Upload
trinhnguyet
View
225
Download
1
Embed Size (px)
Citation preview
BIDDING DOCUMENT
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF IP BASED
SURVEILLANCE SOLUTION AT CPSTL OIL INSTALLATION KOLONNAWA
TWO ENVELOPE SYSTEM
NATIONAL COMPETITIVE BIDDING
BID NO: KPR/13 /2018
The Chairman, Departmental Procurement Committee, C/o Manager Procurement, Procurement Function, Ceylon Petroleum Storage Terminals Limited, Oil Installation, Kolonnawa, Wellampitiya, Sri Lanka
April 2018
2 | P a g e
CONTENTS
Page
CONTENTS 2
AABREVIATIONS 3
VOLUME - 1
INVITATION FOR BIDS 4-5
SECTION 1 - INSTRUCTIONS TO BIDDERS 6-15
SECTION 2 - STANDARD FORMS 16-21
SECTION 3 - CONDITIONS OF CONTRACT 22-22
VOLUME - 2
SECTION 4 - FORM OF BID 23-23
SECTION 5 - SCHEDULE 24-30
SECTION 6 - SPECIFICATIONS 31-51
SECTION 7 - BILL OF QUANTITIES 52-55
SECTION 8 - DRAWINGS 56-57
ANNEX – I
ANNEX - II
3 | P a g e
ABBREVIATIONS
3D - 3 Dimensional
AMC - Annual Maintenance Contract
API - Application Program Interface
ASTM - American Society for Testing and Materials
ATEX - European Directives for Equipment for potentially explosive atmospheres
B/W - Black and White
BS - British Standards
CCD - Charge-Coupled Device
CEB - Ceylon Electricity Board
CIDA - Construction Industry Development Authority
CMOS - Complementary Metal-Oxide-Semiconductor
CPSTL - Ceylon Petroleum Storage Terminals Limited
DPC - Departmental Procurement Comitee
DVR - Digital Video Recorder
EIA - Electronic Industries Alliance
EICC - Electronic Industry Citizenship Coalition
EN - European Standards
FPS - Frames Per Second
H.264 - MPEG-4 Part 10
HD - High Definition
HDPE - High Density Poly Ethylene
ICTAD - Institute of Construction Training And Development
IEC - International Electrotechnical Commission
IECEx - International Electrotechnical Commission Scheme for Certification to Standards
Relating to Equipment for Use in Explosive Atmospheres
IEEE - Institute of Electronic and Electrical Engineers
IET - Institute of Engineering Technology
IK - Protection against mechanical Impact
IP - Internet Protocol
IP - Ingress Protection
IPBSS - Internet Protocol Based Surveillance System
ISO - International Organization for Standardization
JPEG - Joint Photographic Experts Group
LED - Light Emitting Diode
MPEG - Moving Picture Experts Group
MTBF - Mean Time Between Failures
4 | P a g e
INVITATION FOR BIDS (IFB)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
NATIONAL COMPETITIVE BIDDING (NCB)
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF IP BASED
SURVEILLANCE SOLUTION AT CPSTL, OIL INSTALLATION, KOLONNAWA
TWO ENVELOPE SYSTEM
CONTRACT NO: KPR/13/2018
1 The Chairman, Procurement Committee on behalf of the Ceylon Petroleum Storage
Terminals Limited (CPSTL) will receive sealed Bids for “Design, Supply, Installation
and Commissioning of IP Based Surveillance Solution at CPSTL, Oil Installation,
Kolonnawa” and receiving will be closed at 14.00hrs. on 10.05.2018
Interested parties may obtain necessary information through the Tender information page
at CPSTL website www.cpstl.lk and the original bidding documents could be obtained
from the undersigned on submission of a written request, during working days from 0900
hrs. to 1400 hrs. till 09.05.2018, upon payment of a non-refundable bidding document fee
of Fifteen Thousand Sri Lankan Rupees (LKR 15,000.00) for each.
2 The bid shall be submitted on the bidding documents purchased in the specified
format comprising Technical Bid and Financial Bid which shall be in two separate
envelopes.
3. Bidding documents may be inspected free of charge at the office of Procurement Manager,
Procurement Function, Ceylon Petroleum Storage Terminals Limited, Oil Installation,
Kolonnawa.
4. All bidders, shall be registered with the Construction Industry Development Authority
(CIDA), under the grade and speciality having the experience given below.
i. CIDA Registration Required:
Speciality : Extra Low Voltage Installations
Grade : EM 1
ii. Experience Required:
Experience in carrying out design, supply, installation, and commissioning of
close IP Based Surveillance Solutions (At least 01 similar projects completed
within last 05 years) and shall be actively involved in the field of design, supply
and installation of IP Based Surveillance Solutions.
5 | P a g e
Documentary evidence for above i and ii shall be submitted along with the Bid. The
companies which do not possess required CIDA registration and experience specified in
above i & ii shall be considered as disqualified and such offers will be rejected.
5. A pre- bid meeting together with field visit will be held at 10.00hrs. on 03.05.2018 at
DGM (Engineering & Support Services) Office, CPSTL, Oil Installation, Kolonnawa.
6. Bids shall be valid until 09.08.2018.
7. Bids must be accompanied by a bid security of Rupees 1,000,000.00 (Rupees one million
only)
8. Bid Security shall be valid until 06.09.2018 and beyond any extension subsequently
requested.
9. Deadline for submission of Bids shall be at 14.00 hrs. on 10.05.2018.
10. Sealed Bids may be dispatched either by registered post or hand delivered to The
Chairman, Department Procurement Committee, C/o Procurement Manager, Procurement
Function, Ceylon Petroleum Storage Terminals Limited, Oil Installation, Kolonnawa,
Wellampitiya to receive before closing time.
11. Bidders or their authorized representatives are requested to be present at the opening of the
Bids.
12. Bidders should note that all personnel who are expected to be involved with installation
work at CPSTL Oil Installation, Kolonnawa must possess valid police clearance
certificates and produce those to Security Function of CPSTL to obtain entry gate passes.
14. For further details or clarifications, Bidders may contact “Procurement Manager”
Procurement Function, CPSTL, Oil Installation, Kolonnawa. Tel. No. 011-2572156 or
DGM (Engineering & Support Services) or Manager (Premises and Engineering Services),
Premises and Engineering Services Function, CPSTL, Oil Installation, Kolonnawa. Tel.
No. 011-2572157.
The Chairman,
Department Procurement Committee,
C/o Manager Procurement,
Procurement Function,
Ceylon Petroleum Storage Terminals Limited,
Oil Installation,
Kolonnawa,
Wellampitiya,
18.04.2018
6 | P a g e
SECTION – 1
INSTRUCTION TO BIDDERS (ITB)
Table of Clauses
A. General
D. Submission of Bids
1. Scope of Bid
2. Source of funds 3. Eligibility 4. Qualification of the Bidder 5. One Bid per Bidder 6. Cost of Bidding 7. Site Visit
19. Sealing and Marking of Bids
20. Deadline for Submission of Bids 21. Late Bids
B. Biding Documents
E. Bid Opening and Evaluation
8. Content of Bidding
Documents
9. Clarification of Bidding
Documents 10. Amendment of Bidding
Documents
22. Bid Opening
23. Process to be Confidential 24. Clarification of Bids 25. Examination of Bids and
Determination of Responsiveness 26. Correction of Errors. 27. Evaluation and Comparison of Bids
C. Preparation of Bids
F. Award of Contract
11. Language of Bid
12. Documents comprising the
Bid
13. Bid Prices
14. Currency of Bid and Payment
15. Period of Validity of Bids
16. Bid Security
17. Pre-Bid Meeting
18. Format and signing of Bid
28. Award Criteria
29. Employer’s Right to Accept any
Bid and to Reject any or all Bids 30. Award and Signing of Agreement 31. Performance Security 32. Advance Payment and Security 33. Adjudicator
7 | P a g e
Instructions to Bidders
A. General
1. Scope of Bid ▪ Ceylon Petroleum Storage Terminals Limited (CPSTL),
invites bids for the Design, Supply, Installation and
Commissioning of IP Based Surveillance Solution at CPSTL,
Oil Installation, Kolonnawa from the companies who have
experience in carrying out design, supply, installation and
commissioning of IP Based Surveillance Solutions including
laying of underground signal and power cables.
▪ The bid shall be submitted in the specified format
comprising Technical Bid and Financial Bid which shall
be in two separate envelopes. The term “Bid” means
“Technical Bid and Financial Bid” unless otherwise
specified.
Bidders shall submit their Bid as per Clause No. 12 of
“Instructions to Bidders”.
▪ Successful bidder will be expected to complete the works
within the Intended Completion Date stated in the Schedule.
▪ Intended Completion Date shall be calculated from the Start
Date stated in the Schedule.
▪ Successful bidder shall enter into a comprehensive
maintenance contract initially for a period of five years after
the expiration of defects liability period.
2. Source of Funds Works will be financed by the source given in the Schedule in
Section – 5.
3. Eligibility All bidders shall be registered with the
▪ Institute for Construction Industry Development Authority
(CIDA), under the grade and speciality given in “Invitation
for Bids”;
▪ All bidders shall meet (any other) requirement given in the
“Schedule”.
4. Qualification of the
Bidder
All bidders shall provide, the information requested in Section -
5“Schedule; Documents to be submitted with the Bid”.
In addition to the eligibility requirements specified under Clause
3 above, to qualify for award of the contract, bidders shall meet
the minimum qualifying criteria if given in Section-4 “Form of
Bid” and Section-05 “Schedule”.
5. One Bid per Bidder A bidder shall submit only one Bid.
6. Cost of Bidding ▪ Bidder shall bear all costs associated with the preparation and
submission of Bid;
▪ Employer will in no case be responsible or liable for those
costs, regardless of the conduct or outcome of the bidding
process.
8 | P a g e
7. Site Visit The bidder, at the bidder’s own responsibility and risk is
encouraged
▪ To visit and examine the site, and its surroundings where the
Works are to be executed.
▪ To obtain all information that may be necessary for preparing
the Bid and entering into a contract for performance of the
works;
▪ Costs of visiting the site shall be at the bidder’s own expense.
B. Bidding Documents
8. Contents of Bidding
Documents
Bidding documents consist of two volumes stated below and
should be read in conjunction with any addenda issued in
accordance with Clause 10.
Volume 1
• Invitation for Bids • Section 1 – Instruction to bidders
• Section 2 – Standard forms
• Section 3 – Conditions of contract
Volume 2
• Section 4 – Form of Bid
• Section 5 – Schedule
• Section 6 – Specifications
• Section 7 – Bills of Quantities
• Section 8 – Drawings
9. Clarification of
Bidding Documents
▪ A bidder requiring any clarification of the Bidding
Documents shall contact the Chairman, Departmental
Procurement Committee (DPC) in writing or facsimile at the
address indicated in the Invitation for Bids at least 14 days
prior to the deadline for submission of bids.
▪ Chairman, DPC will respond in writing to any such request
for clarification received not later than seven (7) calendar
days prior to the deadline for submission of bids.
▪ Copies of such clarification and Chairman, DPC’s response
will be forwarded to all purchasers of the Bidding
Documents, if found required, but without identifying its
source.
10. Amendment of
Bidding Documents
▪ At any time prior to the deadline for submission of bids, the
Chairman, DPC may amend the Bidding Documents by
issuing addenda.
▪ Any addendum thus issued shall be part of the Bidding
Documents;
▪ Any addendum shall be communicated in writing or by
facsimile to all purchasers of the Bidding Documents. The
bidder shall acknowledge the receipt of such addenda within
two working days to Chairman, DPC in writing or by
facsimile
9 | P a g e
C. Preparation of Bids
11. Language of Bid The Bid as well as all correspondence and documents relating to
the Bid exchanged by the Bidder and the Employer, shall be
written in English language.
12. Documents
Comprising the Bid
All Bids shall contain adequate technical and other comprising
information in respect of the items/ work offered which shall be
included in the Technical Bid. The Technical Bid shall consist
following essential data and information. All documents shall
be furnished in English language.
(a) Letter of Undertaking for the responsibility of design and the
technical information furnished (to be listed) by the bidder.
(b) Basis of the design and selection criteria of Software,
equipment, accessories, cables etc.
(c) Manufacturers authorisation for the equipment and
accessories offered ;
(d) Catalogues and brochures for the software, equipment and
accessories offered ;
(e) Manufacturer’s Warrantees for the equipment and
accessories offered ;
(f) Specifications compliance certification for the equipment
accessories offered
(g) Detail design, Layouts for signal and power cables, Network
topology drawings and construction Drawings.
(h) Unpriced Commercial Proposal: section 07
(i) Unpriced comprehensive annual maintenance proposal and
agreement with all terms and conditions for a period of five
years after the expiration of defects liability period.
(j) Form of bid without indicating the price.
(k) Bid Security
(l) Section -5 ; Schedule;
(m) Section -6 ; Specifications
(n) Section -8 ; Drawings;
(o) Volume 1 of the Bidding Document;
(p) Any other information bidder deems as required to be
submitted.
(q) The price for the whole works offered shall be included in the
Financial Bid. Failure to furnish the following documents and details,
before the closing of Bid, may result in the Bid being rejected.
(a) Duly filled and signed Form of Bid (in the format indicated in
Section -4)
(b) Section -7; Priced Bills of Quantities;
(c) Letter of Confirmation on submission of performance security and
insurance cover as specified in Schedule.
(d) Priced comprehensive annual maintenance proposal and agreement
with all terms and conditions for a period of five years after the
expiration of defects liability period.
(e) Any other information required to be completed and submitted by
bidders as specified in the Schedule.
The bidders may retain the copies of Sections 4, 5 and 7.
