical facilities under CSIR - National Knowledge Network (NKN)
Project. With new ICT tools the knowledge repositories are growing at exponential
rates and require massive and updated capabilities for management of information
resources and services including hosting and sharing.

3.2 Scope of work

• The bidder shall supply the required CCTV Cameras & Video recorder along
with required passive material at respective Stores of NISCAIR, Pusa &
Satsang Vihar Campuses, New Delhi. The bidder shall also supply all cable
laying accessories including clamps, identification tags, ferules, etc
required for lying of cables.

• The Bidder has to bid for 3 years warranty from OEM and comprehensive
AMC for 4th & 5th year.

• The bidder shall undertake to install, test & commission all CCTV Cameras
at required locations.

• The bidder shall lay, terminate and test OFC, Copper (UTP). The
Installation of passive components shall include installation of Light

6
Interconnect Units (LIUs), Patch cords, connectors etc. required to
complete the work on structured cabling concept.

• The bidder shall undertake dressing of cables in the racks using cable
managers using Velcro/cable ties.

• Minor civil works such as soft soil/hard soil digging etc. required for
execution of work shall be in the scope of the Bidder.

• The bidder shall integrate the new security surveillance cameras with
existing LAN infrastructure.

• The bidder shall Supply all relevant documents/drawings/test certificates


and manuals.

• The acceptance report shall be mutually signed between NISCAIR and the
bidder after successful supply, installation, commissioning of the
Networking components.

• Any equipment, fitting, material, software or supplies which may not be


specifically mentioned in the specifications but which are necessary for
carrying out the contract works within the scope of the tender are to be
provided for and rendered to by the bidder. Such items not quoted by the
vendor, if found necessary during execution of the contract, shall have to
be supplied at no extra charge by the bidder.

• The bidder shall ensure that the structured cabling system work is carried
out by an experienced team.

• The bidder shall submit project completion report to NISCAIR once the
commissioning has been done.

• The bidder shall submit the detailed documentation of security system


including cabling layout, camera location and bill of material etc. The
vendor shall give all documents in computer format as well as in hard
copy.

7
• The bidder shall confirm that the BoM indicated in the tender document is
completed in all respects. However, bidder can indicate any additional item
if required.

3.3 Requirements and Specifications


The requirements and functional specifications set out in this Section present an
overview of the total requirements and associated needs so that supplier(s) can get
the total problem prospective. However vendor may visit the sites before
quoting to understand the requirements.

In broad terms, the requirement is to provide to NISCAIR with a maintainable and


sustainable security surveillance facility. For awarding the contract, it is
essential to bid for all the items in a package. The detail specifications of the
products are as follows:
The indicative camera positioning are given in Annexure ‘A’

A. SPECIFICATIONS – CCTV CAMERAS & Network Video Recorder

Full HD IP Network Indoor Dome Camera with Adaptive IR & WDR


S.No Particulars Specifications
Video
1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG Selectable
2 Bit Rate Control VBR or CBR
3 Bit Rate Configurable between 64kbps & 8 Mbps

4 Image Sensor 1/3 progressive scan CCD/CMOS or better


5 Resolution 1920x1080
6 Frame Rate Configurable up to 30fps or better
7 White balance ATW/AWB
White balance
8 2500 to 8000 k
range
Wide Dynamic Upto 65 db or better
9
Range
Camera
10 Rotation & 3 Axis ( Pan, Tilt, Rotation)
Placement

8
Day & Night
11 Auto
capabilities
12 Video S/N >=50db
Audio
Audio
13 G.711a-law/ G.711 U-law
Compression
Optical Lens
Adaptive Bulit-in
14 up to 25 meter Auto ON or Auto Off
IR
15 Sensitivity 0.1(B/W)lux or better
16 Lens Built-in, varifocal
17 Focal length 3 to 9 mm or better
18 Focus Autofocus, Motorized & auto iris
19 Zoom Remote Motorized
20 Shutter Speed 1 Sec to 1/10,000 or better
Motion Within user defined field of view 0r with in specified
21
Detection rectangular zone
Software Control
22 Users 1 Administrator up to 4 Viewer
23 Configuration Via Web interface to configuration & control
Firm ware
24 Remote via Web Interface or software utility
upgrade

TCP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, RTP,


Supported
25 RTSP, RTCP, , NTP, UPnP, SMTP, SNMP v2 & SNMP v3,
Protocol
IGMP, 802.1X, , IPv4, IPv6, SSL,

26 Ethernet RJ-45, 100 Base TX, PoE Enabled


27 Power PoE, IEEE 802.3af
Text
28 Superimposing Date & time on Video
Superimposing
Motion
29 Automatic, ON & OFF
Detection
30 Discovery Detects camera automatically & Configure network Settings
31 Compliance ONVIF profile S Compliant
32 Vandal Rating IK10 rated vandal or better
Operating
33 -10°C to +50°C
temperature
34 Certification FCC, CE, UL

9
Full HD IP Network Outdoor Bullet Camera with Adaptive IR
S.No Particulars Specifications
Video
1 Video Standard Dual Streaming HI.264/MPEG-4/MJPEG Selectable
2 Bit Rate Control VBR or CBR
3 Bit Rate Configurable between 64kbps & 8 Mbps

4 Image Sensor 1/3 progressive scan CCD/CMOS or better


5 Resolution 1920x1080
6 Frame Rate Configurable up to 30fps better
7 White balance ATW/AWB
White balance
8 2500 to 8000 k
range
Wide Dynamic Upto 65 db or better
9
Range
Camera
10 Rotation & 3 Axis ( Pan, Tilt, Rotation)
Placement
Day & Night
11 Auto
capabilities
12 Vide S/N >=50db
Audio
Audio
13 G.711a-law/ G.711 U-law
Compression
Optical Lens
Adaptive Bulit-in
14 up to 25 meter Auto ON or Auto Off
IR
15 Sensitivity 0.1(B/W)lux or better
16 Lens Built-in, varifocal
17 Focal length 3 to 9 mm or better
18 Focus Autofocus, Motorized & auto iris
19 Zoom Remote Motorized
20 Shutter Speed 1 Sec to 1/10,000 or better
Motion Within user defined field of view or within specified
21
Detection rectangular zone

