Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 1 of 31
RFP for Supply, Installation & Maintenance of IP Based Video Surveillance System (CCTV) at STPI-Bhubaneswar and
Berhampur
Tender No.108/12(98)/1310/STPI-BH/2016, Date: 26.07.2016
Last Date for Submission of bids: 17th of August, 2016 at 2.00 PM
Opening of Technical Bids: 17th of August, 2016 at 5.00 PM
SOFTWARE TECHNOLOGY PARKS OF INDIA (Dept. of Electronics & I.T. (DeitY), Govt. of India)
C-Ground Zero, Fortune Towers, C.S Pur
Bhubaneswar – 751 023, Odisha Tel: 0674-2300412/413, Fax: 0674-2302307
Bids should be submitted online only in www.eprocure.gov.in The bids will be opened in the presence of authorized representatives of bidders who
wish to attend.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 2 of 31
INDEX
SL. NO. CONTENT PAGE NO.
1. INTRODUCATION 3
2. INSTRUCTION TO BIDDERS
4
3. SCOPE OF WORK AND DELIVERABLES
12
4. INSTRUCTIONS FOR ONLINE BID SUBMISSION
23
5. FORM A
26
6. PRICE SCHEDULE 27
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 3 of 31
1.0 Introduction
1.1 Software Technology Parks of India (STPI):
Software Technology Parks of India (STPI) was established during the year 1991 by Ministry of
Communications & IT, under Department of Electronics & IT, (The then Department of Electronics)
Govt. of India with distinct focus for promotion of IT/ITeS exports from the country by providing single
window regulatory services under STP & EHTP schemes, plug & play incubation facilities for the
start-up companies and young entrepreneurs as well as High Speed Data communication services
for a seamless access for offshore IT/ITeS exports. STPI has been successfully delivering Statutory
services to the IT/ITeS industries in most industry friendly environment and has earned the goodwill
of the industry for its liberal style of functioning.
STPI has Pan India presence with 53 centers across the country including at Bhubaneswar,
Rourkela, Berhampur and Balasore in the State of Odisha.
1.2 Invitation for Bids
Software Technology Parks of India (STPI), Bhubaneswar invites “RFP for Supply, Installation &
Maintenance of IP based video surveillance System (CCTV) at STPI-Bhubaneswar and
Berhampur” in Two-Bid System. This RFP document is being published on web Portal
ww.bbs.stpi.in and www.eprocure.gov.in. Eligible bidders are requested to download the document
and submit the bids online only. Interested bidders are expected to examine the tender document
carefully. Failure to furnish all information required as per the Tender Document may result in the
rejection of the Bid.
1.3 Critical Dates
Publishing Date - 26-07-16 , 10:00am
Document sale start Date - 26-07-16, 10:00am
Document sale end Date - 16-08-16, 05:00pm
Seek clarification start Date - 26-07-16, 10:00am
Seek clarification end Date - 02-08-16 , 01:00pm
Bid submission start Date - 26-07-16, 10:00am
Bid submission end Date - 17-08-16, 02:00pm
Technical Bid opening Date - 17-08-16, 05:00pm
Financial Bid opening Date - Will be notified later only to the technically qualified agency.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 4 of 31
2.0 Instruction to Bidders
2.1 Eligibility Criteria for bidder
2.1.1 The bidder should be registered under the Companies Act, 1956 of India. The bidder should be
a Pvt. Limited Company/ Proprietorship/Partnership registered to do business in Odisha
2.1.2 The Bidder should be either OEM or an authorized dealer/channel partner of OEM. If bidder is
not OEM, then bidder should have at least 3 Years of association with the OEM as on last date of bid
submission.
2.1.3 The Bidder should be in similar business in Odisha for the last three years as on last date of
bid submission.
2.1.5 The minimum annual average turnover of the bidder shall be Rs 20 Lakhs (Rupee Twenty
Lakh) for last three years, ending 31st March of previous year, i.e. FY12-13, 13-14 and 14-15.
2.1.6 Bidder should have positive net worth as on 31-03-16, duly certified by CA (Chartered
accountant).
2.1.7 Experience of having successfully completed similar works during last 3 years ending last day
of month previous to the one in which tenders are invited, should either of the following :
(a) Three similar completed works costing not less than the amount equal to 40% of the estimated
cost. OR
(b) Two similar completed works, costing not less than the amount equal to 50 % of the estimated
cost OR
(c) One similar completed work costing not less than the amount equal to 80 % of the estimated cost.
Note : (i) Estimated cost of work/job for this tender is approx.Rs.10 lakhs
(ii) The Similar nature of the work shall mean supply, installation and maintenance of IP based video
surveillance System (CCTV) to any Government/Institutional/commercial/PSU/Autonomous units
2.1.8 The Bidder should not be under a Declaration of Ineligibility for corrupt or fraudulent practices
or blacklisted by any of the Government agencies. Declaration should be given by authorized
signatory. Undertaking in this regard must be submitted.
2.1.9 The Bidder should have valid PAN, Sales & Service tax registration, TIN and VAT certification.
(Photocopy to be enclosed with signature, date & seal)
2.1.10 Documentary proof for establishing the capability of the Bidder to undertake this work/job by
showing satisfactory / timely completion reports or similar activities currently being delivery.
Note: Supporting documents needs to be submitted in regards to eligibility criteria.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 5 of 31
2.2 Language of Bid & Correspondence:
The Bid will be submitted by the Bidder in English language only. All the documents relating to the Bid
(including brochures) supplied by the Bidder should also be in English, and the correspondence
between the Bidder & STPI will be in English language only.
2.3 Bid Currencies:
2.3.1 Prices shall be quoted in Indian Rupees (INR).
2.4 Submission of the Bid:
2.4.1 The Bid shall be submitted in Sealed Two-Bid system online only in
www.eprocurement.gov.in.
BID - Part A: TECHNICAL Bidders are requested to upload the required scanned copies of files as per the following:
a. Scanned copy of DD towards Bid Security (EMD) and cost of tender document. b. Scanned copy of self attested Company documents/information in single file as per the
format & instructions mentioned in eligibility criteria of bidder and tender document. c. Scanned copy of duly filled with signed and stamped Bill of materials and specification as
per the format & instructions mentioned in tender document. d. Scanned copy of duly signed and stamped Acceptance letter as per the format &
instructions mentioned in Form-A BID -Part B: COMMERCIAL
a. Scanned copy of Commercial Bid as per the format & instructions mentioned in the tender document.