10 | P a g e
13. Bid Prices ▪ The Contract shall be for the whole Works, summarized in the
“Schedule” in Section -5, and based on the priced Bills of
Quantities;
▪ The bidder shall fill-in rates and prices for all items of the
Works described in the Bills of Quantities in Section -07;
▪ Items for which no rate or price is entered by the bidder will
not be paid for by the Employer when executed and shall be
deemed covered by the other rates and prices in the Bills of
Quantities;
▪ All duties, taxes except VAT and other levies payable by the
Contractor under the Contract, or for any other cause, as of
the date 28 days prior to the deadline for submission of bids,
shall be included in the rates, prices, and total bid price
submitted by the bidder;
▪ VAT shall not be included in the rates, prices but shall be
specified at the space provided in the BOQ;
▪ Prices shall be adjusted for fluctuations in the cost of inputs
only if provided for in the Schedule;
▪ If so provided, the amounts certified in each payment
certificate, after deducting for Advance Payment, shall be
adjusted in accordance with Sub Clause-10.9 of Conditions of
Contract;
14. Currency of Bid and
Payment
Prices shall be quoted by the bidder entirely in Sri Lankan
Rupees. All payments will be made in Sri Lankan Rupees.
15. Period of Validity of
Bids
▪ Bids shall remain valid for the period stipulated in the
Invitation for Bids after the date of bid submission specified
in Clause-20.
▪ A Bid valid for a shorter period shall be rejected by the
Employer as non-responsive.
▪ In exceptional circumstance, prior to expiry of the period of
validity of Bid, the Employer may request that the bidders
extend the period of validity for a specified additional period;
▪ A bidder agreeing to the request will not be required or
permitted to modify its Bid, but will be required to extend the
validity of its bid security for the period of the extension and
in compliance with Clause- 16 in all response.
16. Bid Security ▪ The bidder shall furnish, as part of the Bid, a Bid Security,
amount specified in the Invitation for Bids; Rs. 1,000,000.00
(Rupees one million only)
▪ The Bid Security shall, at the bidder’s option, be in the form
of a bank draft or a guarantee from a commercial bank
operating in Sri Lanka with the valid license issued by the
monitory board of Sri Lanka (Central Bank of Sri Lanka).
▪ The format of the Bid Security should be in accordance with
the specimen Form of Bid Security included or another form
acceptable to the Employer;
11 | P a g e
▪ Bid Security shall be valid for the period given in the
Invitation for Bids; until 06.09.2018
▪ Any Bid not accompanied by an acceptable Bid Security may
be rejected by the Employer.
▪ The Bid Security may be forfeited;
(a) if the bidder withdraws the Bid, after bid opening during
the period of bid validity;
(b) if the bidder does not accept the correction of the bid price
pursuant to Clause -26; or
(c) in the case of a successful bidder, if the bidder fails within
the specified time limit to
i. sign the Agreement , or
ii. furnish the required performance security.
17. Pre-Bid Meeting A Pre- Bid meeting together with a field visit will be held as
specified in the Invitation for Bid.
Bidders are requested, as far as possible, to submit any questions
in writing or by facsimile, to reach the employer not later than
one week before the meeting.
18. Format and Signing
of Bid
▪ The bidder shall prepare one original of the documents
comprising the Financial Bid as described in Clause- 12.
▪ In addition the bidder shall submit one copy of the Financial
Bid as described in Clause- 12.
▪ In the event of discrepancy between those, the original shall
prevail;
▪ The original and the copy of the Financial Bid shall be typed
or written in indelible ink and shall be signed by a person or
persons duly authorized to sign on behalf of the bidder.
▪ All pages of the bid shall be numbered sequentially and
initialled by the person or persons signing the bid.
▪ The Bid shall contain no alterations or additions, except those
comply with instructions issued by the Employer, or as
necessary to correct errors made by the bidder, in which case
such corrections shall be initialled by the person or persons
signing the bid.
D. Submission of Bids
19. Sealing and Marking
of Bids
Technical Bid shall be submitted together with the Financial Bid
in a separate envelope as per the conditions specified in this
Bidding document.
12 | P a g e
▪ Technical Bid shall be submitted as per the conditions
specified in this Bidding Document. The Technical Bid
should be placed in a separate envelope marked “TECHNICAL
BIDFOR DESIGN, SUPPLY, INSTALLATION AND
COMMISSIONING OF IP BASED SURVEILLANCE
SOLUTION AT CPSTL, OIL INSTALLATION, KOLONNAWA”
on the top left hand corner.
▪ Financial Bid shall be submitted in duplicate as per the
conditions specified in this Bidding Document. The original
and the duplicate of the Bid should be placed in separate
envelopes marked ‘ORIGINAL’ and ‘DUPLICATE’. Both
envelopes should be enclosed in one securely sealed cover,
which should be marked “FINANCIAL BID FOR
DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING
OF IP BASED SURVEILLANCE SOLUTION AT CPSTL, OIL
INSTALLATION, KOLONNAWA” on the top left hand corner.
▪ The inner and outer envelope shall;
(a) be addressed to the Chairman, Departmental Procurement
Committee, C/o Procurement Manager, Procurement
Function, Ceylon Petroleum Storage Terminals Limited,
Oil Installation, Kolonnawa.
(b) bear the name and identification number of the Contract
in accordance with Clause 1; and
(c) provide a warning not to open before the specified time
and date for bid opening as defined in the Clause -22.
▪ In addition to the identification required above, the envelopes
shall indicate the name and address of the bidder to enable the
Bid to be returned unopened in case it is declared late.
20. Deadline for
Submission of Bids
Bids shall be delivered to the Employer at the address
specified above not later than the time and date specified in the
Invitation for Bids.
21. Late Bids Any Bid received by the Employer after the deadline for
submission of Bids will be returned unopened to the bidder.
E. Bid Opening and Evaluation
22. Bid Opening ▪ Technical Bids will be opened immediately after the closing
time fixed for submission of Bids, in the presence of the
bidder’s representatives who choose to attend at the time and
in the place specified in the Invitation for Bids.
▪ The bidder’s names and other details as the Employer may
consider appropriate, will be announced by the Employer at
the opening
▪ No Bid shall be rejected at bid opening except for late Bids.
▪ The Financial Bids of the Technically Responsive Bidders
will only be opened by a bid opening committee appointed
the Chairman, DPC, on a date which will be informed to the
Bidders in advance.
▪ Financial Bids of the technically non-responsive bidders will
13 | P a g e
be returned un-opened.
23. Process to be
Confidential
Information relating to the examination, clarification,
evaluation and comparison of Bids and recommendations for the
award of a Contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award
to the successful bidder has been announced.
24. Clarification of Bids ▪ To assist in the examination, evaluation and comparison of
the bids, Employer may, at the Employer’s discretion, ask any
bidder for clarification of the bidder’s Bid including
breakdowns of prices;
▪ The request for clarification and the response shall be in
writing. 25. Examination of Bids
and Determination
of Responsiveness
▪ Examination of the Technical Bids:
Employer will determine whether each Technical Bid;
(a) meets the eligibility criteria;
(b) has been properly signed;
(c) is substantially responsive to the requirements of the
Bidding Documents.
The offers which will not comply with (a) and (b) will not be
considered for detailed evaluation and will be rejected.
▪ A substantially responsive Technical Bid is one, which
conforms to all the terms, conditions and specifications of the
bidding documents, without material deviation or reservation;
▪ A material deviation or reservation is one:
(a) which affects in any substantial way the scope, quality,
or performance of the Works;
(b) which limits in any substantial way, inconsistent with
the bidding documents the Employer’s rights or the
bidder’s obligations under the Contract; or
(c) whose rectification would affect unfairly the
competitive position of other bidders presenting
substantially responsive Bids.
▪ If a Technical Bid is not substantial responsive;
(a) it will be rejected by the Employer
(b) and may not subsequently be made responsive by
correction or withdrawal of the nonconforming
deviation or reservation.
26. Correction of Errors ▪ Financial Bids of the bidders, determined to be technically
substantially responsive, will be checked by the Employer
for any arithmetic errors.
▪ Errors will be corrected by the Employer as follows:
(a) where there is a discrepancy between the amounts in
figures and in words, the amount in words will govern;
(b) where there is a discrepancy between the unit and the line
item total resulting from multiplying the unit rate by the
quantity the unit rate as quoted will govern, unless in the
opinion of the Employer there is an obviously gross
misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern, and
the unit rate will be corrected;
14 | P a g e
(c) if the bid price decreases by the above procedure, the
amount stated in the Form of Bid shall be adjusted to with
the concurrence of the bidder and shall be considered as
binding upon the bidder;
(d) if the total bid price increases due to corrections made on
above procedure, the bid price shall be adjusted to the
increased price;
(e) if the bidder does not accept the corrected amount of Bid,
its Bid shall be rejected and the Bid Security may be
forfeited in accordance with Clause-16. 27. Evaluation and
Comparison of Bids
▪ Employer will evaluate and compare only the Bids
determined to be substantially responsive as determined by
caluse - 25;
▪ Employer will evaluate the Technical Bids with
specifications, drawing and supporting technical documents.
Specifications of this Bidding document including the
information/details requested under Section – 06 of the Bid.
▪ In evaluating the Financial Bids, Employer will determine for
each Bid the Evaluated Bid Price by adjusting the Bid Price as
follows;
(a) making any correction for errors;
(b) excluding the provision, if any, for contingencies;
(c) making an appropriate adjustment for any other
acceptable variations or deviations ; and
(d) making appropriate adjustments to reflect discounts
offered
▪ Proposal for five year comprehensive maintenance contract
will be evaluated and appropriate weightage will be applied
when performing the financial evaluation.
▪ The Employer reserves the right to accept or reject any
variation or deviation.
F. Award of Contract
28. Award Criteria Subject to Clause 29, Employer will award the Contract to the
bidder whose Technical Bid has been determined to be
substantially responsive to the bidding documents and who has
offered the lowest evaluated Financial Bid, provided that such
bidder has been determined to be:
(a) eligible in accordance with the provisions of Clause -3;
and
(b) qualified in accordance with the provisions of Clause -4.
Chairman, DPC reserves the authority to add or delete any item
stated in the “contractor’s scope of work and specifications”. In
the case of any additional items rates are to be agreed upon by
both parties along with the scheduled time frame, which will not
finally affect the total duration of the “contractual period”
29. Employer’s right to
Accept any Bid and to
Reject any or all Bids
Employer reserves the right to:
(a) accept or reject any Bid;
(b) cancel the bidding process;
(c) reject all Bids, at any time prior to the award of Contract,
without thereby incurring any liability to the affected bidder (s).
15 | P a g e
30.
Award and Signing
of Agreement
▪ Prior to expiration of the Bid validity period, the Employer
notify the successful bidder that this Bid has been accepted
including the contract price;
▪ This letter (hereinafter and in the condition of contract called
the “Letter of Acceptance”) will state the sum that the
Employer will pay the Contractor in consideration of the
execution, completion, and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in
the Conditions of Contract called the “Initial Contract Price”)
▪ The notification of award will constitute the formation of the
Contract;
▪ The Employer shall notify the successful bidder the date, time
and venue for the signing of the Agreement;
▪ The agreement shall be signed within 28 Days of the Letter of
Acceptance.
▪ Successful Bidder shall make arrangements to commence the
work within 28 days of the Letter of Acceptance.
▪ Stamp duty on the Agreement shall be paid by the Bidder.
31. Performance
Security
Within 14 Days after receipt of the Letter of Acceptance, the
successful bidder shall deliver to the Employer a Performance
Security, which shall be valid until 28 days from the date of issue
of the taking over certificate by Employer.
▪ To the amount specified in the Schedule ; and
▪ in the form specified in the Schedule.
32. Advance Payment
and Security
Employer will provide an Advance Payment equivalent to
20% of Initial Contract Price, within 7 days of the Contractor
submitting an acceptable bank guarantee from a commercial bank
operating in Sri Lanka with a valid license issued by the monetary
board of Sri Lanka (Central Bank of Sri Lanka).
The advance payment shall be recovered by way of reduction
from the interim certificates claimed, commencing from when the
value of work reaches to 30% of the initial contract price.
The Advance Payment shall be repaid in full when the total
certified value works reaches 90% of the initial contract price.
An amount of twenty five per cent (25%) of the value of work
done shall be deducted from each interim certificate.
33. Adjudicator Employer proposes the person named in the Schedule to be
appointed as adjudicator under the contract, at an hourly fee
specified in the Schedule, plus reimbursable expenses.
If the bidder disagrees with this proposal, the bidder should so
state in the Bid;
Then the Adjudicator shall be appointed by the Appointing
Authority designated in the Schedule at the request of either
party.
In any event the Adjudicator shall be a person not associated
with the project directly or indirectly and who could demonstrate
impartiality and independence in his functions.
16 | P a g e
SECTION – 2
STANDARD FORMS
Bid Security
Letter of Acceptance
Agreement
Performance Security
Advance Payment Security
17 | P a g e
FORM OF BID SECURITY
To : Chairman,
Departmental Procurement Committee,
C/o Manager Procurement,
Ceylon Petroleum Storage Terminals Limited.
WHEREAS, ………………………………………………………………. [name of bidder]
(hereinafter called and referred to as “the Bidder”) has submitted its Bid dated ……………… [date] for
the ……………………………………………………………………………………………
……………………………………………………………. [name of Contract] (hereinafter called and
referred as “the Bid”)
KNOW ALL PEOPLE by these presents that WE …………………………………………………
……………….. [name of organization] having our registered office at ……………………………
……………………………………………....(hereinafter called and referred to as “the Guarantor”), are
bound unto …………………………………………………………………………………… [name of
Employer] (hereinafter called and referred to as “ the Employer”) in the sum of Sri Lankan Rupees
…………..…………………………………………………………………………………
……………………………………………………………………………………………………… for
which payment well and truly to be made to the said Employer, the Guarantor binds itself, its successors,
and assignees by these presents.
