74
TENDER FORM Main portal : https://maharashtra.etenders.in Department eTendering Portal : https://mpd.maharashtra.etenders.in Tender Reference No: Oth Admin/CCTV /Thane/ 12037 /2016/D-6(1) Dt. 29/12/2016 Serial No. Item Tendered Quantity in Nos. Tender Document Fee EMD (In Rs) Date of Completion 1 CCTV Surveillance system for Thane central prison As per RFP 3000/- 50000/- 25/01/2017 Seq No MPD Stage Vendor Stage Start Date & Time Expiry Date & Time 1 Release Tender - 27/10/2016 :10.00 29/12/2016 :12.00 2 - Tender Download 29/12/2016 :12.00 12/01/2017 :12.00 3 - Bid Preparation 29/12/2016:12.00 12/01/2017:16.00 4 Super hash Generation & Bid Lock - 12/01/2016 :16.01 13/01/2017 :12.00 5 Control Transfer of Bid 13/01/2017 :12.01 14/11/2017 :12.00 6 Technical Bid Opening - 14/01/2017 :12.01 25/01/2017 :18.00 8 Price Bid Opening - 14/01/2017 :12.01 25/01/2017 :18.00 Contractors participating in eTendering process should have valid CLASS II or CLASS III Digital Signature Certificate issued by any of Government of India approved Certifying Authority. In case, Contractors requires any assistance related to participating in eTendering Process, contractors can contact on eTendering Helpdesk Phone 020-30187500 or email: [email protected] In case, contractors having any queries or seeks clarification, contractors can contact Prison Office. For detailed project requirement please refer RFP. Tendering process will be followed as per Government of Maharashtra G.R. of Industry, Energy & Labor Department no. 2014/Pr.No.82/Bhagh-3/industry-4 Dated 01 st December 2016.

Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

  • Upload
    dohuong

  • View
    213

  • Download
    1

Embed Size (px)

Citation preview

Page 1: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

TENDER FORM

Main portal : https://maharashtra.etenders.in Department eTendering Portal : https://mpd.maharashtra.etenders.in

Tender Reference No: Oth Admin/CCTV /Thane/ 12037 /2016/D-6(1) Dt. 29/12/2016

Serial No.

Item Tendered Quantity in Nos.

Tender Document

Fee

EMD (In Rs)

Date of Completion

1

CCTV Surveillance system for Thane central prison

As per RFP

3000/- 50000/- 25/01/2017

Seq No MPD Stage Vendor Stage Start Date & Time Expiry Date & Time

1 Release Tender - 27/10/2016 :10.00 29/12/2016 :12.00

2 - Tender Download 29/12/2016 :12.00 12/01/2017 :12.00

3 - Bid Preparation 29/12/2016:12.00 12/01/2017:16.00

4 Super hash Generation & Bid Lock

- 12/01/2016 :16.01 13/01/2017 :12.00

5

Control Transfer of Bid 13/01/2017 :12.01 14/11/2017 :12.00

6 Technical Bid Opening - 14/01/2017 :12.01 25/01/2017 :18.00

8 Price Bid Opening - 14/01/2017 :12.01 25/01/2017 :18.00

Contractors participating in eTendering process should have valid CLASS II or CLASS III Digital Signature Certificate issued by any of Government of India approved Certifying Authority. In case, Contractors requires any assistance related to participating in eTendering Process, contractors can contact on eTendering Helpdesk Phone 020-30187500 or email: [email protected] In case, contractors having any queries or seeks clarification, contractors can contact Prison Office. For detailed project requirement please refer RFP.

Tendering process will be followed as per Government of Maharashtra G.R. of Industry, Energy & Labor Department no. 2014/Pr.No.82/Bhagh-3/industry-4 Dated 01st December 2016.

Page 2: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 2

Request for Proposal for

Supply, Installation, Commissioning, Testing and Maintenance of CCTV Surveillance

System and Training at Thane Central Prison

RFP Reference No: ---------------------------------------------

Dated 29/12/2016

Prison Department

2nd Floor, Old Central Building

Near Pune Station

Pune – 1, Maharashtra

Page 3: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 3

Table of Contents

Abbreviations ........................................................................................................................................ 6

Glossary of Terms ................................................................................................................................ 7

1. Invitation for Bids........................................................................................................................... 9

1.1 Bidding Schedule ............................................................................................................... 10

2 Instructions to Bidders..................................................................................................................... 13

2.1 Purpose ..................................................................................................................................... 13

2.2 Consortium and Subcontracting Conditions ........................................................................... 13

2.3 Completeness of Response .................................................................................................... 13

2.4 Proposal Preparation Costs ..................................................................................................... 13

2.5 Bidder Inquiries ......................................................................................................................... 13

2.6 Amendment of RFP Document ............................................................................................... 13

2.7 Supplementary Information to the RFP .................................................................................. 14

2.8 Prison Department’s right to terminate the process .............................................................. 14

2.9 Earnest Money Deposit (EMD)................................................................................................ 14

2.10 Authentication of Bid .............................................................................................................. 14

2.11 Language of Bids ................................................................................................................... 15

2.12 Patent Claim ........................................................................................................................... 15

2.13 Data/ Documents/Software Prepared by the Successful Bidder to be the Property of the Prison Department .......................................................................................................................... 15

2.14 Bid Submission Format .......................................................................................................... 15

2.15 Bid Submission Instructions .................................................................................................. 15

2.16. Proposal Validity Period .................................................................................................... 16

2.17. Modification and Withdrawal of Proposals ....................................................................... 17

2.18. Non-conforming Proposals ................................................................................................ 17

2.19. Acknowledgement of Understanding of Terms ............................................................... 17

2.20. Bid Opening ........................................................................................................................ 17

2.21. Evaluation Process ............................................................................................................ 17

2.22. Pre-Qualification criteria .................................................................................................... 18

2.23. Evaluation of Pre-Qualification Proposals ....................................................................... 19

2.24. Evaluation of Technical Proposals ................................................................................... 20

2.25. Technical Evaluation Methodology ................................................................................... 20

Page 4: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 4

2.26. Technical Evaluation Criteria ............................................................................................ 20

2.27. Financial Proposal Evaluation........................................................................................... 21

2.28. Award Criteria ..................................................................................................................... 22

2.29. Prison Department’s Right to Accept any Bid and to Reject any or All Bids ................ 22

2.30. Letter of Intent .................................................................................................................... 22

2.31. Signing of Contract ............................................................................................................ 22

2.32. Failure to agree with the Terms & Conditions of the RFP / Contract ............................ 22

2.33. Performance Bank Guarantee .......................................................................................... 22

2.34. Non-Disclosure Agreement (NDA) ................................................................................... 23

3. Scope of Work ............................................................................................................................. 25

3.1 CCTV Surveillance System with S/w & H/w ........................................................................... 25

3.2 Operation and Maintenance for 5 (Five) years ...................................................................... 27

3.3 Training...................................................................................................................................... 28

3.4 Documentation .......................................................................................................................... 28

3.5 Project Timelines ...................................................................................................................... 29

4.0. General Conditions of Contract (GCC)................................................................................. 31

4.1. Governing Law ................................................................................................................... 31

4.2. Payment Terms .................................................................................................................. 31

4.3. Confidential Information..................................................................................................... 31

4.4. Change in Laws and Regulations ..................................................................................... 32

4.5. Force Majeure .................................................................................................................... 32

4.6. Settlement of Disputes ...................................................................................................... 32

4.7. Extensions of Time ............................................................................................................ 33

4.8. Termination ......................................................................................................................... 33

4.9. Payment upon Termination ............................................................................................... 34

4.10. Assignment ......................................................................................................................... 34

4.11. Service Level Agreement .................................................................................................. 35

4.12. Other Conditions ................................................................................................................ 35

4.13. Risk Purchase .................................................................................................................... 36

4.14 Penalty .................................................................................................................................... 36

4.15 Relaxation of Timelines.......................................................................................................... 36

4.16 Dispute .................................................................................................................................... 36

Page 5: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 5

5. Annexure - Guidelines for Pre-Qualification Bid .......................................................................... 38

5.1 Check-list for the documents to be included in the Pre-Qualification Proposal .................. 38

5.2 Pre-Qualification Cover Letter ................................................................................................. 40

5.3 Format to share Bidder’s and Bidding Firms Particulars....................................................... 42

5.4 Format for Declaration by the bidder for not being Blacklisted / Debarred, Adherence to Laws and No Conflict of Interest.................................................................................................... 43

5.5 Format of sending pre-bid queries .......................................................................................... 44

6 Annexure – Guidelines for Technical Proposal ........................................................................ 45

6.1 Check-list for the documents to be included in the Technical Proposal .............................. 45

6.2 Technical Bid Cover Letter ...................................................................................................... 46

6.3 Format to Project Citation ........................................................................................................ 48

6.4 Technical Specifications of the CCTV Equipment ................................................................. 49

6.5 Project Implementation Methodology ..................................................................................... 63

7 Financial Proposal ........................................................................................................................... 64

7.1 Financial Proposal Cover Letter .............................................................................................. 64

7.2 Financial Proposal Format & Instructions............................................................................... 66

8 Annexures ........................................................................................................................................ 69

8.1 Annexure- Power of Attorney .................................................................................................. 69

8.2 Annexure – Format for Performance Bank Guarantee ......................................................... 70

8.3 Annexure - Original Equipment Manufacturers (OEMs) Authority Letter............................. 73

Page 6: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 6

Abbreviations

Abbreviation Description

CCTV Closed-circuit television

CAMC Comprehensive Annual Maintenance Contract

DSC Digital Signature Certificate

EMD Ernest Money Deposit

NDA Non-Disclosure Agreement

PDF Portable Document Format

RFP Request for Proposal

TEC Tender Evaluation Committee

VM&MS Video Monitoring & Management System

Page 7: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 7

Glossary of Terms

The definitions of various terms that have been used in this RFP are as follows: 1. “Request for Proposal (RFP)/ Tender” means this RFP or issued during the

course of the selection of bidder, seeking a set of solution(s), services(s), materials and/or any combination of them.

2. “Contract / Agreement / Contract Agreement” means the Agreement to be signed between the successful bidder and Buyer including all attachments, appendices, all documents incorporated by reference thereto together with any subsequent modifications, the RFP, the bid offer, the acceptance and all related correspondences, clarifications, presentations.

