NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on...

44
- 1 - NDMC/IT Deptt. /2008/D-32 NEW DELHI MUNICIPAL COUNCIL Tender Document FOR PROCUREMENT OF IP BASED CCTV TO BE INSTALLED AT PALIKA KENDRA, PALIKA PARKING, CENTRAL PARK AND PALIKA BAZAR for NDMC The Director Information and Technology Department Palika Kendra, Sansad Marg New Delhi – 1100 01

Transcript of NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on...

Page 1: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

- 1 -

NDMC/IT Deptt. /2008/D-32

NEW DELHI MUNICIPAL COUNCIL

Tender Document

FOR

PROCUREMENT OF IP BASED CCTV TO BE INSTALLED AT PALIKA KENDRA, PALIKA PARKING, CENTRAL PARK

AND PALIKA BAZAR

for NDMC

The Director Information and Technology Department

Palika Kendra, Sansad Marg New Delhi – 1100 01

Page 2: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

- 2 -

OFFICE OF THE DIRECTOR (IT)

NEW DELHI MUNICIPAL COUNCIL

PALIKA KENDRA : NEW DELHI No.:D-32/Dir(IT)/08 Dated:22/02/2008

TENDER NOTICE

1) Date of availability of tender Forms 28/02/2008 to 25/03/2008 2) Date & Time for seeking clarification regarding the tender documents 13/03/2008 up to 4:00 PM 3) Date & time for Pre Bid Meeting 14/03/2008 at 3:00 PM 4) Last Date and time of submission of tender 26/03/2008 up to 3:00 PM 5) Last Date and time of opening of tender 26/03/2008 at 3:30 PM.

The Director (IT) NDMC, Palika Kendra, New Delhi invites on behalf of NDMC sealed tenders from selected firms for Procurement of IP based CCTV to be installed at Palika Kendra, Palika Parking, Central Park and Palika Bazar, NDMC at an estimated cost of Rs. 1,43,20,800/-. A sum of Rs. 2,86,416/- as an earnest money shall have to be deposited in NDMC treasury through bank draft/ Demand Draft drawn in favour of the Secretary, NDMC. Duly receipted challan / bank draft/ Demand Draft for payment of earnest money should be enclosed with the tender documents (Earnest Money envelope) otherwise the same are liable not to be opened. Reference of deposit of earnest money should be indicated on the envelope.

Tender documents can be purchased on payment of Rs. 1000/- (Non-refundable) by way of Demand Draft/Pay Order in favour of Secretary, NDMC or by depositing cash in NDMC Treasury against challan issued from Room No. 7013, 7th Floor, Department of Information Technology, New Delhi Municipal Council, Palika Kendra, Sansad Marg, New Delhi – 110001 on any working days up to 1:00 p.m. up to 25/03/2008 and filled up tenders shall be received in this office up to 3:00 p.m. on 26/03/2008 and the same shall be opened at 3:30 p.m. on the same day in presence of the suppliers or their authorized representative who may desire to attend in conference room of Director (IT) at 7th Floor, IT department, NDMC, Palika Kendra, CP, New Delhi-110001.

N.D.M.C. reserves the right to reject the whole or any part of the tender without assigning any

reason. Eligible contractors may download the tender documents from NDMC website www.ndmc.gov.in or Delhi govt. web site www.delhigovt.nic.in for tendering purposes. In case of tender documents are downloaded from NDMC web site or Delhi govt. website then the complete tender documents are to be submitted on the due date and time with tender cost (in the shape of bank draft/pay order/Demand Draft) along with other requirements. Tenderers are hereby directed to download the complete tender documents, as incomplete tender documents shall not be considered and liable to be rejected.

SD/-

DIRECTOR (IT)

Page 3: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

3

CHAPTER-l INSTRUCTIONS TO BIDDERS

1. General:

Bids are invited from established, reputed and experienced manufacturers or their authorized Distributors and also from Governmental/Semi-Government Organizations and Public Sector Undertaking for the installation of IP Based CCTV at Palika Kendra, Palika Parking, Central Park and Palika Bazar, NDMC (as per the Schedule of Requirement (Chapter-3) and Technical Specifications (Chapter-4) in this document.

The bidder should have experience of successful completion of similar works (Installation of

CCTV or Video conferencing). Experience of having successfully completed similar works during last 7 years (01/03/2001 to 29/02/2008) (Enclose copies of work orders/ supply orders) are invited and should be either of the following.

Three similar works costing not less than the amount equal to 15 Lakh.

or Two similar completed works costing not less than the amount equal to 20 Lakh.

or One similar completed works costing not less than the amount equal to 35 Lakh.

Vendor should be a profit making company for last three years. Average annual financial turn

over during the last 3 years, ending 31st March of the previous financial year, should be atleast Rs.50 Lakhs.

Bidders are advised to study the tender document thoroughly. Submission of tender should be

deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

It will be imperative on each bidder to fully acquaint himself with all the local conditions and Factors, which would have any effect on the performance of the contract and cost of the Stores. No request for the change of price or time schedule of delivery of Stores shall entertained, on account of any local condition or factor once the offer is accepted by NDMC.

NDMC reserves the right to relax any terms & conditions in the Govt. interest.

No conditional/optional bid shall be accepted and bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

2. Schedule of Tender:

The Tender Document will be made available to the NDMC Website and Delhi Govt. Website. In case of tender documents are downloaded from NDMC web site or Delhi govt. website then the complete tender documents are to be submitted on the due date and time with tender cost (in the shape of bank draft/pay order in favour of Secretary, NDMC) along with other requirements.

The Tender documents can be purchased on payment of Rs. 1000/- (Non-refundable) by way

of Demand Draft/Banker Cheque/Pay Order drawn in favour of Secretary, NDMC or by cash deposited in NDMC Treasury against challan issued from Room No. 7013, 7th Floor, Department of Information Technology, New Delhi Municipal Council, Palika Kendra, Sansad Marg, New Delhi – 110001 on any working days up to 1:00 p.m. on 25/03/2008.

Page 4: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

4

The sealed bids containing EMD, technical details and price quotation shall be received up to 3:00 PM on 26/03/2008.

The bids will be opened at 3:30 PM on 26/03/2008 and it must enclose all technical

literature/catalogue.

After evaluation of the Technical bids, the short-listed Bidders will be intimated. The

decision of the committee on technical suitability of the offer shall be final and shall not be open for discussion.

The pre – bidders meetings will be held on 05/03/2008 at 11:30 AM in the office of

Director (IT), 7th floor, IT department, NDMC, Palika Kendra, CP, New Delhi-110001. All the interested tenderers / Firms may put/ submit their clarification regarding the tender documents in the office of PA to Director (IT), 7th floor, IT department, NDMC, Palika Kendra, CP, New Delhi-110001 from 10 AM to 4 PM on 04/03/2008.

The Commercial bids of the short-listed Bidders will be opened and such short-listed bidders will be intimated about the date and time accordingly. The short-listed bidders or their authorized representatives may present, if they so desire.

3. NDMC’s Right to vary quantities at the time of placement of Supply Order/signing of

Contract: NDMC reserves the right to vary the quantities and/or split the order among the selected Bidders.

4. NDMC’s right to accept any Bid and to reject any or all bids: NDMC reserves the right to

accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/ signing of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for NDMC's action.

5. Bidder Qualification: The "Bidder-" as used in the tender document shall mean the one

who has signed the Bid Form. The Bidder may be either the manufacturer of the Stores for which prices are quoted or his duly authorised distributors/dealers, in which case he shall submit a certificate of authority.

6. Bid Security (Earnest Money):

The sealed tenders should be submitted in three separate envelops comprising EMD (Earnest Money), Technical Bid and Commercial Bid / Financial Bid. All the three envelops then should be put in a single big outer cover sealed and addressed to Director (IT) and super scribed “ TENDER FOR PROCUREMENT OF IP BASED CCTV TO BE INSTALLED AT PALIKA KENDRA, PALIKA PARKING, CENTRAL PARK AND PALIKA BAZAR”. Please note that prices should not be indicated in the Technical Bid. ËMD should be submitted in the form of a Bank draft / Demand Draft favoring Secretary NDMC, Palika Kendra, New Delhi for an amount of Rs. 2,86,416/- (Rupees Two Lakhs Eighty Six Thousand Four Hundred Sixteen Only). The technical and commercial bids shall be opened separately. The EMD of unsuccessful bidders will be returned after finalization of the tender with in reasonable time.

The Bid Security (Earnest Money) shall be valid for a period of six calender months from the

date of opening of the Bid by NDMC, in case of short-listed Bidders. No interest will be payable by NDMC on this amount.

Page 5: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

5

The Bid Security (Earnest Money) may be forfeited:

a. if a Bidder withdraws his bid during the period of bid validity,

or b. in the case of the finally selected Bidder, if the Bidder fails to sign the Contract in accordance

Clause I of Chapter-2, or

c. to furnish Contract Performance Security in accordance with Clause 2 of Chapter-2 or d. if at any stage any of the information Declaration is found false.

Bid Security (Earnest Money) in respect of the finally selected Bidder will be discharged upon

the Bidder signing the Contract as per Clause I of Chapter-2 and furnishing the Performance Guarantee as per Clause 2 of Chapter-2.

7. Period of Validity of Bids: Bids shall remain valid for 06 (Six) calendar months from the date of Bid opening. A bid valid for a shorter period may be rejected by NDMC as non-responsive.

