REQUEST FOR PROPOSAL



INVITATION OF BIDS FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT PROPELLANT COMPLEX, RASAYANI MUMBAI

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

2. The scope of the work includes the “SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT PROPELLANT COMPLEX, RASAYANI MUMBAI” and other interfaces if any required.

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

| |Bids/queries to be addressed to |Sr.Purchase & Stores Officer, SCF |

| |Postal address for sending the Bids |Tender Section |

| | |Satish Dhawan Space Centre SHAR, |

| | |ISRO, Dept. of Space, Govt. of India, Sriharikota – 524124, |

| | |SPSR Nellore Dist, Andhra Pradesh |

| |Name/designation of the contact personnel |Mr.Senthil Selvan |

| |Telephone numbers of the contact personnel |08623-22 5174/5023 |

| |e-mail ids of contact personnel |sselvan@.in |

| |Fax number |08623-22 5170 |

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

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

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

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

D. Part V – Contains Evaluation Criteria and Annexures.

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

6. BID SUBMISSION

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

1. Part – I : Un priced Techno-Commercial Part of the Bid for the Work

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

The techno-commercial bid should contain the following:

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

b) Bill of material with Make and Model no. of each item with commercial terms, GST, duties, exemption certificates.

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

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

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

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

g) Copy of ISO certificate of the company, if any.

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

i) Last Three financial years IT returns.

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

k) Any other relevant document which strengthens supplier’s claim with respect to this bid.

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

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

|PART-I TECHNO-COMMERCIAL BID |

|Name of client |: |Satish Dhawan Space Centre SHAR |

| | |Indian Space Research Organisation |

|Title of the proposal |: |SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV |

| | |SURVEILLANCE SYSTEM AT PROPELLANT COMPLEX, RASAYANI MUMBAI. |

|Due date and time of the opening |: | |

|From (Name of the bidder with address) |: | |

|To: |

|Sr.Head, Purchase & Stores |

|Satish Dhawan Space Centre SHAR |

|ISRO, Dept. of Space |

|Govt. of India |

|Sriharikota – 524124, |

|SPSR Nellore Dist, |

|Andhra Pradesh, India |

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

2. Part – II: Price Part of the Bid for the Work

Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-procurement website . The cost of spares and other prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection.

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

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

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

d) Split order shall not be possible.

e)

|Vendor Evaluation Format |

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

|S. No |Description | |Supplier Response |

| |Name of the Organization |: | |

| |Type of the Organization |: | |

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

| |Registration Number |: | |

| |Year of Inception of the Organization |: | |

| |Registered address |: |  |

| |Name & Address of the Office of the Chief Executive of the |: | |

| |Organization | | |

| |Contact person for this tender with name & address, email and |: |  |

| |contact number | |  |

| |Locations of the Branches of Organization (if any) |: | |

| |Current Annual turn-over of the Organization |: | |

| |IT returns for the last 3 years |: | |

| |Turnover | | |

| |In Rs. Lakhs only | |2014-15 |2015-16 | 2016-17 |

| |Total assets (i) | | | | |

| |Current assets (ii) | | | | |

| |Total liabilities (iii) | | | | |

| |Current liabilities (iv) | | | | |

| |Net Worth (i-iii) | | | | |

| |Working capital (ii-iv) | | | | |

| |Turnover | | | | |

| |Profit/Loss | | | | |

| |Major customers where CCTV Surveillance system was installed |: | |

| |and operational. (Enclose copies of the Purchase Orders) | | |

| |Any customers feedback on the System supplied which is in |: | |

| |writing (Pl. enclose copies) | | |

| |Please submit the Manufacturer’s authorization certificate for|: | |

| |supply, warranty and post warranty services. Technical | | |

| |compliance to the specifications shall be vetted by the | | |

| |Manufacturer (OEM). | | |

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

|Sl.No |Full postal address of |Description of the |Value of the |Completion Time as |Actual period of |Reasons for delay|

| |the client with Contact |work |work (Rs. in |per PO |completion | |

| |Person | |Lakhs) | | | |

| 1 |  |  |  |  |  |  |

| 2 |  |  |  |  |  |  |

| 3 |  |  |  |  |  |  |

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

17. Details of present works being executed by the Tenderer

|Sl.No |Full postal address of the client with Contact Person |Description of the work |Value of the work (Rs. in |

| | | |Lakhs) |

| |  |  |  |

| |  |  |  |

| |  |  |  |

| |  |  |  |

Note: copy of purchase orders may be enclosed.