10
Software Control
22 Users 1 Administrator up to 4 Viewer

23 Configuration Via Web interface to configuration & control


Firm ware
24 Remote via Web Interface or software utility
upgrade

TCP, UDP, ICMP, HTTP, HTTPS, FTP, DHCP, DNS, RTP,


Supported
25 RTSP, RTCP, NTP, UPnP, SMTP, SNMPv 2 & SNMP v3,
Protocol
IGMP, 802.1X, IPv4, IPv6, SSL,

26 Ethernet Rj-45, 100 Base TX, PoE Enabled


27 Power PoE, IEEE 802.3af
Text
28 Superimposing Date & time on Video
Superimposing
Motion
29 Automatic, ON & OFF
Detection
30 Discovery Detects camera automatically & Configure network Settings
31 Compliance ONVIF profile S Compliant
32 Vandal Rating IK10 rated vandal IP66 or better
Operating
33 -10°C to +50°C
temperature
34 Certification FCC, CE, UL

Network Video Recorder ( NVR )


S.No Particulars Specifications
Minimum
1 32 or Higher
Channel
Video
2 H.264, MPEG-4, and MJPEG
Compression
3 Internal Memory 8 GB DDR3 or better
4 Internal Storage 4TB Internal Storage Required, SATA HDD with RAID 5
5 Video card Built -in Intel HD Graphic Card
6 Video standard NTSC/PAL
7 Video Ports Minimum 2 ports HDMI/DVI-D/VGA
8 Video Outputs Support up to two simultaneous display
9 Processor Intel Xeon E-3 series or Higher
Operating
10 Windows 7 64 bit
System

11
Network
11 2 ports of Gigabit Ethernet
Interface
12 USB Ports 2 Nos of USB 2.0, 2 Nos of USB 3.0
Audio Decoding
13 G.711 & 64kbps
& bit rate
Via HDMI or 3.5mm audio jack 1 x Mic-in / 1 x Headphone-
14 Audio
out
Operating
15 Web / GUI
Interface
Live view /
5MP/3MP/1080p/UXGA/720p/VGA/4CIF/DCIF/2CIF/CIF/QCI
16 Playback
F
resolution
17 Compliance ONVIF profile S Complaints
18 Certifications CE, FCC, UL
The Network Video Recorder (NVR) shall support operation using the front
19 panel keyboard or Remote or USB mouse. Remote NVR configuration and
priority management via Ethernet.
The NVR should be of the same make as the Cameras and should have UL,EN,
20
FCC and CE Certifications.
21 Feature-rich Client application
22 It should Supports up to two monitors
23 It should Supports monitoring from web client
24 It should be capable of Mobile viewing applications.
The IP video management system shall support automatic detection of IP
25
cameras.

The IP video management system shall be capable of continuous scheduled


26 alarm/event and motion recording. Pre- and post- alarm recording shall also be
available and shall be fully programmable on a per channel basis.

The IP video management system shall allow archival of video data to


computers or SAN storage devices over a network connection with the optional
27
Archive Utility. The archival schedule shall be either automatic at user-defined
intervals or manual and shall be configurable per connected camera.

The IP video management system shall support network health and monitoring
28
utilizing SNMP monitoring tools.
The IP video management system shall indicate system performance and
29
operation status utilizing a variety of HTML reports.
Should supports up to 8,16, 24 or 32 camera channels and 320Mbps or better
30
recording throughput
Support manual, schedule, alarm, motion detection and event-based recording
31
triggers

12
32 Should create bookmark to mark a time of interest
33 Exported files have digital signature for evidence management
34 Instant replay of any camera displayed over tile in the GUI application
Should configure users, user groups and their camera access rights and
35
privileges
36 Pre- and post-alarm recordings
37 Should supports Guard Tours (layout tours) and camera sequences
38 PTZ control, including digital zoom control for clear identification

B. SPECIFICATIONS –Installation/Services
Installation/Services should be quoted with 3 Year on call support
S. No. Item
1 Installation of CCTV Cameras at respective locations
2 Installation of Network Video Recorder at server room
3 Integration & Configuration of CCTV cameras & NVR
4 Installation of Display unit
5 Laying of UTP Cable through PVC Conduit/Raceway
6 Termination of UTP cable at Cameras
7 Termination of UTP cable at rack end
8 Installation of Wall Mount Racks

9 Laying of Fiber Cable through PVC Conduit/Raceway /HDPE pipe

10 Fiber Core Preparation for Splicing


11 Fiber Core Splicing
12 Fiber LIU Fixing
13 Fiber Testing Through Lazer light
14 Fixing of HDPE Pipe
15 Soft Soil Digging and refilling
16 Wall Punchering
17 Project Management & Documentation
18 Any other work related to Installation and not covered above

13
SECTION – IV

INSTRUCTIONS TO BIDDERS

4.1 Preparation of Bids

The bids are to be submitted in two separate sealed envelopes

a. Envelop 1 - EMD, Technical Bid and Compliance of Qualification


requirements (three separate envelops)
b. Envelop 2 - Financial Bid (one envelop)

The above two envelops should be properly marked, sealed and kept
in one envelop.