3. “Bidder” means the parties who will be offering the solution(s), service(s) and /or materials as required in the RFP. The word Bidder when used in the pre-award period shall be synonymous with parties bidding against this RFP, and when used after award of the Contract shall mean the successful bidder with whom the department signs the agreement for rendering of services for implementation of this project.

4. “Proposal / Bid” means the Technical and Commercial bids submitted for this project against this RFP.

5. “Requirements” shall mean and include all the documents prepared by the department for the Project, scope, Service Level Agreement, schedules, details, description, statements of technical data, performance characteristics and standards (Indian & International) as applicable and specified in the RFP.

6. “SP / SI / Successful Bidder” means the Services Provider whose bid has been accepted by the department and with whom the order has been placed as per requirements and terms and conditions specified in this tender/contract and shall be deemed to include the SP's successors, representatives (approved by the department), heirs, executors, administrators and permitted assigns, as the case may be, unless excluded by the terms of the contract.

Page 8: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 8

Invitation for Bids

Page 9: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 9

1. Invitation for Bids

1) Prison Department hereby invites Proposals from reputed, competent and professional companies, who meet the minimum eligibility criteria as specified in this bidding document for the “RFP for Supply, Installation, Commission, Testing and

Maintenance of CCTV Surveillance System, Training at Thane Central Prison,

Maharashtra” as detailed in Section 2.22 of this RFP document.

2) The complete bidding document shall be published on https://maharashtra.etenders.in for the purpose of downloading. The downloaded bidding document shall be considered valid for participation in the electronic bidding process (e-Procurement/ e-Tendering) subject to the submission of required tender/ bidding document fee and EMD through e-Tendering Online Payment Gateway mode only.

3) To participate in online bidding process, Bidders must procure a Digital Signature Certificate (Class - II) as per Information Technology Act-2000 using which they can digitally sign and encrypt their electronic bids. Bidders can procure the same from any CCA approved certifying agency, i.e. Safecrypt, (n) Code, etc. Bidders who already have a valid Digital Signature Certificate (DSC) need not procure a new DSC.

4) Bidders are also advised to refer “Bidders Manual Kit” available at

https://maharashtra.etenders.in for further details about the e-tendering process.

5) Bidder is advised to study this RFP document carefully before submitting their proposals in response to the RFP Notice. Submission of a proposal in response to this notice shall be deemed to have been done after careful study and examination of this document with full understanding of its terms, conditions and implications.

6) The information contained in this RFP is selective and is subject to updating, expansion, revision and amendment at the sole discretion of Prison Department. It does not, and does not purport to, contain all the information that a recipient may require for the purposes for making a decision for participation in this process. Each Party must conduct its own analysis of the information contained in this RFP, to correct any inaccuracies therein and is advised to carry out its own investigation into the proposed Prison Department requirements.

7) Prison Department shall not be responsible for any direct or indirect loss or damage arising out of or for use of any content of the RFP in any manner whatsoever.

8) Prison Department shall be the sole and final authority with respect to qualifying a bidder through this RFP. The decision of Prison Department in selecting the agency who qualifies through this RFP shall be final and Prison Department reserves the right to reject any or all the bids without assigning any reason thereof. Prison Department further

Page 10: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 10

reserves the right to negotiate with the selected agency to enhance the value through this project and to create a more amicable environment for the smooth execution of the project.

9) Prison Department may terminate the RFP process at any time without assigning any reason and upon such termination Prison Department shall not be responsible for any direct or indirect loss or damage arising out of such a termination.

1.1 Bidding Schedule

The summary of various activities with regard to this invitation of bids are listed in the table below:-

S No Items Description

1. RFP Reference No. Oth Admin/CCTV/Thane/12037/2016/D-6(1)

Date 29/12/2016

2. Name of the Project RFP for Supply, Installation, Commission, Testing

and Maintenance of CCTV Surveillance System and Training at Thane Central Prison, Maharashtra

3. RFP Document Download Start / Expiry Date & Time

Start Date: 29/12/2016 at 5:00 pm Expiry Date: 12/01/2017 5:00 pm Please visit the below mentioned e-Tendering website https://mahatenders.gov.in https://mahaprisons.gov.in

4. Last date to send in requests for clarifications

All the queries should be received on or before 2/01/2017 5:00 pm, through email only with subject line as follows: “Pre-Bid queries - <Agency’s Name>”. The queries should be submitted as per the format prescribed in ANNEXURE 5.5 The Pre-Bid queries to be sent to the Email Id – [email protected]

5. Date, Time and place of pre- bid meeting

3/01/2017, 11:00 am

Address: As mentioned in S. No 13 of this

table

6. Last date (deadline) for submission of bids

12/01/2017, 5:00 pm

Page 11: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 11

S No Items Description

7. Date and Time of opening of Pre-Qualification proposals

16/01/2017, 12:00 pm

8. Date Time and Place of opening of Financial Proposals

Will be intimated later to the technically qualified bidders

9. Earnest Money Deposit (EMD) to be paid via Online Payment Gateway mode only.

Rs. 50,000/- (Rupees Fifty Thousands Only)

10. Bid Validity Period 180 days from the date of submission of Bid

11. Form Fee to be paid via Online Payment Gateway mode only.

Rs. 3,000/- (Rupees Three Thousand Only)

12. Performance Bank Guarantee 10% of the total contract value in the form Bank Guarantee

13 Contact Person

Officer: Shri Ashok Dere

Address:

ADG and IG (Prisons) Office

Old Central Building

2nd Floor,

Near Pune Station

Pune -411001

Email Id: [email protected]

Phone No: 020 26127906

*Portal fee to be borne by the bidder as applicable

Page 12: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 12

Instruction to Bidders

Page 13: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 13

2 Instructions to Bidders

2.1 Purpose Prison Department seeks the services of a reputed company, for “Supply, Installation,

Commission, Testing and Maintenance of CCTV Surveillance System and Training at

Thane Central Prison, Maharashtra”. This document provides information to enable the bidders to understand the broad requirements to submit their bids. The detailed scope of work is provided in Section 3 of this RFP document.

2.2 Consortium and Subcontracting Conditions Consortium and Subcontracting are not allowed for this RFP.

The successful bidder shall be responsible for the complete execution and operation &

maintenance of the project for the entire project duration.

2.3 Completeness of Response The response to this RFP should be full and complete in all respects. Failure to furnish all information required by the RFP document or submission of a proposal not substantially responsive to the RFP document in every respect will be at the Bidder's risk and may result in rejection of its Proposal and forfeiture of the Bid EMD.

2.4 Proposal Preparation Costs

1 The bidder shall submit the bid at its cost and Prison Department shall not be held responsible for any cost incurred by the bidder. Submission of a bid does not entitle the bidder to claim any cost and rights over Prison Department and Prison Department shall be at liberty to cancel any or all bids without giving any notice.

2 All materials submitted by the bidder shall be the absolute property of Prison Department and no copyright /patent etc. shall be entertained by Prison Department.

2.5 Bidder Inquiries Bidder shall E-Mail their queries at above mentioned E-Mail address as prescribed in the ANNEXURE 5.5. The response to the queries will be published on https://mahatenders.gov.in. and https://mahaprisons.gov.in No telephonic / queries will be entertained thereafter. This response of Prison Department shall become integral part of RFP document. Prison Department shall not make any warranty as to the accuracy and completeness of responses.

2.6 Amendment of RFP Document

1 All the amendments made in the document would be published on the e-Tendering Portal and Department website shall be part of RFP.

2 The Bidders are advised to visit the aforementioned websites / portal on regular basis to check for necessary updates. The Prison Department also reserves the right to amend the dates mentioned in this RFP.

Page 14: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 14

2.7 Supplementary Information to the RFP If Prison Department deems it appropriate to revise any part of this RFP or to issue additional data to clarify an interpretation of provisions of this RFP, it may issue supplements to this RFP. Any such corrigendum shall be deemed to be incorporated by this reference into this RFP.

2.8 Prison Department’s right to terminate the process Prison Department may terminate the RFP process at any time and without assigning any reason. Prison Department reserves the right to amend/edit/add/delete any clause of this RFP Document. This will be informed to all and will become part of the bid /RFP and information for the same would be published on the e-Tendering portal and Departmental website

2.9 Earnest Money Deposit (EMD)

1 Bidders shall submit, EMD of Rs. 50,000 (Rupee Fifty Thousands only) through online e-Tendering Payment Gateway mode only.

2 Unsuccessful Bidder EMD will be returned within 90 days from the date of opening of the Financial Proposal. The Bid Security, for the amount mentioned above, of the successful bidder would be returned upon submission of Performance Bank Guarantee (PBG) for an amount equal to 10% of Total Contract Value in the form of Bank Guarantee.

3 No interest will be paid by Prison Department on the EMD amount and EMD will be refunded to the Successful Bidder without any accrued interest on it

4 The Bid submitted without EMD, mentioned above, will be summarily rejected. 5 The EMD may be forfeited:

a. If a Bidder withdraws his bid or increases his quoted prices during the period of bid validity or its extended period, if any.

b. In case of a Successful Bidder, if the Bidder fails to sign the contract in accordance with the terms and conditions.

c. If during the bid process, a bidder indulges in any such deliberate act as would jeopardise or unnecessarily delay the process of bid evaluation and finalisation.

d. If, during the bid process, any information is found false/fraudulent/mala fide, and then Prison Department shall reject the bid and, if necessary, initiate appropriate action.

6 The decision of the Prison Department regarding forfeiture of the EMD shall be final and binding upon bidders.

2.10 Authentication of Bid

1 Authorized person of the bidder who signs the bid shall obtain the authority letter from the bidder, which shall be submitted with the Bid. All pages of the RFP, proposal and annexures, etc. shall be signed and stamped by the person or persons signing the bid.

2 Power of Attorney executed by the Bidder in favour of the duly authorised representative,

certifying him as an authorised signatory for the purpose of this bid.

Page 15: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 15

2.11 Language of Bids This bid should be submitted in English language only. If any supporting documents submitted are in any language other than English, then the translation of the same in English language is to be duly attested by the bidder and summited with the bid, and English translation shall be validated at Prison Department’s discretion.