8. Registration with Department of Trade & Taxes: The bidders should have their firm registered with the Department of Trade & Taxes, with respect to Sales Tax/ V A T and shall furnish copies of the same with their Technical Bid along with their latest Sales Tax/ V AT Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

9. Terms and conditions of Tendering Firms: 9.1 Printed terms and conditions of Bidder shall not be considered as forming part of their Bids. 9.2 Bidder must state categorically whether or not his offer conforms to all the tender terms and

conditions. If there is a variation in any of the terms and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the technical bid.

9.3 Bidder must state categorically whether or not his offer conforms to the specifications given in

Chapter 4, specify clearly deviation if any of the tender. Bidder is free to quote better version or to add any better configuration in line with technical specification of Chapter 4.

10. Bid requirement:

10.1 The Bidder must quote for all items and quantities as listed under the Schedule of Requirements (Chapter - 3) in the Price Schedule format (Chapter-5).

10.2 The Successful Bidder(s) shall be required to furnish Contract Performance Bank Guarantee for 10% of the Contract Price, before award of Contract as per the prescribed Performa. Performance Security (Security Deposit) has to be obtained from successful bidder irrespective of its registration status.

10.3 All the bidders participating in the Tender must submit a list of their owners, partners, etc. and a certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India.

Page 6: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

6

10.4 Bids not accompanied by Tender Fee and Earnest Money will be rejected. 10.5 Conditional bids, Telex/Fax bids and incomplete bids will be rejected outrightly. 10.6 The bid shall contain no interlineations, errors or overwriting and all pages of the bid must be

signed and sequentially numbered by the Bidder. 11. BID PRICES: 11.1 The Bidder shall indicate on the Price Schedule (Chapter - 5) of tender documents in the

following manner. It shall be noted by all the bidders that the prices are quoted in respect of each and every equipment and accessories. Wherever quantum of accessories has not been assessed, the Unit Price of the same should be indicated. The rates quoted are specified without drawing any inference to fixed rates of other departments:-

i) Unit price for each Item in Indian Rupees ii) Extended price in Indian Rupees. iii) Sales Tax/ VAT in Indian Rupees. iv) Other Govt. levies, if any v) Incidental charges, if any. vi) Total Price, for destination. vii) AMC Charges per annum

The Bidders shall also indicate the Unit rates of Accessories, Digging i.e. a) Accessories b) Digging of Soft Soil c) Digging of Hard Soil d) Digging of Road e) Rates of trench less Digging

11.2 The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity.

11.3 It should be noted that payment by NDMC towards other Govt. levies/ incidental charges, if

any, would be made at actual against documentary proof submitted by the Contractor/Supplier. NDMC would provide appropriate VAT/ Sales Tax forms applicable to the purchases made on behalf of Government of India.

11.4 NDMC will make all payments, under this contract, in Indian rupees.

11.5 The bidder should ensure that all columns of price schedule (Chapter-5) may be duly filled and no column is left blank. After opening of the price bid, no clarifications whatsoever shall be entertained by the Purchase Committee.

12. GUARANTEE/WARRANTY & AMC

The Bidder shall provide on site comprehensive Guarantee/ Warranty for all stores/equipment at least for a period of Four Years from the date of final acceptance of the equipment. The Bidder shall also provide onsite comprehensive Annual Maintenance of the entire equipment for Four Years after expiry of the warranty/guarantee period. AMC would also be considered as a criterion for deciding the lowest bidder. It shall be noted by all the bidders that a Contract Performance Bank Guarantee equivalent to 10% of the total contract price should be valid for a period of Eight years and six months irrespective of the rates offered for AMC.

Page 7: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

7

13. Contents of Bid: The Bids prepared by the Bidder shall comprise of the following three components:-

a) EMD : A Demand Draft/Pay Order/Bank Guarantee in Favour of Secretary NDMC, Palika Kendra, New Delhi (Clause 6 of Chapter 1)

b) Technical Bid comprising of the following and to be filled on the format sheets provided in each Tender Document. This is mandatory:

I. Bidders Particulars (Annexure C-l, Chapter 7)

II. Bid Form (Annexure C 2, Chapter 7) III. Technical Specifications of the Stores (Chapter 4) IV. Warranty (Annexure C3, Chapter 7) V. All technical brochures/documents relevant to the Bid

VI. Copies of Service Tax & VAT Regn: & Clearance Certificates (Clause 8, Chapter 1) VII. Income Tax Clearance Certificate for the Income Tax Returns filled up to date.

VIII. Copies of PAN & TAN IX. Demand Draft for Rs. 1000/- in favour of Secretary NDMC, Palika Kendra, New Delhi shall be

attached. towards Tender fee (Clause 2, Chapter-I). X. Certificate as per clause 10.3 of Chapter 1

XI. Check List of Technical Bid (Annexure C4, Chapter 7) XII. Sales Tax Clearance Certificate (Annexure C8, Chapter 7)

XIII. Pre-Qualification Criterion letter (Annexure C7, Chapter 7) c) Commercial Bid comprising of the following and to be filled in accordance with the formats provided in the Tender Document: i) Bid Letter (Annexure C 5, Chapter 7) ii) Price Schedule (Chapter -5) & AMC Rates for 4 years after Guarantee /

warranty Period of 4 years. iii) Schedule of Requirements (Chapter 3) iv) Check List of Commercial Bid (Annexure C7, Chapter - 7)

14. Procedure for Submission of Bids: 14.1 It is proposed to have a Three-Cover System for this tender.

a) Earnest Money Deposit in one cover super scribing “ EMD, Tender for the installation of IP Based CCTV at Palika Kendra, Palika Parking, Central Park and Palika Bazar , NDMC”. EMD should be submitted in the form of a Bank draft / Demand Draft favoring Secretary NDMC, Palika Kendra, New Delhi for an amount of Rs. 2,86,416/- (Rupees Two Lakhs Eighty Six Thousand Four Hundred Sixteen Only).

b) Technical Bid in one cover super scribing "Technical Bid, Tender for the installation of IP Based CCTV at Palika Kendra, Palika Parking, Central Park and Palika Bazar , NDMC” and date of opening", Please note that prices should not be indicated in the Technical aid.

c) Commercial Bid in one cover super scribing "Commercial Bid and Tender for the installation of IP Based CCTV at Palika Kendra, Palika Parking, Central Park and Palika Bazar, NDMC ".

14.2 All the three envelops then should be put in a single big outer cover sealed and addressed to Director (IT) and super scribed “ TENDER FOR PROCUREMENT OF IP BASED CCTV TO BE INSTALLED AT PALIKA KENDRA, PALIKA PARKING, CENTRAL PARK AND PALIKA BAZAR”. All the covers should also indicate clearly the name and address of the Bidder.

Page 8: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

8

15. Income Tax Clearance Certificate Unless otherwise exempted, the Bidder, if assessed under the Indian Income tax Act, must produce a certificate that upto date income tax returns have been filed (enclose certificate with the Technical Bid). Without this certificate the tender is liable to be rejected.

Page 9: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

9

CHAPTER-2

CONDITIONS OF CONTRACT

1. Award of Contract: Prior to the expiry of the period of bid validity, NDMC will notify the

successful bidder in writing that its bid has been accepted. The notification of award will constitute the formation of the Contract.

2. Contract Performance Bank Guarantee: At the time of signing the contract, the Supplier

shall furnish a Contract Performance Bank Guarantee for 10 percent of the value of the Contract price, as per the prescribed Performa (Annexure C6, Chapter 7), from a Scheduled Bank. The Contract Performance Bank Guarantee will be in the name of the Secretary NDMC, Palika Kendra, New Delhi. The Contract Performance Bank Guarantee should be valid for a period of 8 (Eight) years and 6 (Six) months from the date of award of the Contract. This will be released after the successful completion of AMC period. In the event of delay in acceptance of the Stores, the Supplier shall, at the request ofNDMC, extend the validity of the Contract Performance Bank Guarantee.

3. Payment Schedule: The standard payment terms subject to recoveries, if any, under the Liquidated Damages clause will be as follows :-

First payment: NDMC shall pay, to the Supplier, sixty percent (60%) cost of the Stores, title of which has been transferred to NDMC with the applicable VAT amount as First Payment, within Thirty (30) working days from the date of transfer of title of the Stores and receipt of supplier's bill complete in all respects.

Final payment: NDMC shall pay, to the Supplier, the balance amount with applicable VAT/Service Tax amount as "Final Payment" within thirty (30) working days after successful installation, commissioning and Final Acceptance of the system and receipt of Supplier's bill complete in all respect.

AMC Payment: The payment of the AMC period will be made on quarterly basis after successful completion of the each quarter and submission of the bills by the supplier.

No advance payment shall be made in any case. 4. Packing, Forwarding & Shipment: The Supplier shall provide proper packing of the stores

to prevent their damage or deterioration during transit to the final destination site. The Supplier shall notify NDMC for the date of each shipment for his works and the expected date of arrival of goods at the site.

5. Delivery, Installation and Commissioning: Delivery of the Stores at NDMC, Palika Kendra or any location as specified by the NDMC in NDMC area shall be completed by the Supplier in accordance with the terms specified by NDMC within 04 (four) weeks from the date of award of Contract. The installation, testing and commissioning of the proposed system shall be completed within a period of 12 (twelve) weeks after the delivery of the Stores OR with in a period of 16 (sixteen) weeks from the date of award of contract. .