2.4.2 The bid should be signed by an authorized signatory (having power of attorney) on each page
of the bid document including enclosures. Copy of board resolution and / or power of attorney shall
be submitted along with technical bid.
2.4.3 Non-refundable tender document cost of Rs. 2100/- including VAT@ 5% (Rupees Two
Thousand One Hundred only) in the form of Demand Draft drawn in favour of “STPI-
Bhubaneswar” payable at Bhubaneswar from any Commercial Bank should be submitted. Without
Tender fee, the tender will be rejected.
2.4.4 The vendors registered with NSIC under single point registration will be exempted from
submitting the Tender document cost. Proof of registration should be submitted along with Bid
documents.
2.4.5 The Original copy of DD towards tender document cost and Bid Security (EMD) should be
sbmitted to “The Director, Software Technology Parks of India, Fortune Towers, “C” Ground
Zero, Chandra Sekhar Pur, Bhubaneswar (Odisha) 751 023 and should reach on/or before 1400
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 6 of 31
hrs on 17-08-2016 by registered post or by hand duly superscribed on the top of envelope as “BID
COST & EMD FOR SUPPLY, INSTALLATION & MAINTENANCE OF IP BASED VIDEO
SURVEILLANCE SYSTEM (CCTV) AT STPI-BHUBANESWAR AND BERHAMPUR”.
2.4.6 STPI may, at its discretion, extend this deadline. STPI may also extend this deadline for any
other administrative reason.
2.4.7 The Bid shall contain no interlineations, erasures or overwriting, in order to correct error made
by the Bidder. All corrections shall be done & initialed by the authorized signatory after striking out
the original words / figures completely.
2.4.8 Bids sent through Telex /Telegrams/ Fax/ E-mail shall not be acceptable.
2.5 Validity of Quotation:
Bid validity should be 90 days from the specified date of closing.
2.6 Clarification regarding Tender Document:
2.5.1 A prospective Bidder requiring any clarification about the Tender Document may request STPI
in writing by Fax/ E-Mail ([email protected])/ Speed post at the STPI’s address indicated in the
Invitation for Bids.
2.5.2 The clarification and queries must be submitted in the following format.
2.5.3 At any time prior to the last date of submission of bids, Tendering Authority (STPI) may for any
reason be able to modify the RFP.
2.5.4 Any modifications in RFP or reply to queries shall be hosted only on www.eprocure.gov.in and
www.bbs.stpi.in.
2.5.5 STPI at its discretion may extend the last date for the receipt of Bids.
2.5.6 STPI reserves the right to reject/cancel any (bid) or all bids or the RFP without assigning any
reason thereof.
2.7 Bid Security (EMD) /Security Deposit/Performance Guarantee
2.7.1 EMD amount of Rs.20,000/- only (Rupees Twenty Thousand only) in the form of Demand
Draft drawn in favour of “STPI-Bhubaneswar” payable at Bhubaneswar from any Commercial
Bank should be submitted, except those who are registered with the Central Purchase Organisation,
National Small Industries Corporation (NSIC) or the concerned Ministry or Department along with
Sl. No Section No Clause No & Page No Reference / Subject Clarification
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 7 of 31
“Technical Bid”. Demand Draft issued should be on/after published date of tender and bears no
interest.
2.7.3 EMD of unsuccessful bidders will be refund after finalization of bids without any interest.
2.7.3 10% of the total value of quoted by Successful bidder will be kept as performance
guarantee (PG)/Security Money for 3 years from the date of installation & testing/commissioning.
The same will be returned after the completion of contract without interest.
2.7.4 The EMD without interest of successful bidder will be adjusted against PG or returned only
after accept Purchase Order issued by STPI along with submission of PG from a reputed Nationalized Bank
in favour of Software Technology Parks of India.
2.8 Forfeiture of EMD /Security Deposit/Performance Guarantee
2.8.1 If the successful bidder/agency refuse/fails to accept Purchase Order issued by STPI or the job
assigned to the agency/bidder are not done as per the scope of work/schedule of requirement,
EMD/Security Deposit will be forfeited and the bidder will not be entertained in future tendering
systems of STPI.
2.8.2 If the Bidder withdraws tender before/after finalization of the tender, EMD will be forfeited.
2.8.3 If the contract is terminated by STPI due to poor supply/violation of any clause of agreement or
any bad act of selected bidder, security deposit/PG will be forfeited.
2.8.4 In case of unreasonable price quoted by the bidder for disrupt the tender process EMD of such
bidder will be forfeited.
2.9 Rejection of the Bid
2.9.1 The bidder is expected to examine all instructions, formats, terms & conditions, and scope of
work in the bid document. Failure to furnish complete information or false information/documents
which is not substantially responsive to the bid document in all respect shall result in rejection of bid.
2.9.2 In respect of interpretation/clarification of this bid document and in respect of any matter
relating to this bid document, the decision of STPI-Bhubaneswar shall be final.
2.9.3 The bidder will have to furnish the requisite document as specified in the bid document, failing
which the bid is liable to be rejected.
2.9.4 No prices are to be indicated in the Professional Bid and if the prices are mentioned in the
“Technical Bid” it may lead to rejection of the bid.
2.9.5 Bids not submitted as per two bid system will be summarily rejected.
2.9.6 Bids without paper cost & EMD money will be summarily rejected.
2.9.7 The bids received after specified date & time shall not be considered.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 8 of 31
2.9.8 The bids received through Fax/-email or any other mode other then specified in the tender
document shall not be considered.
2.10 Payment Terms
2.10.1 90% payment will be paid to the vendor after successful delivery, installation &
testing/commissioning of the supplied material at STPI-Bhubaneswar and Berhampur office and rest
10% will be kept as performance guarantee for 3 years from the date of installation &
testing/commissioning and shall be paid to the vendor after expiry of warranty period.
2.10.2 The payment shall be made after submission of tax invoice in triplicate in the name of “The
Director Software Technology Park of India, C-ground Zero, Fortune Towers, Bhubaneswar-751023,
Odisha” subjected to satisfactory installation & commissioning report by duly signed by concerned
officer and will be released through cheque after deducting TDS / other applicable taxes as per govt.
norms.