2.12 Patent Claim In the event of any claim asserted by a third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof, the bidder shall expeditiously extinguish such claim. If the bidder fails to comply and Prison Department is required to pay compensation to a third party resulting from such Infringement, the Bidder shall be responsible for such compensation, including all expenses, court costs, lawyer fees etc. Prison Department shall give notice to the Successful Bidder of any such claim and recover it from the bidder.

2.13 Data/ Documents/Software Prepared by the Successful Bidder to

be the Property of the Prison Department All plans, specifications, reports, customized software, other documents, patent and data shall be absolute property of Prison Department. The Successful Bidder shall not use, share this information, any other data derived from this application, customized software etc. anywhere, without taking permission, in writing, from the Prison Department and the Prison Department reserves right to grant or deny any such request. Intellectual Property Rights (IPR) of the source code will vest solely with the Prison Department, Maharashtra. However, such a system will not be allowed to be misused by quoting same software at other places.

2.14 Bid Submission Format The entire proposal shall be submitted strictly as per the format specified in this Request for Proposal. Bids with deviation from this format are liable for rejection.

2.15 Bid Submission Instructions 1. Complete bidding process will be online (e-Tendering) in three Envelopes system. Submission of bids shall be in accordance to the instructions given in the Table below:

Particulars Instructions

Envelope A:

Pre-Qualification

Proposal

The Pre-Qualification Proposal shall be prepared in accordance with the requirements specified in this RFP and the formats are prescribed in in ANNEXURE 5.1 of this RFP

Pre-Qualification Proposal should be submitted through online bid submission process only.

Envelope B: The Technical Proposal shall be prepared in accordance with the requirements specified in this RFP and document shall be submitted

Page 16: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 16

Particulars Instructions

Technical Proposal as per the tender form (envelop no 1, technical Part)

Technical Proposal should be submitted through online bid submission process only.

Envelope C:

Financial Proposal

The Financial Proposal shall be prepared in accordance with the requirements specified in this RFP and in the formats prescribed in ANNEXURE 7.1 of the RFP.

Financial Proposal should be submitted through online bid submission process only.

Note: Bidder is requested to submit the One Hard Copy of the Pre-Qualification and Technical

proposal on the date of Pre-Qualification proposal opening as schedule given in the Section 1.1

of the RFP (by courier or post only). Each page of the Technical Proposal should be signed and

stamped by the Authorized Signatory of the Bidder.

2. The following points shall be kept in mind for submission of bids;

a. Prison Department shall not accept delivery of proposal in any manner other than that specified in this RFP. Proposal delivered in any other manner shall be treated as defective, invalid and rejected.

b. The Bidder is expected to price all the items and services sought in the RFP and proposed in the technical proposal. The Bid should be comprehensive and inclusive of all the services to be provided by the Bidder as per the scope of his work and must cover the entire Contract Period.

c. Prison Department may seek clarifications from the Bidder on the technical proposal. Any of the clarifications by the Bidder on the technical proposal should not have any commercial implications. The Financial Proposal submitted by the Bidder should be inclusive of all the items in the technical proposal and should incorporate all the clarifications provided by the Bidder on the technical proposal during the evaluation of the technical offer.

d. Financial Proposal shall not contain any technical information. e. If any Bidder does not qualify the Pre-Qualification criteria stated in Section 2.22 of this

RFP, the technical and Financial Proposals of the Bidder shall not be opened in the e-Tendering system. Similarly, if the Bidder does not meet the technical evaluation criteria, the Financial Proposal of the Bidder shall be rejected.

f. It is required that the all the proposals submitted in response to this RFP should be unconditional in all respects, failing which Prison Department reserves the right to reject the proposal.

2.16. Proposal Validity Period The validity of the proposals submitted before deadline shall be till 180 days from the date of submission of the proposal.

Page 17: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 17

2.17. Modification and Withdrawal of Proposals No Proposal shall be withdrawn in the interval between the deadline for submission of proposals and the expiration of the validity period specified by the Bidder on the Proposal form. Entire EMD shall be forfeited if any of the Bidders withdraw their proposal during the validity period.

2.18. Non-conforming Proposals A Proposal may be construed as a non-conforming proposal and ineligible for consideration:

a. If it does not comply with the requirements of this RFP b. If the Proposal does not follow the format requested in this RFP or does not appear to

address the particular requirements of the Prison Department.

2.19. Acknowledgement of Understanding of Terms By submitting a Proposal, each Bidder shall be deemed to acknowledge that he has carefully read all sections of this RFP, including all forms, schedules, annexure, corrigendum, service level agreement and addendums (if any) hereto, and has fully informed itself as to all existing conditions and limitations.

2.20. Bid Opening

a. Total transparency shall be observed and ensured while opening the Proposals/Bids. b. Prison Department reserves the rights at all times to postpone or cancel a scheduled Bid

opening. c. Bid opening shall be conducted as below.

i. Pre-Qualification proposals shall be opened and evaluated as per the criteria mentioned in Section 2.22 of the RFP. Technical Proposals of bidders who pass the Pre-Qualification criteria shall be evaluated.

ii. Financial Proposal of those Bidders, whose Technical Proposals (Technical Evaluation and Technical Presentation) qualify, shall be opened.

d. The Bidder’s representatives who are present shall sign an attendance sheet evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for Prison Department, the bids shall be opened at the same time and location on the next working day. In addition to that, if there representative of the Bidder remains absent, Prison Department will continue process and open the bids of the all bidders

e. During Bid opening, preliminary scrutiny of the Bid documents shall be made to determine whether they are complete, whether required Bid Security has been furnished, whether the Documents have been properly signed, and whether the bids are generally in order. Bids not conforming to such preliminary requirements shall be prima facie rejected. Prison Department has the right to reject the bid after due diligence is done.

2.21. Evaluation Process

a. Prison Department has formed a Technical Committee (TC) for monitoring various e-Governance initiatives. This TC shall act as a Tender Evaluation Committee (hereinafter referred to as “TEC”) also to evaluate the bids.

Page 18: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 18

b. TEC shall review the Pre-Qualification proposal of the Bidders to determine whether the requirements as mentioned in Section 2.22 of the RFP are met. Incomplete or partial Proposals are liable for disqualification, but TEC reserves the right to seek clarification, missing or clarification on incomplete responses if required. All those Bidders, whose Pre-Qualification proposal meets the requirements shall be selected for opening of the technical proposal.

c. TEC shall review the Technical Proposal of the prequalified Bidders to determine whether the technical proposals are substantially responsive. Bids that are not substantially responsive shall be disqualified and TEC reserves the right to seek clarification, additional documents if required.

d. TEC shall assign a Technical score to the Bidders based on the Technical evaluation criteria detailed in the RFP. The Bidders with a technical score above the threshold as specified in Section 2.26 of the RFP shall technically qualify for the commercial evaluation stage.

e. The Financial Proposals of the technically qualified Bidders shall be opened and reviewed to determine whether the Financial Proposals are complete and as per requirements.

f. Award of Contract shall be done as per provisions of Maharashtra State Government Rules. g. Please note that TEC may seek inputs from their professional, external experts in the Bid

evaluation process.

2.22. Pre-Qualification criteria S No Eligibility Criteria Document to be submitted

PQ1 Bidder should be registered under the Companies Act, 1956, and should be in existence in India for at least the last 5 (Five) years as on date of submission of the bid.

Copy of Incorporation Certificate

PQ2 Bidder should have minimum average turnover of Rs. 5 Crore during the last 3 (Three) financial years (FY 2014-15, 2013-14, 2012-13).

Copy of the audited Profit & Loss Statement of the company duly certified by statutory auditor

PQ4 Bidder should have successfully executed at least 2 (Two) IP based CCTV Surveillance System Projects for Central Govt. / State Govt. / Public Sector Undertaking (PSU) organizations in India with the project cost not less than Rs. 30 Lakhs. The projects should have been completed as on date of submission of RFP response.

Copy of Work Order

Page 19: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 19

S No Eligibility Criteria Document to be submitted

PQ5 Bidder should not be banned from participating in any of the Tenders by Government of Maharashtra / Any State Government / Government of India as on date of submission of the Bid. Also, the bidder shall not be under a Declaration of ineligibility for corrupt or fraudulent practices with any of the Government or Public Sector Undertaking (PSU) units.

A self-certified letter signed by the Authorized Signatory of the Bidder.

PQ6 Bidder should preferably have ISO 9001:2008 or higher certification

Valid Copy of the ISO Certificate

PQ7 Bidder should have authorization letter from the original equipment manufacturer (OEM) of CCTV systems in case of channel partner/dealer/supplier and should supply local support in the district also

Copy of Authorization Letter in the format given at ANNEXURE 8.3

PQ8 The Bidder should have an office in Maharashtra.

Valid documentary proof of office address located in Maharashtra. (In case, it doesn’t have an office at present in Maharashtra, it should give an undertaking to open an office within 60 days if the contract is awarded.)

Note:

a. The bidder should follow all the rules and regulations as laid down by Child Labour Act, Fundamental Rights of Labour, Human Rights, Environment, Forest & Mines and the Anti-Corruption Laws.

b. Any Company rendered ineligible by any Law or any Legal Proceeding to which it is a party of, cannot participate in this tender process.

c. The start-up companies may compete as per the guidelines mentioned in the GR.

2.23. Evaluation of Pre-Qualification Proposals

a. Bidders, whose EMD and RFP Document Fees are found in order, shall be considered for Pre-Qualification criteria evaluation.

b. Bidder shall be evaluated as per Pre-Qualification criteria mentioned at Section 2.22. The bidders who fulfil all the Pre-Qualification criteria shall qualify for further technical evaluation.

Page 20: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 20

2.24. Evaluation of Technical Proposals The evaluation of the Technical Proposals will be carried out in the following manner:

a. The Bidders are required to submit all required documentation in support of the evaluation criteria specified (e.g. Detailed Project citations and copy of work order, client contact information for verification, and all others) as required for technical evaluation.

b. At any time during the Bid evaluation process, TEC may seek oral / written clarifications from the Bidders. The Committee may seek inputs from their professional and technical experts in the evaluation process.

c. Prison Department reserves the right to do a reference check of the past experience stated by the Bidder. Any feedback received during the reference check shall be taken into account during the technical evaluation process.

