33
E.S.I.C. HOSPITAL E.S.I.C. HOSPITAL E.S.I. CORPORATION, K.K. NAGAR, CHENNAI-78 E.S.I. CORPORATION, K.K. NAGAR, CHENNAI-78 ( ( ISO 9001-2008 Certified ISO 9001-2008 Certified) Office: 044- 24892171 Office: 044- 24892171 Email: [email protected] Email: [email protected] Fax: 044- 24891094 Fax: 044- 24891094 Websit Websit e: e: www.esic.nic.in 512/D/14/12/CCTV/GEN/25.6.15 1. 1. NOTICE INVITING TENDER UNDER TWO BID SYSTEM NOTICE INVITING TENDER UNDER TWO BID SYSTEM TO WHOMSOVER IT MAY CONCERN TO WHOMSOVER IT MAY CONCERN The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai-78 invites sealed The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai-78 invites sealed quotations under two bid system quotations under two bid system FOR SUPPLY, INSTALLATION, TESTIN , COMMISSIONING AND HANDING OVER OF 33 Nos. CCTV CAMERAS COMPLETE WITH ALL ACCESSORIES, ALONG WITH FIVE YEARS COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT AFTER COMPLETION OF THE GUARANTEE PERIOD UNDER TWO COVER SYSTEM” in ESIC Hospital, in ESIC Hospital, K.K.Nagar, Chennai-78. K.K.Nagar, Chennai-78. The “tender document” can also be downloaded from the web site (www.esic.nic.in ) www.esicchennai.org . Cost of each Tender Document Rs.1000.00 Last Date & Time of submission of completed Tender Document in the Tender Box kept in the office of ESIC Hospital 28-7-2015 At 1.00 pm at ESIC Hospital, K.K.Nagar, Chennai-78. Date, Time & Place of opening of Technical Bid 28-7-15 At 2.30.00 p.m. at ESIC Hospital, K.K.Nagar, Chennai-78. Bid Security / Earnest Money to be deposited Amount of EMD) Rs.25,000/- to be deposited as mentioned in tender document. Performance security / Security Money to be deposited 10% of the bill Value of / projected by tenderer after selection Pre-bid meet Pre- bid meet on 14.07.2015 at 14:00 hrs with the interested tenderers The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai does not pledge herself to accept the lowest or any tender and reserves the right of accepting or rejecting the whole or any part of the tender without assigning any reason thereof. Canvassing in any form by the tenderer or his representative with any of the officials of ESIC Hospital, shall render the tender liable to be rejected. Yours sincerely, Medical superintendent Page 1 Page 1

1. NOTICE INVITING TENDER UNDER TWO BID SYSTEMesicmcpgimsrchennai.ac.in/pdf/CCTV-tender.pdf · quotations under two bid system FOR SUPPLY, INSTALLATION, ... ESIC Hospital, ... INDEX

  • Upload
    lamdan

  • View
    224

  • Download
    0

Embed Size (px)

Citation preview

E.S.I.C. HOSPITAL E.S.I.C. HOSPITAL

E.S.I. CORPORATION, K.K. NAGAR, CHENNAI-78E.S.I. CORPORATION, K.K. NAGAR, CHENNAI-78 ( (ISO 9001-2008 CertifiedISO 9001-2008 Certified))

Office: 044- 24892171 Office: 044- 24892171 Email: [email protected]: [email protected]: 044- 24891094Fax: 044- 24891094 WebsitWebsite: e: www.esic.nic.in

512/D/14/12/CCTV/GEN/25.6.15

1.1. NOTICE INVITING TENDER UNDER TWO BID SYSTEMNOTICE INVITING TENDER UNDER TWO BID SYSTEM TO WHOMSOVER IT MAY CONCERNTO WHOMSOVER IT MAY CONCERN

The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai-78 invites sealed The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai-78 invites sealed quotations under two bid system quotations under two bid system FOR SUPPLY, INSTALLATION, TESTIN , COMMISSIONING AND HANDING OVER OF 33 Nos. CCTV CAMERAS COMPLETE WITH ALL ACCESSORIES, ALONG WITH FIVE YEARS COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT AFTER COMPLETION OF THE GUARANTEE PERIOD UNDER TWO COVER SYSTEM” in ESIC Hospital, in ESIC Hospital, K.K.Nagar, Chennai-78.K.K.Nagar, Chennai-78.

The “tender document” can also be downloaded from the web site (www.esic.nic.in) www.esicchennai.org.

Cost of each Tender Document Rs.1000.00

Last Date & Time of submission of completed Tender Document in the Tender Box kept in the office of ESIC Hospital

28-7-2015 At 1.00 pm at ESIC Hospital, K.K.Nagar, Chennai-78.

Date, Time & Place of opening of Technical Bid

28-7-15 At 2.30.00 p.m. at ESIC Hospital, K.K.Nagar, Chennai-78.

Bid Security / Earnest Money to be deposited

Amount of EMD) Rs.25,000/- to be deposited as mentioned in tender document.

Performance security / Security Money to be deposited

10% of the bill Value of / projected by tenderer after selection

Pre-bid meetPre- bid meet on 14.07.2015 at 14:00 hrs with the interested tenderers

The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai does not pledge herself to accept the lowest or any tender and reserves the right of accepting or rejecting the whole or any part of the tender without assigning any reason thereof. Canvassing in any form by the tenderer or his representative with any of the officials of ESIC Hospital, shall render the tender liable to be rejected.

Yours sincerely,

Medical superintendentPage 1Page 1

INDEXINDEX

S. NOS. NO ITEMITEM ANNEXUREANNEXURE PAGESPAGES

11 NOTICE INVITING TENDERNOTICE INVITING TENDER 11

22 TENDER SLIPTENDER SLIP 33

33COMPULSORY DOCUMENTS –PRECOMPULSORY DOCUMENTS –PRE QUALIFICATION REQUIREMENTQUALIFICATION REQUIREMENT II 44

44 GENERAL INSTRUCTIONSGENERAL INSTRUCTIONS IIII5-125-12

55 SPECIAL INSTRUCTIONSSPECIAL INSTRUCTIONS IIIIII 13 - 14 13 - 14

66 TENDER APPLICATION FORMTENDER APPLICATION FORM IVIV1515

77 UNDERTAKING FROM BIDDERUNDERTAKING FROM BIDDER VV1616

88TECHNICAL SPECIFICATIONS FOR CAMERA &TECHNICAL SPECIFICATIONS FOR CAMERA & STORAGE UNITSTORAGE UNIT VIVI 17-2117-21

99TECHNICAL SPECIFICATION FOR CAT 6 CABLE,TECHNICAL SPECIFICATION FOR CAT 6 CABLE, SWITCH & FIBRE OPTIC CABLE SWITCH & FIBRE OPTIC CABLE VIVI 22-2522-25

1010 TECH SPEC FOR UPS, PC, RACK & MONITORTECH SPEC FOR UPS, PC, RACK & MONITOR VIVI 26-2726-27

1111 BOQ –BILL OF QUANTITYBOQ –BILL OF QUANTITY VIIVII 2828

1212 LOCATION & TYPE OF UNITSLOCATION & TYPE OF UNITS VIIIVIII 2929

1313 SCHEDULE FOR PREVIOUS PROJECTSCHEDULE FOR PREVIOUS PROJECT EXPERIENCEEXPERIENCE IXIX 3030

1414 SCHEDULE FOR COMPLETIONSCHEDULE FOR COMPLETION XX3131

1515 SCHEDULE OF SERVICE & MAINTENANCESCHEDULE OF SERVICE & MAINTENANCE XIXI 3232

1616 FINAL CHECKLISTFINAL CHECKLIST XIIXII 3333

Page 2Page 2

2.TENDER SLIP2.TENDER SLIP

KINDLY DETACH THE TENDER SLIP BELOW AND PASTE IT ON THE LEFT HANDKINDLY DETACH THE TENDER SLIP BELOW AND PASTE IT ON THE LEFT HAND CORNER OF THE OFFER COVER containing both TECHNICAL and FINANCIAL BIDCORNER OF THE OFFER COVER containing both TECHNICAL and FINANCIAL BID

TENDER NO VIII 512/D/14/12/CCTV/GEN/25.6.15

DESCRIPTION OF SUPPLIES

FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND HANDING OVER OF 33 Nos. CCTV CAMERAS COMPLETE WITH ALL ACCESSORIES, ALONG WITH FIVE YEARS COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT AFTER COMPLETION OF THE GUARANTEE PERIOD UNDER TWO BID SYSTEM

Cost of each Tender Document Rs.1000.00

Last Date & Time of submission of completed Tender Document in the Tender Box kept in the office of ESIC Hospital

28-7-2015 At 1.00 pm at ESIC Hospital, K.K.Nagar, Chennai-78.