6. Insurance: The Goods supplied under the Contract shall be fully insured on a warehouse-to -warehouse basis by the Supplier against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

7. Inspection of Tests: NDMC shall have the right to inspect and/or test the Stores for conformity to the Contract Specification.

Page 10: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

10

a) If any inspected or tested Stores fail to conform to the specification, NDMC may reject them and the Supplier shall either replace the rejected Stores or make all alterations necessary to meet specification requirements, free of cost to NDMC.

b) The Supplier shall provide installation and standard test procedures for the individual equipment and for the complete System offered. The Supplier shall test individual equipment and the complete System after installation at site.

c) The Supplier shall submit complete documentation of all the measurements conducted during installation period for future reference of NDMC.

d) A document comprising of the technical problems faced during installation, testing and commissioning period and their solutions shall be submitted by the Supplier at the time of handling over the completed works to Director (IT), NDMC, Palika Kendra.

e) For the purpose of taking over the Stores/system supplied, an Acceptance Test shall be carried out at NDMC destination site. The equipment that meets the acceptance test shall only be accepted by NDMC. The installation or commissioning shall not be deemed to have been completed unless all the Stores and System are accepted by NDMC.

f) Before the equipment is taken over by NDMC, the Supplier shall supply installation, operation, repair and maintenance manuals of the equipment/system. This shall include the

(i) System Interface Drawings

(ii) System Interconnection and Block Diagrams

(iii) User Operation Manuals

(iv) Equipment Maintenance Manuals. 8. Guarantee/Warrantee: a) The Supplier shall provide comprehensive on-site Guarantee/ Warranty for all

Stores/equipment supplied under the Contract at least for a period of four years from the date of final acceptance of the System.

b) The Supplier must have a maintenance base in Delhi to provide maintenance service, of the System being offered, efficiently and promptly. If the performance of any individual equipment or System fails to meet the contract specifications then the same shall be, replaced by the Supplier free of cost during the term of the warranty/guarantee period.

c) The Supplier shall provide necessary Software updating free of cost during the warranty/guarantee period and also during the period of AMC, if awarded.

d) The maintenance services, including spares parts, shall be free of cost during the warranty/guarantee period.

e) During the term of warranty/guarantee the service/repair calls will have to be attended by the Supplier within two hours from the time of such calls.

f) The defective card/item/equipment should be repaired the same day at Purchaser's location. In case of major defects requiring the defective card/item/equipment to be taken to the Supplier's workshop, it should be returned within two weeks duly repaired and an immediate substitute card/item/equipment will be provided by the Supplier for the smooth operation of the System.

g) The to and fro transportation of the card/item/equipment will be the responsibility of Supplier.

h) Apart from the service/repair calls, the service engineer deputed by the Supplier will visit the site once every fortnight to assess the serviceability of the System and once in every 03

Page 11: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

11

months to carryout the Preventive Maintenance and diagnostic of the system during the Warranty Period.

i) Delays in attending the calls. and or repairing the defective card/item/equipment beyond time limit specified in this Clause, without providing the substitute, will attract penalties in accordance with Clause 14.

j) If the Supplier fails to repair or replace the defective Equipment/ Item, NDMC will be free to get the same repaired/replaced from the market and its cost will be adjusted from the Supplier's Contract Performance Bank Guarantee.

k) The contractor will post at least two resident engineers in NDMC building, Palika Kendra on all working days including general holidays as per NDMC’s requirement. One Resident Engineer must be MCSE/CCNA with 1 year of experience in hardware maintenance and networking equipments and others should have minimum experience of 1 year in handling other equipments related to this project.

l) The Company has to provide the Bio-Data of the Resident Engineers appointed for the above work.

m) In case of the above engineer’s non-availability, contractor will provide standby engineers arrangement. If not deduction of Rs.200/- per day per engineer will be deducted from the Security Deposit/ Bank Guarantee Amount.

n) The contractor will render maintenance service from 9:00 A.M. to 6:00 P.M. on all working days plus on general holidays as per NDMC ’s requirement, to keep the equipment in good working condition and order.

9. Post-Warranty services and maintenance:

a) The Supplier shall be responsible for the comprehensive on-site maintenance of the System, at a reasonable price, for a minimum period of four years after expiry of the warranty/guarantee period assuming minimum life span of the System to be eight years.

b) The bidder shall indicate the estimated life span of the quoted System. The Supplier shall quote the rates for onsite comprehensive Annual Maintenance of the entire System in the Price Schedule (Chapter - 5) for all the four years after expiry of the warranty/guarantee period of four years.

c) The AMC rates will also be considered while deciding the lowest bidder. d) Under the AMC, the Supplier shall provide onsite comprehensive maintenance services of the

entire System including the spares and there shall be no hidden cost. e) Preventive maintenance service of the System under AMC must be carried out once in three

months. During the period of AMC, the service/repair calls are to be attended by the Supplier within two hours from the time of such calls.

f) If maintenance of all the equipments /items supplied under this contract are not taken care upto two hours the penalty of Rs. 200/- per equipment /item per day beyond two hours downtime will be deducted from quarterly AMC payment/ recovered from the bank Guarantee

g) The defective card/item/equipment should be repaired the same day at Purchaser's location. h) In case of major defects requiring the defective card/item/equipment to be taken to the

Supplier's workshop, it should be returned within, two weeks duly repaired and Immediate substitute card/item/equipment will be provided by the Supplier for the smooth Operation of the System.

i) The to and fro transportation of the card/item/equipment will be the responsibility of Supplier. j) Delays in attending the calls and or repairing the defective equipment beyond time limit

given in this Clause, without providing the substitute, will attract penalties. k) If the Supplier fails to repair or replace the defective card/item, NDMC will be free to get the

same repaired/replaced from the market and its cost will be adjusted from the pending bills/Security deposit of the Supplier.

l) NDMC shall also have the right to decide whether or not to enter into the maintenance agreement with the Supplier.

Page 12: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

12

m) The contractor will post at least two resident engineers in NDMC building, Palika Kendra on all working days including general holidays as per NDMC’s requirement. One Resident Engineer must be MCSE/CCNA with 1 year of experience in hardware maintenance and networking equipments and others should have minimum experience of 1 year in handling other equipments related to this project.

n) The Company has to provide the Bio-Data of the Resident Engineers appointed for the above work.

o) In case of the above engineer’s non-availability, contractor will provide standby engineers arrangement. If not deduction of Rs.200/- per day per engineer will be deducted from the Security Deposit/ Bank Guarantee Amount.

p) The contractor will render maintenance service from 9:00 A.M. to 6:00 P.M. on all working days plus on general holidays as per NDMC ’s requirement, to keep the equipment in good working condition and order.

10. Training :

a) The scope of work envisages that the Bidder shall undertake to train the staff nominated by NDMC in different aspects of equipment design, functioning, field installation, testing, commissioning, system management, operation & administration, maintenance and repair.

b) The supplier shall at every stage of installation; testing and commissioning provide all facilities for adequate training of NDMC personnel who may be deputed to work on the project.

c) The system Administration and Maintenance Training program, at the user's location, will be structured so as to train 03(three) of the NDMC employees deputed for the purpose.

d) The user operational training program, at the user's location, will be structured so as to train up to 05 (Five) of NDMC's supervisory and training personnel who will, in turn, train individual operators.

e) The maintenance training program, at the manufacturer's location, will be structured to train up to 02(Two) engineers and 03(Three) experienced technicians in the complete trouble shooting and maintenance of the equipment to both the board replacement and board repair level.

f) Bidder will provide complete details on the training programs to be offered including: I. Material to be covered

II. Number of hours of training per operator or technician for each specific course III. Supporting documentation to be provided

11. Spare Parts : The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for the complete System for a period of Eight years on continuing basis and life time spares after eight years. The Bidder shall include in his tender, the break-up of essential spares required for efficient Maintenance of the supplied System in Annexure-C3, Chapter-7 and quote their price in Chapter-5.

12. Site Preparation :The site for installation of the CCTV System shall be provided by NDMC as per the required environmental conditions before the installation of the system. The Supplier shall provide site plan and equipment layout plan for the System. The complete installation of the System including civil work at NDMC's site shall be the responsibility of the Supplier. Earthing arrangements for all the Equipment shall be the responsibility of the Supplier and to be carried out as per standard procedures.

13. Responsibility of Completion & Software Optimization: Any fittings or items which may not be specially mentioned in the specifications but which are necessary are to be provided by the Supplier without any extra charge for completeness of the work under this Tender.

Page 13: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

13

14. Delay in the Suppliers performance : Delivery of the Goods and performance of Services including Warranty and Post Warranty Services shall be made by the Supplier in accordance with the time schedule specified by NDMC. Delay by the Supplier in the performance of its Delivery or Service obligations shall render the Supplier liable to imposition of Liquidated Damages in accordance with clause-15 Chapter2 and thereafter, upon reaching the maximum deduction, termination for default in accordance with Clause-22 Chapter 2 accompanied by forfeiture of Bank Guarantee. If the bidder fails to complete the work within the stipulated period, NDMC reserves the right to get the work completed from open market and difference of bill, if any, will be recovered from the bills of the bidder.

15. Liquidated Damages: If the Supplier fails to deliver any or all the of the Goods or perform the Services within the time period specified in the Contract, NDMC shall, without prejudice to its other remedies under Contract, deduct from the Contract Price, as liquidated damages, (not by way of penalty) a sum equivalent to 1 (one) percent of the price of the delayed goods or unperformed service for each & every week (part of a week being treated as a full week) of delay until actual delivery or performance, upto a maximum deduction of 10% (Ten Percent) of the Total Contract amount.