4.1.1 Technical Bid:


The Technical bid prepared by the bidder shall be provided in the Response
Format as shown in Annexure-I

4.1.2 Financial Bid:


(i) The financial bid shall indicate the Unit prices (wherever applicable) and
total bid prices of the goods it proposes to supply under the contract.
(ii) Quoted prices should be firm and inclusive of sales tax, octroi, freight
and forwarding charges, handling charges, loading and unloading
charges, insurance charges, any other tax/charges applicable and
installation, testing and commissioning charges for all products
inclusive of all direct and indirect taxes.
(iii) Prices quoted by the bidder shall be fixed during the bidder’s
performance of the contract and not subject to variation on any
account. A bid submitted with an adjustable price, quotation will be
treated as non-responsive and will be rejected.
(iv) All prices and other information like discount etc. having a bearing on
the price shall be written both in figures and words in the prescribed
offer form. If there is discrepancy between the price/information, the
higher price/information will be treated as final.
(v) During the validity of this bid or during the extended period, if any, if
the bidder provides services to any other Department/Organization in

14
India at a price lower than the fixed price for the Purchases, the bidder
shall automatically pass on the benefits to the Purchaser.
(vi) Rates should be valid for 60 days from the date of opening of technical
Bids.

The Financial bid prepared by the bidder shall be provided in the Response
Format as shown in Annexure-II

4.2 Submission of Bids

4.2.1 Sealing and Marking of Bids

(i) The bids are to be submitted in two separate sealed envelopes

a. Envelop 1 - EMD, Technical Bid and Compliance of Qualification


requirements (three separate envelops)
b. Envelop 2 - Financial Bid (one envelop)

(ii) The outer envelope containing Technical Bid and Financial Bid shall be
addressed to The Director, National Institute of Science Communication
& Information Resources & Information Resources (NISCAIR), Dr K S
Krishnan Marg, New Delhi 110 012, mentioning bid no. and due date.

(iii) The inner envelopes shall indicate the name and address of the bidder
to enable the bid to be returned unopened in case it is declared late.

4.2.2 Deadline for Submission of Bids

(i) Bids must be received by NISCAIR at the address given in Section-I not
later than the time and date specified on the cover page. In the event
of the specified date for the submission of bids being declared a holiday
for NISCAIR, the bids will be received upto the appointed time on the
next working day.

(ii) The Director, NISCAIR may, at his discretion extend this deadline for
submission of bids by amending the bid documents, in which case all
rights and obligations of the purchaser and bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.

4.2.3 Late Bids


Any bid received by NISCAIR after the deadline for submission of bids
prescribed by the NISCAIR will be rejected and/or returned unopened to the
bidder.

15
4.3 Bid Opening and Evaluation

4.3.1 Opening of Technical Bids by Purchaser

The Purchaser will open all technical bids if the EMD is submitted as per
requirement in the presence of bidders’ representatives, who choose to
attend, at the time, on the date and at the place specified in Section-I. In the
event of the specified date of the bid opening being declared a holiday for the
Purchaser, the bids shall be opened at the appointed time and location on the
next working day.

4.3.2 Clarification of Bids

i. During evaluation of the bids, the Purchaser may at its discretion, ask
the Bidder for clarification of its bid. The request for clarification and
the response shall be in writing and no change in price or substance of
the bid shall be sought, offered or permitted.

ii. No Bidder shall contact the Purchaser on any matter relating to its bid,
from the time of the bid opening to the time the contract is awarded.
Any effort by a Bidder to influence the Purchaser in its decisions on bid
evaluation, bid comparison or contract award decisions may result in
rejection of the Bidder’s bid.

4.3.3 Evaluation of Technical Bid

As per clause 2.1 to 2.13


&
As per Annexure-I

4.3.4 Opening of Financial Bids

(i) The purchaser will open the financial bids of only those bidders, which
have been found to be technically qualified to undertake the job,
pursuant to Clause 4.3.3.

(ii) The Financial Bids of the technically qualified bidders shall be opened in
the presence of their representatives, who choose to be present, on a
specified date and time and Venue.

4.3.5 Evaluation and Comparison of Financial Bid

(i) The decision on the award of the work will be based on lowest quote
of Grand total (Total A + Total B +Total C +Total D + Total E) as
per Annexure-II

16
(ii) The comparison shall be of all-inclusive price of goods, such price to
include all costs as well as duties and taxes paid or payable.

(iii) Discrepancies in Prices: Any discrepancy between quoted prices in


figures and that in words, if noted, will be sorted out in the following
manner.

• If there is a discrepancy between the unit price and the total price the unit
price shall prevail and the total price will be corrected accordingly

• If there is an error in a total corresponding to the addition or subtraction of


Sub totals, the sub totals shall prevail and the total shall be corrected.

• if there is a discrepancy between words and figures, the amount in words


shall prevail unless the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject
to above.

• if there is a such discrepancy in a bid, the same is to be conveyed to the


bidder and if the bidder does not agree to the observation of the CSIR, the
tender is liable to be ignored.

17
SECTION - V
GENERAL TERMS AND CONDITIONS OF CONTRACT
Definitions and Interpretation
In this contract, the following terms shall be interpreted as indicated:
( i ) “The Contract” means the agreement entered into between the Purchaser and
the Supplier as recorded in the Contract Form signed by the parties, including all the
attachments and appendices thereto and all documents incorporated by reference
therein;
(ii) “The Contract Price” means the price payable to the Supplier under the Contract
for the full and proper performance of its contractual obligations;
(iii) “The Services” means those services ancillary to the supply of the Goods, such
as transportation and insurance, and any other incidental services, such as
installation, commissioning, provision of technical assistance, training and other
obligations of the Supplier covered under the Contract;
(iv) “NISCAIR project site” means NISCAIR, Pusa Campus, New Delhi & Satsang
Vihar Marg, New Delhi
(v) “The Vendor” means the firm(s) bidding for supply, installation, testing and
commissioning of CCTV cameras for security surveillance.
(vi) “The Site” means the NISCAIR, Pusa Campus, New Delhi & Satsang Vihar Marg,
New Delhi