2.25. Technical Evaluation Methodology

a. Each Technical Proposal shall be assigned a technical score out of a maximum of 100 points. (Refer Section 2.26).

b. In order to qualify for the opening of Financial Proposal, the Bidder must get a minimum overall technical score of 70 (Seventy) marks.

c. The Financial Proposals of Bidders who do not qualify technically shall be rejected in the e-Tendering system.

d. Prison Department reserves the right to accept or reject any or all bids without giving any reasons thereof.

e. Prison Department shall inform to the technically shortlisted Bidders about the date and venue of the opening of the Financial Proposals.

2.26. Technical Evaluation Criteria Sr. No. Evaluation Criteria Points

TQ.1.0 Company Profile 15

TQ1.1*

The Bidder should have average turnover of minimum Rs. 5 Cr for the last 3 financial years.

Above Rs. 20 Crore 15

>Rs. 10 Crore – Rs. 20 Crore 10

Rs. 5 Crore – Rs. 10 Crore 5

TQ 2.0 Relevant Experience 20

TQ 2.1

The Bidder should have successfully executed at least 2 (Two) IP based CCTV Surveillance System Projects for Central Govt. / State Govt. / Public Sector Undertaking (PSU) organizations in India with the project cost not less than Rs. 30 Lakhs. The projects should

20

Page 21: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 21

Sr. No. Evaluation Criteria Points

have been completed as on date of submission of RFP response.

(2 Projects = 10 marks, : with Every Additional project = 2

marks, maximum 20 marks)

TQ 3.0 Technical Proposal 25

TQ 3.1 Understanding of Scope of Work 5

TQ 3.2 Approach and Methodology for Project Implementation 5

TQ 3.3 Project Roll-out Plan – Bidder who will complete the entire work in 30 days shall be eligible for obtaining more marks

10

TQ 3.4 Operation and Maintenance Plan 5

TQ 4.0

Proof of Concept of CCTV Surveillance System at Thane

Central Prison (Live Demo of Proposed IR Bullet Camera, Fixed

Dome Camera, PTZ Camera and VM&MS)#

40

Total 100

Note:

*(The startup Company having turnover up to 5 Crore would be given 10 marks)

PRISON DEPARTMENT reserves right to visit bidder’s customer where such a similar

project execution has taken place.

# Bidder(s) will be called for the demonstration of the proposed system on the date of

technical presentation at Prison Department.

Details of specification of the stores quoted. Information should be given in the following Tender Enquiry specification.

Detail specification of the stores quoted by the firm with name of manufacturer

Whether store is as per Tender Enquiry specification

(1) (2) (3)

2.27. Financial Proposal Evaluation

a) The financial proposal of only the technically qualified Bidders shall be opened for the evaluation.

Page 22: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 22

b) Of all the financial proposal opened, the Bidder whose financial proposal is lowest (hereby referred to as L1 Bidder) shall be considered eligible for negotiations and award of contract after the negotiations.

c) If there is a discrepancy between words and figures, the amount in words shall prevail. For any other calculation/ summation error etc. the bid may be rejected.

2.28. Award Criteria

1. The work shall be awarded to the bidder who’s Commercial Offer shall be determined to be L1, the lowest evaluated valid offer.

2. However, the Purchase Committee reserves the right to further negotiate the prices quoted by the L1 bidder.

3. If there is more than one bidder having the lowest offer, the Purchase Committee reserves the right to select the Bidder(s) and that will be binding on all bidders.

4. The decision to allocate work shall be at discretion of the Purchase Committee

2.29. Prison Department’s Right to Accept any Bid and to Reject any

or All Bids Prison Department reserves the right to accept or reject any Bid, and to annul the bidding process and reject any or all Bids at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for Prison Department’s action.

2.30. Letter of Intent Prior to the expiration of the period of bid validity, Prison Department will notify the Successful Bidder in writing or by fax or email, to be confirmed in writing by letter, that its bid has been accepted. The Letter of Intent will constitute the formation of the contract.

2.31. Signing of Contract Prison Department shall notify the Successful Bidder that its bid has been accepted. The Successful Bidder shall enter into contract agreement with Prison Department within the time frame mentioned in the Letter of acceptance to be issued to the Successful Bidder by Prison Department.

2.32. Failure to agree with the Terms & Conditions of the RFP /

Contract Failure of the Successful Bidder to agree with the Terms & Conditions of the RFP / Contract shall constitute sufficient grounds for the annulment of the award, in which event Prison Department may invite the next best bidder for negotiations or may call for fresh RFP.

2.33. Performance Bank Guarantee

1. The Successful Bidder shall at his own expense submit with Prison Department within 7 (Seven) working days of the date of letter of acceptance or prior to signing of the contract

Page 23: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 23

whichever is earlier, an unconditional and irrevocable Performance Bank Guarantee (hereinafter referred to as “PBG”) from a Nationalized or Scheduled Bank, payable on demand, for the due performance and fulfilment of the contract by the bidder.

2. The PBG shall be denominated in the currency of the contract and shall be in the form of bank guarantee.

3. The PBG will be for an amount equivalent to 10% of contract value. All charges whatsoever such as premium; commission etc. with respect to the PBG shall be borne by the bidder.

4. The PBG shall be valid until the end of six months after the completion of the contract with successful bidder. Subject to the terms and condition in the PBG, six months after the contract completion, the PBG will lapse automatically.

5. The PBG may be discharged / returned by Prison Department upon being satisfied that there has been due performance of the obligations of the Bidder under the contract. However, no interest shall be payable on the PBG. The Format for PBG is provided in ANNEXURE 8.2.

6. In the event of the Bidder being unable to service the contract for whatever reason Prison Department would invoke the PBG. Notwithstanding and without prejudice to any rights whatsoever of Prison Department under the contract in the matter, the proceeds of the PBG shall be payable to Prison Department as compensation for any loss resulting from the bidder’s failure to complete its obligations under the Contract. Prison Department shall notify the Bidder in writing of the exercise of its right to receive such compensation within 14 days, indicating the contractual obligation(s) for which the Bidder is in default.

7. Prison Department shall also be entitled to make recoveries from the bidder’s bills, PBG, or from any other amount due to him, the equivalent value of any payment made to him due to inadvertence, error, collusion, misconstruction or misstatement.

2.34. Non-Disclosure Agreement (NDA)

The Successful Bidder has to sign the Non- Disclosure Agreement with Prison Department.

Page 24: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 24

Scope of Work

Page 25: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 25

3. Scope of Work

The overall scope of the CCTV Surveillance Solution will consist of design, development, testing, installation, commissioning, training, handholding and maintenance of facilities for a project term period of 5 (Five) years by the appointed agency.

3.1 CCTV Surveillance System with S/w & H/w It shall cover the Design of IP based surveillance system, supply, delivery, testing & commissioning followed by a 3 year onsite warranty period, and 5 years comprehensive annual maintenance period (CAMC).

It is advised that bidder should visit all sites before submitting the bid to get apprised

about the site conditions.

Bidder to conduct site survey and accordingly propose the solution

All equipment/hardware shall be new and the product should not be de‐supported or declared end of life during the next 5 years. A certificate to that effect should be furnished from OEM. All equipment/hardware shall conform to the codes, standards and regulations applicable and benefit from the usual manufacturer’s guarantees. The Bidder should submit OEM’s confirmation that the Products quoted are not end‐of‐life for the further period of 5 years from the date of authorization. The scope of work under this section shall involve following activities but not limited to this; 1) Supply, Installations, Testing & Commissioning of High performance IP based video

surveillance system including suitable mounting arrangements like Pole etc. 2) Laying, terminating & connecting cameras and storage devices with maximum redundancy

between cameras, storage & control room. 3) Establishing control room for configuration, operation, monitoring & maintenance with high

resolution LED (48’’) display and workstation for monitoring purpose has to be setup & joystick based zoom control for camera for configuration of minimum 50 Cameras. Prison Department will provide place for control room with required basis infrastructure (i.e. Electricity, Network Point etc.) facilities. The Bidder shall be responsible to complete the Interior Work as well.

The requirement of number of cameras may increase/decrease at the time of placing order or thereafter in future. Detailed specifications of Camera, Video Monitoring and Management Software and other required peripherals are given in Section 6.4 of this document. 4) Supply, Installation, configuration & customization of Video Monitoring and Management

software with perpetual license. The software package should be capable to support

Page 26: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 26

minimum 50 cameras at a time from the control room and should be expandable up to 100 cameras.

5) The proposed solution should not require proprietary computer, server, and network or storage hardware.

6) The proposed solution should maintain the single centralized administration, configuration and authentication database for entire system.

7) The network should be designed such that in case there is problem at any of the switch/ node the whole system should not be affected and only that part is affected.

8) The proposed CCTV camera should support both fixed IP addresses and dynamically assigned IP addresses provided by a Dynamic Host Control Protocol (DHCP) server.

9) The Camera shall have an Easy Focus function, which adjusts the camera focus remotely using Graphical User Interface. When the camera is switched between day and night modes, the Easy Focus function is automatically activated to keep the camera focused.

10) The cameras should be configured for automatic day / night display, so that without manual intervention, camera switches to night mode when the light condition is poor. It shall have provision to change in the day / night mode manually.

11) Should have provision to monitor video feeds on various location and devices as prescribed by the prison department.

12) Should have a camera tampering detection function that alerts the operator in control room if the camera is tampered with. Tampering can include spraying the camera lens, covering it with a cloth, or changing the mounting direction.

13) Should support IP filtering, whereby access to the camera can be restricted to one or more groups of selected users. Minimum 10 (Ten) different groups can be established by defining an IP address range for each group.

14) System should allow to configure backup policy of 30 days, which can expand as and when required.

15) There should be no any hidden charges for any hardware/ software requirement for smooth and satisfactory working of the entire CCTV Surveillance system.

16) Installation & commissioning Network Video Recorder (NVR) for Digital Video Storage for primary recording, Workstations for secondary video recording for redundancy, Switches, UPS and Weather Proof Panel box for cameras, Laying Power-Over Ethernet (POE) cable and Surge & lightening protection for each camera etc.

17) Indoor/Outdoor OFC / CAT 6 UTP cabling shall be done from the area identified for the PC/Server/NVR to the rack for housing the network elements and up to Camera.