2.11 Evaluation of Bids
The evaluation of the Bids submitted shall be done in following two stages
2.11.1 Technical Evaluation
The bids shall be opened in front of the bidders and technical evaluation shall be carried out to
conform to tender requirements.
2.11.2 Commercial Evaluation
The technically qualified bidders shall be invited during opening of commercial bids and
subsequently commercial evaluation shall be carried out. If any arithmetic discrepancies found in the
commercial bid then actual price will be derived based on the unit price quoted & taxes thereon. If
there is any difference between price quoted in figures and words then lowest among these shall be
considered for determination of L1.
Initial evaluation / comparison for various categories of items given in the Tender Document will be
done on the basis of Gross Bid Value. The bid with lowest commercial Bid (L1) shall be considered
for the award of contract. In case two or more bidder quoted similar L1 rates then the bidder qouted
higher technical specification will be considered as L1.
Note: The Bidder shall not quote prices subject to any condition(s). Any conditional financial bid shall
be summarily rejected.
2.12 Quantity
The requirement mentioned in the BoQ is tentative and subject to increase or decrease at the time of
finalization of tender/work/supply.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 9 of 31
2.13 Warranty
The Tenderer shall give the following comprehensive warranty in respect of the supplied items by
them:
2.13.1 For a period of three calendar year of reliable regular working of the equipments/system
supplied. The tenderer shall be liable to replace any parts that may fail or show signs of defects in
case of his own supplies/Services under the condition provided for by the contract as may be
necessary to permit the functioning of the equipment in accordance with all the minimum technical
specifications and under proper use arising from faulty designs, materials or workmanship of from
any act of omission of the tenderer.
2.13.2 All such replacements of defective parts mentioned above shall be made free of cost at site
by the tenderer and taking the return of the defective parts to the tenderer’s works shall be tenderer’s
responsibility and shall be made at his own expense.
2.13.3 Until the end of the comprehensive warranty period, the tenderer shall have the right of entry
to the working site at his own risk and expense, by himself or his duly authorized representative
whose names shall previously have been communicated in writing to the purchaser, at all reasonable
working hours, upon all necessary part of the works for the purpose of inspecting the working and
records of the site and taking notes there from and if he desires, at his own expense , making any
tests subject to the approval of the purchaser, which shall not be unreasonably withhold.
2.14 Award of Contract:
2.14.1 STPI shall issue PO to the L1 bidder, prior to the expiry of the period of Bid validity.
2.14.2 The Successful Bidder shall give his acceptance within 1 week days from the date of issue of
PO.
2.14.3 The liability of the successful bidder to perform the job will commence from the date of
notification of Award. The Completion Period shall be counted from the date of 'Notification of Award
of Job'.
2.15 Service Delivery
Service delivery shall be within 3-4 weeks from the date of PO/Contract. If the Service Conditions as
per the Contract are not met, the vendor will be blacklisted and they will not be considered for any
future proposals.
2.16 Liquidity Damages
2.15.1 Delivery of services shall be made by the vendor in accordance with the time schedule
specified by STPI.
2.15.2 The Vendor will strictly adhere to the time-schedule for the performance of Work. However,
STPI may relax this time limit in force majeure conditions.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 10 of 31
2.15.3 In case of delay in completion the work within the implementation timelines fixed under
contract for reasons attributable to the Vendor, then STPI shall levy penalty @ 1% per week with a
maximum limit of 10% of the contract value or PBG may be forfeited.
2.15.4 Support service for any problem must be attended within 1 hr of receiving verbal complain
from STPI, otherwise penalty for delay in service will be charged by extending warranty period (i.e.
one day for one 1 hr delay after completion of 1 hr from receiving the verbal complain).
2.15.5 In case the vendor is not being adhered to the time schedule fixed under contract, STPI has
the right to cancel the Contract wholly or in part without any liability to cancellation charges
and procure the Goods and Services elsewhere and in a manner decided by the client. In such
case the successful Bidder shall pay the difference of the cost of Goods and Services procured
elsewhere and price set forth in the Contract Agreement with the successful Bidder/ Contractor.
2.17 General Terms and Conditions 2.17.1 Unit Price must be mentioned in INR Inclusive of transportation cost.
2.17.2 Prices quoted by the bidders should include all local taxes, VAT, duties, levies, transportation
costs, warranty, insurance costs etc., till the bid validity period.
2.17.3 The bidder has to summit the OEM authorization for sale, support and service.
2.17.4 Vendor has to carryout Supply, Installation, Testing and Operation of materials. There will be
no payment for testing, standby/Spare equipments.
2.17.5 The Vendor would be required to quote supply, installation and commissioning of the
equipments by the vendor at his own cost. The transportation of the materials will be at supplier’s
risk.
2.17.6 Onsite support for rectification of hardware problems provided by vendor at his own cost.
Labor support for installation, hardware repair and replacement by vendor at his own cost.
2.17.7 The equipment/materials should be under On-site warranty 3 years on all material supplied
from OEM from the date of successful installation and testing. Warranty certificate from OEM
should be submitted. The OEM should confirm the specs and warranty on its letter head. The
letter may be verified with the OEM through e-mail.
2.17.8 Delivery/ installation of the store should strictly be completed within the stipulated period of
delivery. Any incident during installation will be supplier’s risks.
2.17.9 Instruments/Components/materials supplied are liable to be subjected to performance tests
and in the case the articles do not function /reach the expected standard, the supplier is liable to
replace the items free of cost. Cost of returning goods will be on supplier’s accounts.
2.17.10 The material must be properly packed against any damage and insured expect where hand
delivery is proposed.
2.17.11 The rejected item if any shall have to be taken back at vendor’s cost and if specified quality
is available the same shall be replaced forthwith.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 11 of 31
2.17.12 STPI reserve the right to reject the items, if found unsuitable and/or not performing the
approved specifications.
2.17.13 Rate/Price should be clearly quoted in figures as well as in words separately in the
prescribed format attached (Price Bid) with make& model. Rate/Price quoted should be inclusive of
excise duty if any and taxes (CST/VAT), freight, insurance etc.
2.17.14 If any equipment or part thereof is lost or rendered defective during the transit the supplier
shall immediately arrange for the supply of the equipment/materials or part thereof as the case may
be.
2.17.15 The quoted price shall be firm and fixed and there shall be no change. No additional charges
shall be paid other than quoted price in the bid.