Date, Time & Place of opening of Technical Bid

28-7-15 At 2.30.00 p.m. at ESIC Hospital, K.K.Nagar, Chennai-78.

TENDER SUBMITTED BY REG POST WITH ACK DUE/ IN PERSON

Page 3Page 3

ANNEXURE I

COMPULSORY DOCUMENTS –PRE QUALIFICATION REQUIREMENT

( Without which the offer is liable to be cancelled)

1. Tender Document Fee:Rs.1000/- D.D.No._____________dated_____________

2. EMD Deposit:Rs.25,000 DD.No_________________dated_________________

3. Warranty Certificate: At least for two years from the OEM, Submitted(Yes/No)

4. VAN/PAN/CST Certificate: Submitted (Yes/No)

5. Mandatory CMC (Where ever applicable)for five years certificate along with the rates for different

Years Submitted. (Yes/No)

6. Mandatory spare parts availability for five years Undertaking Letter from OEM: Submitted

(Yes/No)

7. Original tender document has been signed in all the pages: Submitted.(Yes/No)

8. Name & Address of service centre in Chennai minimum five years: Submitted (Yes/No)

9. Certificate of Service provider OEM- that service issues will be carried out by OEM with MAF: Submitted Yes/No

10. The OEM Should have office in India for a minimum period of Five years necessary document

Submitted (Yes/No)

11. The bidder should be in field of CCTV for five years necessary document submitted (Yes/No)

12. The bidder Should have Undertaken similar type of projects with minimum project cost

Of 15 lakhs for Government/government undertaking in past 3years: Submitted (Yes/No)

13. The bidder should have service centre in Chennai service tax Return must be submitted (Yes/No)

14. The OEM Should have ISO9001:2008, ISO14001:2004:Submitted (Yes/No)

15. Service Satisfactory Certificate from long term –more than 3 years users of CCTV Systems enclosed (Yes/No)

Date Signature of the tenderer:-

Place Full Name:-

Designation:-

(Office seal of the tenderer)

Page 4

ANNEXURE-II

1. GENERAL INSTRUCTIONS

An amount of Rs.25,000/- (Rupees Twenty five thousand only) as refundable EMD is to be Deposited by way of Demand Draft/Pay order in favor of ESIC Fund Account No.1.

The “Tender Document” comprises of Compulsory Documents (Annexure-I), General Instructions for Tender (Annexure-II),Special instructions for Tender (Annexure-III) Tender Application Form (Annexure-IV), Undertaking (Annexure-V) Schedule of contract/Specification of items (Annexure-VI)Location and area covered –Camera type (Annexure –VIII)BOQ Bill of Quantities (Annexure VII)Schedule for Previous project experience (Annexure IX )Schedule for Completion (Annexure X )Schedule for Service (Annexure XI )Final Checklist (Annexure XII )

The firms/ companies willing to quote the tender in accordance with the requirements stated in the attached schedule as per the terms and conditions stated, please submit the quotation to this office.

The “tender document” can also be downloaded from the web site (www.esic.nic.in) www.esicchennai.org & www.esicmcpgimsrchennai.ac.in. and in such case the same may be signed and submitted as per the procedure mentioned hereinafter along with the fee(s) for the “tender document” Rs. 1000/- (Rupees one thousand only). All the payment may be made by Demand Draft drawn in favor of ESIC Fund A/o.No.1, payable at Chennai Cheques will not be accepted.

Tenderers are requested that, before quoting their rates or sending tender, the tender forms may please be read out thoroughly (line by line) so as to have a clear knowledge of the requirement contained therein, otherwise purchaser will not be held responsible for any error / oversight of his own and the penalties shall be levied for not complying with the requirements stated herein or supply of the required item/services.

Pre-bid meet will be held on 14.07.2015 at 14:00 hrs with the interested suppliers.

The Tender forms containing Annexure I to XII should be furnished with attached documentary evidenceand returned in original along with the technical bid document, intact, after filling up the same and duly signing in all pages full with stamp, on each page, failing which the tender shall be liable for rejection. In the event of the space on the Schedule of contract / specifications of items/proforma being insufficient for the required purpose, additional pages may be added. Each such additional page must be numbered consecutively, bearing the Tender Number and duly signed and stamped by the tenderer. In such cases, reference to the additional pages must be made in the tender Form. If any modification of the schedule is considered necessary, the tenderer should communicate the same by means of separate letter along with the Tender.

Page 5Page 5

a. The original Tender form containing the instructions (General and Special) and the Schedule should be returned in original after filling up the form and duly signing in full on each page with stamp, whether the tenderer is quoting for any item or not, failing which the tender is liable to be rejected.

b. The Tenderer shall, wherever called upon to do so, give full information with reference to the services in hand and shall also permit the Medical Superintendent or any other officer nominated by her to inspect the premises of the tenderer at all reasonable times and shall give full assistance and information as may be required by her in connection with the contract.

II. SIGNING OF TENDER

a) The tender is liable to be rejected if complete information is not given therein or if the particulars and date (if any) asked for the tender are not duly & fully filled in. Particular attention may be given to the dates of delivery. Places of delivery and also to the particulars referred to in the conditions of contract so as to comply with them.

b) Individuals signing tender or other documents connected with the contract must specify:

I) Whether signing as a 'Sole Proprietor' of the firm or his Attorney?

ii) Whether signing as a 'Registered Active Partner' of the firm or his Attorney?

Iii)Whether signing for the firm 'Per Procreation'?

In the case of companies and firms registered under the Indian partnership Act,the capacity in which signing e.g. Secretary, Manager, and Partner etc. or their attorney to be mentioned and produce copy of documents, empowering him to do so, if called upon to do so.

NOTE: In case of unregistered firms, all the members or all Attorneys duly authorized by all of them or the Manager of the firm should sign the tender and subsequent documents.

III. PROCEDURE FOR SUBMISSION OF TENDERS/BIDS

The tender should be submitted in “TWO BID” SYSTEM:-

I) TECHNICAL BID:

a. TECHNICAL BID Should be submitted in one separate envelope, sealed and super scribed with the wordings “TECHNICAL BID”

b. The Original copy of tender (Annexure-I) to annexure-VI), duly completed and signed on each page, should be submitted/returned back, enclosed along with the “TECHNICAL BID”.

c. The “Technical Bid” shall contain Earnest Money in the form of demand draft as prescribed herein before, and all the technical details &documents along with commercial terms and conditions in support of the quoted equipment.

d. Prices / Costs of the items should not be indicated anywhere in the Technical Bid. This should be followed meticulously, failing which the tender is liable to be cancelled.

Page 6Page 6

II) FINANCIAL BID

a. FINANCIAL BID FOR all ITEM is to be submitted in a SEPARATE sealed envelope, super scribed with the wordings “FINANCIAL BID” and the “NAME OF THE ITEM”. This should be followed meticulously failing which the tender is liable to be cancelled.

b. The “Financial Bid' will contain item-wise price/cost for the items mentioned quoted in the technical bid.

III) The envelope containing demand draft (tender fee), the Technical Bid envelope and the Financial Bid envelope, prepared as above, are to be kept in a larger single envelope super-scribed with “Open Tender Enquiry – (Two Bid System): For installation of CCTV camera system. So as to give a double cover protection.

IV) The outer cover should also be sealed and addressed to the Medical Superintendent in the address mentioned hereinbefore.

V) Tenders submitted without following the 'Two Bid' System procedure will be rejected.

V1) LATEST HOUR FOR RECEIPT OF THE TENDER:

In the event of the Stipulated date of opening of tender beings a declared holiday for Govt. offices, the date of opening of the tender will be the next working day. Tender sent by hand delivery, should be dropped at the tender box kept on the first floor of the hospital, not later than the due date and time stipulated in the schedule of tender.