18) The CAT 6 cable should conform to CAT 6 specifications and individual cable pairs should be separated by a PE former. OFC shall confirm applicable IS or equivalent standard.

19) The OFC / CAT 6 cabling shall be done using ISI marked rigid PVC casing capping and accessories. The route for cabling is to be discussed and finalized with the Prison Department.

Page 27: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 27

20) The aesthetic appearance of the cabling within office and other visible areas is to be taken into consideration while planning the cable route.

21) Cable routes should be planned to avoid fluorescent light fittings and power cables and where they are run parallel to power they must be at least 60mm apart. Crossing power cables is allowed but it must be at right angles, and some form of bridge should be used.

22) All terminating should be carried out according to the manufacturer’s instructions and guidelines, and the standards for generic cabling systems viz. the cable sheath should be stripped back no more than 13mm from the point of termination, the twist rates should be maintained, maximum CAT 6 cable run to be 100 m etc.

23) The Successful bidder shall also be responsible to laying down the power cable of 2.5 Sq mm connecting to control room and switches with ISI marked rigid PVC casing capping and accessories.

24) Care should be taken when pulling cables.

25) Digging, Laying, Clamping, Filling will be in the Bidder’s scope.

26) The Successful bidder is responsible for configuration of IP address required for CCTV video feeds.

27) “Guidelines for implementation of CCTV cameras in Government Offices” dated 4th

March 2013, issued by Director of Information Technology, Government of

Maharashtra shall be followed.

3.2 Operation and Maintenance for 5 (Five) years Once the systems have been commissioned, the Bidder shall maintain the system (Hardware & Software) for the period of 5 (Five) years (3 year Onsite Warranty, and 5 years comprehensive annual maintenance period (CAMC)

a. It shall involve but not limited to the following activities; i. Ensure the desired functioning of the Interface / integration ii. Software installation and testing whenever required iii. Provide technical support on system parameters and requirement of Prison

Department iv. Provide handholding support and training services as part of the post implementation

services, on a scheduled basis as well as on a need basis. b. The comprehensive maintenance and warranty of hardware shall include following but not

limited to these; i. In case of failure, the Successful bidder needs to repair or replace the faulty

part/component/device to restore the services at the earliest. ii. The cost of the repairing or replacement of faulty part/component/device has to be

entirely borne by the successful bidder. iii. All expenses related to part/component/device, including hiring of specialized

technical expertise, in case required, has to be borne by the successful bidder as part of comprehensive maintenance.

Page 28: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 28

iv. The Successful bidder also needs to make alternate arrangement in case of major failure happens in the network, due to which services may be effecting for longer period.

v. After repairing or replacement of the part/component/device, the successful bidder needs to put the same into operation.

Note - No extra cost shall be remunerated by PRISON DEPARTMENT on account of such

operations & maintenance activities mentioned herein above

3.3 Training The Bidder shall provide hands on training at Prison Department premises on following components. Prison Department will measure the effectiveness after the completion of the training. In case the participants are not satisfied with the training, then Prison Department may ask Successful bidder to conduct refresher training sessions. S

No

Training Components Tentative Number

of Participants

No of Sessions

1 Overall Functioning and Operating CCTV Surveillance System (5 Days)

10 10

3.4 Documentation The project team shall provide the following documentations in hardcopy as well as soft copies: a) Detail Project Plan b) Systems Administration Manuals c) Database Administration Manuals d) Application User manuals e) Detailed CCTV Surveillance System report

• Component and equipment list • Product description sheets • System design drawing(s) • System schematic diagram(s) • Complete operation and maintenance instruction manuals

Page 29: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 29

3.5 Project Timelines Activity/Task Timeline

Signing of Contract T

Submission of Project Implementation Plan 3 days (after signing of contract)

Delivery, Installation and Commissioning of CCTV Surveillance System (G)

T + 6 Weeks

Training on CCTV Surveillance System (G) G+ 10 weeks

Operation and Maintenance (Warranty Period) (W) G + 156 Weeks

Operation and Maintenance (OM) W + 104 Weeks

Page 30: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 30

General Conditions of

Contract (GCC)

Page 31: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 31

4.0. General Conditions of Contract (GCC)

4.1. Governing Law

The Contract shall be governed by and interpreted in accordance with the laws of the India

4.2. Payment Terms

1. No advance payment shall be made. 2. The Bidder’s request(s) for payment shall be made to the Prison Department in writing,

accompanied by an invoice describing, as appropriate, services completed. The invoice should be submitted and upon fulfilment of other obligations stipulated in the contract.

3. 90% (Ninety percent) payment of Capital Cost (Capex) shall be released within 30 days from the date of satisfactory delivery, installation, commissioning and Inspection of all material at Jail premises. Remaining 10% (Ten percent) of capital cost shall be released in 20 equated quarterly instalments.

4. Operation and Maintenance Cost (Opex) shall be released in 20 equated quarterly instalments only after certification by designated Prison Department officer. For the processing of the quarterly payment in O & M phase, the Successful Bidder shall submit the invoice along with the details of incidents handled in the particular period.

5. Payments shall be made promptly by the Prison Department within thirty (30) days after submission of the invoice or claim by the Bidder, only after quality inspection and verification by the Prison Department’s Official of the conformity of the Goods/Products/Services/Solutions supplied as per the agreed specifications.

6. Payment shall be made in Indian Rupees by RTGS / NEFT on Bank in the name of bidder. 7. The penalty shall be calculated and deducted from the immediate payment due. 8. It is the responsibility of the bidders to quote for and provide all the H/w and S/w for

meeting all the requirements of the RFP. In case during evaluation, it is found that certain H/w or S/w which is critical for meeting the requirement of this RFP and has not been quoted as part of Bill of material (BoM), the bid can be rejected as non-responsive. Additionally, if after the award of contract, it is felt that additional Hardware and Software are required for meeting the RFP requirement and the same has not been quoted by the Successful Bidder, the Successful Bidder shall provide all such additional hardware/software at no additional cost to Prison Department.

4.3. Confidential Information

a) Prison Department and the Successful Bidder shall keep confidential and shall not, without the written consent of the other party hereto, divulge to any third party any documents, data, or other information furnished directly or indirectly by the other party hereto in connection with the Contract, whether such information has been furnished prior to, during or following completion or termination of the Contract.

Page 32: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 32

b) The Successful Bidder shall not use the documents, data, and other information received from Prison Department for any purpose other than the services required for the performance of the Contract.

4.4. Change in Laws and Regulations

Unless otherwise specified in the Contract, if after the date of the Invitation for Bids, any law, regulation, ordinance, order or bylaw having the force of law is enacted, promulgated, abrogated, or changed that subsequently affects the Delivery Date and/or the Contract Price, then such Delivery Date and/or Contract Price shall be correspondingly increased or decreased, to the extent that the Successful Bidder has thereby been affected in the performance of any of its obligations under the Contract.

4.5. Force Majeure As per Govt of Maharashtra GR dated 01/12/2016 Annexure 4B and

a) The Successful Bidder shall not be liable for termination for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

b) For purposes of this Clause, Force Majeure means an event or situation beyond the control of the Successful Bidder that is not foreseeable, is unavoidable, and its origin is not due to negligence or lack of care on the part of the Successful Bidder. Such events may include, but not be limited to, acts of Prison Department in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes.

c) If a Force Majeure situation arises, the Successful Bidder shall promptly notify Prison Department in writing of such condition and the cause thereof. Unless otherwise directed by Prison Department in writing, the Successful Bidder shall continue to perform its obligations under the Contract as far as it is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

4.6. Settlement of Disputes

1. Performance of the contract is governed by the terms and conditions of the contract, in case disputes arise between the parties regarding any matter under the contract, either Party of the contract may send a written Notice of Dispute to the other party. The Party receiving the Notice of Dispute will consider the Notice and respond to it in writing within 30 days after receipt. If that party fails to respond within 30 days, or the dispute cannot be amicably settled within 60 days following the response of that party, shall become applicable as per Government Norms.

2. Arbitration:

a) In the case of dispute arising, upon or in relation to, or in connection with the contract between Prison Department and the Successful Bidder, which has not been settled amicably, any party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act, 1996. Such disputes shall be referred to an Arbitral Tribunal consisting of

Page 33: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 33

three arbitrators, one each to be appointed by the Prison Department and the Successful Bidder, the third arbitrator shall be chosen by the two arbitrators so appointed by the parties and shall act as Presiding Arbitrator. In case of failure of the two arbitrators, appointed by the parties to reach a consensus regarding the appointment of the third arbitrator within a period of 30 days from the date of appointment of the two arbitrators, the Presiding arbitrator shall be appointed by the ADG, Prison Department. The Arbitration and Conciliation Act, 1996 and any statutory modification or re-enactment thereof, shall apply to these arbitration proceedings.

b) Arbitration proceedings shall be held in Thane, India and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

c) The decision of the majority of arbitrators shall be final and binding upon both parties. The expenses of the arbitrators as determined by the arbitrators shall be shared equally by Prison Department and the Successful Bidder. However, the expenses incurred by each party in connection to the preparation, presentation shall be borne by the party itself. All arbitration awards shall be in writing and shall state the reasons for the award.

4.7. Extensions of Time

1. If at any time during performance of the Contract, the Successful Bidder should encounter conditions impeding timely delivery of the Services, the Successful Bidder shall promptly notify Prison Department in writing of the delay, its likely duration, and its cause. As soon as practicable after receipt of the Successful Bidder notice, Prison Department shall evaluate the situation and may at its discretion extend the Successful Bidder time for performance in writing.

2. Delay by the Successful Bidder in the performance of its Delivery and Completion obligations shall render the Bidder liable for disqualification for any further bids in Prison Department, unless an extension of time is agreed mutually.

4.8. Termination

1. Prison Department may, without prejudice to any other remedy for breach of Contract, terminate this Contract in case of the occurrence of any of the events specified in paragraphs (1) through (11) of this GCC Clause 4.8. In such an occurrence, Prison Department shall give a not less than 30 days’ written notice of termination to the Successful Bidder.

2. If the Successful Bidder does not remedy a failure in the performance of its obligations under the Contract, within thirty (30) days after being notified or within any further period as Prison Department may have subsequently approved in writing.