2.17.16 STPI reserves the right to vary the bill of quantity and the bidder shall supply at the unit price
quoted in the bid and the payment shall be done based on total unit price only.
2.18 Cancellation by Default
STPI may without prejudice to any other remedy for breach up terms and conditions (including
forfeiture of Performance Security by written notice of default sent to the company, terminate the
work / task in whole or in part after sending a notice to the Vendor in this regard.
I. If the Vendor fails to deliver or complete the job assigned in the terms and conditions within
the time period (s) specified in the Tender Document.
II. If the Vendor fails to perform any other obligations under the terms and conditions.
2.19 Blacklisting
Company/Firm blacklisted by Govt./PSU/Corporate organization are not eligible to participate in the
bidding process. If at any stage of bidding process or during the currency of work order, such
information comes to the knowledge of STPI, STPI shall have right to reject the bid or cancel the
work order, as the case may be, without any compensation to the bidder. The bidders have to be
submitted an under taking for not being black listed since last 3 years by any Govt./PSU/Corporate
organization.
2.20 Arbitration All disputes or difference whatsoever arising between the parties out of or relating to the meaning and operation or effect of the work order or the breach thereof shall be settled by reference to arbitration as per Indian Arbitration Act. In such case the same shall be referred to the sole arbitration of Director, STPI- Bhubaneswar.
2.21 Confidentiality:
Any information pertaining to STPI or any other agency involved in the project, matters concerning
STPI or with the agency that comes to the knowledge of the vendor in connection with this contract
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 12 of 31
will be deemed to be confidential and the Vendor will be fully responsible for the same being kept
confidential and held in trust, as also for all consequences of its concerned personnel failing to do so.
The vendor shall ensure due secrecy of information and data not intended for public distribution.
2.22 Force Majeure
If, at any time, during the continuance of the agreement, the performance in whole or in any part by
either party of obligation under the agreement shall be prevented or delayed by reasons of any war,
hostile acts of the enemy, civil commotion, subrogate, fire, floods, earthquakes, explosions,
epidemics, strikes and quarantine restrictions by acts of God,(herein after referred to as
eventualities) then provided notice of the happening of any such eventualities is given by either party
to the other within two days from the date of occurrence thereon, neither party shall, by reason of
such eventualities be entitled to terminate this contract agreement nor shall either party have any
claim of damages against the other in respect of such non performance or delay in performance.
Performance of the contract agreement shall, however be resumed as soon as practicable after such
eventuality has come to an end.
3.0 Scope of Work and Deliverables
3.1 Successful Bidder’s Responsibility
3.1.1 Supply of items mentioned in BoM, F.O.R destination.
31.2 The equipment/materials should be under 3 year’s comprehensive warranty from the date of
successful delivery & installation.
3.1.3 No Deviation from the service specifications attached will be accepted.
3.1.4 All the products and their warranty certificates shall be issued in the name of Software
Technology Parks of India.
3.1.5 Successful Bidder shall Supply, installation, testing and commissioning the IP base video
surveillance system both in IPV4 & IPv6 addressing with after sale service in consultation with
respective centers of STPI as per proposed setup drawing and according to the work instructions
given by the Coordinator of respective STPI.
3.1.6 The bidder must carry out an inspection of site at Bhubaneswar and Berhampur. A
Bidder shall be deemed to have full knowledge of the site / equipment whether he inspects it
or not and no extra charges consequent on misunderstanding or otherwise shall be allowed.
If the bidder finds any superior solution/plan, then bidder has to provide the detailed design needs
and obtain STPI‟s signoff before commencing the job.
3.1.7 The IP Based Video Surveillance system shall be a Hybrid System with distributed architecture
having control station at the administrative office/Control Office & Viewing facility at the security
cabin/Installation Incharge room /Any other area envisaged. Day/Night Surveillance Cameras shall
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 13 of 31
be used at the entry & other strategically important points while dome Cameras shall be used for
general surveillance of inside the premises.
3.1.8 A network, comprising an 8-port switch connected with CAT6, shall be laid for transmission of
signal from cameras to the Control Stations. The Main Control Station shall for Video Storage and
further Control. The Sub-Control Station at Security Guard / Installation Incharge room shall have a
monitor for monitoring the Video only.
3.1.9 The proposed Solution should allow STPI officials to locally and centrally monitor its facilities
from a remote location on a Portable/Fixed personal computer monitor.
3.1.10 The Solution should capture, store, and analyze digital video images to enable central
monitoring, increase operational efficiency, reduce liability, minimize risk and secure people &
property.
3.1.11 The digital conversion should ensure secure and ready video access from virtually anywhere
on STPI network. Authorized personnel should be able to rapidly zero in on images of specific
locations, people, and events, anytime and anywhere, without reviewing countless hours of video
recordings.
3.1.12 The system should be provided with weather proof outdoor IP based Camera, lens, housing &
mountings to capture video which, would be viewed & controlled through the Video Management
Software, recorded and stored.
3.1.13 The video management software will be used to configure the Network video recorder, and
once installation and setup are complete, the video management server should run seamlessly in the
background to manage the connections, access and storage. Video management server should
receive a better quality video across the network from Cameras. The server should stream incoming
video and audio to a connected storage.
3.1.14 Video transmission will be mainly over a wired network.
3.1.15 The vendor will commission the network as per the recommended architecture to achieve the
Video surveillance requirements. However, wherever site conditions mandate a modification in the
recommended architecture, the vendor should seek prior approval from STPI before executing the
job. Optimum speed, data transfer capabilities and video frame rates should be ensured by the
vendor while implementing the solution.
3.1.16 Power supply source to the camera and other outdoor & indoor equipment at site will be
drawn from the nearest available power source provided by STPI. Appropriate outdoor casings and
housings of the same make as of camera should be used for the outdoor equipments.
3.1.17 Proposed architecture shall be an open standard based integrated system aimed at providing
high-speed manual/automatic operation for best performance. System should be easy to maintain.
All equipments used in this system should support IP V6 protocol.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 14 of 31
3.1.18 After commissioning the Video surveillance system, the same shall be demonstrated for all its
capabilities to the relevant user department to make them familiar with the system on mutually
agreed dates.
3.2 Acceptance Testing:
After installation of the equipment, respective STPI Centers and the Successful Bidder shall mutually
agree upon on the required tests to be performed covering physical & functional requirements of the
equipment installed. The test reports shall be submitted to respective center of STPI upon
completion of the works.