Signature of Authorised Person with Seal

PART I – GENERAL INFORMATION & STANDARD CONDITIONS OF RFP

|S.No |Description |Vendor Compliance |

| |Prices quoted should be on the basis of F.O.R. Propellant Complex, Rasayani, Mumbai The purchaser will not | |

| |pay separately for transit insurance. All risks in transit shall be exclusively of the contractor and the | |

| |purchaser shall pay only for such stores as are actually received in good condition in accordance with the | |

| |contract. | |

| |The quoted rate shall include for all associated minor civil works required to fix the Kiosk machines, | |

| |electrical cable laying from nearby power socket etc. | |

| |LIQUIDATED DAMAGES: In the event of the Supplier failing to complete the work within the delivery period | |

| |specified in the contract agreement or in extension agreed thereto, the Department shall reserve the right | |

| |to recover from the Supplier as liquidated damages, a sum of 0.5 percentage per week or part thereof of the | |

| |undelivered portion of the total contract price of equipment or work. The Total liquidated damages shall not| |

| |exceed the 10.0 percentage of the total Contract. | |

| |OFFER VALIDITY: Bid shall remain valid for acceptance for a period of FOUR months from the due date of | |

| |submission of the Bid. The Bidder shall not be entitled during the said period to revoke or revise his Bid | |

| |or to vary the Bid except and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for | |

| |extended period as required by SDSC SHAR in writing. In such cases, unless otherwise specified, it is | |

| |understood that validity is sought and provided without varying either the quoted price or any other terms | |

| |and conditions of Bid finalized till that time. | |

| |GST (on Supply): Reduced GST @ 5% is applicable as per the Notification No.47/2017 and 07/2018. Please | |

| |indicate the GST on supply items accordingly. If not indicated it will be presumed that GST @5% is inclusive| |

| |of your quoted prices. | |

| |GST (on service/erection): GST @ 18% is applicable on services/erection related works. Please indicate the | |

| |GST accordingly for services/erection works. If not indicated it will be presumed that GST @18% is inclusive| |

| |of your quoted prices | |

| |INCOME TAX: Income tax at the prevailing rate and as applicable from time to time shall be deducted from the| |

| |supplier's bills as per Income Tax Act. and a certificate will be issued (TDS Certificate). | |

| |DELIVERY SCHEDULE: The supply, installation and commissioning of the system shall be completed within 4 | |

| |months from the date of placement of the order. | |

| |The time for the date of delivery of the stores stipulated in the purchase order shall be deemed to be the | |

| |essence of the contract and delivery must be completed no later than the date(s) specified therein. Failure | |

| |to do so, without adequate justification may involve cancellation of the contract at the discretion of | |

| |purchaser. | |

| |RISK COVERAGE: The Supplier shall arrange comprehensive risk coverage at his own cost covering the value of | |

| |equipment including transportation to the site from manufacturer’s works, storage at site, fabrication, | |

| |erection, testing and commissioning at site. The period of such coverage shall be up to contractual | |

| |completion period or any extension granted by Department thereof. | |

| |SERVICES/TRAINING DURING COMMISSIONING: | |

| |The vendor should provide the supporting services as detailed below. | |

| |The vendor has to provide complete configuration and operational training on CCTV to technical team at | |

| |PROPELLANT COMPLEX, RASAYANI for at least three days. | |

| |WARRANTY SERVICES: | |

| |The bidder should provide three years warranty for the fully commissioned system from the date of | |

| |acceptance. During warranty, Contractor shall maintain CCTV with adequate spares so that no device is down | |

| |for a period of more than 48 hours. During the warranty period supplier should provide and adhere to the | |

| |following: | |

| |The supplier shall provide comprehensive warranty for all equipment, accessories and software against any | |

| |manufacturing defects/bugs. They shall maintain the equipment and repair/replace all the defective | |

| |components at the installed site at no additional cost. | |

| |There should be quarterly preventive maintenance visit by the technicians of the OEM/Supplier. During the | |

| |preventive maintenance visit the systems supplied and installed by the supplier shall be thoroughly checked | |

| |as per the checklist provided by the Engineer-in-Charge and same shall be certified. | |

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

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

| |In the event of the Supplier’s failure to supply & provide allied services within a reasonable period, the | |

| |Department on its own will get the defects rectified through another agency at the risk and cost to the | |

| |Supplier. | |

| |Earnest Money Deposit: Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 1, | |

| |00,000/- (Rupees one lakhs only) along with their bids. The EMD may be submitted in the form of an Account | |

| |Payee Demand Draft, in favour of Accounts Officer, SDSC SHAR, payable at State Bank of India, Sriharikota. | |

| |EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the | |

| |unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and | |

| |latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder | |

| |would be returned, without any interest whatsoever, after the receipt of Performance Security from them as | |

| |called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the| |

| |Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC), MSME or any | |

| |Department of MoD or MoD itself. The EMD will be forfeited if the bidder withdraws or amends, impairs or | |

| |derogates from the tender in any respect within the validity period of their tender. | |

| |SECURITY DEPOSIT | |

| |The supplier, whose tender is accepted, shall be required to furnish by way of Security Deposit for the due | |

| |fulfillment of the contract such a sum as shall amount to 10 % of the contract price of the work awarded. | |

| |The security deposit (bearing no interest) shall be held by the Department as security till satisfactory | |

| |completion, testing and handing over of all the system and for the due performance of all suppliers’ | |