5 THIS TENDER DOCUMENT IS NON-TRANSFERABLE

6 PERIOD FOR WHICH THE OFFER WILL REMAIN OPEN AND PERIOD OF VALIDITY.

i) All tenders should remain open for acceptance for a period of six months from the date of opening of the tender

ii) Quotations qualified by such vague and indefinite expressions such as 'subject to immediately acceptance' : subject to prior sale' etc. will not considered.

7 BID SECURITY /EARNEST MONEY:

The tenderer shall have to deposit an earnest money of Rs.25000/- (refundable) with their Technical Bid at the time of application, failing which the tender shall be rejected. The earnest money is to be paid by Demand Draft drawn in favor of ESI Fund A/c No.1. Payable at Chennai.

NO CHEQUES OR CASH WILL BE ACCEPTED. In the event of the withdrawal revocation of tenders before the date specified for acceptance, the earnest money shall stand forfeited. Successful tenderer' s earnest money will be returned without any interest, after receipt of performance security from that tenderer. Earnest money furnished by all the unsuccessful tenderers shall be returned to them without any interest whatsover, at the earliest after expiry of the final tender validity period but not later than 30 days after Finalization of the contract. A pre-receipt for the value of EMDshall also be enclosed.

8 OPENING OF TENDER:

The purchaser will open the tenders at the specified date and time and at the specified place as indicated in the TENDER DOCUMENT. In case the specified date of tender opening falls on / is subsequently declared a holiday or closed day for the purchaser, the tenders will be opened at the appointed time and place on the next working day. Authorized representatives of the tenderer, who

Page 7Page 7

have submitted tenders on time may attend the tender opening provided they bring with them the letters of authority from the corresponding tenderer .

The TECHNICAL BIDS are to be opened in the first instance, at the prescribed time and date as indicated in TENDER DOCUMENT. These Tenders shall be scrutinized and evaluated by the competent committee / authority with reference to parameters prescribed in the TENDER DOCUMENT. During the TECHNICAL BID opening , the tender opening official(s) will read the salient features of the tenders like brief description of the goods offered, delivery period. Earnest Money Deposit and any other special features of the tenders, as deemed fit by the tender opening official(s). Competent authority may call the tenderer for demonstration of technical specification. Thereafter in the second stage, the Financial Bid of only the technically acceptable offers shall be opened at a later date which will be notified to such tenderer. The prices, special discount if any of the goods offered etc., as deemed fit by tender opening official(s)will be read out.

9 PRICES

I) Prices are to be quoted in Indian Rupees

ii) Prices quoted in the Financial bid must be meaningful and measurable in the context.

iii) The prices quoted must be per unit shown in the schedule inclusive of all packaging installation. Refunds on a count of returnable packaging (if any) are to be separately specified. Price must be clearly shown in figures and words. If there is discrepancy between words and figures, the amount in words shall prevail, unless the amount expressed in words in related to an arithmetic error, in which case the amount in figures shall prevail.

iv) Tenderers should clearly specify whether prices quoted are inclusive of Sales Tax/VAT/duties / statutory charges or such charges as extra. Where no specific mention is made to Sales tax / VAT/ or other duties, prices quoted shall be deemed to be inclusive of such taxes / charges.

v) The price quoted by the tenderer shall not be higher than the lowest price charged by the tenderer for the goods of the same nature, class or description to a purchaser, domestic or foreign or to any organization or department of Govt. of India.

vi) The ESIC Hospital, K.K.Nagar, Chennai is not authorized to issue 'C/D forms'.

10 NOTIFICATION OF AWARD

Before expiry of the tender validity period, the purchaser will notify the successful tenderer(s) in writing, by registered / speed post or by fax / speed post) that its tender for goods & services, which have been selected by the purchaser, has been accepted, also briefly indicating therein the essential details like description, specification and quantity of the goods & services and corresponding prices accepted. The successful tenderer must furnish to the purchaser the required performance security within twenty-one (21) days from the date of despatch of this notification, failing which the EMD will be forfeited and the award will be cancelled.

11 SECURITY DEPOSIT / PERFORMANCE SECURITY

On acceptance of the tender, within the period specified by the Medical Superintendent, the successful tenderer / contractor shall deposit a sum equivalent to 10% (Ten Percentages) of the Bill Value, rounded off to the nearest Rupee, as security deposit, for due compliance & fulfillment of the terms and conditions of the contract. This has to be in the form of a demand draft, drawn on any of

the nationalized bank, in favor of ESI Fund A/c no.1. Payable at Chennai.

NO CHEQUES WILL BE ACCEPTED for this purpose. On due performance and successful completion of the contract in all respect including warranty period, the security money deposit shall be returned to the contractor without any interest on presentation of an absolute 'No Demand Certificate in the prescribed form and upon return in good condition of any specifications, or other property belonging to the purchaser, which may have been issued to the contractor. If the contractor fails in fulfilling the terms and conditions mentioned here in different parts of this tender document, such failure will constitute a breach of the contract and the Medical Superintendent shall be entitled to make other arrangements at the risk and expense of the contractor. Also-non performance, unsatisfactory performance or violation of terms and conditions of the contract will make the contractor liable for forfeiture of security deposit. The decision of the Medical Superintendent shall be final and binding on this count.

12.` DELIVERY TERMS:

a. Time and date of delivery: The essence of contract:- The time for and the date of delivery of the stores / date of execution of work as stipulated in the schedule shall be deemed to be the essence of contract and delivery / execution must be completed not later than the date(s) specified. The delivery of the stores / execution of work / providing the service etc., are required to be completed within a period of four weeks of acknowledgment of order.

b. The tenderer shall deliver the stores / execute the work at the destination / space defined to the consignee / authority in good after (of which the Medical Superintendent. ESIC Hospital, K.K.Nagar, Chennai shall be the sole judge) within the limits of the time.

c. When a purchase order is placed to the successful tenderer, he shall have to acknowledge the receipt of the the said order within 10(ten) days of the issue.

13 PAYMENT TERMS:

i) 100% Payment will be made only after supply, inspection, complete installation and satisfactory demonstration of performance of the items/equipments / instruments (including supply of all accessories ) subject to deposition of a sum equivalent to 10% (Ten percent) of the Bill Value as mentioned under Security Deposit / Performance Security Clause mentioned above or submission of Performance Bank Guarantee for 10% value of the order valid for the warranty period from any Scheduled Bank or. Otherwise 90% payment will be released after installation & balance 10% payment will be released after warranty period or against bank guarantee for the warranty period. No advance payment before effecting supply as above either in part or in full of any kind, shall be made under any circumstances.

ii) Payment shall be made through Electronic Clearing System. Normally, payment is made within six weeks after satisfactory inspection, installation and performance of the item / equipment / instrument subject to submission or appropriate and correct invoice, Challans and other documents as deemed fit.

iii) In case of cheque, the same may be dispatched through Registered Post/Speed post

Page 9Page 9

14 OTHER TERMS

a) Responsibility for executing Contract. The contractor is entirely responsible for the execution of the contract in all respects in accordance with the terms and conditions as specified in the acceptance of tender.

b) The contractor shall not sublet, transfer or assign the contract or any part thereof without the written permission of the Medical Superintendent. In the event of the contractor contravening this condition, the Medical Superintendent shall be entitled to place the contract elsewhere on the contractors account at his risk and the contractor shall be liable for any loss or damage, which the Medical Superintendent. ESIC Hospital, K.K.Nagar, Chennai may sustain in consequence or arising out of such replacing of the contract.

c) Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of or under this contract against the contractor, the purchaser shall be entitled for recovery of such sum by appropriating, in part of whole the security/earnest money deposited by the contractor, when the balance or the total sum to be recoverable, as the case may be shall be deducted from any sum then due or which at any time thereafter may become due to recoverable under this or any other contract with the purchaser. Should this sum not be sufficient to cover the full amount recoverable, the contractor shall pay to the purchaser on demand the remaining balance due.

d) Insolvency and breach of contract: The Medical Superintendent may at any time by notice in writing summarily terminate the contract without compensation to the contractor in any of the following event, that is to say:-

I) If the contractor being an individual or a firm or any partner in the contractor's firm, shall at any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings for liquidation or composition under any insolvency not for the time being in force or shall make any convenience or assignment of his efforts or enter into any arrangement or composition with his creditors or suspend payment of, if the firm be dissolved under partnership act, or