16. Force Majeure: The Contractor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, "Force Majeure" means an event beyond the control of the Contractor and not involving the Contractor's fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.

17. Patent Indemnification: The Supplier shall indemnify NDMC against all third party claims of infringement of patent, copyright, trademark, license or industrial design rights, software piracy arising from use of the goods or any part thereof in Purchaser's country.

18. Waiver: Failure or delay on the part of the Supplier or NDMC to exercise right or power hereunder shall not operate as a waiver thereof.

19. Arbitration: In the event of any dispute or differences arising between the contractor and the NDMC in connection with this contract the same will be referred to the sole arbitration of the Chairperson, NDMC or his nominee whose decision shall be final and binding on both the parties to this contract. The venue of arbitration shall be National Capital Territory of Delhi.

20. Severability: If any portion of this Contract or any of the Contract Documents hereto is held to be invalid, such provision shall be considered severable, and the remainder of this Contract hereof shall not be affected.

21. Governing Law: This Contract including the Contract Documents shall be governed by and construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction in this regard.

22. Termination for Default :The Purchaser may without prejudice to any other remedy for breach of Contract, by Thirty (30) days written notice of default sent to the Supplier and upon the Supplier's failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole.If the Supplier fails to deliver any or all of the Stores within the time period(s) specified in the Contract, or If the Supplier fails to perform any other obligation(s) under the Contract. On termination of the Contract for default, the security deposit of the Supplier will be forfeited. On termination of the Contract for default, action will be taken to black list the Supplier.

23. Termination for Insolvency: NDMC may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to NDMC.

Page 14: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

14

24. Termination for Convenience: NDMC shall have the right to terminate the Contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for NDMC's convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.The Goods those are complete and ready for shipment within Ninety (90) days after the Supplier's receipt of notice of termination shall be purchased by NDMC at the Contract terms and prices. For the remaining Goods NDMC may elect to have any portion completed and delivered at the Contract terms of prices, and/or to cancel the remainder and pay to the Supplier an agreed amount for partially completed. Goods and for materials and parts previously procured by the Supplier.

Page 15: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

15

CHAPTER-3

Schedule of Requirement for Closed Surveillance System for Palika Bazar and Palika Kendra, Palika Parking and Central Park

Sl. No. Description Palika

kendra Palika Bazar

Palika Parking+ central park, CP

Total

CLOSED CIRCUIT SUVEILLANCE TELEVISION

1. Outdoor P/T/Z IP/IP based camera with 25x optical zoom or better with inbuilt Video Convertor /digitizer /encoder

01 03 1+1=2 06

2. Fixed IP/IP based camera with varifocal lens with inbuilt Video Convertor/ digitizer /encoder

07 20 14+2=16 43

3. 42” color LCD high resolution monitor for monitoring in control room (8 or 9 cameras at each monitor) for 24x 7 days

07 07

4 Digital keyboard for P/T/Z cameras 02 02 5. Pre configures PC work –station 02 02 6a. 42” color LCD high resolution

monitor for monitoring by Chairman, CVO & Chief Security Officer from their offices.

03 03

6b. Digital keyboard for P/T/Z cameras 03 03 6c. Pre configures PC work –station 03 03 7. Video management system software 05 05 8. Pre configures Professinal high – end

server station for multi –channel recording on Open architecture hardware

02 02

9. Software for network video recording 02 02 10 RAID 5 hard disk unit 2 TB or more

having capability to record all cameras for one week.

01 01

Network Active components 11. Layer 3 network switch with 24 RJ-

45 ports of 100/1000 Mbps As Required As

Reqd. Network Passive Components 12a Passive components comprising of

connector , patch cords, RJ-45 cable/connectors, racks, mountings etc.

As Required As Reqd.

12b 4 Mbps Lease line for internet As required As required

Cables 13 a. RG -11 Cable (Armored) –Unit price

per unit meter As Required As

Reqd. 13 b CAT 5/ CAT 6 Cable- Unit price per

unit meter As Required As

Reqd.

Page 16: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

16

14. 6 core multimode fiber cable (armored), 62.5 Micron-unit price per meter

As Required As Reqd.

15. Single mode fiber cable (armoured), 50 micron –unit price per meter

As Required As Reqd.

16. Power cable ( armored )-Unit price per meter

As Required As Reqd.

17. Twisted pair control cable (armored)- unit price per meter

As Required As Reqd.

18. Audio Cable

As Required As Reqd

Audio equipment 19. Audio management system with

hardware and software having capability for 8 camera location in

As Required As Reqd

20. Ceiling mounted speaker 8 w or better each to be installed on the ceiling evenly to cover complete Palika Bazar dividing market area into multi zone having minimum 4 zone

Nil 300 Nil 300

21. Horn type speakers of 25 Watt each, 3 speaker at each camera location for all camera location except Palika Bazar (IP 65 protected)

24 Nil 54 78

22. Audio amplifiers 1 set of 800 W

1 set of 1500 W

1 set of 1500 W

3 sets

UPS 23. UPS- 10 KVA Redundant with one

hour back up through SMF batteries or better

Nil 1 set

1 set 2 sets

24. UPS -3 KVA Redundant with one hour backup through SMF batteries or better

1 set Nil Nil 1 set

Weather Management System 25. 2 ton capacity 2 set 2 set 26. Installation and commissioning

Page 17: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

17

CHAPTER-4

SPECIFICATIONS AND ALLIED TECHNICAL DETAILS

(Enclose with Technical Bid)

TECHNICAL SPECIFICATIONS

S.NO. Specifications Conformance Yes/No

Deviation if any

1.0 General Requirements 1.1 It is intended to purchase CCTV system to cover the open

areas and lanes of highly sensitive and crowded Palika Bazar and Palika Kendra, Palika Parking and Central Park as depicted in the map at Annexure-T2.

1.2 The monitoring of all the cameras shall be in the control room having capability of monitoring by security officers and Remote monitoring simultaneously from the offices of concerned Chairman, CVO, CSO or any other place in future for which required capability shall be provided in the system.

1.3 The connectivity of all cameras with the monitoring station can be through fiber cable or armored Coaxial RG-11 or CAT 5 / CAT 6 cables as required for completion of project. The Bidder shall submit offered cable layout and cable lengths in its technical bid.

1.4 The CCTV System shall be based on I.P. (LAN) and shall provide viewing and recording of video at 4-CIF resolutions @ 25 FPS.

1.5 The proposed location of cameras and breakup is enclosed at Annexure –T3

1.6 The schematic diagram of required CCTV system is given in Annexure –T1

1.7 The offered CCTV system should be capable of integration with central city video surveillance system on the IP platform using necessary hardware & software additionally.

1.8 Possible applications of the proposed CCTV system include tracking the movement and recognition of persons and objects including vehicles through high quality images. The recording of the scene can be used in investigation , recreating the scene and establishing the truth.

1.9 The requirement calls for a complete working system and not components thereof. Bids must be complete with all equipment and required accessories along with necessary power systems including standard Un-interrupted Power Supply for the entire equipment , video connectors, patch connectors, patch leads, mounting and fitting hardware, plugs, sockets and any hardware/software, etc. as required for complete installation of the system under this contract on turnkey basis.

1.10 Following certificates relating to the CCTV component, IT component and Networking component from the concerned system manufacturers shall be enclosed with the technical bid:-

Page 18: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

18

• Technical compliance to the specifications and authorization for participation in the tender on manufacturer’s behalf.

• Authorization letter should be issued by the Indian office of the offered component manufacturer.

• Authorization for providing test reports complying the specifications at the time of inspection.

• Authorization that the items quoted by the bidder are in production and would be supported for service for at – least eight years from the date of tender.

• No obsolete products should be quoted. • The bidder has to provide certificate that they will

integrate the offered system with central city video system in future when the requirement arises.

1.11 Manufacturer must have base in India and service support in NCR.

1.12 Contractor should be able to demonstrate complete working system to the technical committee during technical evaluation. The complete working system comprising of one outdoor IP P/T/Z Camera with controller , one IP fixed camera and system software with network video recorder/PC based Server, video converter/digitizer/encoder. It shall be proven for 16 screens live viewing, live recording.

1.13 Manufacturing products shall have quality system compliance with the I.S./ISO 9001/EN29001 CE&UL Certified.

1.14 All the equipment of external fitment should be IP-66 /NEMA-4 complied and vandal proof.

1.15 Manufacturer must provide reference list of installation for similar products /components.

1.16 The warranty shall consist of repairing or replacing defective parts for a period of four years from the date of supply.

1.17 All software and firmware upgrades shall be free of charge. 1.18 All equipments shall be easy to integrate in 19” Racks with

dedicated kits supplied by the Bidder. The Bidder shall provide all poles and fixtures required for installation of camera. The cable shall be underground wherever possible.

2.0 Outdoor P/T/Z IP Camera / IP enabled camera 2.1 Latest imager 1/4” CCD or better. 2.2 Color resolution 460 TV lines or better for sharp pick up of

live video.

2.3 The camera should have minimum color illumination of 0.5 lux for color 50 IRE and 0.005 lux for B/W for deliverance of video captured in very low luminous environment/conditions.