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

| |The supplier within 10 days of Purchase Order or signing of Contract , deposit with the Accounts officer, | |

| |Satish Dhawan Space Centre SHAR, Sriharikota as detailed above by any one or more of the following modes | |

| |namely | |

| |By a crossed demand draft in favour of Accounts officer, Satish Dhawan Space Centre SHAR drawn on SBI and | |

| |payable at Sriharikota. | |

| |By an acceptable bank guarantee. The bank guarantee shall be from a nationalized bank & shall be valid for | |

| |90 days beyond completion period. | |

| |In case of breach of contract, the Security deposit shall be forfeited in addition to other relief available| |

| |to the Department under this contract. | |

| |MODE OF PAYMENT | |

| |Our Bankers are State Bank of India, SDSC SHAR, Sriharikota – 524 124. You may furnish your banker details | |

| |for transferring the payments through ECS mode | |

| |TERMS OF PAYMENTS | |

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

| |brought out. | |

| |FOR SUPPLY OF EQUIPMENT / MATERIAL | |

| |70% supply cost as prorata basis against receipt of material at PROPELLANT COMPLEX, RASAYANI. | |

| |20% of supply cost on prorate basis of installation. | |

| |Balance 10% after successful commissioning & acceptance by Department of equipment and system covered under | |

| |contract and against submission of 10% of the order value as Performance bank guarantee valid till warranty | |

| |period with a grace period of 2 months. | |

| |FOR ERECTION, TESTING AND COMMISSIONING EQUIPMENTS / MATERIAL AT SITE: | |

| |90% on prorate basis of installation. | |

| |Balance 10% after successful commissioning & acceptance by Department of equipment and system covered under | |

| |contract and against submission of 10% of the order value as Performance bank guarantee valid till warranty | |

| |period with a grace period of 2 months. | |

| |O&M Services: payment will be made on quarterly basis. | |

| |PERFORMANCE BANK GUARANTEE | |

| |The supplier shall guarantee for the performance of the contract by providing bank guarantee in favor| |

| |of the Department for an amount equivalent to 10 % (ten percent) of the total value of this contract | |

| |valid till the warranty period with a grace period of 2 months. | |

| |The performance bank guarantee shall be submitted by the supplier with in fifteen days from the date of | |

| |accepting the equipment/material as per the CONTRACT. The format for the performance bank guarantee shall | |

| |be obtained from the Department. | |

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

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

| |Non‐acceptance of any conditions where ever called for related to guarantee or warrantee, performance bank | |

| |guarantee, liquidate damages are liable for disqualification of bids. | |

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

| |the installation, commissioning and acceptance. | |

| |Where counter terms and conditions / printed or cyclostyle conditions of sale have been offered by the | |

| |tenderer, the same shall not be deemed to have been accepted by the purchaser, unless the purchaser’s | |

| |specific written acceptance thereof is obtained. | |

| |Quality and Workmanship: Materials used in the installation will be new and exclusively developed, produced | |

| |and supplied to meet site requirements. Workmanship will be suitable for the purpose intended and in | |

| |accordance with the highest standards and practices. | |

| |Safety: All equipment shall be complete with approved safety devices. Wherever a potential hazard to | |

| |personnel exists, provisions shall be made for safe access of personnel to the equipment/sub-assemblies | |

| |during erection, operation and maintenance. | |

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

| |The tenderer shall at all times indemnify the Purchaser against all clams which may be made in respect of | |

| |the stores for infringement of any right protected by the patent Registration of design or Trade Mark and | |

| |shall take all risks of accidents or damage, which may cause a failure of the supply from whatever cause | |

| |arising and the entire responsibility for the sufficiency of all means used by him for the contract. | |

| |ARBITRATION: In the event of any question, dispute or difference arising under these conditions of any | |

| |condition in the purchase order, (except as to any matters the decision of which is specially provided for | |

| |by these conditions) the same shall be referred to the sole arbitration approved by Director, SDSC SHAR. The| |

| |arbitration shall be conducted within India as per the Arbitration and Conciliation Act, 1996 and the | |

| |applicable language shall be English. The award of the Arbitrator shall be final and binding on the parties | |

| |of this purchase order. | |

| |APPLICABLE LAW AND JURISDICTION | |

| |The laws of India shall govern this purchase order for the time being in force. The Courts of Andhra | |

| |Pradesh, India only shall have jurisdiction to be with and decide any legal matters or disputes what so ever| |

| |arising out of the purchase order. | |

| |FORCE MAJEURE: Should a part or whole work covered under this purchase order be delayed due to reasons of | |

| |Force Majeure which shall include legal lockouts, strikes, riots, civil commotion, fire accident, | |

| |quarantines, epidemic, natural calamities and embargoes the completion period for work, equipment referred | |

| |to in this agreement shall be extended by a period not in excess of the duration of such Force Majeure. The | |

| |occurrence shall be notified within reasonable time. | |

| |PACKING & FORWARDING: The tenderer will be held responsible for the stores being sufficiently and properly | |

| |packed for transport by rail, road, sea or air, to withstand transit hazards and ensure safe arrival at the | |

| |destination. The packing and Marking of packages shall be done by and at the expenses of the Contractor. | |

| |Site Visit: Bidder is advised to visit and examine the exiting CCTV cameras and shall collect all other | |

| |information which may be required for preparing and submitting the Bid and entering into the contract. | |

| |Claims and objections due to ignorance of existing conditions or inadequacy of information shall not be | |

| |considered after submission of the Bid and during implementation. | |

| |UPS power point nearby to this installation will be extended by department. | |