Time Schedule
(i) Potential suppliers should provide detailed activities time schedule, which
represents the shortest practical time to complete all necessary tasks and meet
the obligations of the requirements which should not exceed 30 days after the
placement of order and subject to the approvals by NISCAIR for the work. All
significant activities must be included, including those associated with the
delivery, installation and commissioning of CCTV cameras for security
surveillance at NISCAIR Pusa Campus, New Delhi & Satsang Vihar Marg, New
Delhi
(ii) The delay in meeting the activities schedule will call for a penalty @ 1% per week
subject to maximum 10% of the contract value. NISCAIR may terminate the
contract if delay is beyond 3 Weeks.
Acceptance Certificate
(i) On successful completion of acceptability test for 5 days and after NISCAIR is
satisfied with the accuracy and completeness of the performance of the work, the
acceptance certificate signed by the representative of NISCAIR and
representative of the Vendor will be issued. The date on which such certificate is
signed shall be deemed to be the date of successful commissioning of the
awarded work.

18
(ii) The firm should quote additional rate required for each functional process based
on the efforts required for implementing the change/functional process.
Liquidated Damages:
For any delay in installation and commissioning beyond 2 week from the date
of acceptance of purchase order issued by the NISCAIR, NISCAIR reserves
the right to charge an LD (Liquidated Damages) at the rate of 0.50% of the
total awarded work per week. If the items delivered could not be installed for
reasons attributable to NISCAIR, the same should be recorded and submitted
to office in writing. In case, the LD reaches 10% as above, NISCAIR
reserves the right to terminate the contract and invoke all the BGs submitted
by the Bidder.

Warranty & Comprehensive AMC


(i) The bidder has to bid with 3 year warranty & Comprehensive AMC for
4th & 5th year.
(ii) The bidder has to submit a Performance Bank Guaranty (PBG) of 10%
of total value of equipment cost at the time of starting of warranty
period, which will be released after one month of completion of
warranty period.
(iii) The bidder has to submit a Performance Bank Guaranty (PBG) of 10 of
the total value of Comprehensive AMC charges of 4th & 5th year one
month before the commencement of CAMC period. The Performance
Bank Guaranty (PBG) will be released after one month of completion of
Comprehensive AMC period.
(iv) During the warranty period if the complaint is not resolved within 48
hours, a recovery of Rs. 200/Unit/Day will be made from Performance
Bank Guaranty (PBG).
(v) During the Comprehensive AMC period if the complaint is not resolved
within 48 hours, a recovery of Rs. 200/Unit/Day will be made from
quarterly bill till 10 days. Beyond which the review & termination of
contract may take place.

Payment
(i) The 80% payment of awarded value will be done for delivery of CCTV
Camera, Network Video Recorder & required Passive components at the
both locations of NISCAIR as per the requirement of NISCAIR. The
Bidder has to provide the Bank Guarantee of same amount to
NISCAIR, valid till the period of 60 days or satisfactory
completion of the contract, whichever is later. The balance 20% of
the awarded value would be released after satisfactory completion of
the contract.

(ii) For Installation and Services component, the payment will be made
on actual basis.

19
(iii) The payment of Comprehensive AMC for the 4th & 5th year will be made
on quarterly basis after the completion of respective quarter on
satisfactory services.

(iv) All payment shall be made subject to deduction of TDS, if applicable as


per the income Tax act 1961 and any other tax.

Earnest Money Deposit

(i) EMD of Rs.50,000/-(Rs. Fifty thousand only) in the form of Demand


Draft or Bank Guarantee as per Annexure –IV in favour of Director,
NISCAIR, valid for a period upto 30 days beyond the bid validity period
(i.e. valid for 90 days from the date of opening of tender) shall be
submitted along with the Bid failing which the quotation will be
rejected.

(ii) In case the successful bidder withdraws his offer within the validity of
quotation or before entering into the contract within the bid validity
period, his EMD will be forfeited. The bidder will have no right to claim
for refund of the EMD.

(iii) In case the successful bidder does not honor his commitment within the
validity of quotation and back out after placing the order with him, the
EMD will be forfeited.

(iv) The EMD if submitted in the form of Demand Draft can be adjusted with
the Performance Security if so desired by the successful bidder. If not
so, the EMD will be returned to the successful bidder after receipt of
Performance Security along with the order acceptance from him.

I. No interest will be paid by NISCAIR on the EMD amount.

Arbitration
Except where otherwise provided in the Contract, all questions and disputes relating
to the meaning of the specifications, and instructions herein before mentioned and
as to the quality of the materials, as to any question, claim, right, matter or thing
whatsoever, in any way arising out of or relating to the Contract, Specification,
estimates, instructions, orders or these conditions or otherwise concerning the
works, or the execution of the same whether arising during the process of the work
or after the completion or abandonment thereof shall be referred to the sole
arbitration of a person nominated by the Director General, Council of Scientific &
Industrial Research, New Delhi, and if he is unable or unwilling to act to the sole
arbitration of some other person appointed by him willing to act as such arbitrator.
The submission shall be deemed to be Submission to Arbitration under the meaning
of the Arbitration Act, 1940 or any satisfactory modification of reenactment thereof
for the time being in force, conclusive and binding on all parties of the Contract.

20
The Contract shall be governed in accordance with the Indian Laws.
Award Criteria
(i) NISCAIR will award the Contract to the successful Bidder whose bid have
been determined to be substantially responsive and has been determined as
the best evaluated bid provided further that the Bidder is determined to be
qualified to perform the Contract satisfactorily.
(ii) NISCAIR has right to accept any Bid and to reject any of all Bids. NISCAIR
reserves the right to accept or reject any bid, in part or full, and to annul the
bidding process and reject all 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 the
NISCAIR’s action.
Notification of award
(i) Prior to the expiration of the period of bid validity NISCAIR will place a firm
order to the vendor or notify the successful Bidder in writing by fax to be
confirmed in writing by speed post or hand delivery that his bid has been
accepted.
(ii) The notification of Award will constitute the formation of the contract
Corrupt or Fraudulent Practices

(i) Bidders & Vendors shall observe the highest standard of ethics during the
procurement and execution of the contract.