3.3 Completion Certificate:
Work Completion certificate shall be issued to respective STPI centers only after completion of
work in all respect as per RFP and to the entire satisfaction of STPI.
3.4 Training
Upon completion of the installation & commissioning the Successful Bidder shall provide the hands-
on training on the installed equipment to the engineers of STPI along with the training materials on
the equipment installed in the respective centres of STPI.
3.5 Equipment Warranty Period.
3.5.1 All the equipment supplied against this RFP shall have warranty for a period of Three (3) years
from the date of installation and commissioning.
3.5.2 Any hardware failure reported by respective centers should be attended by the bidder/OEM
representative to ensure its replacement/repair at no cost to STPI.
3.5.3 Bidders should share all the relevant firmware/OS/Patches etc. as and when they are released
by OEM during entire warranty period at no cost to STPI.
3.5.4 Product Life Guarantee: Supplied products shall bear a minimum product life of Five years from
the date of installation. (Declaration for Product End-of-Life must be submitted from OEM).
3.6 Bill of Materials and its Specification
Equipment Particular Quantity Place at which to be supply
Dome 4.0 MP 7 nos. STPI, C-ground Zero, Fortune Towers, Chandrasekharpur, Bhubaneswar-751023
Bullet 4.0 MP 3 nos.
40 Channel NVR 1 nos.
8 full port PoE Switch (120Watt) 2 nos.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 15 of 31
4TB HDD 3 nos. AND STPI GD1/B, E/S Site, Maitree Vihar, Chandrasekharpur, Bhubaneswar-23.
6U Rack 2 nos.
19" LED Monitor 2 nos.
2 meter HDMI cable 2 nos.
20 channel NVR (View security Place)
2 nos.
Cat6 UTP cable 2 Bundle
Installation
UTP cabling with casing as required Lump sump
Installation including Rack Mounting, camera installation, labour cost, etc.
Lump sump
3 years Onsite Support Lump sump
Equipment Particular Quantity Place at which to be supply
Dome 4.0 MP 6 nos. STPI, Plot No.860/4562 (Near Income Tax office), Ambapua, Berhampur-760002.
Bullet 4.0 MP 7 nos.
40 Channel NVR 1 nos.
8 full port PoE Switch (120Watt) 3 nos.
4TB HDD 4 nos.
6U Rack 2 nos.
19" LED Monitor 2 nos.
2 meter HDMI cable 2 nos.
20 channel NVR (View security Place + Director Room )
2 nos.
Cat6 UTP cable 3 Bundle
Installation
UTP cabling with casing as required Lump sump
Installation including Rack Mounting, camera installation, labour cost, etc.
Lump sump
3 years Onsite Support Lump sump 3.6.1 4MP Indoor Dome Camera – Specification
FEATURES TECHNICAL SPECIFICATION Compliance (Yes / No)
Reasons for deviations (If any)
Proposed model and make of the Equipment by Bidder
General •4.0MP Quad-HD 1440P Starnded based H.265 Compression.
Image Sensor 1/3" OV CMOS
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 16 of 31
Core Processor ARM7 Architecture
Operating System Embedded Linux
Min. Illumination Color: 0.05Lux(F1.2,AGC ON)
B/W: 0.01Lux(F1.2,AGC ON); 0Lux with IR
Shutter Time 1s~1/100000s
Lens 2.8mm/4mm
Lens Mount φ12
Day& Night Dual IR Cut Filter with Auto Switch
Wide Dynamic Range
Support 120 dB
Digital Noise Reduction
Support 3D DNR
Video Compression
must Support H.265 High Efficient Video Compression
Encode Type High Profile / Main Profile / Base Line Profile
Bit Rate 32Kbps~16Mbps
Audio Compression
G.711 / ADPCM / AAC
Bit Rate 8K~48Kbps
Max. Image Resolution
1440p (2560×1440)@25FPS
Frame Rate PAL:1440p @25fps,QXGA@25fps
NTSC:1440p @25fps,QXGA@30fps
Triple Stream Mainstream: 1440P(2560×1440)
Substream: D1(704×576)
3rd Stream: CIF(352×288)
Image Settings Brightness, Saturation, Contrast Adjustable by Client Software or Web Browser
OSD 16×16, 32×32, 24×24, 48×48, 64×64, 96×96 Size Letters Such as Week, Date, Time, Total 5 Regions
Privacy Mask 4 Zones
Picture Overlay 200 × 200, BMP 24bit, Zone Configurable
Browser IE 7+, Chrome 18 +, Firefox 5.0 +
Network Storage NAS
Video Analytics Tripwire / Perimeter / Missing & Foreign Object / Loitering / Running / Parking / Gathering / Video Diagnosis / Abnormal Detection, High Light Compensation, Smart Defog, Corridor Mode, Electronic Image Stabilizer, Region of Interest, Privacy Masking
Alarm Trigger Motion Detection / IP Conflict / MAC Conflict / Port Alarm
Protocols TCP / UDP / HTTP / MULTICAST / UPnP / DHCP / PPPoE / DDNS / NFS / FTP /
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 17 of 31
NTP / RTP / RTSP / IPv6 / SNMP / SMTP / 802.1X / QoS
User Permission 4 Level/8 Users
Remote Connection
2-ch Access
Audio Input 1-ch
Communication Interface
1-ch RJ45 10M / 100M Ethernet Interface
On-board Storage Support Micro-SD card slot for extension
Power Supply 12 VDC ± 10%, PoE (802.3af)
Operating Conditions
-35℃~65℃, 0~95% RHG
Power Consumption
Max. 4.5W(IR OFF)
Max. 9W(IR ON)
Circuit Protection TVS6000V Lightning / Surge Protection: (Power 2000V, RJ45 1000V)
Impact Protection IP66
IR Range Support Up to 30m; with 30pic IR LED
Compatibility ONVIF Profile S, CGI, SDK
Certification CE, FCC
IR LEDs Dome – 15pc F5 IR LEDs
Compatibility ONVIF Profile S, CGI, SDK
Certification CE, FCC
3.6.2 4MP LR Bullet Camera Specifications
FEATURES TECHNICAL SPECIFICATION Compliance (Yes / No)
Reasons for deviations (If any)
Proposed model and make of the Equipment by Bidder
General •4.0MP Quad-HD 1440P Starnded based H.265 Compression.