II) If the contractor being a company shall pass a resolution or the court shall made an order for the liquidation of the affairs or a receiver of Manager on behalf of the debenture holders shall be appointed or circumstances shall have arisen which entitled the court or debenture holders to appoint a receiver or Manager, or

III) If the contractor commits any breach of this contract not herein specifically provided for: Provided always that such determination shall not prejudice any right of action or remedy which have accrued or shall accrue thereafter to the purchaser and provided also that the contractor shall be liable to pay the purchaser for any extra expenditure, he is thereby put to, but shall not be entitled to any gain on goods & Services.

e) Arbitration: In the event of any dispute or difference arising out of the terms and conditions listed down in this tender, the same shall be referred to Arbitrator appointed by The Medical Superintendent. The procedure of the Arbitration will be governed by the provisions of Arbitration Act 1940 (as amended from time to time and rules framed there under)

Page 10Page 10

f) Documents: The tenderer should have a valid Trade license, PAN / TAN / other statutory documents as applicable and produce attested copies of such certificates along with the tender papers in Technical Bid, failing which the tender is liable to be rejected.

g) Right to accept / reject: The hospital authority reserves the right to reject any or all tenders without assigning any reason whatsover. Also, the hospital authority reserves the right to award any or part or full contract to any successful agency at its discretion and this will be binding on the tenders.

h) The quantity shown in the tender can be increased or decreased to any extent depending upon the actual requirement.

i) Assistance to contractor: The Contractor shall not be entitled to any assistance either, in the procurement of raw materials required for the fulfillment of the contract or in the securing of transport facilities.

j) In case of failure to comply with the provisions of the terms and conditions mentioned, by agency that has been awarded the contract, the hospital authority reserves the right to award the contract to the next higher tenderer or outside agency and the difference of price will be recovered from the defaulter agency who has been awarded the initial contract and this will be binding on the tenderer.

k) The Medical Superintendent, ESIC Hospital, K.K.Nagar, Chennai does not pledge herself to accept the lowest or any tender and reserve to herself the right of accepting the whole or any part of the tender or portion of the quantity offered and the tenderer shall supply the same / execute the work at the rate quoted. The tenderer is liberty to tender for the whole or any part.

l) Failure and Termination: if the contractor fails to deliver the stores or any installments thereof within the period prescribed for such delivery in the contract or any time liquidation the contract before the expiry of such period, the Medical Superintendent may without prejudice to her right to recover damages for breach of the contract, be entitled at her option.

i) To recover from the contractor as agreed liquidated damages, and not by way of penalty, a sum equivalent to 2% of the price of any stores which the contractor has failed to deliver within the period fixed for delivery for the schedule for each month or part of the month during which the delivery of such stores may be in arrears, where delivery thereof is accepted after expiry of the aforesaid period, or

ii) To purchase from elsewhere, without notice to the contractor, on his account and at the risk of the contractor, the stores not delivered or stores of similar description (where stores exactly complying with the particulars are not in the opinion of the Medical Superintendent, ESIHospital, K.K.Nagar, Chennai readily procurable such opinion being final). Without cancelling the delivery in respect of the consignments not yet due for delivery, or

iii) To Cancel the contract or a portion thereof, and if so decided to purchase or authorize to purchase or stores not so delivered or other of a similar description (where stores exactly complying with the particulars are not, in the opinion of the Medical Superintendent readily procurable, such opinion being final) at the risk and cost of the contractor.

Page 11Page 11

15 FORCE MAJEURE:

a) Notwithstanding the provisions contained in Tender Document, the supplier shall not be liable for imposition of any such sanction so long the delay and/or failure of the supplier in fulfilling its obligations under the contact is the result of an event of Force Majeure.

b) For purposes of this clause, Force Majeure means an event beyond the control of the supplier and not involving the supplier's fault or negligence and which is not foreseeable and not brought about at the instances of, the party claiming to be affected by such event and which has caused the non performance or delay in performance. Such events may include, but are not restricted to acts of the Purchaser/Consignee either in its sovereign or contractual capacity, wars or revolutions, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes excluding by its employees, lockouts excluding by its management, and freight embargoes.

c) If a Force Majeure situation arises, the supplier shall promptly notify the Purchaser/Consignee in writing of such conditions and the cause thereof within twenty – one days or occurrence of such event. Unless otherwise directed by the Purchaser/Consignee in writing, the supplier shall continue to perform its obligations under the contract as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

d) If the performance in whole or in part or any obligation under this contract is prevented or delayed by any reason of Force Majeure for a period exceeding sixty days, either party may at its option terminate the contract without any financial repercussion on either side.

e) In case due to a Force Majeure event the Purchaser/Consignee is unable to fulfill its contractual commitment and responsibility, the Purchaser/Consignee will notify the supplier accordingly and subsequent actions taken on similar lines described in above sub-paragraphs.

MEDICAL SUPERINTENDENT.

Page 12Page 12

ANNEXURE – IIISPECIAL INSTRUCTIONS FOR TENDER

The following special conditions shall apply for supply & Installation of CCTV Cameras/ Equipments/ instruments etc at ESIC Hospital, K.K. Nagar, Chennai -78.

A. INSPECTION/ INSTALLATION ITEMS/ EQUIPMENTS:

Supplies shall be accepted and work shall be certified as completed subject to satisfactory and complete installation (up to full potentials claimed for that respective equipment/ Item) of the equipment/ items supplied including supply of all accessories and certified by the assigned officer, and subsequent inspection by Medical Superintendent, ESIC Hospital, K.K. Nagar, Chenai: or her assigned representative. Any defect found in the materials / equipment/ items supplied/ work done will render the supplies/ work open to rejection and decision of the Medical Superintendent, ESIC Hospital, K.K. Nagar, Chennai -78 shall be final and legally binding. The tenderers shall have to take the same (rejected items) back at their own cost and risk, and shall replace such rejections with the items of standard specifications/ quality as acceptable to the Hospital Authority, Alternatively, the items may be purchased form others/ work may be executed through others, at the risks and costs of the tenderer, at the discretion of the authority.

B. WARRANTY/ GUARANTEE Along with the Technical Bid, the following information is to be provided exclusively.

1. All the equipments shall be carrying at least 2 (Two) Years warranty / guarantee against defects of manufacturer/ workmanship and poor quality of components. Accordingly, the tenderers shall indicate clearly and exhaustively the mandatory warranty/ guarantee offered by them/ by the manufacturing/ supplying firms, its duration, as well as the various Terms & Conditions involved therein, at the time of submission of the Technical Bid papers.

2. The tenderer must be able to provide after sales service for the equipments quoted at least for a period of five years after the termination of warranty period. A declaration to such effect must be accompanied with the offer, in the technical bid.

3. Uptime guarantee: During the warranty/guarantee/ CMC period the firm will maintain the equipment in good working condition. All the complaints will be attended by the firm within 2 working hours of the dispatch of a complaint to their office. The firm shall ensure that machine/ cameras/ equipments/ installations etc is set right within 1 day (One Day) of the intimation. However, the tenderer have to arrange similar equipment as a standby at his cost and risk in case of breakdown. In case of the machine not being made functional within 3 days (three Days), stiff Penalty equivalent to 2% of the cost of machine per week shall be levied for every week of delay at the discretion of the authority. In addition, the tenderer have to arrange similar equipment as a standby as stated above.

4. A certificate about satisfactory performance of the equipment duly authenticated by other existing users of the equipment has to be submitted.

Page 13Page 13

C. SOFTWARE UPGRADATION:

Free Up-gradation of software (all update & Upgrades) at least for 5 years is to be provided wherever applicable.

D. CERTIFICATES TO BE SUBMITTED ALONGWITH THE TECHNICAL BID

The following written guarantee/ declaration must be provided exclusively, without which qualification shall be liable for rejection.