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

| |OEM Certificate: In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the | |

| |spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from| |

| |authorized vendors subject to quality certification. | |

| |Earliest Acceptable Year of Manufacture. Equipment needs to have been manufactured is not later than 2016. | |

| |Considering the reliability, previous performance and maintainability of the equipment, wherever possible | |

| |preferred makes are indicated. If Vendor offers any other makes, the same will be evaluated for technical | |

| |compatibility for accepting/approving the make/model. | |

| |The following information/documents are to be furnished online wherever applicable. | |

| |Product literature | |

| |Core banking account number | |

| |PAN details in quotation and invoices | |

| |GST Registration details. | |

PART II

ESSENTIAL DETAILS OF ITEMS/ SERVICES REQUIRED

1. INTRODUCTION

This Tender is for the Supply Installation and commissioning of CCTV Surveillance Cameras at Propellant Complex, Rasayani Mumbai an entity of SDSC SHAR ISRO. Scope of work include supply and installation of CCTV cameras, network elements, cabling work and other accessories on Turnkey basis.

System should have a provision to monitor CCTV views through mobile app and in internet through web browser.

2. Scope of Work

The following section will describe about the scope of the work in Vendor’s scope.

1. Works under Supplier/Vendor Scope

Supply, Installation, Testing and Commissioning of CCTV Cameras and Surveillance System as per enclosed BOQ and adhering to the enclosed Technical specifications.

|S.No |Description |Compliance |

| | |(Y/N) |

| |Supply and installation of Outdoor Weather proof HD IP PTZ cameras adhering to the Technical | |

| |Specifications mentioned in RFP | |

| |Supply and installation of Dome and Bullet cameras adhering to the Technical Specifications | |

| |mentioned in RFP | |

| |Supply and Laying of CAT6 Cable inside PVC casing/cable management from Cameras to Network | |

| |Switch. | |

| |Supply and Laying of armoured fiber optic cable. Splicing, termination of Fiber cable and | |

| |required patch cards. | |

| |Supply and Laying of armored power cable includes tapping of power from nearest building with| |

| |proper termination Using ELCBs& MDBS. | |

| |Supply ,installation and configuration of Network Video Recorder | |

| |Supply, installation and configuration of Network switches. | |

| |Supply and installation Network rack and UPS. | |

| |Supply and installation of LED Displays | |

| |Supply and Erection of GI post adhering to Specifications mentioned in RFP | |

| |Supply and Erection of enclosure, Sufficient to accommodate Network Switch, FO patch panel, | |

| |UPS, Power Distribution board and other accessories. The enclosure shall be erected on a | |

| |concrete pedestal adhering to Specifications mentioned in RFP. | |

| |System should have a provision to monitor CCTV views through mobile app and in internet | |

| |through web browser | |

| |The Scope Shall include supply and installation of all the components cables, equipment and | |

| |other accessories required to implement a fully functional CCTV system regardless of whether | |

| |they are explicitly mentioned or not. | |

| |The bidder should complete the entire job in all respect as per tender documents, | |

| |specifications, drawings, discussions and as per site requirements. | |

3. TECHNICAL SPECIFICATIONS

1. OUT DOOR HD PTZ CAMERA (With all accessories)

|S.No |Description |Specifications |Offered Specification |

| |Preferred Makes |AXIS/BOSCH/HONEYWELL/PANASONIC/ PELCO/SONY/VIDEOTEC/DIVITEL/FLIR/ | |

| | |INFINOVA/CISCO or equivalent make approved by Department. | |

| |Compatible standard and |ONVIF Profile S/Profile G supports | |

| |Protocol | | |

| |Image Sensor |1/4" or 1/3” or 1/2.7” or 1/2.8” or 1/2.9” Progressive Scan | |

| | |CCD/CMOS (with IR cut filter) | |

| |Lens |≤6mm to ≥180 mm Motorized Focus Zoom lens or better | |

| |Digital Zoom |12x or better | |

| | Resolution |The resolution should be 1080P (1920 x 1080) at 25fps or higher. | |

| |IP Rating | IP67 rated or better | |

| |Crash rating |IK10 or better | |

| |IR |Inbuilt/External | |

| |IR range |175m or better | |

| | Movable External IR (in | LED array / Laser illuminator technology with | |

| |case no in-built IR in |wavelength 850nm or better. Two nos illuminators with 60° - 180° | |

| |camera) |coverage to give total 360° coverage and each to cover a minimum | |

| | |of 125m at narrow angle and 75m at wide angle or | |

| | |better with IP66 ingress rating. Operating temperature | |

| | |-10 deg to +50 deg Illumination should cover the entire | |

| | |area to be monitored. The kit should be mountable on PTZ body | |

| | |and should PAN and TILT with camera main unit.Make: Raytec, | |

| | |Videotec. | |

| |Power supply for external IR| As per rating of IR illuminator DC power supply / PoE midspan | |

| |Streams |Different configurable video streams should be 3 or more | |

| |Minimum illumination |0.007 lux or better to get color image; 0.0007 lux or better in B/W| |

| | |mode. | |

| |Tilt Range |-10~90 degree (auto flip) or better | |

| |Number of Preset |50 or better | |

| | Intelligence |Built-in hardware, intelligent motion detection. Auto tracking, | |