SEALED with the Common Seal of the said Guarantor this …………….. day of …………20……
THE CONDITIONS of this obligations are :
1. If the Bidder withdraws its Bid during the period of bid validity specified in the bidding
documents; or
2. If the Bidder refuses to accept the correction of errors in its Bid; or
3. If the Bidder, having been notified of the acceptance of its Bid by the Employer, during the period
of bid validity, fails or refuses to :
(a) execute the Form of Contract Agreement ; or
(b) furnish the Performance Security, in accordance with the Instruction to Bidders
We undertake to pay the Employer up to the above amount upon receipt of its first written demand,
without the Employer having to substantiate its demand, provided that in its demand the Employer will
note that the amount claimed by it is due to it, owing to the occurrence of one or more of the above
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to…………………. and including thirty (30) days after the period
of bid validity, and demand in respect thereof should be received by us no later than the above date.
DATE …………………. SIGNATURE OF THE GUARANTOR ……………………
WITNESS ……………………….
………………………………………………………. …………………
(Signature, Name and Address) COMMON SEAL
18 | P a g e
FORM OF LETTER OF ACCEPTANCE [letter head paper of the Employer]
……………………….[date]
To ……………………………………………………………………………………………….
[name of the Contractor]
………………………………………………………………………………………………
[address of the Contractor]
This is to notify that your Bid dated ……………. for the
…………………………………………………… [name of the Contract and identification number as
given in the Contract data] for the Contract Price of Rupees …………………………………….
……………………………………………………………… [amount in figures and words] as corrected
in accordance with Instructions to Bidders and/ or modified by a Memorandum of Understanding (if any),
is hereby accepted.
The adjudicator shall be appointed by the appointing authority.
You are hereby instructed to proceed with the execution of the said Works in accordance with the
Contract documents.
The start date shall be …………………… (fill as per Clause 6.1 of Conditions of Contract)
The amount of Performance Security is ……………………. (fill as per Clause 4.4 of Conditions of
Contract)
The deadline for submission of Performance Security is …………………… (fill as per Clause 4.4 of
Conditions of Contract)
Authorized Signature : ………………………………………………………………………………
Name and title of Signatory : ………………………………………………………………………...
……………………………………………………………………………………………………….
Name of Agency: …………………………………………………………………………………....
19 | P a g e
FORM OF AGREEMENT
This Agreement made the ................ [day] of ................ [month] 20 ….. [year], between
…………………………………………………………………………………….. [name and address of
Employer] hereinafter called and, referred to as “ The Employer”) of the one part, and
…………………………………… ……………………………………………… [name and address of
Contractor] hereinafter called and referred to as “ The Contractor”), of the other part;
Whereas the Employer is desires that the Contractor execute ……………………………………
……………………………….[name and identification no of Contract] (hereinafter called and referred
to as “the Works”) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and remedying of any defects therein.
The Employer and the Contractor agree as follows:
1. In this agreement words and expression shall have the same meanings as are respectively assigned
to them in the contract hereinafter referred to.
2. In consideration of the payments to be made by the Employer to the Contractor as indicated in this
Agreement, the Contractor hereby covenants with the Employer to execute and complete the
Works and remedy any defects therein in conformity in all respects with the provisions of the
Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the execute and
complete the works and remedy any defects therein, the Contract Price or such other sum as may
become payable under the provisions of the contract at the times and in the manner prescribed by
the Contract.
In witness whereof the parties hereto have caused this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.
…………………………………………. ……………………………………….
Authorized Signature of Contractor Authorized Signature of Employer
COMMON SEAL COMMON SEAL
In the presence of:
Witness :
1. Name and NIC No …………………………………….
Signature ………………………………………………
Address ………………………………………………..
2. Name and NIC No ……………………………………..
Signature ………………………………………………
Address ………………………………………………...
20 | P a g e
FORM OF PERFORMANCE SECURITY (Unconditional)
DATE : …………………
NUMBER : ……………………………………
SUM GUARANTEED : ……………………….
To : …………………………………………………………………………………… [name of
Employer] (hereinafter called and referred to as “the Employer”) ………………………………
……………………………………………………………………………………………………...….…
……………………………………….[address of Employer]
WHEREAS ……………………………………………………………………………………
…………………………………………………………………...[name and address of Contractor]
(hereinafter called and referred to as “the Contractor”) has undertaken, in pursuance of contract No.
………… dated ……………… to execute …………………………………………….……. [name of
Contract ] (hereinafter called and referred to as “ the Contract”)
AND WHEREAS it has been stipulated by the Employer in the said Contract that the Contractor shall
furnish the Employer with a Guarantee issued by a recognized organization for the sum specified therein
as security for compliance with its obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Guarantee:
NOW THEREFORE we hereby affirm that we are Guarantor and responsible to you, on behalf of the
Contractor up to a total of Rupees ………………………………….. [amount of guarantee]
…………………………………………………………………………....... [amount in words] such sum
being payable in the type and proportions of currencies in which the Contract Price is payable, and we
undertake to pay the Employer, upon the Employer’s firs written demand and without cavil or objection,
any sum or sums within the said amount as aforesaid without the Employer’s needing to prove or to show
grounds or reasons for the Employer’s demand for the sum specified therein.
We hereby waive the necessity of the Employer’s demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between the
Employer and the Contractor shall in any way release us from any liability under this guarantee, and we
hereby waive notice or any such change, addition or modification.
This guarantee shall be valid until a date 28 days from the date of issue of the Taking Over Certificate by
CPSTL.
Signature and the Seal of the Guarantor : ……………………………………………………………
Name of the Organization : …………………………………………………………………………..
Address : ……………………………………………………………………………………………..
Date : ………………………….
Witness : …………………………..
21 | P a g e
FORM OF PERFORMANCE SECURITY (Unconditional)
DATE : …………………
NUMBER : ……………………………………
SUM GUARANTEED : ……………………….
To : …………………………………………………………………………………… [name of
Employer] (hereinafter called and referred to as “the Employer”) ………………………………
……………………………………………………………………………………………………...….…
……………………………………….[address of Employer]
WHEREAS ……………………………………………………………………………………
…………………………………………………………………...[name and address of Contractor]
(hereinafter called and referred to as “the Contractor”) has undertaken, in pursuance of contract No.
………… dated ……………… to execute …………………………………………….……. [name of
Contract ] (hereinafter called and referred to as “ the Contract”)
AND WHEREAS it has been stipulated by the Employer in the said Contract that the Contractor shall
furnish the Employer with a Guarantee issued by a recognized organization for the sum specified therein
as security for compliance with its obligation in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Guarantee:
NOW THEREFORE we hereby affirm that we are Guarantor and responsible to you, on behalf of the
Contractor up to a total of Rupees ………………………………….. [amount of guarantee]
…………………………………………………………………………....... [amount in words] such sum
being payable in the type and proportions of currencies in which the Contract Price is payable, and we
undertake to pay the Employer, upon the Employer’s firs written demand and without cavil or objection,
any sum or sums within the said amount as aforesaid without the Employer’s needing to prove or to show
grounds or reasons for the Employer’s demand for the sum specified therein.
We hereby waive the necessity of the Employer’s demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of the
Works to be performed there under or of any of the Contract documents which may be made between the
Employer and the Contractor shall in any way release us from any liability under this guarantee, and we
hereby waive notice or any such change, addition or modification.
This guarantee shall be valid until a date 28 days from the date of issue of the Taking Over Certificate by
CPSTL.
Signature and the Seal of the Guarantor : ……………………………………………………………
Name of the Organization : …………………………………………………………………………..
Address : ……………………………………………………………………………………………..
Date : ………………………….
Witness : …………………………..
22 | P a g e
SECTION – 3
CONDITIONS OF CONTRACT
Conditions of Contract applicable for this contract is that given in section -3 of the Standard Biding
Document for “Procurement of Works Design & Build Contracts”, CIDA Publication NO.
ICTAD/SBD/04, First Edition – May 2003, by the Construction Industry Development Authority
(CIDA), Savsiripaya, 123, Wijerama Mawatha, Colombo 7.
Conditions of Contract shall be read in conjunction with the Section – 05 Schedule, which shall take
precedence over the Conditions of Contract.
23 | P a g e
SECTION – 4
FORM OF BID
Name of Contract : Design, Supply, Installation and Commissioning of IP Based
Surveillance Solution at CPSTL, Oil Installation, Kolonnawa
To : Chairman,
Departmental Procurement Committee,
C/o Manager Procurement,
Ceylon Petroleum Storage Terminals Limited.
Gentlemen,
1. Having examined the Conditions of Contract given in the Standard Bidding Document –.
ICTAD/SBD/04, First Edition – May 2003, Section – 3 for “Condition of Contract” of
Standard Bidding Document for “Procurement of Works Design & Build Contracts”,
Schedule, Specifications, Drawings and Bills of Quantities and Addenda for the execution
of the above –named Works, We/I the undersigned, offer to execute and complete such
Works and remedy any defect therein in conformity with the aforesaid Conditions of
Contract, Schedule, Specifications, Drawings, Bill of Quantities and Addenda for the sum
of Sri Lankan Rupees ……………………………………………………………………..
……………………………………………………………………………………………...
…………………………………. (SL Rs…………..…………) or such other sums as may
be ascertained in accordance with the said Conditions.
2. We/I acknowledge that the Schedule forms part of our Bid.
3. We/I undertake, if our Bid is accepted, to commence the Works as stipulated in the
Schedule at Section -5 and to complete the whole of the Works comprised in the Contract
within the time stated in the Schedule at Section – 5.
4. We/I agree to abide by this Bid valid until …………. for the period of 91 days from the
date fixed for receiving or any extended period and it shall remain binding upon us and
may be accepted at any time before the expiration of the period.
5. Unless and until a formal Agreement is prepared and executed this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us/me.
6. We/I understand that you are not bound to accept the lowest or any Bid you may receive
Dated this ……… day of …….20 … in the capacity of ………… duly authorised to sign
tenders for and on behalf of ………………………………………………………………..
(IN BLOCK CAPITALS)
Signature : ……………………………………………………………
Address : ……………………………………………………………
Witness : ……………………………………………………………
24 | P a g e
SECTION – 5
SCHEDULE
This section shall be read in conjunction with Section – 1, Instruction to Bidders, & Section – 3,
Conditions of Contract, and it is intended to provide specific information in relation to
correspondence clauses in Section – 1 & Section – 3. Whenever there is a discrepancy, the
provisions in Section – 5, Schedule, shall supersede these Section – 1, Instruction to Bidders, &
Section – 3, Conditions of Contract.
ITB
Clause
Conditions
of Contract
Clause
Item Data
1. 1.1.2.2 Employer is: Name: Ceylon Petroleum Storage Terminals Limited
Address: Oil Installation, Kolonnawa, Wellampitiya.
1.1.2.4 Engineer is: Name: Deputy General Manager (Engineering &
Support Services),
Address: Ceylon Petroleum Storage Terminals
Limited,
Oil Installation,
Kolonnawa,
Sri Lanka.
Tel No: 0094-11-2572157
Fax No: 0094-11-2572157
1. &
13
1.1.5.8 Summary of
Works
The works consists of Design, Supply, Installation and
Commissioning of IP Based Surveillance Solution
integrated with RFID applications, linked with existing
SAP ERP system.
Located at: CPSTL, Oil Installation, Kolonnawa
Contract Name: Design, Supply, Installation and
Commissioning of IP Based
Surveillance Solution at CPSTL, Oil
Installation, Kolonnawa.
1.1.3.2 Start Date 28 days after the issue of letter of acceptance
1. 1.1.14 Time for
Completion
Time for Completion is 180 days from the start date.
2. Source of
Funds
The source of funds is CPSTL
3. Eligibility The requirement is;
CIDA EM 1 for Extra Low Voltage Installations.
Experience:
Experience in carrying out of design, supply, installation
and commissioning of IP Based Surveillance Solutions
including laying of signal and power cables and RFID
applications (At least 01 similar projects completed
within last 05 years) and shall be actively involved in the
field of design, supply and installation of IP Based
Surveillance Solutions.
25 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item
Data
7. 17 2.1 Pre Bid
Meeting and
Field visit
A Pre- Bid meeting together with a field visit will be
held as specified in the Invitation for Bid.
Bidders are requested, as far as possible, to submit any
questions in writing or by facsimile, to reach the
employer not later than one week before the meeting.
The bidders shall inform Premises and Engineering
Services Manager, Premises and Engineering Services
Function, CPSTL Oil Installation, , Kolonnawa (Tel.
011-2572157, Fax No. 011-2572157) at least 02 days -
in advance to the date of Pre Bid Meeting, with their
names, NIC Numbers/Passport Numbers so that the
CPSTL will arrange required permits for the site visit.
The bidders are advised to limit the number of persons,
for the visit, due to the security reasons, at the Oil
Installation Kolonnawa. Site visit will be permitted
during 0830 – 1600 hrs. except Sundays and mercantile
holidays. The cost of such visits shall be borne by the
bidder.
12. Documents
Comprising
the Bid
Documents to be submitted with the Bids
The bidders are required to submit the following
documents and information along with the bid. This
information will be critical for the evaluation of the offer
submitted. Lack of submission of all the requested
information shall be a reason for disqualification and
finally for rejection of the offer.
(a) Proposed Work Programme
The bidder is required to submit a detailed proposed
scope of work including sketches/drawings that the
bidder intend to perform under each category based
on the details given under the Section 6 -
“Contractor’s Scope of Supply” and “Contractor’s
Scope of Work and Specifications”. Also a bar chart
for the total project clearly indicating the various
phases of the contract including testing and
Commissioning, breakdown of manpower and
equipment and organization chart for the staff
allocated for this contract. The bidder is deemed to
be an expert in this field and shall include all the
activities necessary to be a complete proposal.