1. The name, address, phone no, fax no, etc., of the authorized service centre in Chennai/ for each of the specific CCTV Cameras/ equipment/ Article/ item / installation shall be quoted. 2. A Certificate about satisfactory performance of the equipment duly authenticated by other existing users of the equipment has to be submitted. 3. A declaration that after sales service facilities as well as spare parts shall be made available at least for 5 years for each of the specific equipment for article quoted. 4. A declaration indicating willingness to provide CMC services atleast for five years after the expiry of warranty for each of the specific equipment quoted /CCTV cameras installation etc. Accordingly, the tenderer must quote prices for CMC separately, for each year for 5 years. The quotation for the cost of such CMC are to be furnished along with cost of the equipment in the price bid. No such rate shall be furnished in the technical bid.

5. A declaration that the CCTV cameras /specific equipment/article with the givenspecifications has not been sold/supplied to any other organisation at a lesser price than the price quoted here for each of the specific equipment quoted here.

E. SAMPLES/DEMONSTRATION

The firms should be prepared to demonstrate their items/arrange for demonstration of items within 7 days from the date of opening of tender for verification /inspection etc. or at a later date as decided by the competent authority. The firm shall have to comply with such conditions failing which the tender shall be liable for rejection and forfeiture of the Earnest Money. The tenderer/firm company shall arrange for demonstration of CCTV cameras and project/equipment/item/article at his own cost and risk. Tenderer who fails to demonstrate the equipments/instruments quoted will not be considered for selection.

F. DETAILS OF ITEMS QUOTED:

It is mandatory to indicate the full name, make/ brand, model number, and details specification of the equipments quoted by them, (in addition, a brochure of product information may be attached along with). Tenderers also have to indicate clearly the Name, Address and all Contact numbers of the MANUFACTURING FIRM and firm responsible for providing AFTER SALES SERVICES of the equipment quoted by them. The payment may be made by mode of ECS/RTGS directly into the Bank Account of the Tenderer. Hence the Tenderer is requested to submit the mandate form duly filled in and submit along with the bills.

MEDICAL SUPERINTENDENT Page 14Page 14

ANNEXURE – IV

TENDER APPLICATION FORM

No. Particulars Tender No: VIII512/D/14/12/CCTV/GEN/25.6.15

1. Name of the Firm

2. a) Full Postal Address

b) Cell Phone No.

c) Telephone No.

d) Fax No.

e) E-mail address

3. Date of Establishment of Firm & service cum maintenance turnover for the last 3 yrs

4. If Your Firm Registered undera) The Indian Factories Act

b) Any other Act, if not, who are the owners (Please give full address)

5. Name and Address of your Bankers stating the name in which the Account stands

6. Whether insured against fire, lightning, theft, burglary etc. If so, please state the amount and name of company with policy No.

7. Total Number of Employees:-

8. Are you in the list of approved contractors of any other organization / institutions, if any give details (Append extra page if necessary)

9. Give details of any Government contracts executed during the last twelve months(Append extra page if necessary)

10. Name of Service centre & contact details

11. Minimum hrs required after service call rec’d

10. Any other information which the tenderer consider necessary to furnish

List can be enclosed as enclosureSignature of the Tenderer(With Seal)

Page 15Page 15

Annexure-V

UNDERTAKING

a) I, the undersigned certify that I have gone through the terms and conditions mentioned in the tender document and undertake to comply with them.

b) The rates quoted by me are valid and binding upon me for the entire period of contract and it is certified that the rates quoted are the lowest quoted for any other institution / hospital in India

c) The earnest money of Rs.25000/- to be deposited by me has been enclosed herewith vide

Demand Draft No._______________________ dt._______________________. Drawn on bank

___________________________Branch______________________________________________

d) I hereby undertake to supply/install the items as per directions given in the tender document / supply order within stipulated period.

e) I give the rights to Medical Superintendent to forfeit the earnest money deposited by me if any delay occur on my/agent's part of failed to supply/install the article/CCTV Cameras etc. within the appointed time or the items of desired quality / specifications.

f) There is no vigilance/CBI case or court case pending against the firm.

g) I hereby certify that none of my relative(s)/ are employed in ESIC as per details given in tender document. In case at any stage, it is found that the information given by me is false/incorrect. ESIC Hospital, K.K.Nagar, Chennai shall have the absolute right to take any action as deemed fit/without any prior intimation to me.

Date:

Signature of the tenderer:-

Place:-

Full Name:-

Page 16Page 16

Annexure -VIS.No

. Description Technical parameters

1. Fixed INDOOR CAMERA SPECIFICATION

1 Sensor2 Mega Pixel Indoor Dome IR Network Camera - The camera should be equipped with a minimum of 1/3" CMOS sensor applying progressive scan technology to record more fluid footage and avoid distortion created by moving objects.

2 Resolution Minimum 1920 x 1080 for high definition video quality

3 Frame RateThe camera should capture images at a frame rate of 25/30fps @ 1080p so as to give a swift video output even in case of fast moving objects.

4 Video Compression H.264, H.264_High Profile & MJPEG

5 Audio Compression G.7116 Lens The camera should be provided with an OEM fitted 2.8mm~12mm VF MP Lens

7 FocusAuto. The camera should provide the capability to control the zoom lens from a remote location using the VMS/browser

8 Minimum Illumination Color: 0. 02Lux/F1.4; 0Lux/F1.4(IR on)9 ICR The camera shall incorporate a physical ICR filter for quality images both during day and night10 IR Distance 25 Mtr or above11 Dual-Streaming The camera should output a master and a slave stream that are individually configurable

12Backlight Compensation

BLC should allow adjusting the gain of the camera to improve exposure of the subjects that are in front of a bright light source

13 Wide-Dynamic-Range The camera should give a WDR range of minimum 110dB14 Noise Reduction 3D-DNR

15 Camera TamperingThe camera shall provide real time tampering protection by means of alerts generated at the software.

16Pre/Post Event Buffering

The camera should support a least of 3 seconds of pre & post event buffering.

17 Event Notification Through Relays, E-Mails or FTP

18 Network IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour

19 Security Security Password protection, HTTPS (SSL, TLS), IP filtering, IEEE 802.1X

20 Others Exposure Control, AGC, White Balance, Privacy Masking

21 Micro SD Slot Should support upto a maximum of 64GB micro-SD

22 Network Ethernet RJ-45 (10/100Base-T)

23Network Compatibility

CGI, PSIA

24 Alarm In/Out 1/1

25 Audio In/Out 1/1 so as to equip the camera with 2-way audio

26 Power SourceThe outdoor network bullet camera shall support industry standard Power over Ethernet (PoE) IEEE 802.3af to supply power to the camera over the network and DC12 V to supply local power in case of longer distance where PoE is not possible.

27 Power Consumption Max 5W

28 Op Temp/Humidity -20°C~+55°C, Less than 95% RH

29Weather Proof Standard

IP66 rated weather proofing standards

30 Vandal Proof Vandal Resistance IK10

31 Smart Phone Remote monitoring over iPhone, iPad, Android and Windows Phone including desktop/PC

32 Open Protocol Should support ONVIF ver 2 or higher

33 Certifications UL MANDATORY WITH CE or FCC

2. FIXED OUTDOOR CAMERA - 2 Mega Pixel Fixed -Outdoor Bullet IR Network Camera

1 SensorThe camera should be equipped with a minimum of 1/3" CMOS sensor applying progressive scan technology to record more fluid footage and avoid distortion created by moving objects.

2 Resolution Minimum 1920 x 1080 for high definition video quality

3 Frame RateThe camera should capture images at a frame rate of 25/30fps @ 1080p so as to give a swift video output even in case of fast moving objects.

4 Video Compression H.264, H.264_High Profile & MJPEG

6 Lens The camera should be provided with an OEM fitted 2.8mm~12mm VF MP Lens

7 FocusAuto. The camera should provide the capability to control the zoom lens from a remote location using the VMS/browser

8 Minimum Illumination Color: 0. 02Lux/F1.4; 0Lux/F1.4(IR on)

9 ICR The camera shall incorporate a physical ICR filter for quality images both during day and night

10 IR Distance 25 Mtr or above

11 Dual-Streaming The camera should output a master and a slave stream that are individually configurable

12Backlight Compensation

BLC should allow adjusting the gain of the camera to improve exposure of the subjects that are in front of a bright light source

13 Wide-Dynamic-Range The camera should give a WDR range of minimum 110dB

14 Noise Reduction 3D-DNR

15 Camera TamperingThe camera shall provide real time tampering protection by means of alerts generated at the software.

16Pre/Post Event Buffering

The camera should support a least of 3 seconds of pre & post event buffering.