(ii) NISCAIR will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question.

(iii) NISCAIR will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if it at any time determines that the
firm has engaged in corrupt or fraudulent practices in competing for this bid,
or in executing the contract.

Force Majeure clause

If at any time, during the continuance of this contract, the performance in whole or
in part by either party of any obligation under this contract is prevented or delayed
by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage,
fires, floods, explosions, epidemics quarantine restrictions, strikes, lockouts or acts
of God (hereinafter referred to as "events"), provided notice of happenings of any
such event is duly endorsed by the appropriate authorities/chamber of commerce in
the country of the party giving notice, is given by party seeking concession to the
other as soon as practicable, but within 21 days from the date of occurrence and
termination thereof and satisfies the party adequately of the measures taken by it,
neither party shall, by reason of such event, be entitled to terminate this contract,

21
nor shall either party have any claim for damages against the other in respect of
such nonperformance or delay in performance, and deliveries under the contract
shall be resumed as soon as practicable after such event has come to an end or
ceased to exist and the decision of the purchaser as to whether the deliveries have
so resumed or not, shall be final and conclusive, provided further, that if the
performance in whole or in part or any obligation under this contract is prevented or
delayed by reason of any such event for a period exceeding 60 days, the purchaser
may at his option, terminate the contract.

Miscellaneous

(i) It will be imperative on each bidder to fully acquaint itself of all the local
conditions and factors which would have effect on the performance of the
work and its cost.
(ii) Alterations if any in the tender should be attested properly by the vendor,
failing which the tender is liable to be rejected.
(iii) Prices quoted must be firm and final and shall remain constant throughout the
period of the contract. The rates quoted should not be higher than the rates
quoted for any other Government Organization. Prices should be inclusive of
all taxes, duties, octoroi, license fees, etc. leviable of the services being
offered. All prices and discounts etc must be clearly shown in figures and
words. The charges quoted should be inclusive of transportation charge,
logistics charges and all other expenses related with the visits of the Vendor’s
personnel in connection with the performance of the contractual obligations by
the vendor.

(iv) The Vendor shall be entirely responsible for all taxes, duties, octroi, license
fees, etc., incurred for performance of the services. If there is any reduction
in taxes/duties etc. due to any reason whatever, after Notification of Award,
the same shall be passed on to NISCAIR .

(v) The selected Vendor shall perform the services and carry out its obligations
under the Contract with due diligence and efficiency, in accordance with
generally accepted techniques and practices used in the industry and with
professional engineering and training/consulting standards recognized by
national/international professional bodies and shall observe sound
management, technical and engineering practices. It shall employ
appropriate advanced technology and safe and effective equipment,
machinery, material and methods. The Vendor shall always act, in respect of
any matter relating to this Contract, as faithful advisors to NISCAIR and shall,
at all times, support and safeguard NISCAIR’s legitimate interests.

(vi) NISCAIR reserves the right to inspect the performance of the vendor prior to
commencement or in between the work progress. The inspection may cover all
areas related to the assigned contract order, especially methodology, manpower,

22
infrastructure etc. NISCAIR reserves the right to cancel the contract order
assigned to the vendor at any time which includes the time after the completion
of assigned work without assigning any reason for the same. In case the contract
order is canceled then the costs incurred will be borne by the vendor and under
no circumstances the vendor shall be eligible for any payment or damages from
NISCAIR.

(vii) NISCAIR may, by written notice sent to the selected Vendor, terminate the
purchase order and/or the Contract, in whole or in part at any time of its
convenience. The notice of termination shall specify that termination is for
NISCAIR's convenience, the extent to which performance of work under the
purchase order and /or the Contract is terminated, and the date upon which such
termination becomes effective. NISCAIR reserves the right to:
a. have any portion completed at the purchase order and/or the
Contract terms and prices; and/or
b. cancel the remainder and pay to the selected Vendor an agreed
amount for partially completed Services.

Yours faithfully,

Stores & Purchase Officer

23
SECTION - VI

Annexure-I
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV
CAMERAS for SECURITY SURVEILLANCE at
NISCAIR, Pusa Campus, New Delhi – 110012
And
NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067

Format of Technical Bid

Name of the Purchaser: Director NISCAIR

Name and address of the Service


Provider:

Full HD IP Network Indoor Dome Camera with Adaptive IR & WDR


Make
Compliance
S.NO & Remarks
Yes /NO
Model
Video
Dual Streaming HI.264/MPEG-4/MJPEG
1 Video Standard
Selectable
Bit Rate
2 VBR or CBR
Control
Configurable between 64kbps & 8
3 Bit Rate
Mbps
1/3 progressive scan CCD/CMOS or
4 Image Sensor
better
5 Resolution 1920x1080
6 Frame Rate Configurable up to 30fps or better
7 White balance ATW/AWB
White balance
8 2500 to 8000 k
range
Wide Dynamic Upto 65 db or better
9
Range
Camera
10 Rotation & 3 Axis ( Pan, Tilt, Rotation)
Placement
Day & Night
11 Auto
capabilities

24
12 Video S/N >=50db
Audio
Audio
13 G.711a-law/ G.711 U-law
Compression
Optical Lens
Adaptive Bulit-
14 up to 25 meter Auto ON or Auto Off
in IR
15 Sensitivity 0.1(B/W)lux or better
16 Lens Built-in, varifocal
17 Focal length 3 to 9 mm or better
18 Focus Autofocus, Motorized & auto iris
19 Zoom Remote Motorized
20 Shutter Speed 1 Sec to 1/10,000 or better
Motion Within user defined field of view 0r
21
Detection with in specified rectangular zone
Software Control
22 Users 1 Administrator up to 4 Viewer
Via Web interface to configuration &
23 Configuration
control
Firm ware Remote via Web Interface or software
24
upgrade utility