Image Sensor 1/3" OV CMOS
Core Processor ARM7 Architecture
Operating System Embedded Linux
Min. Illumination Color: 0.05Lux(F1.2,AGC ON)
B/W: 0.01Lux(F1.2,AGC ON); 0Lux with IR
Shutter Time 1s~1/100000s
Lens 6mm/8mm
Lens Mount φ12
Day& Night Dual IR Cut Filter with Auto Switch
Wide Dynamic Range
Support 120 dB
Digital Noise Reduction
Support 3D DNR
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 18 of 31
Video Compression
must Support H.265 High Efficient Video Compression
Encode Type High Profile / Main Profile / Base Line Profile
Bit Rate 32Kbps~16Mbps
Audio Compression
G.711 / ADPCM / AAC
Bit Rate 8K~48Kbps
Max. Image Resolution
1440p (2560×1440)@25FPS
Frame Rate PAL:1440p @25fps,QXGA@25fps
NTSC:1440p @25fps,QXGA@30fps
Triple Stream
Mainstream: 1440P(2560×1440)
Substream: D1(704×576)
3rd Stream: CIF(352×288)
Image Settings Brightness, Saturation, Contrast Adjustable by Client Software or Web Browser
OSD
16×16, 32×32, 24×24, 48×48, 64×64, 96×96 Size Letters Such as Week, Date, Time, Total 5 Regions
Privacy Mask 4 Zones
Picture Overlay 200 × 200, BMP 24bit, Zone Configurable
Browser IE 7+, Chrome 18 +, Firefox 5.0 +
Network Storage NAS
Video Analytics
Tripwire / Perimeter / Missing & Foreign Object / Loitering / Running / Parking / Gathering / Video Diagnosis / Abnormal Detection, High Light Compensation, Smart Defog, Corridor Mode, Electronic Image Stabilizer, Region of Interest, Privacy Masking
Alarm Trigger Motion Detection / IP Conflict / MAC Conflict / Port Alarm
Protocols
TCP / UDP / HTTP / MULTICAST / UPnP / DHCP / PPPoE / DDNS / NFS / FTP / NTP / RTP / RTSP / IPv6 / SNMP / SMTP / 802.1X / QoS
User Permission 4 Level/8 Users
Remote Connection
2-ch Access
Audio Input 1-ch
Communication Interface
1-ch RJ45 10M / 100M Ethernet Interface
On-board Storage Support Micro-SD card slot for extension
Power Supply 12 VDC ± 10%, PoE (802.3af)
Operating Conditions
-35℃~65℃, 0~95% RHG
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 19 of 31
Power Consumption
Max. 4.5W(IR OFF)
Max. 9W(IR ON)
Circuit Protection TVS6000V Lightning / Surge Protection: (Power 2000V, RJ45 1000V)
Impact Protection IP66
IR Range Support Up to 50m;
Compatibility ONVIF Profile S, CGI, SDK
Certification CE, FCC
3.6.3 40 Channel NVR Specifications
FEATURES TECHNICAL SPECIFICATION Compliance (Yes / No)
Reasons for deviations (If any)
Proposed model and make of the Equipment by Bidder
General Ultra HD smart NVR 40CH -4HDD
IP Video Input 40-ch
Audio Input 1-ch,3.5mm
Network
Incoming Bandwidth
280Mbps
Outgoing Bandwidth
280Mbps
Remote Connection
32
Internet Protocol
TCP/UDP/HTTP/MULTICAST/UPnP/DHCP/PPPoE/DDNS/NFS/ FTP/NTP/HTTPS/RTSP/SMTP/HTTPS/SADP/SNMP
Support ANR Support ANR
Video/Audio Output
HDMI Output
1-ch Resolution: 3840×2160,2560×1600, 1920×1080, 1280×720,800×600,1024×768,1366×768,1440×900,1280×800
VGA Output
1-ch Resolution: 1920×1080, 1280×720, 800×600,1024×768, 1366×768,1440×900,1280×800Adjustable Output mode, Self-adaptive Resolution
Frame Rate Mainstream 25fps(P)/30fps(N) Substream 25fps(P)/30fps(N)
Recording K(3840*2160,3264*2448,3296*2472)/
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 20 of 31
Resolution 6MP(2752*2208,3008*2008,2408*2008)/ 5MP(2560*1920,2592*1944,2592*1920,2528*2128/ 4MP(2560*1440,2592*1520)/3MP(2048*1536)/ 1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF
Audio Output 1 CH support 3.5 MM
Synchronous Playback
4-ch 4K/6MP/5-ch 5MP/8-ch 4MP/9-ch 3MP/16-ch1080P/720P/4CIF
Live View/Playback
4K(3840*2160,3264*2448,3296*2472)/ 6MP(2752*2208,3008*2008,2408*2008)/ 5MP(2560*1920,2592*1944,2592*1920,2528*2128/ 4MP(2560*1440,2592*1520)/3MP(2048*1536) /1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF
Display Capability
4-ch 4K/6MP/5-ch 5MP/8-ch 4MP/9-ch 3MP/16-ch 1080P/ 32-ch 720P/40-ch 4CIF
Display Split 1/4/6/8/9/10/16/20/25/36/40/64
Support E-Zoom
Hard Disk SATA 4SATA for 4 HDDs
Interface Type 1 eSATA for Backup
Capacity Up to 6TB Capacity for Each HDD
Support NTFS Files System
HDD Management Group and Quota, Customized Recording Days
External Interface
Network Interface 2 RJ-45 10/100/1000Mbps Self-adaptive Ethernet Interfaces
Serial Interface 1x RS-485, 1x RS-232
USB Interface 1x USB3.0, 2x USB2.0
Alarm In/Out 16/4
Advance
IPC Management IPC Centralized Management
Hot Standby NVR Support Should N+1 System
Corridor Mode Support Corridor Mode 16:9 to 9:16, for Camera
IVA (Intelligent Video Analytics)
Support 40-ch Camera IVA Function, including Tripwire/Perimeter/Facial Detection/People Counting/Missing & Foreign Object/Crowd/Loitering/Fast Moving/Parking/Off-position/Blurred Image/Audio Offline/Screaming Detection
Smart Search Quickly Search Target Videos according to Channel No., Records Type, Records Time, File Type and IVA
Trigger Recording Manual/Timing/Motion Detection/Port Alarm/ IVA Alarm/Video Occlusion
Smart Recording Set Different Recording Bite Rate for Different
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 21 of 31
Time
Alarm Recording Pre Alarm Default 10s (5/10/15/60s Optional) , Post Alarm Default 10s (10/15/30/60/600s Optional ).