(b) Experience
Proof of experience of the bidder carried /carrying out
similar works of design, supply, installation and
commissioning of IP Based Surveillance Solutions
including laying of signal and power cables and RFID
applications within the last 05 years also to be
submitted. The information submitted shall include
26 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item Data
the clients names, contract name, telephone numbers, fax
numbers, year of completion, scope of work carried out
with relevant codes and standards, contract value and any
other relevant information, Bidder shall have successfully
completed at least 03 similar projects
(d) Details of the Items to be Supplied
Make and Manufacture of the Cables, Cameras,
Monitors and Equipment and other accessories to be
submitted with the Bid. All the items shall be in
accordance with the relevant IEC or British Standard.
The standard conformity certificates, catalogues and
Datasheet shall be submitted along with the bid.
(e) Schedule of Key Personnel
Bidder shall submit a schedule of Key Personnel
consisting the site staff. A full time site engineer B.Sc.
or equivalent qualified minimum 03years experience
and a technical officer NDT or equivalent qualified
with minimum five years of experience in installation
commissioning and testing of IP Based Surveillance
Solutions including laying of signal and power cables
shall supervise the site.
(f) Company information
I. Business registration certificate of the bidder
II. Company profile of the bidder
III. Letter of authority from the manufacturers,
empowering the bidder to represent the
software and equipment brands in Sri Lanka.
IV. ISO 9000 Certificate of the manufacturer and
Bidder.
13. 13.6 Price
adjustment
The Contract is not subject to price adjustment.
27. Evaluation
and
Comparison
of Bids
The following procedure will be used to apply the
preference for extended warranty.
Substantially responsive bids will be classified in to the
following groups
Group A B C
Warranty
Period
36 Months 48 Months 60 Months
or above
Preference
Percentage
Nil 2.5% 05%
For the purpose of evaluation and comparison of bids
only, an amount equal to the respective preference
percentage of the evaluated bid prices of the respective
bids will be deducted from the relevant evaluated bid
prices of bids classified in groups B and C.
27 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item Data
32. 4.2 Performance
Security
Amount of Performance Security is 10% of the Initial
Contract Price.
The form acceptable is Bank Guarantee from a
commercial bank operating in Sri Lanka with the valid
licence issued by the monitory board of Sri Lanka
(Central Bank of Sri Lanka).
8.3 Programme If any time should it appear to the Engineer that the
actual progress of the work does not conform to the
approved programme, the contractor shall produce, at the
request of the Engineer a revised programme showing
the modifications to the previously approved programme
necessary to ensure completion of the work within the
stipulated time of completion.
Failure on the part of the contractor to submit and obtain
approval for the revised programme may result in the
Engineer ordering an additional retention of 5% of the
immediate claim. The contractor shall be entitled to
release of the retention thus withheld from the next claim
on obtaining the approval of the Engineer for the
programme of work submitted to the Engineer.
Working Hours
i. Normal working hours of CPSTL from Monday to
Friday is from 7.30 hrs. to 16.45 hrs.
ii. In the work programme Saturday and Sunday also can
be considered as a working day by the contractor. But
to work on Saturday and Sunday the contractor is
required to obtain prior permission since the offices
are normally closed on Saturdays and Sundays.
iii. However, working on statutory holidays and after
16.45 hrs. on working days will not be permitted.
iv. Provided always that provision of iii shall not be
applicable in the case of any work which it is
customary to carry out, outside normal working hours
by rotary or double shifts.
8.4 Extension
of Time
No extension of time will be considered other than the
exceptional adverse weather condition or other special
circumstances of any kind whatsoever which may occur,
other than through a default of the contractor be such as
fairly to entitle the contractor to an extension of time for
the completion of the work.
The contractor shall, within fourteen (14) days after the
cause for delay has risen, deliver to the Engineer full and
detailed particulars of any claim to extension of time to
which he may consider himself entitled in order that
such claim may be investigated at the time. In the event
28 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item Data
of failure on the part of the contractor to act as stated
herein before shall be forfeited in extension of time for
the particular event.
8.7 Delay
Damages
The amount to be paid is 0.125% of Initial Contract
Price per day, subjected to maximum of 10% of Initial
Contract Price.
2.4 Employer’s
Claims
The period for Defect Notification is 365 calendar days
from Taking Over
14.4 Issue of
Interim
Payment
Certificates
Interim payments will be made on completion of each
category under the “Bill of Quantities” in Section -7
Interim Payments will be paid on the basis of 90% of the
value of work done. The balance 10% will be retained
until the successful completion and taking over the works
by CPSTL.
14.7 Payment of
Retention
Money
The amount of retention is 10% of the Interim Payment
Certified. The maximum amount of retention is 5% of the
Initial Contract Price.
14.4 Employer’s
Payment
Guarantee
Not Applicable
17.2 Contractor’s
Care of the
Works
Special Safety Conditions
i. The work/workers should conform to the Fire &
Safety rules and regulations of CPSTL and they
should wear safety belts when working at high
elevations.
ii. Before work of any nature is commenced in any area
it is necessary to obtain excavation permits, safety
certificates and if the work involves sparks or flames
also a fire permit from the Fire & Safety Function of
the CPSTL, Oil Installation, Kolonnawa depending
on nature of work. All precautions stipulated in
these documents must be observed by the contractor
and his employees. If the work cannot be completed
in the period for which these documents are valid the
work shall be discontinued until the documents have
been renewed.
iii. The Oil Installation, Kolonnawa is security restricted
area and all contractor’s personnel shall abide by the
security regulations prevailing and those which
might be enforced as and when necessary due to
changed circumstances.
29 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item Data
iv. All contractor’s personnel and their vehicles will be
required to obtain gate passes before enter in to the
Oil Installation, Kolonnawa. Those who possess
valid police clearance are eligible to obtain gate
passes.
v. The contractor shall, except if and so far as the
contract provides otherwise, indemnify the CPSTL
against all losses and claims in respect of injuries or
damage to any person or material or physical damage
to any property whatsoever which may arise out of or
in consequence of the execution and maintenance of
the works and against all claims, proceedings,
damages, costs, charges and expenses whatsoever in
respect of or in relation thereto except any
compensation or damages for or with respect to:
a. the permanent use or occupation of land by the
works or any part thereof;
b. the right of the CPSTL to execute the works or
any part thereof on, over, under, in or through
any land;
c. injuries or damage to persons or property which
are the unavoidable result of the execution or
maintenance of the works in accordance with the
contract;
d. injuries or damage to persons or property resulting
from any act or neglect of the CPSTL, his agent,
servants or other Contractors, not being employed
by the Contractor, or for or in respect of any
claims proceedings, damages, costs, charges and
expenses in respect thereof or in relation thereto or
where the injury or damage was contributed to by
the Contractor, his servants or agents such part of
the compensation as may be just and equitable
having regard to the extent of the responsibility of
the Employer, his servants or agents or other
contractors for the damage or injury.
vi. Only qualified persons shall perform electrical and
Extra Low Voltage (ELV) installations, repairs and
other related work.
vii. The first consideration for working on any electrical and
ELV system is to have the circuit positively de-
energized. All circuits and equipment must be
considered energized until opened, tagged and/or locked
according to an approved procedure and should be
proven de-energized by testing with an approved testing
device known to be in proper working order.
30 | P a g e
ITB
Clause
Conditions
of Contract
Clause
Item Data
viii. Qualified personnel performing such tasks as
electrical and ELV systems repairs, modifications,
and tests on energized electrical and ELV systems,
parts, and equipment need to comply with the
following:
a) Live parts to which personnel may be exposed
shall be de-energized before the personnel works
on or near them, unless demonstrated that de-
energizing introduces additional or increased
hazards or is infeasible due to equipment design
or operational limitations.
b) Work performed on energized electrical systems
and equipment may be done only if a supervisor
and/or safety professional and the personnel
performing the work determine that it can be
done safely.
c) Approval should be given for each job.
d) Sufficient protection in the form of insulated
tools and insulated protective equipment, such as
gloves, blankets, sleeves, mats, etc., shall be
used while working on energized circuits.
e) At least two personnel shall be present while the
work are being performed
ix. Contractor at his cost shall fully restore or replace
any damages to existing power distribution, Data,
PA, Firefighting or product pipe line systems
and/or associated components, equipment,
switchgears and cables etc. That may happen due
to breach of the contract, by negligence or by other
default of the Contractor, his agent or employees.
18.1 (a) Insurance
Cover
115% of Initial Contract Price.
18.1 (b) Contractor’s Responsibility.
18.2 Insurance cover to the amount of Rs. 5 Million for the
entire period of supply, installation and commissioning
work for the loss or damage to the properties of CPSTL
within the Oil Installation, Kolonnawa including feeder
cables before commencing the execution of the work
18.3 A copy of insurance policy for the workmen of the
contractor as per the Workmen Compensation Act shall
be forwarded to CPSTL prior to commencement of the
work.
32. 1.1.2.10 Adjudicator CPSTL does not propose any adjudicator.
19.2 Disputes In case of any dispute an Adjudicator shall be
appointed by the Appointing Authority who shall be the
Construction Industry Development Authority (CIDA).
31 | P a g e
SECTION – 6
SCOPE OF SUPPLY, SCOPE OF WORK
AND SPECIFICATION 6.1. Scope of Supply by CPSTL
6.1.1. CPSTL shall assist the contractor in identifying suitable camera mounting locations,
possible cable paths for excavation and cable laying
6.1.2. CPSTL shall release operational areas such as pump houses, filling gantries access roads
and tank yards etc., for IP Based Surveillance Solution (IPBSS) installation work in a
manner such that minimum disturbance to the operational activities of CPSTL.
6.1.3. Construction Utilities
6.1.3.1. Electricity and drinking water that would be supplied to the contractor to undertake
this work would be charged from the contractor per meter readings/ estimate. The
perspective contractor is required to indicate his requirements of power from the
CPSTL in his offer for evaluation purposes. Or the contractor shall arrange his own
source of electricity and water
6.1.3.2. The maximum available electrical power supply available to the contractor is
45kVA, 400V AC, 4 wire (TPN), 50Hz and will be subjected to following 05
conditions.
i. Electrical power supply will be provided by CPSTL on the request of the
Contractor and charge according to the applicable tariff system, or the
Contractor shall have to arrange his own power source.
ii. The Electrical Section of CPSTL will provide terminating point to feeding
cables through a suitable circuit isolating and interrupting devices such as a
circuit breaker or a switch fuse at convenient location, within 150 m from the
work site. This switch gears will remain the property of CPSTL and contractor
has no access to it.
iii. The maximum load that the CPSTL electrical section can feed will be63A, 3
Phases.
iv. Power supply will be energized after inspection by the Electrical Engineer of
CPSTL provided all requirements in clause 6.2.9 are satisfied.
v. CPSTL will reserve the right to disconnect the power supply to the contractor
without prior notice, if any of the foresaid conditions are violated.
6.1.4. CPSTL will obtain and provide necessary permission from Sri Lanka Railways for
excavation and laying of underground cable sleeves across the rail way tracks.
6.2. Contractor's Scope of Supply
IP Surveillance Cameras, Indoor/Outdoor Access Switches, Fiber Optic and UTP cables,
Monitoring stations, UPSs, Construction equipment, materials, consumables and other documents as
follows
6.2.1. Supply of construction equipment required for civil works such as Backhoes, welding
machines, air compressors, crane trucks, concrete mixtures and tools where necessary.
6.2.2. Supply of all testing and installation equipment such as UTP and Fiber optic cable testers,
and other instruments to perform necessary inspection and testing.
6.2.3. Supply of steel tape armored multi core fiber optic cables as per specifications 6.4. 15.1.
6.2.4. Supply of Category 6 U/UTP Ethernet cables. A per specifications 6.415.2
6.2.5. Supply of Pan, Tilt, Zoom (PTZ) type Dome Cameras as per specifications 6.4.1.
6.2.6. Supply of Fixed type cameras as per specifications 6.4.2 to 6.4.4.
6.2.7. Supply of monitoring and controlling workstations as per specifications 6.4.11.
6.2.8. Supply of Industrial grade LED monitors for viewing as per specifications 6.4.12.
6.2.9. Supply of Open API Based Video Management system as per specification 6.4.7 &6.4.8
6.2.10. Supply of Video storage system as per specifications. 6.4.10
32 | P a g e
6.2.11. Supply of UPS units as per specifications 6.4.14.
6.2.12. Supply of Joystick Control Panels for monitoring and control stations as per specifications 6.4.13
6.2.13. Supply of poles for mounting cameras as per specification 6.4.5
6.2.14. Supply of mounting brackets for mounting monitors.
6.2.15. Supply of access switches, fiber optic to UTP media converters and mounting racks as per
the system requirements
6.2.16. Supply of switchgears and cables etc required for providing power supply for cameras,
Access switches, work stations, monitors and UPS units
6.2.17. Supply of workstation tables and chairs for monitoring and controlling
6.2.18. Supply of PVC pipes to install fiber optic and Ethernet cables in the field.
6.2.19. Supply of surge protection system to protect cameras, access switches, media converters,
NAS storage equipment, work stations, monitors and UPS units from surge voltages in
both power and data lines.
6.2.20. Supply of earth grounding system as per specifications.
6.2.21. Supply of construction materials to construct manholes along the cable routes. Supply of
sand for back filling, cable tiles and warning tapes.
6.2.22. Construction/preparation of control room for monitoring and control of the IP
Surveillance system
6.2.23. Successful bidder shall submit insurance cover as per "Schedule" under Section - 05 of
this bidding document.
6.2.24. Construction Utilities.
i. Contractor shall use his own feeder cables and temporary power distribution
board sufficiently rated to power the equipment and machinery used at site.
conforming to CEB regulations in consultation I supervision of Electrical
Engineer of CPSTL
ii. Contractor's power distribution board should consist of adequate over current
and earth leakage protective devices for safety of men and machinery.
iii. Contractor shall install the feeder cables from the metering point up to the
temporary power distribution board as per the instruction & approval of the
CPSTL Electrical Engineer.
iv. It is the responsibility of the contractor to maintain his switch gear and cable
network in good condition, so as to provide, complete safety to men and
machinery.
v. The whole electrical installation of the contractor should conform to IET wiring
regulations (17thEdition) published by the Institution of Engineering and
Technology (IET), London.