TCP, UDP, ICMP, HTTP, HTTPS, FTP,


Supported DHCP, DNS, RTP, RTSP, RTCP, , NTP,
25
Protocol UPnP, SMTP, SNMPv 2 & SNMP v3,
IGMP, 802.1X, , IPv4, IPv6, SSL,

26 Ethernet RJ-45, 100 Base TX, PoE Enabled


27 Power PoE, IEEE 802.3af
Text
28 Superimposing Date & time on Video
Superimposing
Motion
29 Automatic, ON & OFF
Detection
Detects camera automatically &
30 Discovery
Configure network Settings
31 Compliance ONVIF profile S Compliant
32 Vandal Rating IK10 rated vandal or better
Operating
33 -10°C to +50°C
temperature
34 Certification FCC, CE, UL

25
Full HD IP Network Outdoor Bullet Camera with Adaptive IR
Make
Compliance
S.NO & Remarks
Yes /NO
Model
Video
Dual Streaming HI.264/MPEG-4/MJPEG
1 Video Standard
Selectable
Bit Rate
2 VBR or CBR
Control
Configurable between 64kbps & 8
3 Bit Rate
Mbps
1/3 or progressive scan CCD/CMOS or
4 Image Sensor
better
5 Resolution 1920x1080
6 Frame Rate Configurable up to 30fps better
7 White balance ATW/AWB
White balance
8 2500 to 8000 k
range
Wide Dynamic Upto 65 db or better
9
Range
Camera
10 Rotation & 3 Axis ( Pan, Tilt, Rotation)
Placement
Day & Night
11 Auto
capabilities
12 Vide S/N >=50db
Audio
Audio
13 G.711a-law/ G.711 U-law
Compression
Optical Lens
Adaptive Bulit-
14 up to 25 meter Auto ON or Auto Off
in IR
15 Sensitivity 0.1(B/W)lux or better
16 Lens Built-in, varifocal
17 Focal length 3 to 9 mm or better
18 Focus Autofocus, Motorized & auto iris
19 Zoom Remote Motorized
20 Shutter Speed 1 Sec to 1/10,000 or better
Motion Within user defined field of view or
21
Detection within specified rectangular zone
Software Control

22 Users 1 Administrator up to 4 Viewer

26
Via Web interface to configuration &
23 Configuration
control
Firm ware Remote via Web Interface or software
24
upgrade utility

TCP, UDP, ICMP, HTTP, HTTPS, FTP,


Supported DHCP, DNS, RTP, RTSP, RTCP, NTP,
25
Protocol UPnP, SMTP, SNMPv 2 & SNMP v3,
IGMP, 802.1X, IPv4, IPv6, SSL,

26 Ethernet Rj-45, 100 Base TX, PoE Enabled


27 Power PoE, IEEE 802.3af
Text
28 Superimposing Date & time on Video
Superimposing
Motion
29 Automatic, ON & OFF
Detection
Detects camera automatically &
30 Discovery
Configure network Settings
31 Compliance ONVIF profile S Compliant
32 Vandal Rating IK10 rated vandal IP66 or better
Operating
33 -10°C to +50°C
temperature
34 Certification FCC, CE, UL

Network Video Recorder ( NVR )


Make
Compliance
S. No Specification Description & Remarks
Yes /NO
Model
Minimum
1 32 or Higher
Channel
Video
2 H.264, MPEG-4, and MJPEG
Compression
Internal
3 8 GB DDR3 or better
Memory
Internal 4TB Internal Storage Required, SATA
4
Storage HDD with RAID 5
5 Video card Built -in Intel HD Graphic Card
6 Video standard NTSC/PAL
7 Video Ports Minimum 2 ports HDMI/DVI-D/VGA
8 Video Outputs Support up to two simultaneous display
9 Processor Intel Xeon E-3 series or Higher
Operating
10 Windows 7 64 bit
System

27
Network
11 2 ports of Gigabit Ethernet
Interface
12 USB Ports 2 Nos of USB 2.0, 2 Nos of USB 3.0
Audio
13 Decoding & bit G.711 & 64kbps
rate
Via HDMI or 3.5mm audio jack 1 x Mic-
14 Audio
in / 1 x Headphone-out
Operating
15 Web / GUI
Interface
Live view /
5MP/3MP/1080p/UXGA/720p/VGA/4CI
16 Playback
F/DCIF/2CIF/CIF/QCIF
resolution
17 Compliance ONVIF profile S Complaints
18 Certifications CE, FCC,CE, UL
The Network Video Recorder (NVR) shall support
operation using the front panel keyboard or Remote or
19
USB mouse. Remote NVR configuration and priority
management via Ethernet.
The NVR should be of the same make as the Cameras and
20
should have UL, EN, FCC and CE Certifications.
21 Feature-rich Client application
22 It should Supports up to two monitors
23 It should Supports monitoring from web client

24 It should be capable of Mobile viewing applications.

The IP video management system shall support automatic


25
detection of IP cameras.
The IP video management system shall be capable of
continuous scheduled alarm/event and motion recording.
26
Pre- and post- alarm recording shall also be available and
shall be fully programmable on a per channel basis.
The IP video management system shall allow archival of
video data to computers or SAN storage devices over a
network connection with the optional Archive Utility. The
27
archival schedule shall be either automatic at user-
defined intervals or manual and shall be configurable per
connected camera.
The IP video management system shall support network
28
health and monitoring utilizing SNMP monitoring tools.
The IP video management system shall indicate system
29 performance and operation status utilizing a variety of
HTML reports.