| | Security |Should support User account and password protection HTTPS, IP | |

| | |Filter, IEEE 802.1x, Digest authentication, User access log | |

| |Protocol support |Should support IPv4/v6, TCP/IP, UDP, RTP, RTSP, HTTP, HTTPS, SSL, | |

| | |ICMP, FTP, SMTP, DHCP, PPPoE, UPnP, IGMP, SNMP, Bonjour, DNS, DDNS,| |

| | |IEEE 802.1X, QoS, NTP, IP Filter, Multicast, ONVIF | |

| |Mounting |Pole mounted | |

| |MicroSd card |Should support edge recording @ 128 GB or more | |

| |AC Power supply |12VDC/ 24 VAC/High POE or long distance voltage drop free | |

| | |in-built power source. | |

| |Operating Temperature |0°C to + 50°C | |

| |Certifications |BIS, UL/CE, FCC,EN | |

| |Accessories |Power supply, other mountings and connector kits, Installation | |

| | |Guide with installation tools and User’s Manual, Installation, | |

| | |Management tools, Service manual and QC test report. | |

| |Open Platform |Vendor to provide open API in case ISRO do any integration | |

2. Full HD Out door Fixed Bullet Camera (With all accessories) :

|S. No |Description |Specification |Offered Specifications |

| |Make & Model |To be specified by vendor | |

| |Compatible standard and |ONVIF Profile S / Profile G supports . | |

| |Protocol | | |

| |Image sensor |1/3” Progressive scan CMOS/CCD sensor (with IR cut | |

| | |filter ) or better | |

| |Resolution |1920 x1080p or better | |

| |Mega Pixel |2.1 Mega Pixel Full HD or better | |

| |Focus |Motorized Vari focal (3mm–10.5 mm) | |

| |WDR |The camera shall be capable of manually setting the WDR | |

| | |values minimum 100 dB based on combination of frames and| |

| | |exposure settings. | |

| |Minimum Illumination |Colour : 0.5 Lux @30Ire, Black &White : 0.05Lux@30IRE | |

| | |and 0 Lux when IR illuminator is on. | |

| |IR Illuminators |IR LED with Wavelength 850nm or better with adjustable | |

| | |angle and intensity with coverage range upto 30mts | |

| |Compression |Dual H.264 compression standards | |

| |Lens mount |CS/C type. Ceiling / Wall mounts/Flush mount | |

| |Day/Night Camera |Auto day/night configuration | |

| |FPS |Min 25 Frames per second for both the streams with Full | |

| | |HD @ 25FPS @ H.264 + D1 @ 25FPS @ H.264 on two streams | |

| | |respectively | |

| |Shutter speed |1 s to 1/10,000 or better | |

| |Tamper Detection |ON/OFF | |

| |Streams |Camera should have minimum dual stream and each stream | |

| | |can be individually configurable, and can able to choose| |

| | |stream for live and recording | |

| |Streaming |Camera should support unicast and multicast streams | |

| |Web interface |Camera should have web interface to configure and | |

| | |control | |

| |Text superimposing |Super imposing the title and date &time on the video | |

| |Intelligence |Built-in hardware motion detection, Tamper Alarm, Audio | |

| | |detection | |

| |Alarm input |1 IN and 1 OUT | |

| |Ethernet, Network Protocols |10/100 Tx Auto sensing (Half/Full duplex),802.3af class | |

| | |3PoE, IPv4/v6,Unicast, Multicast ,RTP, TCP, UDP, HTTP , | |

| | |IGMP,ICMP,DHCP,DNS,ONVIF | |

| |Discovery interface |OEM interface to detect the cameras automatically and | |

| | |configure network settings. | |

| |Housing |IP66 or above-rated casing (vendor to provide OEM | |

| | |certification for the casing to be used for the above | |

| | |requirement) | |

| |Power requirement |240 V AC / Suitable Power Adapter, POE | |

| | |POE IEE 802.3af compliant (Both should be provided) | |

| |Operating Temperature |0 to 50 C Degrees | |

| |Operating Humidity |20 to 80 % non-condensing | |

| |Accessories |Power supply, other outdoor mounting accessories and | |

| | |connector kits. | |

| |Local storage |SD/SDHC/SDXC, support up to 64Gb | |

| |Regulatory approvals |BIS, FCC, CE, RoHS, UL/EN | |

3. 32 Channel Network Video Recorder

|S. No |Description |Specification |Offered Specifications |

| |Make & Model |To be specified by vendor | |

| |Main Processor |Dual-core embedded processor or better | |

| |Operating System |Embedded LINUX/Windows | |

| |IP Camera Input |32 channel | |

| |Internal HDD :( Surveillance |MIN 8 No of HD drives option , populated with 8 | |