6.2.25. Excavation across the roads to install the cable sleeves must be planned that there will be
minimum interruption to the operational activities. Temporary means of transportation to
heavy vehicles over the excavated trenches shall be provided using thick steel plates.
6.2.26. Excavation may include demolishing and removing any loose rock, hard strata, tree roots,
brick or rubble walls, concrete floors and other encountered artificial obstacles.
6.2.27. Contractor shall remove all surplus excavated materials, spoil and level the site properly
clean and evenly graded before the commissioning and handing over.
6.2.28. Contactor shall make good and finish the affected infrastructure to the original state, after
completion of the underground cable installation work, in order to issue the take over
certificate.
6.2.29. Installation of the cables and equipment shall be arranged that there will be minimum
disturbance to the operations. Contractor may have to arrange work during non-
operational hours.
33 | P a g e
6.3. Contractor's Scope of Work
6.3.1. Contractor shall submit a comprehensive proposal with the bid to cater the requirements
mentioned in scope of work and specifications. The scope of work and specifications
listed are the minimum requirements expected. Contractor shall include in his proposal,
the systems, equipment, instruments and methodologies which he deems that shall
incorporate to improve the quality and effectiveness of the IPBSS system.
6.3.2. Contractor shall specify the reference standards followed for the design
6.3.3. Contractor shall decommission and remove the existing CCTV system installed at Oil
Installation Kolonnawa, All the removed items shall be separately categorized, packed in
corrugated carton boxes, labeled and transport to the main stores Kolonnawa.
6.3.4. Inspection of the proposed camera locations, access switch locations and Control and
Monitoring work station locations.
6.3.5. Identification of the cable routes for the cameras, access switches and control and
monitoring stations
6.3.6. Identification of locations to install cable sleeves.
6.3.7. Identification of power supply switchgear mounting locations and cable routes.
6.3.8. Make and manufacture of Cameras, Video Storage equipment, Access switches. Media
Converters, Fiber optic cables, UTP cables, UPS units, Surge protection units,
switchgears, power Cables and other accessories to be submitted with the bid. (All
equipment to be in accordance with the relevant IEC or British standard)
6.3.9. Test certificates and certificates of conformity with BS/EN/I EC standards for all the
cables and equipment shall be submitted to the approval of the engineer before delivering
to the site.
6.3.10. After Installation of Fiber and Category 6 Cable each and every cable run should certified
industry recognized tester to complied with EIA/TIA or ISO Standards
6.3.11. General layout of finalized location of cameras, access switches, Control and monitoring
stations, monitoring stations, data and power supply cable routes shall be submitted to the
approval of the engineer before proceeding with installation work.
6.3.12. Construction drawings of cable sleeves and mounting poles shall be submitted to the
approval of the engineer before proceeding with the construction work.
6.3.13. Supply and Install Cable Network
i. Contractor shall draft a final cable network layout indicating the Fiber Optic cable
routes, UTP Ethernet cable routes and power cable routes. Contractor shall ensure
maximum utility of the existing fiber optic cable duct in his proposal. A sketch
of the existing cable ducts can be referred during the site visit.
ii. Contractor shall obtain approval for the final cable network layout prior to
commencing the installation.
iii. All the cable in the field shall be installed underground cable ducting.
iv. Where necessary, the ducting shall be, a 4” diameter, Type 1000 PVC pipe buried at
a suitable depth.
v. Contractor shall use existing man holes for maintenance access of the cable.
vi. A sand bedding of 100mm thick from the top surface of the PVC pipe shall be
provided.
vii. Concrete cable tiles marked as “IPSS cables” shall be laid on top of the sand
bedding.
viii. A black and yellow warning tape shall be laid on top of the cable tile.
ix. The trenches shall be back filled and compacted to the finished surface of the
pavement using hand compactor.
x. Contractor shall make good of the damaged pavements, concrete yards and roads
due to excavation.
xi. All the outdoor cables shall be armored type.
xii. Steel conduits shall be used at outdoor locations where un-armored cables are
required to be used.
34 | P a g e
xiii. Fiber Optic cable installation shall be done by qualified personnel only.
xiv. The cable duct shall be designed with necessary bending radii to install Fiber Optic
Cables.
xv. Contractor shall make necessary arrangements to protect the Fiber Optic cables
while in storage and using at site.
xvi. Petroleum based waste may present in the environment and the supplied Fiber Optic
cables shall be able to withstand satisfactorily in such conditions.
xvii. Cables inside the buildings except gantries and pump houses shall be routed through
white color PVC casings.
xviii. Cables inside the gantries and pump houses shall be routed through Steel conduits.
xix. Contractor shall measure the required cable length in the site before start laying.
xx. No cable joints are allowed.
xxi. The data cable network shall be tested for 1000Mbps speed using a certification
tester that the system is installed complying with latest TIA and ISO standards for a
Category 6 network. All test readings shall be recorded and handed over to
Engineer.
6.3.14. Supply and Install IP Surveillances Cameras.
i. Contractor shall provide a schedule of cameras to be used at proposed locations in IP
Surveillance layout drawing, with their specifications. The specifications shall satisfy
the minimum requirements mentioned in the bidding documents. The proposed
cameras shall be able to provide a clear view of the locations mentioned in the
camera layout in all weather conditions during day time and night time
ii. Installation shall be done after obtaining the approval for the schedule of cameras.
iii. Contractor shall design supply and install suitable mounting poles and brackets for IP
Surveillance cameras.
iv. Contractor shall install, test and commission the IP Surveillance cameras.
6.3.15. Supply and Install Video Storage System.
i. Contractor shall design, supply and install, test and commission a Video Storage
system
ii. Assisted Storage which is capable of retaining a recording of 45 days at 15 FPS in 2
Megapixel (minimum) image for all the cameras.
iii. Bidders must propose a storage solution which can cater to meet both the
performance requirements of live video data, and scalability requirements of long
term video archival. The storage solution should have a good balance between
economics of scale and performance.
iv. Contractor shall supply and install, test and commission all the software’s Firm
wares and user license to operate the system.
6.3.16. Supply and Install Client Viewing Stations.
i. Contractor shall design, supply and install, test and commission two Client viewing
stations at two (02) separate locations specified by engineer.
ii. Each stations shall have 46" full HD LED monitor and joystick control panel.
6.3.17. Construction/Preparation of Control Room.
i. A control room shall be constructed/prepared to house the main control & monitoring
station and the video storage supplied. The location will be inside the security
manager's Office, Oil installation, Kolonnawa
ii. Internal Electrical, Air Conditioning, Data, telephone and IP Surveillance system shall
be designed, supplied and installed, tested and commissioned by the contractor.
iii. The design shall incorporate Two (02) control and monitoring stations for security and
operational functions.
iv. Required Raised Floor, Cable Ladder and Earthing requirement should address with
the Control room design.
35 | P a g e
v. Contractor shall provide 3D Layout drawing with proposal to validate interior view of
control room.
6.3.18. Access Switches and Fiber Optic Media Converters.
i. Contractor shall design for supply and install, test and commission required access
switches and Fiber Optic to UTP media converters required for the IP Surveillance
network
ii. Contractor shall supply and install the required mounting racks, enclosures, patch
panels, cable management systems and power supply system for the proposed access
switches and media converters.
6.3.19. UPS units.
i. Contractor shall select, supply and install, test and commission required UPS units to
power the Video storage, Work Stations, Access switches and Cameras
ii. Contractor shall supply and install the required power supply system for UPS units.
6.3.20. Surge Protection System
i. Contractor shall design for supply and install, test and commission required surge
protection system
ii. The surge protection system shall cover all the equipment for lightning and high
voltage surges coming through power supply network and Data network.
iii. Contractor shall design supply and install earth grounding system.
6.3.21. Integration of Radio Frequency Identification (RFID) System
i. Scope of supply and work
Design, Supply, installation, Testing and commissioning of RFID based employee
attendance system at Kolonnawa Terminal, Where, a proximity card shall be used for
employee identification. The proposed RFID system shall be integrated with the proposed
IP based surveillance system to capture the video outputs from relevant CCTV cameras
located in the RFID coverage areas.
ii. Integration of the attendance system with the existing SAP system, Implementation of
the RFID system at Muthurajawela Terminal and Bulk Depots shall be completed in
second stage.
iii. RFID coverage areas for stage hall be designed as follows.
a) Main Entrance.
b) Back Gate Entrance
iv. Total number of employees at Kolonnawa: 1,800 Visitors: 200
v. RFID system for the Oil Installation Kolonnawa shall be implemented in the first
stage. Only the Provisions shall be provided to accommodate the RFID system for
Muthurajawela Terminal and all the Bulk Depots located in all over the island
(Located at: Magalle, Matara, Peradeniya, Sarasavi Uyana, Kotagala, Haoutale,
Badulla, Kurunagala, Anuradhapura, Batticaloa, Kankasanthurai). Implementation of
the RFID system for above locations is not covered under the scope of this bidding
document.
vi. Contractor shall design the above system properly and submit a complete proposal
along with the technical bid.
vii. Required Features
a) Accurate and automatic capture and transfer of real time attendance data to
existing payroll system in oracle database server. The system shall be capable of
recording the attendance details of employees coming by foot and by vehicles.
Bidder shall propose the suitable methodology for this process in his technical
bid.
b) The system should have separate password protected logging facility for each
function and its sub functions to view and getting reports of their employees.
36 | P a g e
c) The system should be able to detect employees who carrying a Proximity ID
card belong to any other employee or fake cards by comparing the face
recognizes by the CCTV camera and the face images saved in the database.
Bidder shall propose suitable gateway system in his technical bid. The gateway
system shall allow entry to the employee only after verifying identity. The
gateway system (including gates, barriers, all active and passive equipment and
the civil structures where necessary) shall be proposed and constructed by the
contractor.
d) Registration Capacity shall be expandable up to 6000 personnel and the system
& its components shall be designed accordingly.
e) Full-Proof security and prevent un-authorized access.
f) Provision to collect data from the RFID reader through USB Port in case of any
network failure.
g) The system shall be programmable for shift timings with required grace timings
h) The storage capacities shall be designed to record all personnel movements with
videos through the RFID coverage areas for a period of 30 days.
i) Appropriate alarm / error message indications in case of acceptance and
rejection of invalid ID cards.
j) Existing Local Area Network (LAN) shall be used for the proposed system.
k) Remote Administration facility for RFID readers in terms of Setting Date, Time,
Data storage information etc.
l) Black Listing facility.
m) RFID readers’ health information at Central Server Screen in terms of
Connectivity and working status of readers.
n) Raw data so acquired to be saved daily in a file, well protected so that no
manipulation is possible.
o) Upon collection of raw data it should be able to split it in identical groups
defined by CPSTL. Provision shall be provided for 30 nos of such groups and
user terminals with required hardware and software shall be provided at each
location to access data through existing LAN.
p) Software should be in Graphical User Interface (GUI) in user friendly
environment.
q) Generating of Reports as per CPSTL requirement.
6.3.22. Contractor shall carryout testing and commissioning of the complete system
6.3.23. Contractor shall provide training for CPSTL staff to on trouble-shooting, maintenance
and operation of the system. The training shall cover the engineering training and operator
training for the system offered.
6.3.24. Contactor shall enter comprehensive annual maintenance agreement including required
manufacture recommended spares, with CPSTL after the warranty period is expired. The
charges for such maintenance agreement shall be provided.
37 | P a g e
6.4. Minimum Technical Specifications The technical specifications listed below are a guide to the bidder to design the system proposed.
Bidder shall not be limited to the specifications mentioned. The proposed system shall be
acceptable with the quality expected in the minimum technical specifications.
6.4.1. Outdoor Speed Dome PTZ IP Camera
# Item Description Minimum Required Specifications
1 Camera Type True IP, High Performance, Day & Night Color Weather Proof
Dome Camera
2 Imaging Device Progressive Scan CMOS/CCD
3 Shutter Speed 1/25000 to 1/2 s or better
4 Resolution 1920x1080 (HDTV 1080p)
5 Video compression H.264, Motion JPEG
6 Lens Auto Iris, Auto Focus or better, Programmable Focus Control
7
Min Obtainable Field of
View
Bidder to decide to fulfill CPSTL requirement
8 Video Streaming Multiple and individually configurable video streams in H.264
and MPEG
9 Additional Stream Event / Metadata
10 Minimum Illumination Color Mode: 0.5 lux , B/W Mode : 0.04 lux
11 Frame Rate Up to 25/30 fps
12 WDR Wide Dynamic Range 90dB or better
13 Back Light Compensation Automatic, Manual
14 White Balance Automatic, Manual
15
Electronic Image
stabilization Automatic, Manual
16 Pan 360° Continuous Pan Rotation
17 Tilt Tilt Range 180°
18 Zoom 30x optical zoom and 12x digital
19 Pan/Tilt Speed Pan : 0.2°/s–340°/s Tilt 0.2°/s–340°/s
20 Power Power over Ethernet (PoE)
21 Enclosure Outdoor Weatherproof (IP66-, IK10- and/or NEMA 4X-rated)
22 Warranty 03 Years manufacturer’s warranty and Support
23 Certificates Certificates conforming to relevant latest EN/UL/IEC
24
MTBF (Meantime
Between Failure) 90,000 hours or better
25
Environmental
Compliances RoHS/REACH/EICC
26 Brand & Model Should be brand from a reputed company with local presence.
27 Country of Origin European, USA or Japan
28 Country of Manufacture /
Assembled
European, USA or Japan
38 | P a g e
6.4.2. Explosion Proof Fixed IP Camera
# Item Description Minimum Required Specifications
1 Camera Type True IP, High Performance, Day & Night Color
Explosion Proof Dome Camera
2 Imaging Device Progressive Scan CMOS/CCD
3 Shutter Speed 1/25000 to 1/2S or better
4 Resolution 1920x1080 (HDTV 1080p)
5 Video compression H.264, Motion JPEG
6 Lens Auto Iris, Auto Focus (4.9mm to 80mm) or better
7 Video streaming Multiple and individually configurable video
streams in H.264 and MJPEG
8 Min Obtainable Field of
View
H: 50-1.5 Degrees or better
V: 30-1 Degrees or better
9 Day and Night Automatically removable IR-cut filter
10 Minimum Illumination Color Mode: 0.5 lux , B/W Mode : 0.04 lux or
better
11 Frame Rate Up to 25/30 fps
12 WDR Wide Dynamic Range 90 dB or better
13 Back Light Compensation Automatic, Manual
14 White Balance Automatic, Manual
15 Zoom 15x optical zoom and 12x digital
16 Power Power over Ethernet (PoE)
17 Enclosure Outdoor Explosion proof (IP66-, IK10- and/or
NEMA 4X-rated, Ex-d)
18 Warranty 03 Years Manufacturer’s Warranty and Support
19 Certificates Certificates conforming to relevant latest
EN/UL/IEC/ATEX/IECEx
20 Area Classification As per EN/IEC Conformity
Type of protection: d (flame proof)
Gas group: IIB
Temperature class: T4
21 MTBF (Meantime Between
Failure)
90,000 hours or better
22 Environmental Compliances RoHS/REACH/EICC
23 Brand & Model Should be brand from a reputed company with local
presence.