28
Should supports up to 8, 16, 24, 32 camera channels and
30
320Mbps or better recording throughput
Support manual, schedule, alarm, motion detection and
31
event-based recording triggers
32 Should create bookmark to mark a time of interest
Exported files have digital signature for evidence
33
management
Instant replay of any camera displayed over tile in the GUI
34
application
Should configure users, user groups and their camera
35
access rights and privileges
36 Pre- and post-alarm recordings
Should supports Guard Tours (layout tours) and camera
37
sequences
PTZ control, including digital zoom control for clear
38
identification

29
Annexure-II
Format of Financial Bid

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV


CAMERAS for SECURITY SURVEILLANCE at
NISCAIR, Pusa Campus, New Delhi – 110012
And
NISCAIR, Satsang Vihar Marg Campus, New Delhi-110067
Name of the Purchaser: Director NISCAIR
Name and address of the Service
Provider:

Material For NISCAIR Pusa Campus


Unit Total Tax Total
S.No. Item Qty UOM Price price Amount Amount
(INR) (INR) (INR) (INR)
Camera & NVR
1. FHD IP Network Dome Indoor Camera 10 Nos.
2. FHD IP Network Bullet Outdoor Camera 10 Nos.
24-channel 1080P NVR, 8 HDD SATA Slot,
3. max 32TB , DC12V/6A, Built-in ATX 1 Nos.
power, ONVIF
4. SATA Surveillance 4TB Hard Disk for NVR 3 Nos.
5. LED 40"Display 1 Nos.
Network Switch
PoE+ Switch with 8 RJ-45 auto-
6. negotiating 10/100/1000 PoE+ ports & 2 4 Nos.
SFP 1000 Mbps ports
7. 1G SFP LC LX Transceiver 6 Nos.
Passive Cables and Conducting Components
6-core Outside Plant Cable - Corrugated
8. Steel tape Armored, Loose-tube, Gel- 550 Mtrs
filled, 50/125 MM OM 3
12-Fiber LIU Panel LOADED WITH SPLICE
9. 4 Nos.
TRAY/ADAPTERS/SPLICE PROTECTORS
10. Adaptor for Existing LIU 9 Nos.
11. Pigtails 18 Nos.
SC-LC Style Multimode Duplex Patch
12. 6 Nos.
Cord, 3 Meter
13. Cat 6 SL Series Patch cord - 2 Mtr, LSZH 40 Nos.
14. HDPE Pipe 32MM 500 Mtrs

30
15. HDPE Pipe 32MM Coupler 50 Nos.
16. Camera Pole 50MM of Height 3 meter 3 Nos.
Racks
Wall mount CCTV Box 4U weather proof
17. With PDU 5/15 Amp 1 Nos. Cantilever 3 Nos.
Shelf 1 Nos., Hardware Pkts 2 Nos.
Total A.

INSTALLATION / SERVICES (Payment will be done on Actual Basis)


Unit Total Tax Total
S.No. Item Qty UOM Price price Amount Amount
(INR) (INR) (INR) (INR)
1 Outdoor Fiber Laying Charges 550 Mtrs
2 CAT6 Cable Laying Charges 1200 Mtrs
3 Splicing of Fiber CORE 36 Core
4 HDPE Pipe 32MM 500 Mtrs
5 25 Mm Pvc Pipe Installation 300 Mtrs
6 Installation of POLE for Cameras 3 Nos.
7 Soft & Hard Digging and refling Charges 400 Mtrs
8 Chamber PIT 3 Nos.
9 Installation of IP Cameras 20 Nos.
10 Installation & Configuration of NVR 1 Nos.
Installation & Configuration of CMS
11 1 Nos.
Software for Remote Viewing
12 Installation and configuration of Switches 3 Job
13 Installation of 6U Wall mount Rack 3 Nos.
14 Project Management Charges 1 Job
Ongoing Support(3 year warranty on call
15 1 Job
support)
Total B.

Material For NISCAIR Sastang Vihar Marg Campus


Unit Total Tax Total
S.No. Item Qty UOM Price price Amount Amount
(INR) (INR) (INR) (INR)
Camera & NVR
1 FHD IP Network Dome Indoor Camera 3 Nos.
2 FHD IP Network Bullet Outdoor Camera 6 Nos.
24-channel 1080P NVR, 8 HDD SATA Slot,
3 max 32TB, DC12V/6A, Built-in ATX power, 1 Nos.
ONVIF
4 Sata Surveillance 4TB Hard Disk for NVR 2 Nos.
5 LED 40"Display 1 Nos.

31
Network Switch & SFP Modules
PoE+ Switch with 8 RJ-45 auto-negotiating
6 10/100/1000 PoE+ ports & 2 SFP 1000 3 Nos.
Mbps ports
7 1G SFP LC LX Transceiver 4 Nos.
Passive Cables and conduiting Components
6-core Outside Plant Cable - Corrugated
8 Steel tape Armored, Loose-tube, Gel- 350 Mtrs
filled, 50/125 MM OM 3
12-Fiber LIU Panel LOADED WITH SPLICE
9 3 Nos.
TRAY/ADAPTERS/SPLICE PROTECTORS
SC-LC Style Multimode Duplex Patch Cord,
10 6 Nos.
3 Meter
11 Cat 6 SL Series Patch cord - 2 Mtr, LSZH 20 Nos.
12 PVC Conduit with Accessories 200 Mtrs
13 HDPE Pipe 32MM 200 Mtrs
14 HDPE Pipe 32MM Coupler 20 Nos.
15 Camera Pole 50MM 3 Nos.
Rack
Wall mount CCTV Box 6U weather proof
16 With PDU 5/15 Amp 1 Nos. Cantilever 3 Nos.
Shelf 1 Nos.,Hardware Pkts 2 Nos.
Total C.