17 Event Notification Through Relays, E-Mails or FTP

18 Network IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour

19 Security Security Password protection, HTTPS (SSL, TLS), IP filtering, IEEE 802.1X

20 Others Exposure Control, AGC, White Balance, Privacy Masking

21 Micro SD Slot Should support upto a maximum of 64GB micro-SD

22 Network Ethernet RJ-45 (10/100Base-T)

23 Network Compatibility CGI, PSIA

26 Power SourceThe outdoor network bullet camera shall support industry standard Power over Ethernet (PoE) IEEE 802.3af to supply power to the camera over the network and DC12 V to supply local power in case of longer distance where PoE is not possible.

27 Power Consumption Max 5W

28Operation Temperature/Humidity

-20°C~+55°C, Less than 95% RH

29Weather Proof Standard

IP66 rated weather proofing standards

31 Smart PhoneIt should support remote monitoring over iPhone, iPad, Android and Windows Phone including desktop/PC

32 Open Protocol Should support ONVIF ver 2 or higher

33 Certifications UL MANDATORY WITH CE or FCC

Page 18Page 18

3. STORAGE UNIT - 64 Channel Network Video Recorder

1 Main Processor Dual-core embedded processor

2 Operating System Embedded LINUX

3 IP Camera Input 64 channel

4 Two-way Talk 1 channel Input, 1 channel Output, BNC

5 Display Interface 2 HDMI, 1 VGA

6 Display Resolution 1920× 1080, 1280× 1024, 1280× 720, 1024× 768

7 Total Bandwidth Max 256Mbps incoming bandwidth

8 Display Split 1/4/8/9/16/25/32

9Support multiple brands

Should Support Multi-brand network cameras

10 OSD Camera title, Time, Video loss, Camera lock, Motion detection, Recording

11RecordingCompression

H.264/MJPEG

12 User Interface GUI

13 Motion Detection MD Zones: 396(22×18 )

14 Video Loss Supports

15 Camera Blank Supports

16 Alarm In/ out It should have 16 Ch In and 5 Ch Out

17 Sync Playback 1/4/9/16

18Smart Phone

It should support remote monitoring over iPhone, iPad, Android and Windows Phone including desktop/PC

19 Search Mode Time/Date, Alarm, MD & Exact search (accurate to second), Smart search

20 Backup Mode USB Device/eSATA Device/Internal SATA burner/Network

21 Hard Disk 8 SATA ports with 4Tb each, Raid (redundancy)

22 CD/DVD-RW Should support

23 HDD Should Support hot-swap HDD

24 External HDD 1 eSATA up to 16TB

25 Network Ethernet 2 RJ-45 ports (10/100/1000Mbps)

26 USB 4 USB ports (2 Rear), USB2.0

27 RAID Supported Support RAID 0, RAID 1, RAID 5, RAID 6, RAID 10

28Network Function

HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, IP Search

29Additional Interfaces

RS232 : 1 port, For PC & Keyboard communication RS485 : 1 port, For PTZ control

30 Max. User Access Should support mini 120 users

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

32 Power Consumption 75W (without HDD)

33 Working Environment -10°C~+55°C / 10%~90%RH

34 Certification UL MANDATORY WITH CE or FCC

35 Open Protocol Should support ONVIF ver 2 or higher

Page 19Page 19

4. OUTDOOR CAMERA UNIT - 2 MegaPixel IP Based PTZ Camera for Outdoor Location

1 IP Camera Motorized PAN TILT ZOOM with IR

2 SensorThe camera should be equipped with a minimum of 1/2.8" 2 MP CMOS sensor applying progressive scan technology to record more fluid footage and avoid distortion created by moving objects

3 Minimum Illumination Color: [email protected]; B/W: [email protected]

4 S/N Ratio > 50Db

5 Shutter Speed 1/1 ~ 1/30,000s

6 White Balance Auto

7 Gain Control (AGC) Auto/Manual

8 Video Compression H.264, MJPEG

9 Audio Compression G.711a / G.711u

10Back Light Compensation

BLC should allow adjusting the gain of the camera to improve exposure of the subjects that are in front of a bright light source

11 Wide-Dynamic-Range The camera should support Digital Wide Dynamic Range

12 Lens 4.3mm~129mm

13 Zoom 30x Optical zoom and 12x Digital zoom

14 Video Compression H.264 / MJPEG

15Video Streaming

1080P/ D1 (1 ~ 25/30fps)

16 720P(1~50/60fps)

17 Resolution1080P(1920×1080) / 720P(1280×720) / D1(704×576/ 704×480) /CIF (352×288/352×240)

18 Privacy Masking Should be Up to 20 areas

19 Day/Night (ICR)The camera shall incorporate a physical ICR filter for quality images both during day and night

20 IR Distance More than or equals 150 Meter

21 Dual-StreamingThe camera should output a master and a slave stream that are individually configurable. Should support Triple Streaming.

22 DefogDefog can be used to help improve the captured image in poor weather conditions such as smog, fog, or smoke. The visibility of the cameras can be enhanced in any weather condition.

23 Noise reduction 2D & 3D-DNR

24 EIS If the device sensors detect camera shake, EIS responds by slightly moving the image so that it remains in the same place on the imager

25Pre/Post Event Buffering

The camera should support a least of 3 seconds of pre & post event buffering.

26 PAN Travel Pan: 0° ~ 360° endless;

27 Tilt Travel Tilt: -10° ~ 90°, auto flip 180°

28 Presets 250 Presets

29 ProtocolIPv4/ IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP, DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour, 802.1x

30 Event Notification Through Relays, E-Mails or FTP

31 Memory Slot Should support upto a maximum of 64GB micro SD Card

32 IVATripwire, Cross Warning Zone, Perimeter Protection, Loitering Detection, Abandoned Object Detection, Missing Object Detection, Illegal Parking, Fast Moving

33 Auto Tracking Should Support Single-scene, multiple-scene, panorama-scene for Auto Tracking34 Audio In/ out 1/1 so as to equip the camera with 2-way audio

35 Alarm In/ out It should have 5 Ch In and 2 Ch Out

36 Smart PhoneIt should support remote monitoring over iPhone, iPad, Android and Windows Phone including desktop/PC

37 Operating Temperature

-30°C~+55°C, Less than 90% RH

38 Power Source AC/DC, Camera equiped with Power Adapter for 220 V A/C operation

39 Power Consumption 20W, 43W (IR on, Heater on)

40 Wiper Should Support Wiper

41Weatherproof Standard

IP66 rated weather proofing standards

42 Certification UL MANDATORY WITH CE or FCC

43 Open Protocol Should support ONVIF ver 2 or higher

Page 21Page 21

5. Specification of CAT6 cableS.N

oSpecification Parameter Requirements

1 Make To be specified by vendor

2 Model To be specified by vendor

3 Category CAT6 ( 4 pair )

4 Standard ISO 11801 and EIA/TIA 568A Standard

5 Meter Marked Required

6 Bandwidth Minimum 550 MHZ or more

7 Gauge 23 awg

8 Certificateion UL listed or UL verified

6. 10/100/1000 Layer-3 24+4 SFP Port Managed Stackable SwitchS.N

oSpecification Parameter

Requirements

1 PHYSICAL INTERFACES

24 SFP ports for Gigabit fiber uplinks • 4 shared RJ45 10/100/1000 ports for copper uplinks (shared with the last 4 SFports • 24 x Gigabit ports + 4 x 10 Gigabit ports (10G copper Inbuilt)

2PERFORMANCE SUMMARY

• Switching fabric: 144 Gbps• Throughput: 107.1 Mpps• Forwarding mode: Store-and-forward• Address database size: 16,000 MAC addresses• Number of VLANs: 1,024 (IEEE 802.1Q) simultaneously out of 4,096 VLAN ID• Mean time between failures (MTBF): 117,747 hours (~ 13.4 years) @ 25 °C and 98,705 hours (~11.3 years) @ 55 °C ambient temperature