| |HDD- Western Digital) |Nos of 4 TB 3.5"SATA Disks (HDD to be | |

| | |preinstalled) | |

| |RAID | 0, 1, 5, 6, 10 | |

| |Audio / Two-way Talk |1 channel Input, 1 channel Output, RCA | |

| |Interface |1 HDMI, 1 VGA | |

| |HDMI/VGA Resolution |1920x1080p @60Hz, 1920x1080p @50Hz, 1600x1200 | |

| | |@60Hz, 1280x1024 @60Hz, 1280x720 @60Hz, 1024x768 | |

| | |@60Hz | |

| |Display Split |1/4/8/9/16 | |

| |OSD |Camera title, Time, Video loss, Camera lock, | |

| | |Motion detection, Recording | |

| |Compression | H.264/MJPEG | |

| |Resolution |Upto 12MP | |

| |Record Rate |320Mbps | |

| |Bit Rate |48~ 8192kbps | |

| |Record Mode |Manual, Schedule(Regular(Continuous), MD, Alarm), | |

| | |Stop | |

| |Record Interval | 1~120 min (default: 60 min), Pre-record: 1~30 | |

| | |sec, Post-record: 10~300 sec | |

| |Trigger Events | Recording, PTZ, Tour, Alarm, Video Push, Email, | |

| | |FTP, Snapshot, Buzzer & Screen tips | |

| |Video Detection |Motion Detection, MD Zones: 396(22×18), Video Loss| |

| | |& Camera Blank | |

| |Alarm Input |4 channel | |

| |Relay Output |1 channel | |

| |Sync Playback |1/4/9/16 | |

| |Max Decoding Capability : |16ch 1080p or 8 ch/3MP/4MP/5MP | |

| |Search Mode |Time/Date, Alarm, MD & Exact search (accurate to | |

| | |second), Smart search | |

| |Playback Function |Play, Pause, Stop, Rewind, Fast play, Slow play, | |

| | |Next file, Previous file, Next camera, Previous | |

| | |camera, Full screen, Repeat, Shuffle, Backup | |

| | |selection, Digital zoom | |

| |Backup Mode |USB Device/Network | |

| |Ethernet |1 RJ-45 port (10/100/1000Mbps) | |

| |Network Function | HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, | |

| | |NTP, DHCP, DNS, IP Filter, DDNS, FTP, Alarm | |

| | |Server, IP Search | |

| |Input Bandwidth |160Mbps | |

| |Output Bandwidth |320Mbps | |

| |Max. User Access |128 users | |

| |Smart Phone |iPhone, iPad, Android | |

| |USB |2 ports (1 Rear USB3.0, 1 Front USB2.0) | |

| |Power Supply |Single, AC 100~240V, 50/60 Hz | |

| |Working Environment | 0°C ~+55°C | |

| |Certifications: |UL, CE, FCC , EN | |

4. 8 Port POE Network Switch along with Fiber module

|S. No |Description |Specification |Offered Specifications |

| |Make |Alcatel / Allied Telesis / Brocade / CISCO / Extreme /D- | |

| | |Link | |

| |Type |Layer 2 Manageable switch with Rack mountable fittings | |

| |No of Ports |Minimum 8 interfaces of 1G PoE+ ports | |

| | |Minimum 1 interface of 1G SFP(SFP module need to be | |

| | |supplied along with switch) | |

| | |Ports in non-blocking mode for Server & uplink | |

| | |connectivity | |

| |Switching capacity |It should have non-blocking wire-speed architecture, | |

| | |Should support IEEE 802.3af & IEEE 802.3at standards., It | |

| | |should be architected to support real time applications | |

| | |like voice, video, data by having distributed architecture| |

| |L2 Features |Supports minimum 1K VLANs, VLAN Double Tagging | |

| |Power supply |230 V/ ac 50Hz Internal power supply | |

| |Security |Private VLANs, providing security and port isolation of | |

| | |multiple customers using the same VLAN | |

| | |803.x support | |

| | |Web-based Authentication | |

| | |STP | |

| |Management |GUI | |

| | |Command-Line Interface for configuration | |

| | |Out of band 10/100/1000 Ethernet management port and | |

| | |console management port, both on the front panel (for ease| |

| | |of access) are preferred. | |

| | |management | |

| |Safety |Certification: UL, TUV | |

| |Accessories |Mounting hardware including connecting cables with Indian | |

| | |Standard plug tops. | |

5. 24 Port Network Switch along with Fiber module

|S. No |Description |Specification |Offered Specifications |

| |Make |Alcatel / Allied Telesis / Brocade / CISCO / Extreme /D- | |

| | |Link | |

| |Type |Layer 2 Manageable switch with Rack mountable fittings | |

| |No of Ports |Minimum 16 interfaces of 1G ports ports | |

| | |Minimum 8 interface of 1G SFP (SFP module need to be | |

| | |supplied along with switch) | |

| | |Ports in non-blocking mode for Server & uplink | |

| | |connectivity | |

| |Switching capacity |It should have non-blocking wire-speed architecture, | |

| | |Should support IEEE 802.3af & IEEE 802.3at standards., It | |

| | |should be architected to support real time applications | |

| | |like voice, video, data by having distributed architecture| |

| |L2 Features |Supports minimum 1K VLANs, VLAN Double Tagging | |

| |Power supply |230 V/ ac 50Hz Internal power supply | |

| |Security |Private VLANs, providing security and port isolation of | |

| | |multiple customers using the same VLAN | |

| | |803.x support | |

| | |Web-based Authentication | |

| | |STP | |

| |Management |GUI | |

| | |Command-Line Interface for configuration | |

| | |Out of band 10/100/1000 Ethernet management port and | |

| | |console management port, both on the front panel (for ease| |

| | |of access) are preferred. | |

| | |management | |

| |Safety |Certification: UL, TUV | |

| |Accessories |Mounting hardware including connecting cables with Indian | |

| | |Standard plug tops. | |

6. 49’’ LED Display :