24 Country of Origin European, USA or Japan
25 Country of Manufacture /
Assembled
European, USA or Japan
39 | P a g e
6.4.3. FixedLens Indoor Dome Camera
# Item Description Minimum Required Specifications
1 Camera Type True IP, High Performance, Day & Night Color
Indoor Fixed Camera
2 Imaging Device Progressive Scan CMOS/CCD
3 Shutter Speed 1/25000 to 1/2S or better
4 Resolution 1920x1080 (HDTV 1080p)
5 Video compression H.264, Motion JPEG
6 Lens Fixed Iris, Fixed Focus (2.8mm) or better
7 Video streaming Multiple and individually configurable video
streams in H.264 and MJPEG
8 Min Obtainable Field of
View
H: 100 Degrees or better
V: 50 Degrees or better
9 Day and Night Automatically removable IR-cut filter
10 Minimum Illumination Color Mode: 0.5 lux , B/W Mode : 0.04 lux
11 Frame Rate Up to 25/30 fps
12 WDR Wide Dynamic Range 90 dB or better
13 Back Light Compensation Automatic, Manual
14 White Balance Automatic, Manual
15 Power Power over Ethernet (PoE)
16 Enclosure Outdoor Weatherproof (IP56-, IK08- and/or NEMA
4X-rated)
17 Warranty 03 Years Manufacturer’s Warranty and Support
18 Certificates Certificates conforming to relevant latest
EN/UL/IEC
19 MTBF (Meantime Between
Failure)
90,000 hours or better
20 Environmental Compliances RoHS/REACH/EICC
21 Brand & Model Should be brand from a reputed company with local
presence.
22 Country of Origin European, USA or Japan
23 Country of Manufacture /
Assembled
European, USA or Japan
40 | P a g e
6.4.4. Fixed Dome Outdoor Camera
# Item Description Minimum Required Specifications
1 Camera Type True IP, High Performance, Day & Night Color
Weather Proof Dome Camera
2 Imaging Device Progressive Scan CMOS/CCD
3 Shutter Speed 1/25000 to 1/2S or better
4 Resolution 1920x1080 (HDTV 1080p)
5 Video compression H.264, Motion JPEG
6 Lens Fixed Iris, Fixed Focus (2.8mm) or better
7 Video streaming Multiple and individually configurable video
streams in H.264 and MJPEG
8 Min Obtainable Field of
View
H: 110Degrees or better
V: 50Degrees or better
9 Day and Night Automatically removable IR-cut filter
10 Minimum Illumination Color Mode: 0.5 lux , B/W Mode : 0.04 lux ,
11 Frame Rate Up to 25/30 fps
12 WDR Wide Dynamic Range 90dB or better
13 Back Light Compensation Automatic, Manual
14 White Balance Automatic, Manual
15 Power Power over Ethernet (PoE)
16 Enclosure Outdoor Weatherproof (IP66-, IK10- and/or NEMA
4X-rated)
17 Warranty 03 Years Manufacturer’s Warranty and Support
18 Certificates Certificates conforming to relevant latest
EN/UL/IEC
19 MTBF (Meantime Between
Failure)
90,000 hours or better
20 Environmental Compliances RoHS/REACH/EICC
21 Brand & Model Should be brand from a reputed company with local
presence.
22 Country of Origin European, USA or Japan
23 Country of Manufacture /
Assembled
European, USA or Japan
6.4.5. Typical Camera Poles for External Camera
# Item Description Minimum Requirement
1 Height As per the location should varies from 3.5M to 6M Height
2 Surge Protection should install to minimize the lightning related damages
3 Pole Diameter 110mm minimum hot dipped galvanized for ASTM
A123/A123M or better
4 Pole Mounting Box Pole mounting bracket and tie raps
Mounting based Pre-Cast or fabricated Should be minimum 1m below the
ground level
Earthing The camera pole shall be properly earthed to below 3 Ohms
41 | P a g e
6.4.6. Power Over Ethernet Switches/Injectors
# Item Description Minimum Required Specifications
1 Type Power Over Ethernet Switch
2 I/O ports and slots Number of I/O Ports and slots shall be decided by the bidder to
support the number of cameras to be connected including 25%
spare slots.
The ports shall be 10/100/1000MBPS or 10/100 MBPS as
required by the field devices and cameras, auto detect and select
Number of access switches shall be decided to satisfy above
requirement and field conditions.
3 Configuration of Ports The I/O ports shall support fiber optic or Category 6 UTP medias
as per the design requirements. Suitable media convertors shall
be used if required.
4 Maximum Frames per
Second
30 Frames Per Second
5 Power AC 230V, 50Hz
6 Warranty 3 Years Manufacturer’s Warranty and Support
7 Certificates Certificates conforming to relevant latest IEEE, EN/IEC
standards or equivalent
8 Brand & Model Should be brand from a reputed company with local presence.
9 Country of Origin European, USA or Japan
10 Country of Manufacture /
Assembled
European, USA or Japan
6.4.7. Video Management Software
# Item Description Minimum Requirement
1 SYSTEM DESCRIPTION
1.1
Enterprise Class Software The Video Management System (VMS) specified shall be an
enterprise class client / server based IP video security
solution that provides seamless management of digital video,
audio and data across an IP network.
1.2 Fully distributed Centralized
Management.
The Video Management System shall be a fully distributed
solution with centralized management, designed for limitless
multi-site and multiple server installations requiring 24/7
surveillance with support for devices from different vendors.
1.3 Multivendor Support VMS shall already support IP cameras from major vendors.
Bidders shall clearly list in their proposal the brands and
models already integrated into VMS.
1.4 Integration Capability The VMS shall be capability to integrate with a Physical
Security Information Management (PSIM) System and the
existing SAP ERP system
1.5 Centralized Recording The VMS system shall enable recording to be done at the
aggregation sites and shall allow the Command & Control
center to import selected video’s on demand.
1.6 Any Video Wall Integration VMS shall be open to any video wall system integration
1.7 Video Retention The VMS shall record and store a minimum of Forty Five
(45) days at full resolution of video images from all cameras
as well as the historical data of system activities.
1.8 User Friendly Interface The VMS must be user friendly and shall require only
minimum training to allow an operator to perform his daily
routine with minimum supervision.
42 | P a g e
1.9 System Monitoring Software shall also provide the ability to monitor system
status events. Systems alarms, switching functions, sequence
events, keyboard actions, and video loss information.
1.10 Multicast and multi-streaming
support
The Video Management System software shall include
multicast and multi-streaming support.
2 SYSTEM ARCHITECTURE
2.1 Centralized Management The Video Management System shall offer centralized
management of all devices, Recording servers and users and
must empower a flexible rule-based system driven by
schedules and events.
2.2 Client – Server Architecture The VMS system shall be a scalable client – server
architecture built using well known operating systems
2.3 Dedicated Hardware The VMS and Recording server shall be provided separately,
each on a dedicated hardware server platform. The proposed
hardware specification for the server must be sufficient to
ensure stable operation.
2.4 Disk Storage The system server shall complete with adequate disk storage
to service the total system requirements and shall be of an
industrial standard type, having proven record in similar
applications.
2.5 Automatic Model Detection The VMS management server shall be able to intelligently
scan an IP network for new devices (cameras or servers)
along with automatic model detection.
2.6 Fully Integrated Matrix
functionality
The VMS shall incorporate fully integrated Matrix
functionality for distributed viewing of any camera in the
system from any computer with the Video Client Viewer or
Matrix Monitor application installed.
2.7 Graphical Central Alarm
Management
The VMS shall include support for a graphical Central Alarm
Management. The alarm management shall allow for the
continuous monitoring of the operational status and event-
triggered alarms from system servers, cameras and other
external devices.
2.8 Stand-alone Viewer application The VMS shall include a stand-alone Viewer application to
be included with video exported from the Video client viewer
application. The Viewer application shall allow recipients of
the video to browse and play back the exported video without
installing separate software on their computers.
2.9 Active Directory Integration The VMS shall include support for Active Directory to allow
users to be added to the system. Use of Active Directory
shall require that a server running Active Directory, acting as
a domain controller, be available on the network.
2.10 Automatic Active Recording
Based on Events
The camera feature can be an integral part of camera or a part
of camera server. The features shall be user configurable for
each camera. It shall be possible to activate recordings
automatically based on events generated by video analytics.
These events shall also be logged and suitably alarmed on the
monitors.
3.0 SURVEILLANCE SYSTEM SERVER
3.1 Standard Servers and Storage
technologies
VMS shall be installed on Standard Servers and storage
technologies.
3.2 Multi Process Servers The VMS system shall be compatible to single and multiple
processor servers. The server processor & hardware shall be
optimized in all cases.
3.3 OS Support
The Video Management System shall support Latest
Microsoft Windows operating system
3.4 Multiple Camera Support The VMS shall allow for up to 100 cameras or other devices
to be connected to each Recording Server and additional
43 | P a g e
Recording Servers to be connected to a single master
Recording Server across multiple sites. The system shall
support any combination of master and slave servers to
provide flexibility and scalability in the overall system
configuration.
3.5 Recording Support through
Multiple Networks
The Surveillance System Server shall support the use of
separate networks, VLANs or switches for connecting the
cameras to the Recording Servers to provide physical
network separation from the clients and facilitate the use of
static IP addresses for the devices.
3.6 Compression Format The Surveillance System Server shall support H.264, MPEG-
4 (both ASP and SP), and MJPEG compression formats for
the video stream from all devices including analog cameras
connected to encoders, DVRs, and IP cameras connected to
the system.
3.7 Optimized Multi-Streaming Multi-stream Support - The Surveillance System Server shall
support H.264 / MPEG-4 / MJPEG bandwidth optimized
multi-streaming.
3.8 ONVIF Standards The VMS shall support interoperability with IP camera
standards including, at a minimum, the Open Network Video
Interface Forum (ONVIF).
3.9 USB Communications The VMS recording servers shall support interface to
cameras with universal serial bus (USB) communications.
3.10 Two Independent Streams Multi-stream should support two independent streams from a
camera to the recording server with different resolutions,
encodings and frame rates, dependent on camera capabilities.
3.11 Live viewing with different
properties
Multi-live streaming shall define multiple streams for live
viewing with different properties.
3.12 Video Security System shall ensure that once recorded, video cannot be
altered.
3.13 Warranty 3 Years Manufacturer’s Warranty and Support
3.14 Country of Origin/Manufacture
/ Assembled
European, USA or Japan
4.0 FIREWALL REQUIREMENT:
4.1 Firewall Support Bidder shall submit the propsal with a suitable fire wall for
security.
5.0 REDUNDANCY:
5.1 Server Clustering The system shall allow the management server to be installed
on multiple servers within a cluster of servers ensuring that
another server in the cluster automatically takes over in case
the first server fails
5.2 High Availability on Recording
Server
The Video Management System shall support high
availability of recording servers. A failover option shall
provide standby support for recording servers with automatic
synchronization to ensure maximum uptime and minimum
risk of lost data.
5.3 Transferring Locally Recorded Video
In case of Network Failover, the video should be able to
locally store on the Camera, once the network is established
the stored video should be able to synchronize with the
central storage system
6.0 SOFTWARE DEVELOPMENT KIT (SDK)
6.1 Documented Software
Development Kit The VMS shall provide a documented Software Development Kit
(SDK) to allow integration with other application software.
6.2 Comprehensive Library of
Reusable Software Components
The SDK shall provide a comprehensive library of reusable
software components that can be used by other software
applications to integrate a wide range of IP video devices under a
single object API.
44 | P a g e
6.3 Access Password Protection The SDK shall be access password protected and shall be accessible
from all .Net programming languages.
7.0 ALARM MANAGEMENT & MONITORING
7.1 Single Alarm Stack The system shall maintain a single alarm stack for the
complete system, which shall include events received from
other system, or events detected by video analytics, network
loss, video loss etc. It shall be possible to assign priorities to
alarms. System shall maintain audit trail for alarms and
actions taken by users in response to alarm shall be recorded
and made available for audit.
8.0 CLIENT WORKSTATION FUNCTIONALITIES:
8.1
Seamless Operation
Server software shall allow the clients seamless operation of
all cameras regardless of the actual connection to different
recording servers. Software shall allow the client applications
to interact with all the camera/database servers
simultaneously and allow simultaneous display of live
video/recorded video regardless of the zone in which the
client is connected.
8.2 Define Priority Based Camera
Control
It shall be possible to define priority based camera control
rights for each camera or a group of cameras. The users shall
be defined on a hierarchical basis with a minimum of three
levels. A higher priority user can take control of camera
being controlled by a lower priority' user. In addition the user
shall have facility to request access of any camera and the
existing situation permits the user shall be to control the
camera.