3

MANAGEMENT

• SNMP v1, v2c, v3 with multiple IP addresses• Port mirroring support (many-to-one)• Flow-based mirroring• SYSLOG• TFTP, SFTP, HTTP, SCP, or local USB flash for Configuration files and firmware upgrades• Runtime image download (TFTP)• Dual software image• Port description• sFlow• Web-based graphical user interface (Prosafe Control Center Web GUI)• Command Line Interface (Industrial Standard CLI: ISCLI)• IPv6 Management• Cable Test• Thermal sensor with alerts• SSLv3/TLSv1.0 Web security for the GUI• Secured Shell (SSHv1, v2) for CLI

• Telnet sessions for management CPU (5 sessions)• Configurable Management VLAN

4

ELECTROMAGNETIC EMISSIONS AND IMMUNITY

• CE mark, commercial• FCC Part 15 Class A, VCCI Class A• Class A EN 55022 (CISPR 22) Class A• Class A C-Tick• EN 50082-1• EN 55024

5SAFETY

• CE mark, commercial• CSA certified (CSA 22.2 #950)• UL listed (UL 1950)/cUL IEC 950/EN 60950

6 NMS SOFTWARE Must come along with switches

7 Warranty Lifetime

Page 22Page 22

7. 10/100/1000 8Port Gigabit Smart with 2 FIBER PoE SwitchS.NO Specification Parameter Requirements

1 Network Ports Eight 10/100/1000 Mbps auto sensing + 2 Gigabit SFP uplinks

2Performance Specifications

Forwarding Modes : Store and Forward

Bandwidth : 20 Gbps Full Duplex

3 POE Budget46 Watts

4Administrative Switch Management

IEEE 802.1Q Static VLAN ( 64 Groups Static)

IEEE 802.1p Class of Service ( CoS)

IEEE 802.3ad Link Aggregation ( Manual or LACP)

IEEE 802.1w RSTP,IEEE 802.1s MSTP

SNMP v1, v2c, v3

Auto Voice VLAN, DHCP Filtering

Jumbo Frame Support

IGMP snooping v1/v2

Port Mirroring support

5Warranty

Lifetime

8 Technical specification for Fiber cable

All the items must be used from single OEM and an ISO 9001 and ISO 14001 certified manufacturer. The compliance statement for all the technical specification listed herewith must be provided on the OEM’s letter head.

8.1 APPLICABLE DOCUMENTS:

The cabling system described in this specification is derived in part from the recommendations made in industry standard documents. The list of documents below (or the latest revisions) has bearing on the desired cabling infrastructure are incorporated into this specification by reference and All cabling Products should support RoHS and components should from same OEM

8.2 Specification for Fiber

8.2.1 Single Mode outdoor Armored Fiber optic Cable

Parameter Technical Specification Compliance with remarks

Make and ModelCable Type 6 core, OS2 Single mode, Armored, loose-tube

fiber , Corrugated steel Tape (CST) armour, Gel Filled

Fiber type 9/ 125 - OS2 fibers, Telcordia’s GR-20 and ITU-T G652.D Compliance Such Fiber would enable them to use CWDM (Corse Wavelength Division Multiplexing) and low water peek fiber technique and will offer at least 8 virtual fiber in one fiber in future.

No. of cores 6Cable Construction BELLCORE GR 20 / IEC 794-1Attenuation@1310nm < = 0.35 dB/Km@1383 nm <=0.31 dB/Km@1550nm < = 0.20 dB/KmCoating / Cladding non-circularity

<= 12 microns

Zero Dispersion Slope <= 0.088 ps / sqnm-kmMax (chromatic) dispersion

<5.3 ps/nm-km @1270-1340 nm<3.5 ps/nm-km @1285-1330 nm<185 ps/nm-km @1550 nm

Fiber core Should be UL ListedTensile rating 1000NMaximum Crush resistance

3000N

Operating Temperature -40 Degree C to +70 Degree CArmor Corrugated Steel tape ArmorColour BlackOuter jacket High density polyethylene, anti - termite, anti -

rodent suitable for direct burial application.Secondary Buffer Material Gel filled Loose Tube.Min Bend 20 X Outer DiameterWeight 90 Kg/Km (Approx)Test (Must pass) IEC794-1-E1 , IEC794-1-E2 , IEC794-1-E3 ,

IEC794-1-E4 , EIA-455-104 , IEC794-1-E7 , IEC794-1-E10 , IEC794-1-F1 , IEC794-1-F3 and IEC794-1-F5

Marking Identification marking at regular intervals of 1 meter

Fiber Core Raw fiber of corning. CORNING marking should be visible on the OFC

Approval UL ListedISO certification All quoted product and Brand should have ISO

certification for manufacturing in IndiaProduct All the quoted product should be from single

Manufacture and manufacture should have Design, development centre & manufacturing in India

8.2.2 Fiber Optic Pigtail / Connector

Pigtails / Connector Type

SC-Style, Simplex Connector / pigtail

Make and ModelOperating temperature -20 Degree C to +70 Degree CDurability & colorSM connectors 220 cycles, BlueFerrules Pre-radius Ceramic Zirconia Ferrule.Attenuation Not more than 0.75 dB per mated pairInsertion Loss SM: < 0.3 dBStandard Meets and exceeds ITU specifications ,UL listed and 3rd

Party RoHS compliant. Fully in compliance with JIS C5973 F04 Type.

Bayonet Coupling 2.5 mm Zirconia Ferrule

Page 24

8.2.3 Fiber Optic Patch panels

Fiber optic patch panel

19-inch, Rack mounted Fiber optic patch panel

Make and ModelHeight 1 U, 1.75 inchesNo. of fibers 12Dimensions 44 * 410 * 280 mm (H*W*D)Material Complete Aluminium Alloy housing, fully powder coated

Splice tray. adapter plate and cable spools to be includedFully cushioned splice holder containing grooves for fixing splice protective sleeves

No. of OSP Cables for termination

Minimum 2

Grounding 2 Nos. of earthing lugs, pre-loadedCable Management rings

Front and rear cable management rings, pre-loaded

No. of 6-port adapter plates

4 max

Sliding Panel cover is of slide out for easy maintenance

8.2.4 Fiber Optic Adapter

Fiber Optic adapter plate

SC-Style, SM

Make and ModelStandard Meets and exceeds ITU specifications, UL listed and 3rd

Party RoHS compliant. Fully in compliance with JIS C5973 F04 Type.

Attenuation Max of 0.75 Db per mated pair

8.2.5 Fiber Optic Patch Cord LC-SC TYPE.

Fiber Optic Patch Cords

SM patch cord LC-SC TYPE

Make and ModelType 1.6mm or 3mm simplex or Duplex Zipcord.Outside Diameter (Simplex): 1.6mm x 3.0mm

(Duplex): 1.6mm x 3.3mmMinimum Cable Retention Strength

1.6mm: 11.24 lbs (50 N)

Insertion Loss Less than 0.5 dB for MM and 0.3 dB for SM

8.3 Warranty

ESIC seeks warranty for the installed cable plant from the OEM equipment supplier after implementation by certified installer. Bidder shall ensure that the OEM norms for supply, installation, testing and documentation as specified by the OEM supplier shall be adhered to, provided those are in line with TIA / EIA standards and Owner requirement specifications. The warranty shall be provided by the OEM vendor to Owner and shall be administered in India. The duration of the warranty shall be for a minimum of 25 years after site certification and shall cover the system performance and product warranty and application assurance.