2.4 The lens should have the capability to focus on large areas, as well on small unidentified objects with a wide focal length of 5 to 90 mm with a optical field of view 55 degree to 3 degree

2.5 The camera can be zoomed on to any suspicious object/human being with a minimum optical zoom of 25x in day and night mode for mission critical application.

Page 19: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

19

2.6 Pan Range 0 to 360 deg, continuous 24X7 applications. 2.7 The operator in the control Room can manually control pan

speed up to 120 Deg/Sec. The same should also be programmed as a preset up to 360 Deg/sec for effective. Outdoor coverage with a least 90 presets.

2.8 Tilt range – 5 to 90 degree with the speed of 120 degree/sec for maneuverability in all directions.

2.9 The monitor should automatically display the area name for all the above 90 preset positions with minimum 16 characters for easy recognition of the operator.

2.10 The camera can be programmed as a site requirement with automatic scanning mode as programme. There should be two such modes i.e. day and night.

2.11 Multiple alarm inputs of minimum 4, intelligent video application to perform certain pre- defined functions upon the receipt of the alarm.

2.12 Universal data protocols to be supported: RS 232, RS 485, Bi-phase for control.

2.13 Housing outdoor (IP66) dome housing vandal proof. 2.14 Input voltage 230 V AC/50 Hz 3.0 Outdoor CS Mount Fixed IP enable Camera with zoom

lens, outdoor housing with vandal proof mount

3.1 Latest imager 1/3” CCD or better 3.2 Color resolution of 460 TV lines or better for sharp pick up

of live video.

3.3 The camera should have minimum color illumination of 0.5 lux for color and 0.05 lux for B/W for deliverance of video captured in very low luminous environment / conditions.

3.4 Wide focal length of at least 5 to 50 mm or better with auto IRIS control.

3.5 Electronic shutter 1/50 to 1/125,000 sec, on/off selectable. 3.6 Camera settings on screen display for camera programming 3.7 Video output 1 V pp 3.8 Signal/ noise ratio > 50 db 3.9 AGC 21 db 3.10 White balance ATW (2500-10000K), AWB hold, 3.11 Back light compensation off/on 3.12 Housing outdoor (IP 66) with in built h eater /blower and

sunshield (should be of the same make of the camera)

3.13 CS type, mounting wal/pole as per site requirement 4.0 Video converter/digitizer/encoder 4.1 Video conversion on MPEG 4 with dual stream /single

stream video with the capability to show CIF/2CIF from remote end (ACP/SHO office in future) and record 4 CIF simultaneously

4.2 The video frame rate should be at least 25 FPS per channel at 4 CIF resolution for clear video viewing in the control room.

4.3 The following video resolutions should be configurable by the operator/administrator for ease of viewing /operations: 704 x 576 (4 CIF) 704 X 288 ( 2 CIF) 352 X 288 (CIF) 176 X 144 Q CIF )

Page 20: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

20

4.4 Converter / Digitizer / Encoder shall support redundancy of recorder

4.5 Audio in , out , 300 Hz to 3.4 KHz 4.6 Overall Delay MPEG 4 , 120 ms 4.7 Network Protocols

RTP, Telnet, TCP, IP, UDP, HTTP, IGMP, ICMP,ARP, SNMP

4.8 Video Data Rate 9/6 kbps to 6 mbps/Channel 4.9 Multiple alarm Inputs of at Least 8 4.10 Network Connectivity

Ethernet, 10/100 Base T, Auto Sensing

4.11 In case the network connection /NVR is failed the video Converter/Digitizer/Encoder should start recording the live stream Itself for minimum 2 hours and the moment network connection is restored back, the recorded video to be automatically restored in the NVR (without any loss of video).

4.12 If the controlling PC equipped with the remote monitoring software fails, then the converter/Digitizer /Encoder’s built in web server should enable any PC on the network to monitor camera for mission critical application

5.0 Video Converter 5.1 Video Converter on, MPEG 4 simultaneously to show 1-16

Cameras at one monitor @4 CIF 25 FPS 24x7 days operation round the clock operation (Industrial Grade)

5.2 The video frame rate should be at least 25 FPS per channel for clear video viewing in the control room

5.3 It should be capable of decoding the following video Resolutions : 704x576 (4 CIF) 704x288 2 CIF 352x288 CIF 176x144 QCIF

5.4 The audio can be simultaneously as per Audio Standard 300 Hz-3.0kHz

5.5 Audio Data Rate up to 80 Kbps 5.6 Network Protocols supported

RTP, Telnet, UDP, TCP, IP HTTP, IGMP, ICMP, ARP, SNMP

5.7 Interface for software update Flash Rom with possibility of remote programming

5.8 Video Outputs : VGA/SVGA out put (640 x 480 @50/60 Hz/80-0x600 @50/60 Hz)

5.9 4 alarm inputs and 1 relay output 5.10 External interface

1x COM Port (RS 232, RS 485, RS 422)

5.11 Network Interface 1x Ethernet , 10/10 Base and Gega Prot where ever required

5.12 Video Displays 1-4 Vi4ew 5.13 The video converter/decoder shall have in built web server

which can be accessed from anywhere on the network, even without using the remote monitoring software. It shall be possible to switch any camera on any end using this interface

Page 21: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

21

i.e. without using remote monitoring software. 6.0 42” Color High Resolution LCD Monitor 6.1 Viewable picture area

42” when measured Diagonally, TFT LCD

6.2 XGA or SVGA or better supported 6.3 Luminance Level 500 CD/m sq 6.4 704x 576 (4 CIF) or better 6.5 Contrast ratio 500.1 6.6 Monitor Control on Screen display, programmable with front

panel

6.7 Audio Input Level 1.0 Vp-p/1kHz 6.8 Rated life 50,000 hours, at 50 % brightness or better 7.0 Digital Keyboard for P/T/Z Cameras 7.1 Connectivity RS-232 or RJ11 or USB connections 7.2 P/T/Z Pan 7& Tilt Controls Joystick 7.3 Selectivity of features LCD Screen with backlight buttons for

selection of various features

8.0 PC Workstation for Video Management System 8.1 The PC provided shall be able to provide high graphics

display and shall come preloaded with operating system from the manufacturer with DVD-Drive 52 x, PS/2 Mouse and keyboard.

8.2 Pentium P-IV 3.2 GHz, 800 MHz FSB, 2 MB L2 Cache or Dual Core with 1600 MHz FSB 4 MBH L2 Cache, Intel 975X Chipset, Four DIMM slots support up to 8GB dual –channel DDR2 533 or 667Mhz non-ECC and EC memory or the latest configuration

8.3 HDD Interface IDE or better, RAM 1 GB or better, OS-Windows XP Home/XP Professional/Linux, Free memory with 160 GB or better

8.4 Graphic Card : NVIDIA GeForce 600, NVIDIA Quadro FX 1400, ATI RADEON x600/x800

8.5 Ethernet Card : Integrated Broadcom 5754 Gigabit Ethernet controller with Remote Wake Up and PXE support.

8.6 Audio controller integrated High Definition Audio (Rev 1.0 Specification) with Sigmatel STAC9200 High Definition Audio CODEC and Intel ICH7R AC97/High Definition Digital controller

8.7 HDD Drive : SATA 3.0 Gb/s: 7300RPM with 8MB Data Burst Cache up to 750GB2,10K RPM with 16MB Data Burst Cache up to 160- GB2

9.0 Video Management & Operating System Software 9.1 The VMOS shall be highly scalable enterprise level software

solution. It shall offer a complete video surveillance solution that will be callable from one to hundreds of cameras that can be added on a unit-by-unit basis. The VMOS shall operate on open architecture and should require no proprietary hardware.

9.2 The VMOS shall provide the following : • Search for Video Server, transmitter or receiver and

NVR available in the network • Set up an dismantling of connections between camera

and monitors via drag and drop functions (virtual

Page 22: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

22

matrix) • Several simultaneous live picture connections of

camera in network • Configuration of monitoring situation (site maps and

workspace) • Programming of alarm-triggered automatic events in

AND, NAND,OR & NOR Configuration. • System set up with limited operation options fro

clearly defined surveillance tasks • Programming of automatic recording events on a

NVR • Remote maintenance of video server

9.3 The VMOS shall display MPEG-2 AND MPEG-4 video streams in real time simultaneously at bandwidth ranging from 10 K bits/sec to 4 M bits/sec in MPEG-4 and from 1.5 M bits/sec to 6 M Bits/sec in MPEG-2, frame rates ranging from 1 fps to 25 fps and resolution ranging from ¼ CIF to 4 CIF.

9.4 Each camera’s bit rate, frame rate and resolution shall be set independently from other cameras in the system, and altering these settings will not affect the recording and display settings of other cameras.