3. If the Successful Bidder becomes insolvent or goes into liquidation, or receivership whether compulsory or voluntary.

4. If, in the judgment of Prison Department has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

Page 34: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 34

5. If, as the result of Force Majeure, the Successful Bidder is unable to perform a material portion of the Services for a period of not less than 60 days.

6. If the Successful Bidder submits to the Prison Department a false statement which has a material effect on the rights, obligations or interests of Prison Department.

7. If the Successful Bidder places itself in a position of conflict of interest or fails to disclose promptly any conflict of interest to Prison Department.

8. If the Successful Bidder fails to provide the quality services as envisaged under this Contract, Prison Department may make judgment regarding the poor quality of services, the reasons for which shall be recorded in writing. Prison Department may decide to give one chance to the Successful Bidder to improve the quality of the services.

9. If the Successful Bidder fails to comply with any final decision reached as a result of arbitration proceedings.

10. If Prison Department, in its sole discretion and for any reason whatsoever, decides to terminate this Contract.

11. In the event Prison Department terminates the Contract in whole or in part, pursuant to GCC Clause 4.8, Prison Department may procure, upon such terms and in such manner as it deems appropriate, services similar to those undelivered or not performed, and the Successful Bidder shall be liable to Prison Department for any additional costs for such similar services. However, the Successful Bidder shall continue performance of the Contract to the extent not terminated.

4.9. Payment upon Termination Upon termination of this Contract pursuant to GCC Clauses 4.8, the Prison Department shall make the following payments to the Successful Bidder:

a) If the Contract is terminated pursuant to GCC Clause 4.8 (10), remuneration for Services satisfactorily performed prior to the effective date of termination.

b) If the agreement is terminated pursuant of GCC Clause 4.8 (1) to (3), (4), (5), (6), (7), (8) and (9). The Successful Bidder shall not be entitled to receive any agreed payments upon termination of the contract. However, the Prison Department may consider making a payment for the part satisfactorily performed on the basis of Quantum Merit as assessed by it, if such part is of economic utility to the Prison Department. Applicable under such circumstances, upon termination, the Prison Department may also impose liquidated damages. The Successful Bidder will be required to pay any such liquidated damages to Prison Department within 30 days of termination date.

4.10. Assignment

If Successful Bidder fails to render services in stipulated timeframe and as per schedule, Prison Department, at its discretion and without any prior notice to Successful Bidder, may discontinue or minimize scope of work or procure/board any other similar agency to render similar services to complete project in stipulated timeframe.

Page 35: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 35

4.11. Service Level Agreement

1. The service levels to be established for the Services offered by the Successful Bidder to the Prison Department. The Successful Bidder shall monitor and maintain the stated service levels to provide quality service to the Prison Department.

2. The SLAs may be reviewed on quarterly basis as the Prison Department decides after taking the advice of the Successful Bidder and other agencies. All the changes shall be made by the Prison Department in consultation with the Successful Bidder.

3. In case of failure to complete the work/supply in time the penalty shall be levied @ 0.50% per week or part thereof of the total capital cost subject to maximum of 10% of the total capital cost. If the total Penalty exceeds beyond 10%, it would be considered as non-conformance to the Quality of Services and may lead to termination of the Contract and Prison Department may on their sole discretion cancel the order.

4. The SLA parameters shall be monitored on a monthly basis as per the individual SLA parameter requirements. However, if the performance of the system/services is degraded significantly at any given point of time during the contract and if the immediate measures are not implemented and issues are not rectified to the complete satisfaction of the Prison Department or an agency designated by them, then the Prison Department shall have the right to take appropriate punitive actions including termination of the contract.

5. Onsite comprehensive (including all Hardware, Software, network cabling for all types of defects and problems) maintenance services shall be provided by the Supplier / OEM during the period of warranty and Comprehensive Annual Maintenance Contract (CAMC). In case the supplier fails to rectify the problem within 48 hours including holidays then OEM shall be required to provide second level support, service to rectify the problem or replace the faulty system or part thereof. The performance of the system shall be measured and applicable penalties shall be calculated and imposed on the bidder, in case the performance is below the defined thresholds. Penalty would be Rs.500 (Five Hundred Rupee) per day after the allotted time schedule.

6. The maximum response time for a maintenance complaint (i.e. time required for Suppliers maintenance engineers to report to the installations after a request call/e-Mail/Fax is made or letter is written) shall not exceed: 24 hours including holidays.

4.12. Other Conditions

a) The Successful Bidder should comply with all applicable laws and rules of GoI/GoM/ULB.

b) Support Executive/Supervisor deployed by the Successful Bidder shall not have right to demand for any type of permanent employment with Prison Department or its allied Offices.

c) ADG, Prison Department reserves the right to withdraw / relax any of the terms and condition mentioned in the RFP, so as to overcome the problem encountered at a later stage for the smooth and timely execution of the project.

Page 36: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 36

4.13. Risk Purchase

In case the Successful Bidder fails to deliver the project due to inadvertence, error, collusion, incompetency, termination, misconstruction or illicit withdrawal, the ADG, Prison Department reserves the right to procure the same or similar services from the alternate sources at risk, cost and responsibility of the Successful Bidder.

4.14 Penalty

In case of delay in completion of the project as the project timelines, the Prisons Department will impose due penalty on the successful bidder.

4.15 Relaxation of Timelines

Purchase Committee reserves the right to relax completion period of the project in case of any emergency.

4.16 Dispute

In case of any dispute, applicable GR would be followed.

Page 37: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 37

Annexures

Page 38: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 38

5. Annexure - Guidelines for Pre-Qualification Bid

5.1 Check-list for the documents to be included in the Pre-

Qualification Proposal

S

No. List of Documents

File

Name

Submitted

(Y / N) Description

1. Tender Form Fee, EMD Fee / Exemption Certification (if applicable)

Reference No: Date of Letter:

2. Power of Attorney in favour of Authorized signatory

Date of PoA:

3. Declaration that the bidder has not been debarred / blacklisted by any Government / Semi-Government organization

Reference No: Date of Letter:

4. Copy of Incorporation Certificate

Registration Number: Date of Incorporation:

5. Copy of Work order to support that the Bidder has successfully executed at least 2 (Two) IP based CCTV Surveillance System Projects for Central Govt. / State Govt. / Public Sector Undertaking (PSU) organizations in India with the project cost not less than Rs. 30 Lakhs. The projects should have been completed as on date of submission of RFP response

Customer Name: Work Order Number: Date of Work Order: Project Value: Completion Date

6. Copy of the audited Profit & Loss Statement of the company duly certified by statutory auditor of the last 3 (Three) financial years (FY 2014-15, 2013-14, 2012-13).

Name of Statutory Auditor: Year-wise Total Turnover :

7. Valid documentary proof of Sales Tax / Service Tax / VAT registration number and the details of income tax registration (PAN)

Date of document: Sales Tax / Service Tax / VAT Registration Number: PAN:

Page 39: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 39

S

No. List of Documents

File

Name

Submitted

(Y / N) Description

8. Valid copy of the ISO 9001:2008 or higher certification

Issuing By: Issuing Date: Validity Date:

9. Valid documentary proof of office address located in Maharashtra. (In case, it doesn’t have an office at present in Maharashtra, it should give an undertaking to open an office within 60 days if the contract is awarded.)

Name of Document: Date of Document: Address:

10. Bidder must attach authorization letter from manufacturer and authorised dealer valid for the period of tender

11. All bidders taking part in the tendering process should give certificate that the products have ISI certification or confirming to relevant IS standards

12. If product is under the rate contract, copy of the contract should be attached.

Table to be added for proforma

Note: Bidder(s) needs to submit the above table with appropriate details with pre-

qualification documents.

Page 40: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 40

5.2 Pre-Qualification Cover Letter

(To be submitted on the letterhead of the bidder)

Place

Date}

To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Subject: Submission of proposal in response to the RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV Surveillance System and Training at Thane Central Prison, Maharashtra

RFP Reference No:

Dear Sir,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional services as required and outlined in the RFP for the Appointment of IT Agency for the Project “Supply, Installation, Commission, Testing and

Maintenance of CCTV Surveillance System and Training at Thane Central Prison,

Maharashtra”.

We attach hereto our responses to Pre-Qualification requirements and technical & Financial Proposals as required by the RFP. We confirm that the information contained in these responses or any part thereof, including the exhibits, and other documents and instruments delivered or to be delivered to Prison Department, is true, accurate, verifiable and complete. This response includes all information necessary to ensure that the statements therein do not in whole or in part mislead the Prison Department in its short-listing process.

We fully understand and agree to comply that on verification, if any of the information provided here is found to be misleading the selection process, we are liable to be dismissed from the selection process or termination of the contract during the project, if selected to do so.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also agree to abide by this tender response for a period of 180 days from the date of submission of Bid. We hereby declare that in case the contract is awarded to us, we shall submit the contract Performance Security bond in the form prescribed the RFP.

We agree that you are not bound to accept any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response.

Page 41: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 41

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection.

____________________________________

Signature of Authorized Signatory (with official seal)

Name :

Designation :

Address :

Telephone & Fax :

E-mail address :

Page 42: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 42

5.3 Format to share Bidder’s and Bidding Firms Particulars The Table below provides the format in which general information about the bidder must be furnished.

S No Information Details

1. Name of Bidding firm:

2. Address and contact details of Bidding firm:

3. Firm Registration Number and Year of Registration

4. Web Site Address

5. Status of Company (Public Ltd., Pvt. Ltd., etc.)

6. Company’s Service Tax Registration No.

7. Company’s Permanent Account Number (PAN)

8. Company’s Revenue for the last 3 years (Year wise)

9. Name, Designation and Address of the contact person to whom all references shall be made regarding this RFP:

10. Telephone number of contact person:

11. Mobile number of contact person:

12. Fax number of contact person:

13. E-mail address of contact person:

Please submit the relevant proofs for all the details mentioned above along with your Bid response

Authorized Signatory

Name

Seal

Page 43: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 43

5.4 Format for Declaration by the bidder for not being Blacklisted /

Debarred, Adherence to Laws and No Conflict of Interest (To be submitted on the Letterhead of the responding company)

Date: dd/mm/yyyy

To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Sub: Declaration for not being debarred / black-listed by Central / any State Government department in India as on the date of submission of the bid, Adherence to Laws and No Conflict of Interest

RFP Reference No:

I/we shall obey rules & regulation regarding child labour, sexual harassment labour fundamental rights applicable time to time. We are abraded to obey norms & rules set by government, forest, mines, human rights, no discrimination and anti-corruption activities.