|S.No |Parameter |Dept Specs. |Offered Specs |

| |Preferred Make (s) |Samsung/LG/SONY/Barco/Christie/ or Equivalent approved| |

| | |make | |

| |Screen Size |49” | |

| |Bezel Width (mm) |150 mm | |

| |Thickness |>5.0 mm | |

| |Height |6.0 M (5 M above the ground level) | |

| |Galvanization |610g/m2 should confirm to IS 4759 –1996 | |

| | |(Specification for Hot dipped galvanization) | |

| | |when tested as per IS6745-1972. | |

| |Red Oxide Paint |1 Coat | |

| |Synthetic Enamel Paint |2 Coats | |

| |PCC grout for Post |600 x 600 x 1000 mm | |

| |Make |Jindal/TISCO/ESSAR/SAIL/VSP | |

| |Test Certificate |A copy of the test certificate from the | |

| | |manufacturer regarding the Hot dip | |

| | |galvanization shall be provided. | |

12. CAT 5/6 Cable

All CAT 5/6 cable required for establishing IP connectivity shall be included in the scope of work. All CAT5/6 cable shall be drawn inside C-Channel PVC conduits casing capping as per the positional demands.

13. Single Mode Outdoor Fiber Cable(24 core)

|S. No |Description |Specification |Offered Specifications |

| |Make |AMP / Clipsal / Belden / HFCL / Krone | |

| | |24-core outdoor armoured cable, direct burial | |

| | |type, single Mode, Armored Loose-Tube Gel Filled | |

| | |Single mode 9/125 250 microns, primary coated | |

| | |buffers Armour Corrugated Steel Tape Armor | |

| | |Multi-tube construction | |

| |Attenuation @1550nm |≤ 0.34 dB/Km | |

| |Attenuation @ 1550nm (max) |≤0.22db/km | |

| |Tensile rating: |1200N | |

| |Cable Type |Unitube Cable with Corrugated Steel Armour | |

| |Fibre Type |Single Mode, 9/125 micron primary coated buffers | |

| |No. of cores |24 | |

| |Armour |Corrugated Steel Tape Armour Outer Sheath (HDPE) | |

| | |Water Blocking Gel. | |

| |Cable Construction Type |BELLCORE GR 20 / IEC 794-1 | |

| |Diameter |3+0.2 | |

| |Jacketing Material |HDPE | |

| |Clad Diameter (um) |125 | |

| |Overall Diameter (normal) |10mm | |

| |Nominal Thickness |2.1mm | |

| |Strength Members |Water Blocking E-Glass | |

| |Armouring MS Tape Thickness |> 0.15 | |

| |Minimum Installation Bend Radius |200mm | |

| |Minimum Service Bend Radius |160mm | |

| |Maximum Crush resistance: |3000N | |

| |Operating Temperature |deg C 20 to +70 | |

| |Cable Weight (Nominal) |100 Kg/Km | |

| |Cable Diameter |9.0 + - 0.5 mm | |

| |ROHS compliant: |Yes | |

PART III

EVALUATION CRITERIA & ANNEXURES

A. Minimum Qualification Criteria:

|S.No |Qualification Criteria |Vendor Remarks (with supporting|

| | |documents) |

| |The bidder should have prior experience in executing similar projects. They should have supplied CCTV | |

| |surveillance system at private/public organizations in the last three years. At least one of these | |

| |installations should have more than 50 cameras and the order value should be more than Rs.50 Lakhs. The | |

| |documentary evidence(s) like Purchase Order copies, acceptance/completion report and user satisfaction | |

| |certificate(s) with user contact details should be submitted along with the technical proposal. | |

| |The bidder/firm should have a turn-over of not less that Rs.100 Lakhs during the last three financial | |

| |years. | |

| |As per the audited financial results, the bidder/firm should have earned profit continuously during the | |

| |last three years. | |

| |Vendor should have backend support from OEM during warranty and post warranty period. Vendor’s | |

| |association with OEM should be clearly brought out with documentary evidences. | |

| |The vendor with ISO 9001:2008 certification is preferred. Copy of ISO certificate is to be enclosed. | |

| |The bidder must be in existence for a minimum of Four years prior to date of issue of this tender, with | |

| |experience as mentioned above. | |

| |Technical compliance to the specifications of CCTV shall be vetted by the Manufacturer (OEM). | |

| |The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in | |

| |any Govt./Department /PSU and they have not been black listed by any Govt. Department/PSU. | |

| |Offers of those bidders taking full scope of the work (supply & commissioning of all the items) as per | |

| |the requirements indicated in the RFP only will be considered. | |

(Authorised Signatory of Company)