8.3 On Screen Control On screen controls shall be provided to achieve remote
operation i.e. PTZ operation of cameras.
8.4 View Live Video of Camera It shall be possible to view live video from cameras on the
surveillance system
8.5 Client Viewer Application To access views of cameras on any PC with a client viewer
application installed.
8.6 Displaying Different Views
Simultaneously
Use multiple screens as well as floating windows for
displaying different views simultaneously.
8.7 View on Single Camera
Position
View images from several cameras in sequence in a single
camera position in a view – a so called carousel.
8.8 Greater Magnification View video from selected cameras in greater magnification
and/or higher quality in a designated hotspot.
8.9 Matrix Functionality Receive and send video through the matrix functionality,
control PTZ cameras.
8.10 Digital Zoom Use digital zoom on live as well as recorded video.
8.11 manually triggered events To activate manually triggered events.
8.12 Sequences with Detected
motion Get quick overview of sequences with detected motion.
8.13 Alerts Get quick overviews of alerts.
The operator shall have the ability to use digital zoom where
the zooming is performed in the image only on any number
of cameras simultaneously. This functionality shall be the
default for fixed cameras. The use of digital zoom shall have
no effect on recording, or other users.
8.14 Systems Operation Station It is a requirement that all user actions on the system
Operator Station be recorded in a log file along with the
Security System or Control System’s actions. User actions
include:
8.15 Manual recording and
configuration
Interventions such as manual recording and configuration
setting changes.
8.16 Video replayed & exported Cameras viewed, Video replayed, Video exported, Cameras
45 | P a g e
pan/tilt/zoomed and preset switching.
8.17 Video Wall It shall be possible for operators to manually set video wall to
presets and set a video wall monitor to show specific
cameras.
8.18 Dynamic Control The supervisor client shall be provided with dynamic control
of the layout of the video wall, and content shall easily be
added by dragging and dropping cameras into view positions
on the video wall.
8.19 History of Status This log must also contain a history of the status of the
system components. It shall list the status of all cameras,
servers and other system components including when they
were disabled or foiled.
8.20 Warranty 3 Years Manufacturer’s Warranty and Support
8.21 Country of Origin/ Manufacture
/ Assembled
European, USA or Japan
9.0 PLAYBACK & EXPORT
9.1 Playback Simultaneously It shall be possible to playback cameras simultaneously on
the surveillance system, with a selection of advanced
navigation tools, including an intuitive timeline browser.
9.2 Motion Events The Client shall support search of recorded video for motion
event in user-specified areas of a camera image
9.3 Capture/Export Video from the
workstation
The VMS shall allow the operator to capture / Export video
from the workstation. The recording shall be captured in a
standard format, such as AVI, so as to allow playback using
Windows Media Player.
9.4 Shall Provide Fast Evidence The Video Management System software shall provide fast
evidence export by exporting in video to various formats,
including video from multiple cameras in encrypted native
database format with an included viewer.
10.0 Warranty and Support 3 Year manufacturer’s warranty &support
6.4.8. Video Management Server
# Item Description Minimum Requirement
1 Video Management Server Bidder shall provide a comprehensive proposal on the
Video Management Server offered. The details of
Form Factor, the Processor, Memory, Power Supply,
PCI Slots, OS Support, Hard Disk etc. Shall be given.
The Items shall comply with the latest standards and
technology.
2 Warranty 3 Year manufacturer’s warranty & support
3 Brand & Model Should be brand from a reputed company with local
presence.
4 Country of Origin European, USA or Japan
5 Country of Manufacture / Assembled European, USA or Japan
46 | P a g e
6.4.9. Video Recording Server
# Item Description Minimum Requirement
1 Video Management Server Bidder shall provide a comprehensive proposal on the
Video Recording Server offered. The details of Form
Factor, the Processor, Memory, Power Supply, PCI
Slots, OS Support, Hard Disk etc. Shall be given. The
Items shall comply with the latest standards and
technology.
2 Warranty 3 Year manufacturer’s warranty & support
4 Brand & Model Should be brand from a reputed company with local
presence.
5 Country of Origin European, USA or Japan
6 Country of Manufacture / Assembled European, USA or Japan
6.4.10. Storage for Video Data
The proposed storage solution must be validated and certified by the video management system vender.
It is the sole responsibility of the bidder to study the below requirements and offer a complete storage
solution meeting the minimum specifications.
# Item Description Minimum Requirement
1 Storage for Video Data Following shall be addressed in the proposal for
storage for video Data
Redundancy and availability of the system,
Drive Support
Dedicated storage cache for Live& archive videos
data,
Storage Capacity requirement for Live& archive
videos data,
Storage connectivity for Live& archive videos data,
2 Duration The storage shall be designed to store minimum 45
days of video (15FPS in 2Megapixels (Minimum)
image for all cameras), data and information.
3 Model Specify the exact model name of the proposed System
4 Warranty 3 Year manufacturer’s warranty & support
5 Brand & Model Should be brand from a reputed company with local
presence.
6 Country of Origin European, USA or Japan
7 Country of Manufacture / Assembled European, USA or Japan
47 | P a g e
6.4.11. Control and Monitoring Station for Video Monitoring and Video Walls
# Item Description Minimum Requirement
1 Minimum requirements of CPSTL • Four (04) Nos of 46” (Minimum) LED
display panels shall be installed inside the
Control Room, of which two (02) panels shall
be reserved for security purposes, and two
(02) panels shall be reserved for Operational
purposes.
• Each panel shall display twenty (20) nos of
camera views on split screen.
• Two (02) nos workstations shall be provided
for operators (One (01) no for security
function and one (01) no for operations
function)
• Each work station shall include a 24” LED
monitor to view and control specific camera/s
2 Key Board/Joy Stick Keyboard with joysticks for each client workstation
shall be provided for PTZ control.
3 Warranty 3 Year manufacturer’s warranty & support
4 Brand & Model Should be brand from a reputed company with local
presence.
5 Country of Origin/Manufacture European, USA or Japan
6.4.12. Client Viewer Station
# Item Description Minimum Requirement
1 Minimum requirements of CPSTL • Two (02) nos Client viewer stations shall be
provided
• Each client viewer station shall have a
workstation with 24” LED monitor
2 Warranty 3 Year manufacturer’s warranty & support
3 Brand & Model Should be brand from a reputed company with local
presence.
4 Country of Origin/Manufacture European, USA or Japan
6.4.13. Joystick and Keyboard
# Item Description Minimum Requirement
1 Joystick keyboard The joystick should be IPSS or Video Management
Software OEM
2 Power Via USB Interface
4 Interface USB 1.1/2.0/3.0 compliant
5 Functionality Hall-effect joystick with three axis:
X/Y: for pan and tilt
Z : Knob for zoom
6 application defined hotkeys
6 Compatibility It should be compatible with software and client
station
Single joystick should be able to control all the
camera
7 Number of Unit One units per operator and viewing station
8 Approvals EN 55022 Class B, EN 55024, EN 61000-6-2, FCC
Part 15 Subpart B Class B, C-tick AS/NZS CISPR 22
Class B, VCCI Class B, ICES-003 Class B,
IEC/EN 60529 IP20
9 Warranty 3 Year manufacturer’s warranty & support
10 Brand & Model Should be brand from a reputed company with local
presence.
11 Country of Origin/Manufacture European, USA or Japan
48 | P a g e
6.4.14. Uninterruptible power supply
# Item Description Minimum Required Specifications
1 Capacity Bidder to mention
2 Technology True online double conversion
3 230 V AC (Single Phase) 220- 240V AC
4 Input Frequency 50 Hz ± 5%
5 Output Voltage 230V AC
6 Output Frequency 50 Hz
7 Output Voltage Regulation ± 1%
8 Wave Form Pure Sine wave
9 Batteries Maintenance Free Batteries
10 Min. Backup Time at Full load 20 minutes
11 Bypass System Automatic and Manual bypass
12 Alarm Audible alarms for faults warnings
13 Certificate ISO 9001
14 Warranty 3 Year manufacturer’s warranty & support
15 Brand & Model Should be brand from a reputed company with local
presence.
16 Country of Origin/Manufacture European, USA or Japan
6.4.15. Data Cable and Connecting Accessories
6.4.15.1. Fiber Optics Cable
# Item Description Minimum Requirement
1 Classification 9/125μm/OS2 Type or better
2 Number of Strands 12 Fiber/Loose Tube Armored/ Gel-free cable subunits
3 Temperature Outdoor type fibre cable shall be capable of withstanding,
without degradation in performance, Temperatures in the
range 0°C to 70°C.
4 Safety and regulations The cable shall comply with all safety and fire regulations
5 Jacket UV stabilized cable jacket/ Aerial, lashed/Buried/ High
density polyethylene (HDPE)Environment applications/ 24h
Water Penetration
6 Application Support 1Gbps/10Gbps/40Gbps
7 Testing The single-mode fibers shall be tested at both 1310 nm and
1550 nm wavelengths as per EIA/TIA 568 C.3 standards
All tests shall be performed using laser light sources
8 Pulling tension load Pulling tension shall be 222N with the full load. Maximum
bending radius 10 x Outer Diameter.
9 Maximum attenuation less than 0.5 dB/km(at 1310 nm),less than 0.4 dB/km(at
1550nm)
10 Standards and Certification ANSI/ICEA S-104-696/EN 187105/Telcordia GR-20
/Telcordia GR-409 Cable Qualification Standards
12 Brand & Model Should be brand from a reputed company
13 Country of Origin/Manufacture European, USA or Japan
49 | P a g e
6.4.15.2. UTP Cable
# Item Description Minimum Requirement
1 Cable Type Shielded 4 twisted pair CAT6 cable (U/UTP), 8
conductor, solid stranding, 23 AWG bare copper and
riser insulated wire
2 Applications Shall support IEEE 802.3:10BASE-T, IEEE
802.3u:100BASE-T, IEEE 802.3ab: 1000BASE-T
3 Cable Construction Cables shall be of round construction
4 Electrical Performance Electrical Performance guaranteed to meet or exceed
ANSI/TIA- 568-C.2 Category 6 and ISO/IEC
Category 6/Class E specifications. Product shall have
a standard certification number.
5 Information on Cable Jacket Cable length, brand, model and standard shall be
print on outer jacket meter by meter
6 Brand & Model Should be brand from a reputed company
7 Country of Origin/Manufacture European, USA or Japan
6.4.15.3. Connector/Patch Panels/ Patch Leeds and Other passive network connecting
accessories
6.4.16. Equipment Mounting Enclosures
# Item Description Minimum Requirement
1 Equipment Mounting Enclosure Bidderin his proposal shall consider for suitable
enclosures and rackswhich may require to mount all
the required equipment. The enclosures shall comply
for the necessary protection requirements at the
proposed installation site.
2 Brand & Model Should be brand from a reputed company
3 Country of Origin/Manufacture European, USA or Japan
6.4.17. Power distribution system
# Item Description Minimum Requirement
1 PowerDistribution System Bidder shall in his proposal design for a suitable
power distribution network to comply with the site
conditions to power all the active components of the
system.
2 Standard to be followed BS7671: 2008 Amendment 3:2015
3 Brand & Model All the switchgears, accessories and cables Should be
brand from a reputed company
4 Country of Origin/Manufacture European, USA or Japan
# Item Description Minimum Requirement
1 Passive network connecting accessories Bidder in his proposal shall consider all Fiber/Copper
cables and Relevant connectivity items from Single
OEM to archive 20 Year warranty for Cable Plant
2 Brand & Model Should be brand from a reputed company
3 Country of Origin/Manufacture European, USA or Japan
50 | P a g e
6.4.18. Lightning and Surge Protection System
# Item Description Minimum Requirement
1 Lightning and Surge Protection System Bidder shall in his proposal design for a suitable
lightning and surge protection system to comply with
the site conditions, to protect all the active
components from lighting and voltage surges
inclusive of the earth grounding system
2 Standard to be followed BS EN/IEC 62305
3 Brand & Model All the switchgears, accessories and cables Should be
brand from a reputed company
4 Country of Origin Specify the Country of origin
6.4.19. Video Analytics Requirement
# Item Description Minimum Requirement
1 Video Analytical features Bidder shall in his proposal consider to provide
following analytical features with all the required
software and operating license if any,
Activity Detection
Face Recognition
Crowd Formation
Unattended Object
Camera Moved or Tampered
Vehicle Number Plate Capturing
The schedule for Video Analytics Requirement is
attached in the Annex-I
51 | P a g e
6.4.20. System Warranty, Post installation Support and Spare Parts& Training, Testing
and Commissioning
# Item Description Minimum Requirement
1 System Warranty Bidder shall provide a minimum 03 year System
warranty against manufacturing defects,
workmanship and performance of the IPBSS system.
Any defects, system breakdowns and performance
failures shall be rectified and restored by the
contractor under at his cost under the warranty
period.
The response time for any complain shall be less than
1 hour.
Defect rectification shall be attended within 03 hours.
If any repair work exceeds 24hrs duration, the faulted
unit shall be replaced with a backup unit.
CPSTL gives preference for extended warranty of
more than 03 years and the preference procedure is
given in the ITB clause 27 will be considered during
bid evaluation.
2 Comprehensive Annual Maintenance
Contract (AMC)
Contractor shall enter into a Comprehensive Annual
Maintenance Contract (AMC) with CPSTL upon
expiration of the warranty period.
The AMC shall cover all the service and breakdown
repairs for the IPBSS system. The contractor shall
maintain a stock of mandatory and operational spare
parts under the AMC.
The response time for any complain shall be less than
1 hour.
Defect rectification shall be attended within 03 hours.
If any repair work exceeds 24hrs duration, the faulted
unit shall be replaced with a backup unit
The indicative cost of the AMC shall be mentioned
in the Annex-II.