“I/we, the undersigned on behalf of M/s ……………………………… do hereby declare that, I/we have not ever been blacklisted and there were no debarring action in past or in process against us/firm for any default in supply of material/equipment or any reason in the contract entrusted to us/firm and also no enquiry is pending against us/firms by any Government organization.

I/we guarantees to submit single tender and no conflict and interests with the Purchasing Authority.

All the uploaded documents are true and I am aware, If any document found fake/fabricated immediate debarring action and legal action will be taken against me/us at any stage. In the event of any such information pertaining to the aforesaid matter found wrong at any time at any given point of time during the course of the purchasing my tender shall be liable for cancellation/ termination without any notice at the sole discretion of the purchaser.”

Thanking you,

Yours faithfully,

_____________________________________

Signature of Authorized Signatory (with official seal)

Date :

Name :

Page 44: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 44

Designation :

Address : Telephone & Fax : E-mail address :

5.5 Format of sending pre-bid queries

RFP Reference No:

Bidder’s Request For Clarification

Name and complete official address of Organization submitting query / request for clarification

Telephone, Fax and E-mail of the organization

Tel:

Fax:

Email:

Sr.

No.

Clause

No. Page No.

Content of RFP

Requiring Clarification

Change Requested/ Clarification

required

1

2

Signature:

Name of the Authorized signatory:

Company seal:

Date and Stamped

Page 45: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 45

6 Annexure – Guidelines for Technical Proposal

6.1 Check-list for the documents to be included in the Technical

Proposal

S No. List of Documents Name of File

Name

Submitted

(Y / N) Description

1. Technical Bid Covering Letter

Reference No: Date of Letter:

2.

TQ 2.1 - Copy of Work orders to support that Bidder should have successfully executed at least 2 (Two) IP based CCTV Surveillance System Projects for Central Govt. / State Govt. / Public Sector Undertaking (PSU) organizations in India with the project cost not less than Rs. 30 Lakhs. The projects should have been completed as on date of submission of RFP response

Customer Name: Work Order Number: Date of Work Order: Project Value: Completion Date:

3. Understanding of Scope of Work

4. Approach and Methodology for Project Implementation

5.

Project Roll-out Plan – Bidder who will complete the entire work in 30 days shall be eligible for obtaining more marks

6. Operation and Maintenance Plan

Page 46: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 46

6.2 Technical Bid Cover Letter (To be submitted on the Letterhead of the responding firm)

Date: dd/mm/yyyy

To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Sub: Selection of Vendor for the Project " Supply, Installation, Commission, Testing and

Maintenance of CCTV Surveillance System and Training at Thane Central Prison,

Maharashtra”

RFP Reference No:

Dear Sir,

Having examined the RFP, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to provide the professional services as required and outlined in the RFP for “Supply, Installation, Commission, Testing and Maintenance of CCTV Surveillance

System and Training at Thane Central Prison, Maharashtra “

We attach hereto the technical response as required by the RFP, which constitutes our proposal. We undertake, if our proposal is accepted, to adhere to the implementation plan (Project schedule) for providing Professional Services in “Supply, Installation, Commission,

Testing and Maintenance of CCTV Surveillance System and Training at Thane Central

Prison, Maharashtra “, put forward in RFP or such adjusted plan as may subsequently be mutually agreed between us and Prison Department or its appointed representatives.

If our proposal is accepted, we will obtain a Performance Bank Guarantee issued by a nationalized bank in India, for a sum of equivalent to 10% of the contract value for the due performance of the contract.

We agree for unconditional acceptance of all the terms and conditions set out in the RFP document and also agree to abide by this tender response for a period of 180 days from the date of submission of Bid and it shall remain binding upon us with full force and virtue, until within this period a formal contract is prepared and executed, this tender response, together with your written acceptance thereof in your notification of award, shall constitute a binding contract between us and Prison Department

We confirm that the information contained in this proposal or any part thereof, including its exhibits, schedules, and other documents and instruments delivered or to be delivered to Prison Department is true, accurate, and complete. This proposal includes all information necessary to

Page 47: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 47

ensure that the statements therein do not in whole or in part mislead Prison Department as to any material fact.

We agree that you are not bound to accept any tender response you may receive. We also agree that you reserve the right in absolute sense to reject all or any of the products/ services specified in the tender response.

It is hereby confirmed that I/We are entitled to act on behalf of our company/ corporation/ firm/ organization and empowered to sign this document as well as such other documents, which may be required in this connection.

Date: (Signature) (Name) (In the capacity of ) [Seal / Stamp of bidder] Witness Signature: Witness Name: Witness Address:

-------------------------------------------------------------------------------------------------------------------

CERTIFICATE AS TO AUTHORISED SIGNATORIES

I__________________________, the Company Secretary of _________________, certify that___________________________________ who signed the above Bid is authorized to do so and bind the company by authority of its board/ governing body.

Date: Signature: (Company Seal) (Name)

Page 48: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 48

6.3 Format to Project Citation

Note: The Bidder is required to use above formats for all the projects referenced by the

bidder for the Pre-Qualification criteria and technical bid evaluation.

S No Item Details Attachment Ref. Number 1 Name of the Project 2 Date of Work Order 3 Client Details 4 Scope of Work 5 Contract Value 6 Completion Date

Page 49: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 49

6.4 Technical Specifications of the CCTV Equipment

A ) Vandal HD 2 Mega Pixel IR Dome Camera 20Mtrs IR Range

S. No.

Product Specifications Make and

Model

Bidder Compliance

(Y/N)

1 1/3 Progressive Scan CMOS

2 Lens 3.6 mm Lens Fixed

3 Shutter Time PAL: 1/50 ~ 1/3000 sec, NTSC: 1/60 ~ 1/30000 sec

4 Minimum Illumination 0.01Lux @ (F1.2,AGC ON), 0.001Lux @ (F1.4,AGC ON), 0 Lux at IR On

5 IR Range 30 IR LED with 20 Mtrs Effective IR Range

6 Camera Parameters Privacy Masking, HDR, AGC, AWB, WDR, histogram,

7 S/N Ratio >60db

8 Video Compression H.264, MPEG-4 & MJPEG

9 Bit Rate 64 Kbps ~ 8 Mbps

10 Audio Compression G.711/AAC-LC

11 Streaming profiles user configurable Video encoding profiles , minimum 5

12 Triple Stream YES

13 Encoding Resolution 1920X1080 ,1280x720, 720*576

14 Frame Rate Primary Stream at 25/30, Secondary Stream at 25/30, third Stream at 15 fps

15

Image Settings Saturation, Brightness, Contrast, Sharpness, Hue, Gain, Mirroring adjustable through client software or web browser

16 Communication Interface 1 RJ45 10M / 100M Ethernet interface and 1 RS-485 interface

17 1 Alarm Input / 1 Output

18 Dynamic bit rate control, CBR, VBR

19 Video Output 1V p-p Composite Video Output (75Ù/BNC)

20 On-board storage Built-in micro SD slot, up to 128GB

21 Backup USB backup, Backup over Network

22 Reset Button YES

23 Network Storage NAS, FTP

Page 50: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 50

A ) Vandal HD 2 Mega Pixel IR Dome Camera 20Mtrs IR Range

S. No.

Product Specifications Make and

Model

Bidder Compliance

(Y/N)

24

Seamless network storage Data should automatically transfer to NAS & FTP after network disconnection

25 Alarm Trigger Audio detection, Motion detection, Tampering alarm, Ethernet disconnection

26 Security User authentication, Watermark

27

Protocol Protocols: IPv4,IPv6, TCP/IP, HTTP, HTTPS, UPnP, RTSP,RTP,RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DDNS, PPPoE, NFS,CISF and 802.1x

28 System Compatibility ONVIF Profile S

29 3G/ Wi-Fi YES

30

Alarm and Event Management Pre-Alarm, Post-Alarm and Event notification using HTTP, SMTP, SMS

31 Event action File Upload on FTP, NAS, SMTP and Alarm Trigger Recording on SD Card

32

Security Multi-level user access with password protection ,Heartbeat Images ,HTTPS encrypted data transmission,802.1X port-based authentication for network protection

33 Remote Diagnosis Schedules health report on Email

34 Vandal Poof Housing IK-10 & IP-66 Certificate to be submitted

35 Product should be CE,FCC,UL/EN/IS/IEC/EN certified

36 Temperature: Operating: (-10°C to +60°C) & Storage: -20°C to +70°C

37 Voltage range: 12VDC.

B) Outdoor HD 2 Mega Pixel IR Bullet Type Camera 30 Mtrs IR Range With Vari Focal Lens

S. No.

Product Specifications Make and Model

Bidder Compliance (Y/N)

1 1/3 Progressive Scan CMOS

2 Lens 2.8 to 12 mm Motorized zoom Vari Focal Lens

Page 51: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 51

B) Outdoor HD 2 Mega Pixel IR Bullet Type Camera 30 Mtrs IR Range With Vari Focal Lens

S. No.

Product Specifications Make and Model

Bidder Compliance (Y/N)

3 Shutter Time PAL: 1/50 ~ 1/30,000sec, NTSC: 1/60 ~ 1/30,000 sec

4 Minimum Illumination 0.01Lux @ (F1.2,AGC ON), 0.001Lux @ (F1.4,AGC ON), 0 Lux at IR On

5 36 IR LED with 20-30 Mtrs Effective IR Range

6 Camera Parameters Privacy Masking, HDR, AGC, White Balance , histogram,

7 S/N Ratio >60db

8 Video Compression H.264, MPEG-4 & MJPEG

9 Bit Rate 64 Kbps ~ 8 Mbps

10 Audio Compression G.711/AAC-LC

11 Streaming profiles user configurable Video encoding profiles , minimum 5

12 Triple Stream YES

13 Encoding Resolution 1920X1080 ,1280x720, 720*576

14 Frame Rate Primary Stream at 25/30, Secondary Stream at 25/30, third Stream at 15 fps

15

Image Settings Saturation, Brightness, Contrast, Sharpness, Hue, Gain, Mirroring adjustable through client software or web browser