INSTALLATION / SERVICES (Payment will be done on Actual Basis)


Unit Total Tax Total
S.No. Item Qty UOM Price price Amount Amount
(INR) (INR) (INR) (INR)
1 Outdoor Fiber Laying Charges 350 Mtrs
2 CAT6 Cable Laying Charges 700 Mtrs
3 Splicing of Fiber CORE 36 Core
4 HDPE Pipe 32MM 300 Mtrs
5 Installation of POLE for Cameras 3 Nos.
6 PVC pipe Installation 200 Mtrs.
7 Soft & Hard Digging and refling Charges 200 Mtrs
9 Installation of IP Cameras 9 Nos.
10 Installation & Configuration of NVR 1 Nos.
11 Installation & Configuration of CMS 1 Nos.
Software for Remote Viewing
12 Installation and configuration of Switches 1 Job
13 Installation of 6U Wall mount Rack 3 Nos.

32
14 Project Management Charges 1 Job
15 Ongoing Support(3 year warranty on call 1
Job
support)
TOTAL D.

Comprehensive AMC Charges for 4th & 5th years


Comprehensive AMC Charges for 4th year
Comprehensive AMC Charges for 5th year
Total E.

Total Charges (SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV


CAMERAS for SECURITY SURVEILLANCE )
Total A
Total B
Total C
Total D
Total E
Grand Total =(Total A)+(Total B)+(Total C)+(Total D) +(Total E)

Please note:
The decision on the award of the work will be based on Grand total (Total A)+(Total
B)+(Total C)+(Total D)+(Total E) of the lowest quote.

Place:
Date: Signature of authorized person with seal

33
ANNEXURE –III

PERFORMANCE SECURITY FORM

To _______________________________________________________ (Name of
Purchaser)
WHEREAS ……………………………………………….(Name of supplier) hereinafter called “the
Supplier” has undertaken, in pursuance of contract No………………………….. dated
……………. 20 ……… to supply ……………………………..(Description of goods and Services)
hereinafter called “the order”.
AND WHEREAS it has been stipulated by you in the said order that the supplier
shall furnish you with a Bank guarantee by a recognized bank for the sum specified
therein as security for compliance with the Supplier’s performance obligations in
accordance with the order.
AND WHEREAS we have agreed to give the Supplier a Guarantee:
THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on
behalf of the Supplier, up to a total of …………………………………………………………………
(Amount of the Guarantee in Words and figures) and we undertake to pay you, upon
your first written demand declaring the supplier to be in default under the order and
without cavil or argument, any sum or sums within the limit of ……………………
(Amount of Guarantee) as aforesaid, without your needing to prove or to show
grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ……….. day of ………..20……….

Signature and Seal of guarantors

…………………………………
…………………………………
…………………………………

Date …………………..20…….
Address :……………………….
………………………………….
………………………………….

All correspondence with reference to this guarantee shall be made at the following
address:
___________________________________________________________________
_____

(Name & address of the lab)

34
ANNEXURE -IV

BID SECURITY FORM (EMD)

Whereas ……………………… 1(hereinafter called “the Bidder”) has submitted its bid
dated ……………………….. (date of submission of bid) for the supply of ………..…
………………………….………… (name and/or description of the goods) (hereinafter called
“the Bid”).

KNOW ALL PEOPLE by these presents that WE ……………………… (name of bank) of


…………………………… (name of the country), having our registered office at
…………………….. (address of Bank) (hereinafter called “the Bank”), are bound unto
…………………… (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of
……………………………… for which payment well and truly to be made to the said
Purchaser, the Bank binds itself, its successors, and assigns by these presents.
Sealed with the Common Seal of the said Bank this ………………. day of …………… 20
………… THE CONDITIONS of this obligation are:

1. If the Bidder withdraws its Bid during the period of bid validity specified by
the Bidder on the Bid Form; or
2. If the Bidder, having been notified of the acceptance of its bid by the
Purchaser during the period of bid validity:
(a) fails or refuses to execute the Contract Form if required; or
(b) fails or refuses to furnish the performance security, in accordance with
the Instructions to Bidders.

We undertake to pay the Purchaser up to the above amount upon receipt of its first
written demand, without the Purchaser having to substantiate its demand, provided
that in its demand the Purchaser will note that the amount claimed by it is due to it,
owing to the occurrence of one or both of the two conditions, specifying the occurred
condition or conditions.

This guarantee shall remain in force up to and including forty five (45) days after the
period of the bid validity, and any demand in respect thereof should reach the Bank
not later than the above date.

……………………………..
(Signature of the Bank)

___________________
1
Name of Bidder

35
Annexure – ‘A’

Location of CCTV Cameras at NISCAIR Pusa Campus.


CCTV Position & Type
S. No Location Type Quantity
1 Reception Indoor 2
2 Main Building First Floor Stairs Indoor 1
3 Main Building Second Floor Stairs Indoor 1
4 Anxee Building Ground Stairs Indoor 2
5 Anxee Building First Floor Stairs Indoor 1
6 Anxee Building Second Floor Stairs Indoor 1
7 Canteen Indoor 2
8 Gate No 1 IARI side Outdoor 2
9 Gate No 2 NPL side Outdoor 2
10 Publication Store Outdoor 1
11 Main Store Outdoor 1
12 DIRF Dg Sets Outdoor 1
13 Plant Nursery Outdoor 1
14 Main Building first Floor Back Side Stairs Outdoor 1
15 Main Building Second Floor Back Side Stairs Outdoor 1
Total 20

Location of CCTV Cameras at NISCAIR Satsang Vihar Marg Campus.


CCTV Position & Type
S. No Location Type Quantity
1 Reception Ground Floor Indoor 1
2 First Floor Staircase Indoor 1
3 Second Floor Staircase Indoor 1
4 Main Gate Outdoor 2
5 Building Boundary Outdoor 4
Total 9

36

Anda mungkin juga menyukai