3 Spare Parts Bidder shall provide a list of mandatory and optional
spare parts with their cost with the proposal
4 Manufacturer’s Authorization Letter Bidder shall provide the manufacture’s Authorization
letters to represent the brand in Sri Lanka, for each of
the critical components (such as Cameras, Servers,
POE Switches, Storage system, Client viewing
stations, UPS etc.) he has provided in the proposal
5 Engineering Training Contractor shall provide Engineering Training for
Six (06) Key Operational and Maintenance
Managerial Personnel nominated by CPSTL on
programming, maintenance and troubleshooting of
the IPBSS system at the OEM facility
6 Operational and maintenance staff
training
Contractor shall provide a training of operational and
maintenance of the IPBSS system for the Operational
and Maintenance staff of CPSTL at the site.
7 Testing and Commissioning Bidder shall provide a testing and commissioning
plan in his proposal clearly indicating all the
parameters to be tested against the expected
outcomes as per the relevant standards.
52 | P a g e
SECTION – 07
SCHEDULE OF PRICES
FORMAT FOR BILLS OF QUANTITIES
JOB: DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF IP BASED
SURVEILLANCE SOLUTION AT KOLONNAWA INSTALLATION
NOTE: The quantities given in this BOQ Format are tentative quantities except for cameras.
(given is the upper limit).The actual quantities are to be based on the bidders design as per
Technical Bid)
# Description Qty Unit Total Value Rs.
1.0 PRELIMINARY WORK
1.1 Mobilization, demobilization and site clearing. 01 Item
1.2 Temporary facilitation work such as erection of
temporary barriers and supply and install heavy
duty steel plates on excavated areas across the
roads at work site in order to protect the
personnel and vehicles accidently falling in to
trenches and to travel across. Temporary re-
routing of power, data and other signal cables
panel boards etc. to make way for the
installation work and restoration.
01 Item
1.3 Contractor shall decommission and remove the
existing CCTV system installed at oil
installation Kolonnawa, All the removed items
shall be separately categorized, packed in
corrugated carton boxes, labled and transport to
the main stores Kolonnawa
01 Item
SUB TOTAL
2.0 CAMERAS
2.1 Supplying and installation of Outdoor Speed
Dome PTZ IP Camera as per Section-6, Scope
of Supply, Scope of Work and Specifications
38 Nos
2.2 Supplying and installation of Explosion Proof
Fixed IP Camera as per Section-6, Scope of
Supply, Scope of Work and Specifications
16 Nos
2.3 Supplying and installation of Fixed Dome Out
door Camera as per Section-6, Scope of
Supply, Scope of Work and Specifications
08 Nos
2.4 Supplying and installation of fixed Lens indoor
camera as per Section-6, Scope of Supply,
Scope of Work and Specifications
04 Nos
53 | P a g e
# Description Qty Unit Total Value Rs.
2.5 Supplying and installation of Camera Poles as
per Section-6, Scope of Supply, Scope of Work
and Specifications.
41 Nos
SUB TOTAL
3.0 SOFTWARE
3.1 Providing Camera License and Software
License Section-6, Scope of Supply, Scope of
Work and Specifications
1 Item
3.2 Supplying and installation of all the necessary
software and programming the system as per
Section-6, Scope of Supply, Scope of Work
and Specifications
1 Item
SUB TOTAL
4.0 SERVER AND WORKSTATION
4.1 Supplying and installation of main server
(Specify the capacity)as per Section-6, Scope
of Supply, Scope of Work and Specifications
1 Item
4.2 Supplying and installation of Data Storage
as per Section-6, Scope of Supply, Scope of
Work and Specifications
1 Item
4.3 Supplying and installation of client viewer
stations Section-6, Scope of Supply, Scope of
Work and Specifications
02 Nos
4.4 Construction/Preparation of Control and
Monitoring station as per Section-6, Scope of
Supply, Scope of Work and Specifications
1 Item
SUB TOTAL
5.0 FIBER OPTIC NETWORK
5.1 Supplying and installation of POE Switches
and other related passive and active network
components and accessories Section-6, Scope
of Supply, Scope of Work and Specifications
1 Item
5.2 Supplying and laying of 4 core fiber
cables(Including GI /PVC Sleeving,
Excavation, Backfilling, and construction of
manholes); Specify the total length and per
meter rate Section-6, Scope of Supply, Scope
of Work and Specifications
1 Item
54 | P a g e
# Description Qty Unit Total Value Rs.
5.3 Supplying and laying of CAT 6 RJ45U/UTP
Cables as per Specification (Including GI/PVC
Sleeving, Excavation, Back filling, and
construction of manholes) Specify the total
length and per meter rate. Section-6, Scope of
Supply, Scope of Work and Specifications
1 Item
SUB TOTAL
6.0 POWER SUPPLY
6.1 Supplying and installation of UPS System and
row power supply, for the Main Control and
Monitoring Station. including wiring and all
the required switchgear and accessories as per
Specification for the active componets in the
field Section-6, Scope of Supply, Scope of
Work and Specifications
1 Item
6.2 Supplying and installation of UPS units and
row power supply for all the active components
in the fiels and client viewer stations including
wiring and all the required switchgears and
accessories as per Section-6, Scope of Supply,
Scope of Work and Specifications
1 Item
SUB TOTAL
7.0 RFID SYSTEM
7.1 Supply, Installation, Testing and
Commissioning of Radio Frequency
Identification (RFID) based Employee
Attendance System at CPSTL as per Section-6,
Scope of Supply, Scope of Work and
Specifications.
1 Item
8.0 TRAINING, TESTING AND
COMMISSIONING
8.1 Testing and Commissioning of the complete
system as per Section-6, Scope of Supply,
Scope of Work and Specifications
1 Item
8.2 Engineering, Operational and maintenance
training on IPBSS system for CPSTL staff as
per Section-6, Scope of Supply, Scope of Work
and Specifications
1 Item
SUB TOTAL
55 | P a g e
SUMMARY OF THE BILLS OF QUANTITIES
# DESCRIPTION AMOUNT(Rs.)
1.0 PRELIMINARY WORK
2.0 CAMERAS
3.0 SOFTWARE
4.0 SERVER AND WORKSTATION
5.0 FIBER OPTIC NETWORK
6.0 POWER SUPPLY
7.0 RFID SYSTEM
8.0 TRAINING, TESTING AND OMMISSIONING
SUB TOTAL
DISCOUNT IF ANY
TOTAL
NBT (IF APPLICABLE)
VAT (IF APPLICABLE)
TOTAL WITH TAXES
Offer Validity : …………………………………….. (Minimum until ………………... 2018)
Delivery Period :………………………………………………………………………………..
Name and address of
Principle/Beneficiary : …………………………………………………………………………………
…………………………………………………………………………………..
…………………………………………………………………………………..
Country of Origin :…………………………………...Port of Shipment:…………………..……
Warranty : ……………………. (Minimum 03 year system warranty from the date of commissioning)
Name of Bidder :…………………………………………………………………………………..
Address :…………………………………………………………………………………..
…………………………………………………………………………………..
…………………………………………………………………………………..
Telephone. :……………… Facsimile: ……………………… Email : …………….....
Signature of the Bidder : ………………………………………………………….
(With Company Seal)
Note:Name of the declared principal/beneficiary will not be changed
56 | P a g e
DRAWINGS
1. Drawing 01 – Proposed IPBS System Layout
57 | P a g e
58 | P a g e
ANNEX-I
Conditions of Contract Clause 1 to 20 of Standard Biding Document for “Procurement of Works
Design & Build Contracts”, CIDA Publication NO. ICTAD/SBD/04, First Edition – May 2003, by
the Construction Industry Development Authority (CIDA), Savsiripaya, 123, Wijerama Mawatha,
Colombo 7.
59 | P a g e
ANNEX-II
Indicative cost of the comprehensive Annual Maintenance Contract and mandatory and optional
spare parts. Contractor shall use the format given to provide the costs and separately indicate the
cost for each item with a descriptive breakdown of the costs.
60 | P a g e
ANNEX-I
Schedule of Video Analytical Features
# Camera
ID View
Analytical Feature
Act
ivit
y D
ete
ctio
n
Face
Re
cogn
itio
n
Cro
wd
Fo
rmat
ion
Un
atte
nd
ed
Ob
ject
Cam
era
Mo
ved
or
Tam
pe
red
Ve
hic
le N
um
be
r
Pla
te C
aptu
rin
g
1 Pwp-1 A & B Gantries from Zone 01 Entrance
2 Pwp-2 Zone -01 Tank farm from Pump House end
3 Pwp-3 Zone -01 Tank farm from retaining wall end
4 Pwp-4 Zone-01 & 02 areas from top of the retaining wall
5 Pwp-5 Zone-02 Tank farm from Zone-01 end
6 Pwp-6 Zone-02 Gantry from Zone-02 entrance
7 Pwp-7 Zone-03 Tank farm from Aviation unit end
8 Pwp-8 Zone-03 Tank farm South-East view from Middle
9 Pwp-9 Zone-03 Tank farm South-West view from Middle
10 Pwp-10 Zone-03 Tank farm from Zone-04 end
11 Pwp-11 Main Entrance from inside
12 Pwp-12 Zone-04 Gantries from Zone-04 entrance side
13 Pwp-13 Boundary wall along the front railway track
14 Pwp-14 Main road from the second barrier end
15 Pwp-15 Main road from the Zone-02 entrance
16 Pwp-16 Main road infront of chairman's office
17 Pwp-17 Back gate entrance
18 Pwp-18 Main road near garage rest room
19 Pwp-19 Main road near Zone -09 entrance gate
20 Pwp-20 Main road near Zone -07 exit gate
21 Pwp-21 Main road near New Admin Office Entrance
22 Pwp-22 Perimeter road near Log gate rest room
23 Pwp-23 Zone-05 tank yard from TK17 end
24 Pwp-24 Zone-05 tank yard from TK18 end
25 Pwp-25 Zone-06 tank yard from SBP pump house end
26 Pwp-26 Zone-09 tank yard from SBP pump house end
27 Pwp-27 Zone-09 tank yard from TK23 end
28 Pwp-28 Garage Office area from garage premises
29 Pwp-29 Zone-09 tank yard from TK32 end
30 Pwp-30 Zone-09 tank yard from TK21 end
31 Pwp-31 Zone-09 tank yard Middle view from TK 28
32 Pwp-32 Boundary wall near fire water sump
33 Pwp-33 Zone-09 tank yard from TK29 end
34 Pwp-34 Zone-9 D Gantry from Auction yard side
35 Pwp-35 Zone-09 tank yard from TK41end
36 Pwp-36 Heen Ela area boundry wall from TK41 end
37 Pwp-37 Heen Ela area boundry wall from TK08 end
38 Pwp-38 Gajabapura entrance
39 Fexd-1 Zone-01 Diesel Wagon filling gantry front end
40 Fexd-2 Zone-01 Diesel Wagon filling gantry rear end
41 Fexd-3 Zone-01 C gantry
61 | P a g e
# Camera
ID View
Analytical Feature
Act
ivit
y D
ete
ctio
n
Face
Re
cogn
itio
n
Cro
wd
Fo
rmat
ion
Un
atte
nd
ed
Ob
ject
Cam
era
Mo
ved
or
Tam
pe
red
Ve
hic
le N
um
be
r
Pla
te C
aptu
rin
g
42 Fexd-4 Zone-01 Filing station
43 Fexd-5 Zone-03 Aviation Wagon filling gantry front end
44 Fexd-6 Zone-03 AviationWagon filling gantry rear end
45 Fexd-7 Zone-03 Avaition gantry
46 Fexd-8 Main Pump House Room -1
47 Fexd-9 Main Pump House Room -2
48 Fexd-10 Main Pump House Room -3
49 Fexd-11 Main Pump House Room -4
50 Fexd-12 Main Pump House Room -5
51 Fexd-13 Zone-07 Petrol Wagon filling gantry front end
52 Fexd-14 Zone-07 Petrol Wagon filling gantry rear end
53 Fexd-15 Zone-7 Petrol PumpHouse
54 Fexd-16 Zone-9 Black oil Pump House
55 Fwp-1 Zone-1 LAD/LK Pump House
56 Fwp-2 Boundary wall near Zone-03 TK15
57 Fwp-3 Main Entrance from outside near Buddaha statue
58 Fwp-4 Vechicle check ramp at main entrance
59 Fwp-5 Main Pump House side view
60 Fwp-6 Main Pump House rear view
61 Fwp-7 Fire Pump House inside view
62 Fwp-8 Vehicle park at Gajabapura
63 Find-1 IPBSS Control and Monitoring Room
64 Find-2 Main Entrance Reception
65 Find-3 2nd Barrier
66 Find-4 Main Garage Hanger building
LEGEND
Pwp - Pan, Tilt, Zoom (PTZ) Weather Proof Camera
Fexd - Fixed, Explosion Proof (exd) Camera
Fwp - Fixed, Weather Proof Camera
Find - Fixed Indoor Camera
Analytical Feature is required
62 | P a g e
ANNEX-II
JOB: DESIGN, SUPPLY, INSTALLATION AND COMMISSIONING OF IP BASED
SURVEILLANCE SOLUTION AT KOLONNAWA INSTALLATION
NOTE: The quantities given in this BOQ Format are tentative quantities except for cameras.
(given is the upper limit).The actual quantities are to be based on the bidders design as per
Technical Bid)
COST OF AFTER SALES SERVICES & MAINTENANCE (IN LKR)
# Description Qty
(Item)
Total Cost
Rs.
1 Cost of Annual Maintenance Contract (AMC), shall be effective
after the warranty period, as per Section-6, Scope of Supply,
Scope of Work and Specifications
01
2 Cost of Mandatory and optional Spare Parts, as per Section-6,
Scope of Supply, Scope of Work and Specifications (A list of
spare parts indicating cost of each items shall be attached)
01
NBT, if applicable
VAT, if applicable
Total Cost with taxes in LKR