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

|S.No |Description |Vendor Compliance |

| |In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the | |

| |Department with reference to the technical characteristics of the equipment as mentioned in the RFP. | |

| |The compliance of Technical Bids would be determined on the basis of the parameters specified in the | |

| |RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the | |

| |technical evaluation. | |

| |During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional | |

| |documents. If required department will visit the installation of bidder where similar CCTV | |

| |surveillance system are installed and operational. | |

| |Performance of Bidder on similar nature of works executed/ under execution shall be taken into | |

| |consideration before selecting the Bidder for opening his price bid. | |

| |The time schedule for completion is given in the Proposal document. Bidder is required to confirm the| |

| |completion period unconditionally. | |

| |SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the | |

| |requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever | |

| |consequent upon such decision. | |

| |If there is a discrepancy between the unit price and the total price that is obtained by multiplying | |

| |the unit price and quantity, the unit price will prevail and the total price will be corrected. If | |

| |there is a discrepancy between words and figures, the amount in words will prevail for calculation of| |

| |price. | |

| |In order to qualify, the Vendor must give a technical demo of the proposed CCTV cameras and NVR. | |

| |Vendor should demonstrate CCTV cameras integrating with internet and monitoring through mobile app. | |

| |The demo should be arranged within ONE WEEK after getting communication from SDSC SHAR. | |

(Authorised Signatory of Company

Annexure -I

NAME OF THE WORK : ________________________________________

________________________________________

NAME OF BIDDER : ________________________________________

EXCEPTIONS AND DEVIATIONS

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

|SL.NO |Reference in Specification |Dept. Specification |Offered Specification |DEVIATION |

| |PAGE NO |CLAUSE NO | | | |

| | | | | | |

NOTE :

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

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

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

(Authorised Signatory of Company

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -II

ACCEPTANCE OF TERMS AND CONDITIONS BY THE VENDOR

We hereby agree to all the terms and conditions as given in Tender Notice No. ______________________________ dated:_________________ for SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE SYSTEM AT PROPELLANT COMPLEX, RASAYANI MUMBAI

Company Seal (Authorised Signatory of Company)

Place : ________________

Date : ________________

TO BE SUBMITTED ALONGWITH TECHNICAL BID

Annexure -V

CERTIFICATE TO BE FURNISHED BY THE VENDOR

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

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

3. We guarantee to provide 100% uptime for the equipment during guarantee/warranty.

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

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

Company Seal (Authorised Signatory of Company)

Place :________________

Date : _________________

Annexure -IV

SATISH DHAWAN SPACE CENTRE SHAR

BILL OF MATERIAL

|S.No |Description |UOM |QTY |Vendor Compliance/ Offered make & |

| | | | |model |

| |Supply & installation of Outdoor PTZ camera With all Accessories|Nos |4 | |

| |Supply & installation of Fixed Bullet Camera |Nos |18 | |

| |Supply & Installation 32 –channel NVR |Nos |1 | |

| |Supply & Installation of Display |Nos |2 | |

| |Supply and Installation of Workstation Computer |Nos |2 | |

| |Supply of 8 port Network POE switch |Nos |8 | |

| |Supply of 24 port Network POE switch |Nos |2 | |

| |Supply & laying of CAT6 UTP cable |Mtrs |1800 | |

| |Supply & laying of Fiber optic Cable |Mtrs |2000 | |

| |Supply & Laying of Armored copper power cable as per RFP |Mtrs |1500 | |

| |Supply & Erection of GI Post |Nos |10 | |

| |Supply & Erection of 9 U Rack |Nos |4 | |

| |Supply & erection of All-weather Enclosure |Nos |4 | |

| |Installation & Commissioning charges |Lot |1 | |

Signature of Authorised Person with Seal

TO BE SUBMITTED ALONGWITH TECHNICAL BID

|Annexure -VI |

|CHECK LIST |

|S.No |Description |Compliance |

| |The detailed scope of work and technical specifications are under stood and price was quoted accordingly.|Yes / No |

| |Demand Draft towards the EMD (indicate the DD number__________________ & Date:___________). |Yes / No |

| |Validity of Offer is 4 months |Yes / No |

| |Supporting documents is attached for Minimum Evaluation Criteria |Yes / No |

| |Vendor Evaluation Format is attached |Yes / No |

| |GST to be indicated in % if not mentioned it shall be assumed that the price quoted are inclusive of |Yes / No |

| |taxes | |

| |CUSTOMS DUTY / EXCISE DUTY to be indicated. if not mentioned it shall be assumed that the price quoted |Yes / No |

| |are inclusive of duties | |

| |Delivery Schedule is acceptable |Yes / No |

| |Accepted the Department Payment Terms |Yes / No |

| |Warranty for the fully commissioned and accepted system is 36 months. |Yes / No |

| |10 % of the Order Value shall be submitted as Security Deposit for the performance of the contract, valid|Yes / No |

| |till acceptance of the system. | |

| |10 % of the Order Value shall be submitted as Performance Bank Guarantee. |Yes / No |

| |Liquidated Damages clause acceptable |Yes / No |

| |Last three years audited financial results are enclosed |Yes / No |

| |Latest income tax certificate is enclosed |Yes / No |

| |Latest solvency certificate |Yes / No |

| |Registration certificate of the company is enclosed |Yes / No |

Signature of Authorised Person with Seal

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download