9.5 • The VMOS shall allow : • Live display of cameras • Live display of camera sequences • Control of PTZ cameras • Playback of archived video • Retrieval of archived video • Instant Replay of live video us of site maps • Use of procedures • Configuration of system settings

10.0 Network Video Recorder Server – Hardware 10.1 CPU Single Intel Xeon 3 GHz or better chipset with 1 MB

cache, Hyper-Threading Technology and Intel Extended Memory 64 Technology (EM64T). Intel High Performance E7520 Chipset with 800 MHz FSB

10.2 HDD Interface IDE or better 10.3 RAM Up to 1 GB ECC DDR2 SDRAM, 400 MHz (2x512

MB)- 6 DIM Socket OS Microsoft Windows XP Standard Server licenses or Linux

10.4 Ethernet Card Dual Onboard Intel Gigabit Ethernet with Load Balancing and Fail over support

10.5 CD Drive 24X EIDE CD-ROM

10.6 HDD 160 GB SCSI HDD, 10,000 U/Min, 1” S.M.A.R.T.II

10.7 Other features Onboard Single Channel Ultra 320- SCSI Controller Hot-Plug HDD, redundant Hot-plug fan. 1 internal Hot-plug SCSI HDD 1 U mounting

11.0 Network Video Recorder Software (NVR) 11.1 The NVR shall support recording of MPEG-2 and MPEG-4

Page 23: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

23

source simultaneously, It shall support recording of video and audio. The NVR shall support triplex applications, recording, re-play and backup simultaneously. It shall be compatible with windows OS or Linux for highest performance and reliability. The NVR shall operate on open architecture and should require no proprietary hardware.

11.2 The NVR should support minimum 70 Mbps of video and audio data. The NVR shall be able to record minimum 32 different video streams simultaneously. It shall be accessible from any PC connected to the network

11.3 The NVR shall provide Network Time Server function to ensure the synchronization of the Video Servers and the recordings. The only signal connection to the NVR shall be the network connection so that the NVR can be placed at any location which has network access.

11.4 The NVR can receive alarms of different types from Video Servers to start a recording. These alarms can be motion detection, video loss, and unified picture, trigger input. The NVR alarm recording shall support pre-and post alarm periods. Both can be configured in duration.

11.5 The NVR Provide a status of the available recording capacity, as well as an indication of the remaining possible recording time.

11.6 Fault tolerant recording 11.7 Should the NVR operation be interrupted, for example by

poser disconnection, once the NVR is restarted, it shall automatically resume recording of any cameras it was recording prior to the interruption.

11.8 The NVR shall support network fault-tolerant recording such that if the network connection between a video server and the NVR becomes unavailable, for example through cable breakage, network congestion or WLAN interruption, the NVR shall automatically recover the recorded video from the redundant video Server/Encoder/Digitizer/Video Converter after the network connection is restored so that there is no gap in the NR video for the period when the network was unavailable.

11.9 Search & Export: 11.10 It shall be possible to search for recordings in the NVR by

camera, date and time. If a data and time is specified, playback shall commence from that date and time. It shall be possible to playback more than one camera simultaneously.

12.0 The NVR shall be able to export sections of recordings to a separate Windows folder, which can then be written to CVD-ROM, DVD-ROM or tape media to be played back a t allocation not connected to the NVE network. The export process should make available a player application, which can be provided with the exported video.

12.1 RAID 5 HDD Storage 12.2 The Hard disk storage system shall have dual SCSI host

interface and dual-redundant power supply, two cooling fan modules. It shall have 400 MHz RISC processor with 256KB embedded L2 Cache. It shall possess ASIC 133 hardware XOR engines with ECC support, with standard 128-1 GB

Page 24: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

24

cache memory in on SDRAM should possess the capability of voltage and temperature self-monitoring and with 32 kb NVRAM with RC (Real Time Clock)

12.3 The system shall comprise of RAID 5 controllers with hard disks 5.0 TB of hard disks to be provided.

12.4 LED indicators, audible alarms and manager software shall monitor fan, power and disk drives.

12.5 Input voltage 90VAC to 260 VAC 13.0 Optical Network Router/layer-3 Switch form reputed firm

like Cisco, Norton 3 Com, Infotrand and better.

13.1 Each Optical switch should have capability to support gigabit bandwidth.

13.2 It should have capability to support L2/L3 switching and routing functionalities.

13.3 It should have minimum 24 optical inputs of minimum 100 mbps each and all connectivity with NVR shall be on Gigabit port

13.4 Low EMI and certified ESD Protection. 13.5 The device should have working temperature of 50o C 14.0 FIBRE CABLE : 14.1 6 core multimodes armoured 62.5 Micron armoured optical

cable.

14.2 Single Mode 50 Micron armoured optical cable. 15.0 RG 11 ARMORED COAXIAL CABLE 15.1 Center conductor size : 7/0.4mm (ATC annealed tinned

copper) with Dielectric Polyethylene material of 7.25 mm outer diameter and shielded with annealed braided copper. Shielded construction should be 24x8x0.18 mm annealed copper

15.2 Armoured with 0.8 mm GI wire round with 95% armour coverage

15.3 Attenuation @10 MHz: 0.26dB/mtr, Impedance:75+/-3 ohms with dialectic strength of 10 KV AC (min) and insulation resistance @500 VDC: 23000M ohms/Km

15.4 Fire Retardant will be as per IEC 332 Part 111, CAT A 16.0 ARMORED POWER CABLE 16.1 Type of Cable: Armored, 3 Cores, voltage of 1100 V, with

conductor size of 2.5 (sqmm) annealed bare copper as per IS 8130/1984 with 7 strands of 0.67 mm each

16.2 Insulation Material : 5831/1984, PVC, Type-A as per IS, with thickness 0.71 (min)

16.3 Sheath Material : PVC, ST-1 as per BIS 5831/1984 16.4 Armoring Size: 1.4mm as per IS 3975 16.5 Outer sheath Material: PVC, ST-1 as per IS 5831/1984 16.6 Applicable standard : IS 1554, Part-1/88 16.7 Conductor Resistance : <7.410 ohms/KM at 20 Deg C. 16.8 Insulation Resistance : >100 M Ohms 17.0 PAIR TWISTED CABLE 17.1 2 Pair Twisted 1.5 Sq. mm Shielded PVC insulated LDPE

Armord Cable with 4 Cores of 1.5 sq. mm (Multi-strand) annealed bard copper as per BIS 8130/1984, Individual pair shielded

17.2 Applicable Standard: BIS 1554, Part-I/1988, BS 5300 Part-

Page 25: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

25

II/1986 17.3 Insulation Resistance: 100 M Ohms, Capacitance <250nf/Km 18.0 Audio Cable 18.1 Multi Core Armoured Audio Cable 18.2 Insulation Resistance : 100M Ohms, Capacitance <250nf/Km 18.3 Application Standard : BIS 1554, Part-I/1988, BS 5300 Part-

II/1986

19.0 Sound Management System 19.1 Voice Alarm System for Public Address and Emergency

Sound System presently for 3 zones expandable up to 60 zones shall have interconnection with suitable cable shall be Compliant to IEC 60849 Evacuation Standards and the complete system shall be fully supervised with digitally pre-recorded messages for orderly evacuation of people in emergency situations.

19.2 Frequency response shall have 60 Hza-18 kHz (+1/-3dB,@-10dB

19.3 S/N (flat at max volume ) 63 dB, Ss/n (flat at min volume/muted) 75 dB

20.0 Call station and keypad 20.1 It shall have 3-zone call station, intended for Voice Alarm

System.

Controller with three zone selection keys, all-call key and momentary PTT-key for calls. Selectable gain, speech fitter and limiter for improved intelligibility. LED indications for zone selection, fault and emergency state.

20.2 EMC immunity acc. To EN 55103-2 Frequency response 100Hz-16kHz Speech filter-3 dB @315 Hz

21.0 25 W horn loudspeaker or better 21.1 30 Watt max rated power, rated power 25 Watt (PHC) 21.2 Wide Opening angle with excellent speech reproduction 21.3 Water and dst protected to IP 65 protection 21.4 Sound pressure level at rated power/1W shall be 103 dB 21.5 Rated Voltage 100V 21.6 Ambient temperature range-25 degree to +55 degree C 22.0 480 Watt Power Amplifier 22.1 230 Vac, + 10%, 50/60Hz 22.2 S/N (Flat At Max Volume)>90dB 22.3 Operating temperature range-10 to +55oC

Storage temperature range -40 to +70oC Relative humidity <95%

22.4 Frequency response 50Hz -20kHz (+1/3dB, @-10dB ref. rated output) Distortion <1%@rated output power, 1kHz

23.0 On Line UPS 23.1 10 KVA & 3KVA with 1 hrs back up with SMF batteries each 23.2 Single phase 220V 50 Hz Input/Output 23.3 UPS should have capability to handle input fluctuation from

180V to 240 Keeping output Voltage 220 + 10

23.4 The UPS should have auto shut down capability to all the active devices on the LAN when the backup is left 25% backup capacity.

23.5 The UPS should be from an ISO Certified Company

Page 26: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

26

24.0 Weather Management System 24.1 The Cooling appliance should have the capability to maintain

room temperature at 25oC in 95% humid and about 50oC hot temperature.

24.2 The Cooling Appliance should have the capability to operate on 220 V single-phase not stop for 24 hours.

24.3 The each Cooling Appliance should have capability for 1.5 Ton cooling capacity.

24.4 The Cooling appliance should also be farm and ISO 9001: 2000 Certified firm.

24.5 The life of the compressor should not be less than 5 years. 24.6 The Cooling Appliance should be no remote rugged in

operation .

Note : The trench less digging should be done on main road and details of the same should be place in the Technical Bid

Page 27: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

27

CHAPTER – 5 PROFORMA FOR PRICE SCHEDULE

(Enclose with commercial Bid) TENDER for CCTV System for Palika Bazar and Palika Kendra, Palika Parking and Central

Park

Date of opening ………….. Time………..Hrs. We ______________________hereby certify that we are established

manufacturers/authorized representatives of M/s___________________________with factories at _________________________which are fitted with modern equipment and where production methods, quality control and testing of all materials manufactured or used by use are open to inspection by the representative of NDMC. We hereby offer to supply the following items at the prices indicated below. S.No.