One Key Control Intercom, Recording
Records Format Support MP4 in H.265 Format
Records Encryption
Support Records Encryption and Records Tag
Onvif Onvif(Profile S) CGI
Power Supply 100 ~ 240V AC, 50 ~ 60Hz
Working Temperature
-10 ºC ~ +55 ºC (+14 ºF~ + 131 ºF)
Certificate CE, FCC
3.6.4 20 Channel NVR Specifications
FEATURES TECHNICAL SPECIFICATION Compliance (Yes / No)
Reasons for deviations (If any)
Proposed model and make of the Equipment by Bidder
General Ultra HD smart NVR 20CH -1HDD
IP Video Input 20-ch
Audio Input 1-ch,3.5mm
Network
Incoming Bandwidth
60Mbps
Outgoing Bandwidth
60Mbps
Remote Connection
32
Internet Protocol
TCP/UDP/HTTP/MULTICAST/UPnP/DHCP/PPPoE/DDNS/NFS/ FTP/NTP/HTTPS/RTSP/SMTP/HTTPS/SADP/SNMP
Support ANR Support ANR
Video/Audio Output
HDMI Output
1-ch Resolution: 3840×2160,2560×1600, 1920×1080, 1280×720,800×600,1024×768,1366×768,1440×900,1280×800
VGA Output
1-ch Resolution: 1920×1080, 1280×720, 800×600,1024×768, 1366×768,1440×900,1280×800Adjustable Output
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 22 of 31
mode, Self-adaptive Resolution
Frame Rate Mainstream 25fps(P)/30fps(N) Substream 25fps(P)/30fps(N)
Recording Resolution
K(3840*2160,3264*2448,3296*2472)/ 6MP(2752*2208,3008*2008,2408*2008)/ 5MP(2560*1920,2592*1944,2592*1920,2528*2128/ 4MP(2560*1440,2592*1520)/3MP(2048*1536)/ 1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF
Audio Output 1 CH support 3.5 MM
Synchronous Playback
4-ch 4K/6MP/5-ch 5MP/8-ch 4MP/9-ch 3MP/16-ch1080P/720P/4CIF
Live View/Playback
4K(3840*2160,3264*2448,3296*2472)/ 6MP(2752*2208,3008*2008,2408*2008)/ 5MP(2560*1920,2592*1944,2592*1920,2528*2128/ 4MP(2560*1440,2592*1520)/3MP(2048*1536) /1080P/UXGA/720P/VGA/4CIF/DCIF/2CIF/CIF/QCIF
Display Capability
4-ch 4K/6MP/5-ch 5MP/8-ch 4MP/9-ch 3MP/16-ch 1080P/ 32-ch 720P/40-ch 4CIF
Display Split 1/4/6/8/9/10/16/20/25/36/40/64
Support E-Zoom
Hard Disk SATA 1SATA for 1 HDDs
Interface Type 1 eSATA for Backup
Capacity Up to 6TB Capacity HDD
Support NTFS Files System
HDD Management Group and Quota, Customized Recording Days
External Interface
Network Interface 2 RJ-45 10/100/1000Mbps Self-adaptive Ethernet Interfaces
Serial Interface 1x RS-485, 1x RS-232
USB Interface 1x USB3.0, 2x USB2.0
Alarm In/Out 16/4
Advance
IPC Management IPC Centralized Management
Hot Standby NVR Support Should N+1 System
Corridor Mode Support Corridor Mode 16:9 to 9:16, for Camera
IVA (Intelligent Video Analytics)
Support 40-ch Camera IVA Function, including Tripwire/Perimeter/Facial Detection/People Counting/Missing&Foreign Object/Crowd/Loitering/Fast Moving/Parking/Off-position/Blurred Image/Audio Offline/Screaming Detection
Smart Search Quickly Search Target Videos according to Channel No., Records Type, Records Time, File
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 23 of 31
Type and IVA
Trigger Recording Manual/Timing/Motion Detection/Port Alarm/ IVA Alarm/Video Occlusion
Smart Recording Set Different Recording Bite Rate for Different Time
Alarm Recording Pre Alarm Default 10s ( 5/10/15/60s Optional) , Post Alarm Default 10s (10/15/30/60/600s Optional ).
One Key Control Intercom, Recording
Records Format Support MP4 in H.265 Format
Records Encryption
Support Records Encryption and Records Tag
Onvif Onvif(Profile S) CGI
Power Supply 100 ~ 240V AC, 50 ~ 60Hz
Working Temperature
-10 ºC ~ +55 ºC (+14 ºF~ + 131 ºF)
Certificate CE, FCC
Note: The bidder has to submit this compliance statement duly filled in and copyrighted OEM
brochure along with web link of that to be provided in support of the same.
4.0 Instructions for Online Bid Submission:
As per the directives of Department of Expenditure, this tender document has been published on the
Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit
soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates.
The instructions given below are meant to assist the bidders in registering on the CPP Portal,
prepare their bids in accordance with the requirements and submitting their bids online on the CPP
Portal. More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
4.1 Registration :
4.1.1 Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link "Click here to Enroll" on the
CPP Portal is free of charge. 2) As part of the enrolment process, the bidders will be required to
choose a unique username and assign a password for their accounts. 3) Bidders are advised to
register their valid email address and mobile numbers as part of the registration process. These
would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be
required to register their valid Digital Signature Certificate (Class II or Class III Certificates with
signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sift' / TCS /
nCode / eMudhra/ etc.), with their profile. 5) Only one valid DSC should be registered by a bidder.
Please note that the bidders are responsible to ensure that they do not lend their DSC's to others
which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering
their user ID / password and the password of the DSC / e-Token.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 24 of 31
4.2 Searching for Tender Documents:
4.2.1 There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, organization name,
location, date, value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as organization name, form of contract,
location, date, other keywords etc. to search for a tender published on the CPP Portal.
4.2.2 Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective 'My Tenders'
folder. This would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there
is any corrigendum issued to the tender document.