Page 25Page 25

9. CLIENT DESKTOP

S.NOSPECIFICATION

PARAMETER REQUIREMENTS

1 Processor Intel Core i5@ 3.0 GHz or better

2 Mother Board Intel Original Mother Board

3 Graphics 2GB dedicated Graphics Card

4 Memory Minimum 8GB DDR3 or more

5 Hard disk storage 500GB HDD

6 DVD/CD RWCD/DVD Drive SATA DVD-ROM Optical Drive

7 Monitor21"LED Monitor-should be reputed make like LG/Sony/Panasonic/Samsung or better

8 Port1 serial port ,8 USB (2 front,6 rear),2-1 Gbit 1000 Base TRJ 45 NIC card

9 VGA Output 1 VGA port,DVI or better

10 Keyboard PS/2 or US

11 Optical Mouse with Scroll PS/2 or US

12 Operating System windows 8 pro 64bit

13 AntivirusMcafee/Norton/better antivirus with 3 years subscription

14 Warranty 1 years replaced onsite warranty

15 PC ManufacturerShould not be assembled PC Should be enterprises class PC

10. UPS-3KVA

S.NO SPECIFICATION PARAMETER REQUIREMENTS

1 AC Input Voltage Rating 161-276V

2 Output Wave Form Pure sine Wave

3 AC Output Voltag 230V:t5% Hz with 5N15 A socket

4 Efficiency Between 80 to 100%

5 Audible alarm Mains failure, Low battery, Overload

6 Indication Mains on, Back up, Low battery, Overload

7 Protection Overload, Output short-circuits

8 By pass Internal Bypass(Automatic and Manual)

9 Battery Type (Sealed Maintenance Free) like Amron/Exide/Southern etc with BIS standard with suitable acid proof rack

10 Battery back up 2 hours or more (Number of batteries and ratings has to be calculated and implemented by the firm)

11 warranty 3 Years Onsite Warranty

Page 26Page 26

11. UPS-1KVA

S.NO SPECIFICATION PARAMETER REQUIREMENTS

1 AC Input Voltage Rating 161-276V

2 Output Wave Form Pure sine Wav

3 AC Output Voltag 230V:t5% Hz with 5N15 A socket

4 Efficiency(AC-AC) Between 80 to 100%

5 Battery Type (sealed Maintenance Free) Branded battery only

6 Audiable alarm Mains failure,Low battery,Overload

7 Indication Mains on,Back up,Low battery,Overload

8 Protection Overload,Output short-circuits

9 By pass Internal Bypass(Automatic and Manual)

10 Battery back up 1/2 hours or more (Number of batteries and ratings has to be calculated and implemented by the firm)

11 Installation If UPS is installed in the open area vendor should be provide industrial standard UPS with proper housing

12 Warranty 3 Years Onsite Warranty

12. LED MONITOR

S.NO SPECIFICATION PARAMETER REQUIREMENTS

1 40" or better Monitor LED 40" with Wall mounting kit/table top mountableLG/sony/panosonic/samsung

13. NETWORK RACK -27U SERVER END

S.NO SPECIFICATION PARAMETER REQUIREMENTS

1 Rack 19"(movable)27 U Server rack cabinet 30" usable depth front rail to rear rail Tampered proof glass front door with lock,rear door with lock ,Fan Panel with four fans,Suitable railling shelf for keyboard and mouse ,Power manager with 12 outlets,15 feet power cord. circuit breaker with over load protection

14. NETWORK RACK- 9U

S.NO SPECIFICATION PARAMETER REQUIREMENTS

1 9U Rack 9U Wall mount rack with power manager with 4 outlets,15 feet power cord

Page 27

ANNEXURE VIIBILL OF QUANTITY

S.no. Name of the article BasicPrice

ValueAdded

TaxVAT

Other taxes,levies,

Customs duty,Excise

duty etc.(specify the

Type of TAX charge and the amt foreach item)

Totalincluding alltaxes, leviesand chargesexcept VAT

TotalincludingVAT andAll other

taxes,levies andcharges

ApproxQty

required

Grand total for entire quantity

including alltaxes, leviesand charges

and VAT

1 360 Degree rotate Camera with necessary power supply(PTZ)

1

2 Fixed Outdoor bullet IP Camera 5

3 Dome IP Camera 27

4 NVR with 32 TB HDD 1

5 8 port Switch (Layer 3) POE with necessary cable and connection with 2SFP and two SF modules- camera

6

6 24 Port switch (Layer 3) POE with necessary cable and connectors with 4SFP and four SF modules -server

1

7 LIU 6 port with suitable OFC connector and accessories

6

8 LIU 12 port with suitable OFC connector and accessories

1

9 3 KVA Online UPS 1

10 1 KVA Online UPS 6

11 27U Rack 1

12 9U Rack 6

13 OFC patch card As per Requirement*

14 CAT6 Patch cord As per Requirement*

15 Digging and refilling with HDPE pipe for 3 Poles

16 40"LED Display 2

17 Workstation 2

18 Installation and Commissioning

19 Annual Maintenance Contract -5 yrs total

Consumables

20 Single mode OFC Cable with Accessories

1000Mtrs*

21 Cat6 UTP Cable With PVC and accessories

1500Mtrs*

22 3 core 2.5sq mm power cable 50Mtrs*

Page 28

ANNEXURE VIII

12. CAMERA LOCATION AND TYPE REQUIRED CAMERA Location Area covered Quantity Type required

Ground floor Pharmacy & Lab waiting area 1 indoor

Pediatric op 1 indoor

107 staircase 1 indoor

Reception 1 360 rotating

Registration - Xray passage 1 indoor

Xray to MRD passage 1 indoor

Dental entry 1 indoor

Chest ward 1 indoor

Casualty 1 indoor

Casualty entrance parking 1 outdoor

Steps and lift 1 indoor

Labour ward entry 1 indoor

ICU backdoor entry 1 indoor

ICU inside entry 1 indoor

Casualty backside 1 outdoor

Kitchen entrance 1 indoor

College pediatric backside 1 outdoor

Maingate 1 outdoor

Lab Registration 1 indoor unit

Phlebotomy -Collection 1 indoor unit

First floor lift and stair ot 1 indoor unit

admin steps 1 indoor unit

stores step 1 indoor unit

C& M step 1 indoor unit

MO room passage 1 indoor unit

pediatric steps 1 indoor unit

Second floor MS ortho steps 1 indoor

FSW passage 1 indoor

Lift and steps 1 indoor

3rd floor Floor terrace 1 outdoor

floor passage 1 indoor

auditorium steps 1 indoor

faculty entrance steps 1 indoor

33

5 Outdoors: 1 PTZ Page 29 27 Indoors units

13. SCHEDULE FOR PREVIOUS PROJECT EXPERIENCE

ANNEXURE IX

NAME OF PROJECT

PROJECT EXECUTED FOR DETAILS STAGE OF PROJECT AND ITS

OPERATIONAL STATUS

1. Enclose copy of Purchase orders

2. Similar projects for Government / Public Sector within the past 5 years.

Proof of status and service satisfactory

certificates to be enclosed with contact details.

Signature and seal of Tenderer

Page 30

ANNEXURE XTENDER No.

14. SCHEDULE FOR TIME OF COMPLETION OF PROJECT AND TRAINING

Time ScheduleThe following shall be the time schedule for completion of the proposed project.

Sl. No. Type of work Estimated time schedule for completion

Bidders Commitment for

Time schedule1. Acceptance of Provisional order Day 12. Date of entering into the contract

agreement from the issue of Provisional order

Date 1 + 15 days

3. Supply installation and commissioning of equipments at respective sites and control room to be made from the issue of Provisional Purchase order

Date 1 + 90 days

4. Acceptance of the system within next 10 days

Day 1 + 100 days

5. Trial run for one month and handing over of the system within next one month

Day 1 + 130 days

I agree to abide by the above schedule and understand that penalty will be imposed as follows in case of failure to meet above schedule.

Delay Rate of penaltyUpto 2 weeks 0.5% of the project cost per week3-10 weeks 1% of the project cost11-13 weeks 2% of the project cost

Signature and seal of Tenderer

Page 31

ANNEXURE XI TENDER No.

15. SCHEDULE OF SERVICING AND MAINTENANCE INFRASTRUCTURE

List of service centres in Tamil Nadu/IndiaThe firm should have atleast one service centre in Chennai and Trichy each.

Details required DetailsName of Service Centre and address& contact details

Names of Service Engineers available

Details of qualification and experiencee

The minimum hours required for service after intimation received

Service and maintenance turnover for last three years

(List can be attached as enclosure)

Signature and seal of Tenderer

Page 32

ANNEXURE XII

16. FINAL CHECKLIST FOR ENCLOSURES

SNo Description Page NumberFor reference

Verification by tender inviting authority

Selected statusYes/No

1 Signature in all pages2 Undertaking signed and

submitted3 Enclosed EMD or exemption

certificate1.S. No of DD2.Dated:3.Name of Bank

4 Spare part availability certificate from OEM

5 ENCLOSED VAN PANCST certificate

6 Enclosed MAF7 Enclosed Industry

standardization certificates UL & ISO9001:2008 & 14001:2004

8 Enclosed OEM Service /WARRANTY certificate

9 Enclosed mandatory documents Annexure I -XII

Signature and seal of Tenderer

Page 33