Description of work/item

Qty.

Unit Price In Indian Rupees

Extended Price In Indian Rupees

Sales Tax / VAT Indian Rupees

Other Govt Levies, if any (To be specified)

Incidental charges, any (To be specified)

Total price For Destination In Indian Rupees

AMC Charges per annum

a b c d e f g h i j

*The AMC charges as at (j) above including MLLN Network 04 Mbps Lease Line may be quoted in lump sum per year for 04 years after expiry of warranty period of 04 years.__________________________ **MLLN Network 4 Mbps Lease Line cost for 04 years may be quoted in lump sum NOTE: The Bidders shall also indicate the Unit rates of Accessories, Digging, etc:-

a) Accessories b) Digging of Soft Soil c) Digging of Hard Soil d) Digging of Road e) Trench less digging on main road

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and stores/items to be supplied. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the stores/items detailed above or such portions (s) thereof as you specify in the notification of award.

(Signature and seal of Bidder) Dated----------------------------

Page 28: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

28

CHAPTER-6 Contract Form

CONTRACT NO. ……………………………………………………

This Contract is made on the ………….day of …………(hereinafter referred to as the “Contract date”) between M/s Firm name having its registered office at Address of the Firm through its Designation with name, (hereinafter called the Supplier which expression shall mean and include its successor, assignees and nominees) of the one part and New Delhi Municipal Council, Palika Kendra, Sansad Marg, New Delhi through its Director (IT) (hereinafter called the Council) of the other part. WHEREAS A. The Purchaser is desirous to procure……………….. (Hereinafter referred to as the “Stores”) for

NDMC and had sought a commercial offer for the supply of the System. B. With respect to the enquiry issued by NDMC …………………………,The supplier had

submitted its Commercial Bid dated ………………………………… C. The Purchaser has accepted the Supplier’s Commercial offer read with the

clarifications/confirmation (if any) submitted by the Supplier vide letter ………………… for the supply of the Stores and associated services at a total cost of Indian Rs. ………/ (Indian Rupees…………………..Only).

NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein,

the parties agree as follows: 1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning as respectively assigned to them in the conditions of Contract herein. 2. CONTRACT DOCUMENTS: The follwing documents, (each a “Contract Document” and collectively, the “Contract Document”) are hereby expressly incorporated into this Contract and shall form and be read and construed as part of this Contract Viz:- Exhibit-A: Tender enquiry NO. ………… dated………. Exhibit-B: Supplier’s commercial offer dated ………………………… Exhibit-C: Supplier’s written clarification and confirmation letter dated …………… (If any Exhibit-E: Purchaser’s Letter of Intent No……………/___/……………………….

2.2 Order of Precedence: In case of conflict between the terms in this Contract and the Contract Document, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail.

3. SCOPE OF WORK: The Scope of work shall include supply, packing, transportation,

scheduling of transportation, transit insurance, delivery at site, unloading, storage till delivery of stores at Purchaser’s delivery site, any other services associated with the delivery of Stores, providing warranty services for the stores. All stores deliverable under this Contract shall be referred to interchangeably as the Goods” or the “Items” or the “Stores”.

4. CONTRACT PRICE 4.1 The prices for supply of the Stores and other associated services is detailed specifically in the

Supplier’s Commercial offer (Exhibit-B).read with Supplier’s written clarification and confirmation letter dated……………(Exhibit-C).The contract price is Indian Rs………………………/-(Indian Rupees…………………..Only.) This price excludes existing Central Sales Tax/Service tax as applicable and any new Government levies/taxes imposed in India after the Contract date, which NDMC shall bear and pay at actual.

4.2 Sales Tax @.............. Against form-D as applicable on items ………….of Exhibit- C of the Contract.

Page 29: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

29

5. CONTRACT PERFORMANCE BANK CURANTEE. 6. PAYMENT SCHEDULE. 7. PACKING,FORWARDING & SHIPMENT

8. DELIVERY, INSTALLATION & COMMISSIONING 9. INSURANCE. 10.INSPECTION AND TESTS 11.WARRANTY / GUARANTEE 12. POST-WARRANTY SERVICES & MAINTENANCE 13.TRAINING 14.SPARE PARTS 15.SITE PREPARATION 16.RESPONSIBILITY OF COMPLETION & SOFTWARE OPTIMIZATION 17.DELAY IN THE SUPPLIER’S PERFORMANCE 18.LIQUIDATED DAMAGES 19.FORCE MAJEURE 20.PATENT INDEMNIFICATION 21.WAIVER 22. ARBITRATION 23.SERVERABILITY 24.GOVERNING LAW 25.TERMINATION FOR DEFAULT 26.TERMINATION FOR INSOLVENCY 27.TERMINATION FOR CONVENIENCE (The clauses 5 to 27 shall be according to the Conditions of Contract in Chapter-2)

28. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final expression of agreement between the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the Contract. This Contract may not be altered, amended, or modified except in writing, signed by the duly authorized representatives of both parties. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representative as of the last day and year written below:- Signed by:

Signed by:

Name: ----------------------------- Name: ----------------------- Title:

Title:---------------------

Date: Date: For and on behalf of Council

For and on behalf of ------------------------------------------------------------------------- (For and on behalf of Tenderer / Quotationer Firm)

Witness

Witness

Signature:

Signature:

Name: Name: Address: Address: --------------------- Date: Date:

Page 30: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

30

CHAPTER -7

OTHER STANDARD FORMS __________________________________________________________________ANNEXURE -CI

BIDDER PARTICULARS ( ENCLOSE WITH TECHNICAL BID )

Name of the Bidder : Address of the Bidder : Name of the Manufacturer (s) : Name & address of the person to whom all references shall be : Made regarding this tender Enquiry Telephone : Fax : e-mail : Witness Signature Signature Name Designation Address Company Seal Date Date

Page 31: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

31

ANNEXURE –C2

BID FORM (Enclose with technical Bid)

Date: __/___/____

The Director Information Technology Department, New Delhi Municipal Council Palika Kendra New Delhi – 110001 Sir, Having examined the Bid Documents of TENDER NO.________________ We, ________________________, Offer to supply and deliver___________________________ (Name of the Firm) ___________________________________________________________________ (Description of stores and Services) In conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Commercial Bid. We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the System as per the schedule specified in the Tender. We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Scheduled Bank in a sum equivalent to 10% of the Contract Price for the due Performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 180 days from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and

conditions in the same. We understand that you are not bound to accept the lowest or any bid you may receive. We

also understand that you have the right to vary the quantities and /or split the total order among the Bidders and /or procure the available and compatible items/ equipments under DGS& D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

Page 32: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

32

Annexure - C3

G U A R A N T E E (Enclose with Technical Bid)

To

The Director Information Technology Department, New Delhi Municipal Council Palika Kendra New Delhi – 110001

Ref: TENDER FOR INSTALLATION OF CCTV SYSTEM FOR PALIKA BAZAR AND PALIKA KENDRA, PALIKA PARKING AND CENTRAL PARK

We guarantee that everything to be supplied and fabricated by us hereunder shall be brand new, free from all encumbrances, defects and faults in material, workmanship and manufacturer and shall be of the highest grade and quality and consistent with the established and generally accepted standards for materials of the type ordered and shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficient and effective operation. This guarantee shall survive inspection of and payment for, and acceptance of the goods, but shall expire.36 months after their acceptance by the Purchaser.

The obligations under the Guarantee expressed above shall include all costs relating to labour,

repair, maintenance (preventive and unscheduled), and transport charges from site to manufacturers' works and back and for repair/adjustment or replacement at site of any part of the equipment! item which under normal care and proper use and maintenance proves defective in design, material or workmanship or fails to operate effectively and efficiently or conform to the specifications and for which notice is promptly given by the Purchaser to the Supplier. SIGNATURE OF THE WITNESS SIGNATURE AND SEAL OF BIDDER DATE______________

Page 33: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

33

ANNEXURE-C4 ANNEXURE –C4

CHECK LIST – TECHNICAL BID (Enclose with Technical Bid)

1. Have you purchased the tender document? Yes/No 2. Have you furnished bidder’s particulars? Furnished as per Annexure- C1? Yes/No 3. Have you furnished Bid Form (Annexure-C2)? Yes/No 4. Have you furnished tender fee demand draft? (Only Who did not purchase the tender document?) Yes/No 5. Have you furnished Bid security (Earnest Money ) Demand draft? Yes/No 6. Do you fully comply with Technical Specifications? Yes/No 7. Have you understood break up details at Annexure- T5 Yes/No 8. Have you enclosed un-priced Schedule of Requirement? Giving details of equipment quoted? Yes/No 9. Are you offering the goods & services as per delivery schedule? Yes/No 10. Have you furnished the Manufacturer’s Authorization? Yes/No 11. Have you quoted for all the items of the tender? Yes/No 12. Have you enclosed Tax registration and Clearance certificates? 13. Have you furnished the guarantee for supply of spares in the post warranty period? Yes/No 14. Have you signed and sequentially numbered each page of your Bid? Yes/No 15. Have enclosed the certificate as per clause 10.3? Yes/No 16. Have you noted the contents of Contract Form Yes/No (Chapter 6) 17. Have you attached valid ISO certificate Yes/No 18. Have you attached Income Tax Clearance Certificate for the Income Tax Returns filled up to date? Yes/No. 19. Have you filled Pre-Qualification Criterion letter (Annexure C7, Chapter 7) Yes/No. 20. Have you enclosed copies of PAN & TAN Yes/No. 21. Is the firm profit making company for last three years Yes/No. 22. Is the firm having at least 1 year of experience in successful completion of Installation of CCTV, Video conferencing or other similar works. Yes/No.