4.2.3 The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
4.3 Preparation of BIDs:
4.3.1 Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
4.3.2 Please go through the tender advertisement and the tender document carefully to understand
the documents required to be submitted as part of the bid. Please note the number of covers in
which the bid documents have to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations from these may lead to
rejection of the bid.
4.3.3 Bidder, in advance, should get ready the bid documents to be submitted as indicated in the
tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid
documents may be scanned with 100 dpi with black and white option.
4.3.4 To avoid the time and effort required in uploading the same set of standard documents which
are required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the
bidders. Bidders can use "My Space" area available to them to upload such documents. These
documents may be directly submitted from the "My Space" area while submitting a bid, and need not
be uploaded again and again. This will lead to a reduction in the time required for bid submission
process.
4.4 Submission of BIDs:
4.4.1 Bidder should log into the site well in advance for bid submission so that he/she upload the bid
in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.
4.4.2 The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 25 of 31
4.4.3 Bidder has to select the payment option as "offline" to pay the tender fee / EMD as applicable
and enter details of the instrument.
4.4.4 Bidder should prepare the EMD as per the instructions specified in the tender document. The
original should be posted/couriered/given in person to the Tender Processing Section, latest by the
last date of bid submission. The details of the DD/any other accepted instrument, physically sent,
should tally with the details available in the scanned copy and the data entered during bid
submission time. Otherwise the uploaded bid will be rejected.
4.4.5 A standard BoQ format has been provided with the tender document to be filled by all the
bidders. Bidders are requested to note that they should necessarily submit their financial bids in the
format provided and no other format is acceptable. Bidders are required to download the BoQ file,
open it and complete the while coloured (unprotected) cells with their respective financial quotes and
other details (such as name of the bidder). No other cells should be changed. Once the Details have
been completed, the bidder should save it and submit it online, without changing the filename. If the
BoQ file is found to be modified by the bidder, the bid will be rejected.
4.4.6 The serve time (which is displayed on the bidders' dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids
etc. The bidders should follow this time during bid submission.
4.4.7 All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done.
4.4.78 The uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
4.4.9 Upon the successful and timely submission of bids, the portal will give a successful bid
submission message & a bid summary will be displayed with the bid no. and the date & time of
submission of the bid with all other relevant details.
4.4.10 The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
4.5 Assistance to bidders
4.4.1 Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender.
4.4.2 Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is
1800 233 7315.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 26 of 31
FORM–A
DECLARATION REGARDING ACCEPTANCE OF TERMS & CONDITIONS CONTAINED IN THE TENDER
DOCUMENT
To
The Director Software Technology Parks of India Bhubaneswar
Sir,
I have carefully gone through the Terms & Conditions contained in the Tender Document Tender
No:________________________ Dated:______________ for Supply, Installation & Maintenance of IP based
Video surveillance System at STPI-Bhubaneswar and Berhampur.
I declare that all the provisions of this Tender Document are acceptable to my Company. I further certify that I am an authorized signatory of my company and am, therefore, competent to make this declaration.
Yours truly,
Name:_______________________
Designation: _____________________
Company:_____________________
Address:______________________
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 27 of 31
FORMAT FOR COMMERCIAL OFFER FOR BHUBANESWAR
SN Particular with Description Make/Model Qty Unit Price in Rs.
Taxes Applicable
Total Price in Rs.
1
DOME 4.0 MP CAMERA
As per specification in 3.6.1 7 nos.
2 BULLET 4.0 MP CAMERA
As per specification in 3.6.2
3 nos.
3 40 CHANNEL NVR
As per specification in 3.6.3
1 no.
4 8 Full port PoE Switch (120Watt) 2 nos.
5 4TB HDD 3 nos.
6 6U Rack 2 nos.
7 19" LED Monitor 2 nos.
8 2 meter HDMI cable 2 nos.
9 20 CHANNEL NVR As per specification in 3.6.4
2 nos.
10 Cat6 UTP cable 2 Bundle
11 SUB TOTAL
12 UTP cabling with casing as required LS
13 Installation including Rack Mounting, camera
installation, labour cost, media convertor, Rj45
Connector as required, power supply cable, misc items
as required including small civil work, etc.
LS
14 3 years Onsite Support LS
15 GRAND TOTAL
Total in Words:
Note: All taxes should be clearly mentioned with breakup.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 28 of 31
FORMAT FOR COMMERCIAL OFFER FOR BERHAMPUR
SN Particular with Description Make/Model Qty Unit Price in Rs.
Taxes Applicable
Total Price in Rs.
1
DOME 4.0 MP CAMERA
As per specification in 3.6.1
6 nos.
2 BULLET 4.0 MP CAMERA
As per specification in 3.6.2
7 nos.
3 40 CHANNEL NVR
As per specification in 3.6.3
1 no.
4 8 Full port PoE Switch (120Watt) 3 nos.
5 4TB HDD 4 nos.
6 6U Rack 2 nos.
7 19" LED Monitor 2 nos.
8 2 meter HDMI cable 2 nos.
9 20 CHANNEL NVR As per specification in 3.6.4
2 nos.
10 Cat6 UTP cable 3 Bundle
11 SUB TOTAL
12 UTP cabling with casing as required LS
13 Installation including Rack Mounting, camera
installation, labour cost, media convertor, Rj45
Connector as required, power supply cable, misc items
as required including small civil work, etc.
LS
14 3 years Onsite Support LS
15 GRAND TOTAL
Total in Words:
Note: All taxes should be clearly mentioned with breakup.
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 29 of 31
EXIM
S
O
F
A
S
O
F
A
Finance
Division
Conference
Room
Director’s Room
SOFA
ADMIN
Server Room
Security
Reception
Module Module Module Module
Module Module Module Module Module Module
STPI Bhubaneswar (Fortune Towers) office layout with indicative locations of cameras may vary slightly according to need. Map not to scale.
Toilet
Lift
Stairs
Stairs
Display
NVR
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 30 of 31
A
SECURITY SECURITY
STPI Bhubaneswar NOC (Earth Station) layout with indicative locations of cameras may vary slightly according to need. Map not to scale.
SECURITY
Officer Room
Toilet
REST ROOM
Officer Room
NOC UPS
NOC Monitoring Room
Open space
Display
RFP for Supply, Installation & Maintenance of IP based Video Surveillance System (CCTV) at STPI-Bhubaneswar and Berhampur
Tender No. 108/12(98)/1310/STPI-BH/2016
Signature of the bidder with seal Page 31 of 31