Note: Enclose all the copies of related documents / Certificates related to the tender Document.

Page 34: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

34

ANNEXURE-C5 BID LETTER

(Enclose with Commercial Bid)

To The Director Information Technology Department, New Delhi Municipal Council Palika Kendra New Delhi – 110001 Ref: Tender for installation of CCTV System for Palika Bazar and Palika Kendra, Palika Parking and Central Park. Sir, We declare: 1. a) That were manufactures / authorized agents of -----------. b) That we/our principals are equipped with adequate machinery for production, quality

control and testing of materials manufactured and used by us and that our factory is open for inspection by your representatives.

2. We hereby offer to supply the Stores at eh prices and rates mentioned in commercial Bid at Chapter 5.

3. Period of Delivery: we do hereby undertake, that in the event of acceptance of our bid, the

supply and installation of CCTV system shall be completed at site within stipulated period from the date of Award of Contract, and that we shall perform all the incidental services as per contract.

4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the

location (Site) to be indicated by Delhi Police. 5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the

Check List. 6 We agree to abide by our offer for a period of 180 days from the date fixed for opening of the

financial Bids and that we shall remain bound by a communication of acceptance within that time.

7. We have carefully read and understood the terms and conditions of the tender and the

conditions of the Contract applicable to the tender and we so hereby undertake to supply as per these terms and conditions.

8. Certified that the Bidder is: A partnership firm, and the person signing the tender is a partner of the firm and he has

authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney.

Or A company and the person signing the tender is the constituted attorney. Note: Delete whatever is not applicable. All corrections/deletions should be duly attested by the person authorized to sign the tender document.

Page 35: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

35

9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter intent awarding the contract, shall constitute a binding Contract between us.

Dated this _____________day of ______________2006. Signature of the Bidder Details of enclosures: Full address: Telephone

Fax No. Mobile No. Email Address:

CHECK LIST- COMMERCIAL BID

(Enclose with Commercial Bid) 1. Have you furnished the Bid Letter? (Annexure C5, Chapter7) Yes/No 2. Have you filled in the Price Schedule? (Chapter5) Yes/No 3. Have you quoted for all the items as per Chapter3? Yes/No

Page 36: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

36

ANNEXURE –C6

BANK GUARANTEE BOND

1. In consideration of the New Delhi Muicipal Council, Palika Kendra, Sansad Marg, New Delhi – 110001, (hereinafter called ‘the council’) having agreed to exempt M/s Firm name with address (hereinafter called the said ‘Contractor(s)’) from the demand, under the terms and conditions of work order No. _______________Dated ______________ made between New Delhi Municipal Council and M/s Firm name for the Name of work (hereinafter called ‘the said Agreement’) of security deposit for the due fulfillment by the said Contractor(s) of the terms and conditions in the said Agreement on production of Bank Guarantee for Rs. _____________ (Rupees ______________________ Only) we, Bank name with address, (Indicate the name of Bank) (hereinafter referred to as ‘the bank’) at the request of M/s Firm name, Contractor(s) do hereby undertake to pay to the Council an amount not exceeding of Rs. ___________ (Rupees __________________ Only) on demand by Council.

2. We, Bank name, do hereby undertake to pay the amount due and payable under this

guarantee without any demur, merely on a demand from the Council stating that the amount claimed is required to meet the recoveries due or likely to be due from the said Contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. _________ (Rupees ____________________ Only).

3. We undertake to pay to the Council any money so demanded notwithstanding any dispute or

disputes raised by the Contractor(s) in any suit or proceedings pending before any court or Tribunal relating thereto, our liability under this present being, absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment hereunder and the Contractor(s) shall have no claim against us for making such payment.

4. We, Bank name with address, further agree that the guarantee herein contained shall remain

in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Council under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till person-in-charge on behalf of the Council certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee, or till __date 3 months after one year of w.o._whichever is earlier.

5. We, Bank name with address, further agree with the Council that the Council shall have the

fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Agreement or the extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time ant of the powers exercisable by the Council against the said Contractor(s) / Suppliers and to forebear or enforce any of terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) / Suppliers or for any forbearance, act or omission on the part of the Council or any indulgence be the Council to the said Contractor(s) / Suppliers or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

Page 37: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

37

6. Thus guarantee will not be discharged due to change in the constitution of the bank or the Contractor(s).

7. We, Bank name with address, lastly undertake not to revoke this guarantee except with the

previous consent of the Council in writing. 8. Thus Bank Guarantee will not be discharged due to the charge in the constitution of the Bank

or the supplier(s)/ Contractor(s).

9. This Guarantee shall be valid up to _______________unless extended on demand to be made

by the Council. Notwithstanding anything mentioned above, Our liability against this guarantee is restricted to Rs. __________ (Rupees ____________________________ Only) and unless a claim in writing is lodged with us with in six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee, shall stand discharged.

Dated the __________________day of ______________ 200__

For _______________________________________

(Indicate name of Bank)

Page 38: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

38

AFFIDAVIT

I / We Shri/M/s __________________________, the deponent(s) have submitted a Bank

Guarantee in connection with the

supply/work_____________________________________________ under Agreement No.

__________________________ Dated________________

from____________________________________ (Name of the Bank with full address ) to the

council with a view to seek exemption from the payment of security deposit in cash. This Bank

Guarantee expires on _______________ . I /We undertake to keep the validity of the Bank

Gurantee intact by getting it extended it from time to time at my/our own initiative upto a period

of ___________months after the recorded date for the work/supply of

___________________________ or as directed by Director (IT).

I/We also indemnify, the council against any losses arising out of non- encashment of the

Bank Guarantee, if any.

Place: New Delhi DEPONENT

Dated:

Verification:-

Certified at Delhi/ New Delhi on this the _________ day of ___________,200__ that the contents

of my/our above affidavit are true and correct to the best of my knowledge and information and

no part of it is false and nothing has been concealed therefrom.

DEPONENT

Page 39: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

39

Annexure C-7 PRE-QUALIFICATION CRITERION

ENCLOSE WITH TECHNICAL BID

(Letter to the NDMC on the vendor’s letterhead)

To Director Information & Technology Department New Delhi Municipal Council Palika Kendra, Sansad Marg, New Delhi – 110001. Dear Sir, Sub: Your Tender for Procurement of IP Based CCTV to be installed at Palika Kendra, Palika Parking, Central Park and Palika Bazar , NDMC. With reference to the above Tender, having examined and understood the instructions, terms and conditions forming part of the Tender, we hereby enclose our offer for Procurement of IP Based CCTV to be installed at Palika Kendra, Palika Parking, Central Park and Palika Bazar , NDMC as detailed in your above referred Tender. We also submit required information in following format:

Pre-qualification Criterion Details 1. Turnover of the company during the last three years (Attach necessary documentary proofs.)

Financial Year

Turnover (in Crores)

Profit After Tax (in Crores)

2006-07 2005-06 2004-05 2. Year of establishment:

3. Latest Valid - ISO Certificate (enclose copy of valid certificate)

4. Address and contact numbers of technical support office in the National Capital Region 5. Status of the partnership: Please state if you are O.E.M, Distributor/ Gold Partners or System Integration Partners, a consortium will be eligible to participate or those who had supplied networking items to NDMC. Please enclose photocopy of certificate issued by O.E.M. or Channel Partner certificate.

Page 40: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

40

We further confirm that the offer is in conformity with the terms and conditions as mentioned in the Tender. We also confirm that the offer shall remain valid for 180 days from the date of the offer. We understand that the Council is not bound to accept the offer either in part or in full and that the Council has tight to reject the offer in full or in part without assigning any reasons whatsoever. Council has right to reject the bid with any condition outrightly. We enclose Demand Draft/ Bank Guarantee for Rs. 2,86,416/- favouring Secretary, New Delhi Municipal Council, New Delhi, towards bid security, details of the same are as under: Demand Draft no./ Bank Guarantee: Date of Demand Draft/ Bank Guarantee: Name of Issuing Bank: Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm)

Page 41: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

41

Annexure-C8

OFFICE OF THE SALES TAX OFFICER, WARD- SALES TAX DEPARTMENT,________________

NO__________________________________________DATED______________________________

SALES TAX CLEARANCE CERTIFICATE

Certified that M/S _______________________________________________________________________________ a registered manufacturer/dealer of this ward having registration No.______________________________ The manufacturer/dealer is assessed upto ________________________and there are no dues pending against the said manufacturer/dealer as on date.

This certificate is issued on the written request of the manufacturer/dealer, dated __________________for submission DDA/ Govt./ Semi Govt. for tender purpose only. This Certificate is valid upto _______________________ . SALES TAX OFFICER WARD- DATED

Page 42: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

42

Page 43: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

43

Page 44: NEW DELHI MUNICIPAL COUNCILdelhigovt.nic.in/upload/029-2008-00172.pdf · Clearance Certificates on the enclosed Performa (Annexure-C8 of Chapter-7) from the concerned department.

44