16 Communication Interface 1 RJ45 10M / 100M Ethernet interface and 1 RS-485 interface

17 1 Alarm Input / 1 Output

18 Dynamic bit rate control, CBR, VBR

19 Video Output 1V p-p Composite Video Output (75Ù/BNC)

20 On-board storage Built-in micro SD slot, up to 128GB

21 Backup USB backup, Backup over Network

22 Reset Button YES

23 Network Storage NAS, FTP

24

Seamless network storage Data should automatically transfer to NAS & FTP after network disconnection

25 Alarm Trigger Audio detection, Motion detection, Tampering alarm, Ethernet disconnection

Page 52: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 52

B) Outdoor HD 2 Mega Pixel IR Bullet Type Camera 30 Mtrs IR Range With Vari Focal Lens

S. No.

Product Specifications Make and Model

Bidder Compliance (Y/N)

26 Security User authentication, Watermark

27

Protocol Protocols: IPv4,IPv6, TCP/IP, HTTP, HTTPS, UPnP, RTSP,RTP,RTCP, IGMP, SMTP, FTP, DHCP, NTP, DNS, DDNS, PPPoE, NFS,CISF and 802.1x

28 System Compatibility ONVIF Profile S

29 3G/ Wi-Fi YES

30

Alarm and Event Management Pre-Alarm, Post-Alarm and Event notification using HTTP, SMTP, SMS

31 Event action File Upload on FTP, NAS, SMTP and Alarm Trigger Recording on SD Card

32

Security Multi-level user access with password protection ,Heartbeat Images ,HTTPS encrypted data transmission,802.1X port-based authentication for network protection

33 Remote Diagnosis Schedules health report on Email

34 weather proof housing, IP-66 & IK 10 Rating Certificate to be submitted

35 Product should be CE,FCC,UL/EN/IS/IEC/EN certified

36 Temperature: Operating: (-10°C to +60°C) & Storage: -20°C to +70°C

37 Voltage range: 12VDC.

C) 2 Mega Pixel High Speed Dome Camera with 20X Optical Zoom

S. No. Product Specifications

Make and Model

Bidder Compliance (Y/N)

1 1/3" Progressive Scan CMOS

2

The camera specified shall be easily surface mounted on ceilings or walls and provide manually adjustable viewing positions of 0 - 360° continuous rotation; 0.01~360°/S , Tilting:-10°-90° (Auto Flip ), 0.01~120°/S, Min. 256 Presets Positions

3 The Camera should work with minimum illumination of 0.01Lux, 1/4s, ICR on AGC or better

Page 53: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 53

C) 2 Mega Pixel High Speed Dome Camera with 20X Optical Zoom

S. No. Product Specifications

Make and Model

Bidder Compliance (Y/N)

4 The cameras shall provide high picture quality through Digital signal processing and real color picture through ATW.

5 Built in Wiper Facility to Clean the Lens Glass

6 80Mtrs IR LED Range in Complete Dark Night

7 The focus and iris should be automatic with provisions of manual override.

8 The standard should be supporting minimum streaming of two H.264 streams. Data Rate should be -1 Mbps to 5 Mbps or better.

9 The camera shall have privacy masking with minimum 3 or more privacy zones

10 Should support TCP/IP network connectivity for 10/100 Base-T, RJ-45 type connectors with autosensing.

11 Digital WDR

12 20X Optical Zoom & 16X Digital Zoom

13 FULL HD 1080P resolution

14 Backlight compensation: Selectable On/Off through DIP switch

15 Sync: Internal crystal-lock

16 Signal to noise ratio: More than 48 dB at AGC off

17 White balance: Automatic (Backlight compensation should be available )

18 Horizontal Adjust Angle: Auto Panning: 0 - 360° continuous rotation; 0.01~360°/S , Tilting:-10°-90° (Auto Flip ), 0.01~120°/S

19 Temperature: Operating: -10°C to 55°C. Storage: -20°C to +70°C

20 Humidity: 0% to 90% RH, non-condensing

21 Built-in surge and lightning protection

22 IP-66 Certificate to be submitted

23 Product should be CE,FCC,UL/EN/IS/IEC/EN certified

24 Temperature: Operating: (-10°C to +60°C) & Storage: -20°C to +70°C

25 Voltage range: 12VDC / 24VAC

Page 54: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 54

D) Network Video Recorder With 4HDD Supported

S. No. Product Specifications

Make and Model

Bidder Compliance (Y/N)

1 H.264 Video compression

2 Embedded LINUX operating Systems

3 Real-time live display up to 32 cameras

4 Multi-way synchronization with max 8 channel playback

5 Pan, Tilt Zoom and Speed Dome Controls

6 Supports various mobile monitoring IOS, Windows Mobile, iPhone, Nokia, BlackBerry, Android.

7 Supports multiple web browsers

8 Supports ONVIF Profile S

9 Supports 3G/Wi-Fi

10 Support 2X 2.0 USB & RS485 Connectivity

11 AUDIO COMPRESSION

12 VIDEO INPUT RJ45

13 VIDEO OUTPUT 1ch VGA, 1ch HDMI HD Output.

14 Audio Input & Output

15 ALARM INPUT 16 Channel Alarm Input & 4 Channel Alarm Output Facility

16 PLAYBACK 2ch * 5MP/ 4ch * 3MP / 4ch * 1080P / 8ch * 960P real-time

17 VIDEO ACCESS 8ch * 5MP/ 16ch * 3MP/ 24 * 1080P/ 32 * 960P real time

18 RECORDING MODE Manual, Alarm, Video Detection, Timing

19 MOTION DETECTION

20 NETWORK INTERFACE RJ-45 10M/100M/1000M

21 PROTOCOLS SUPPORTED DHCP, PPPoE, FTP, DNS, DDNS, NTP & Email

22 HARD DISK 4 SATA port (Max. 6TB per one), 1*ESATA

23 Product should be CE,FCC,UL/EN/IS/IEC/EN certified

24 Temperature: Operating: ( 0°C to +60°C) & Storage: -10°C to +70°C

Page 55: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 55

D) Network Video Recorder With 4HDD Supported

S. No. Product Specifications

Make and Model

Bidder Compliance (Y/N)

25 Voltage range: 12VDC / 24VAC

E) Minimum Specifications for Workstation required for CCTV

Sr.

No

Product Specifications Make and

Model

Bidder

Compliance

(Y/N)

1 Intel® Xeon® Processor E5‐1650 v3 (6C HT, 15MB Cache, 3.5GHz Turbo)

2 Intel® C612 chipset

3 OEM Motherboard

4 16G 2133MHz DDR4 (4x4GB) RDIMM ECC

5 Dual NVIDIA® Quadro® K620 2GB (DP, DLDVI‐ I) (1 DP to SL‐DVI adapter)

6 21.5" Wide Screen Monitor with LED Back Light

7 Keyboards - PS/2 or USB Keyboard

8 Mouse - USB Optical Mouse

Page 56: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 56

F) Video Monitoring and Management Software

S.

No.

Product Specifications Make

and

Model

Bidder

Compliance

(Y/N)

1.

The system shall be open platform supporting ONVIF / i8 with integration with at least 50 IP camera leading brands in the world and it shall be expandable to 100 cameras in future by adding more slave and master servers.

2.

The client OS platform shall be able to run with Microsoft Windows and Mac platforms.

3.

The system shall be Windows platform. The OS shall be embedded in device without extra installation. It shall allow operation with PC Keyboard, Mouse and DirectX compliant CCTV Keyboard (Joystick)

4.

Image Fusion Technology shall allow manipulate camera views by changing its viewing angle and image size to allow for a seamless multi-pane panoramic view. Up to 10 independent cameras shall be set up as single view

5.

Multi-View: shall have provision to duplicate the same live view video onto multiple channels and digitally zoom in to see the details of different spots on cloned channels without losing the original live view video

6.

Individual recycle condition (IRC) for each video. Provision to assign retention days for each server based on the importance of the critical storage needs

7.

Multiple event-based and schedule-based recording modes, including continuous record, record on event, manual record, event-based and schedule-based boosting record. It shall also support pre-event and post-event recording for continuous record to make sure ensure that the event is captured

Page 57: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 57

F) Video Monitoring and Management Software

S.

No.

Product Specifications Make

and

Model

Bidder

Compliance

(Y/N)

8.

The system shall be able to carry at least 4 hard disks to archive min 8 TB recording storage and must be loaded with 8 TB of storage

9.

The system shall support dual gigabit Ethernet ports.

10.

Network Time Protocol (NTP) server automatically and synchronize to the network time. The time zone shall be made selectable.

11.

The system shall be able to centrally configure all devices and system settings on one interface.

12.

The system shall support system status watchdog and automatically restart the system when abnormal event happened.

13.

The system shall be Server-Client Architecture and centralizes all video data transaction only via server to remote clients.

14.

The system shall support more features by upgrading, without re-install or reconfiguring whole system.

15.

The system shall be able to extent to unlimited recording servers and metadata server.

16.

The system shall be able to support unlimited devices include camera and 3rd party devices.

17.

The system shall support unlimited channels of live viewing for video and metadata from 3rd party application.

18.

The system shall support at least 50 channels of minimum camera

19.

The system shall be able to view event notification on e-map.

20.

The system shall be able to popup associated camera video from event list.

Page 58: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 58

F) Video Monitoring and Management Software

S.

No.

Product Specifications Make

and

Model

Bidder

Compliance

(Y/N)

21.

The system shall support volume load balance, enabling user manually distributes cameras recording to different target volumes

22.

Auto-backup/export: The system shall be able to backup recorded video to a remote server according to pre-defined schedule.

23.

Manual backup/export: The system shall enable user to back up the recorded video manually.

24.

The backup system shall calculate the required size of back up video.

25.

The system shall support 4 bay, and each hard drive capacity shall support 1TB to 4 TB

26.

The system shall support RAID 0, 1, 5, 10.

27.

The system shall support unified user interface for configuring, live view and playback.

28.

The system shall support viewing live video of IP cameras through operating system including Microsoft and Mac and Microsoft Internet Explorer browser, Windows Firefox, Chrome, Safari, Opera

29.

The system shall support up to 4 monitors through client software.

30.

The system shall be able to managing all cameras from different servers by classifying cameras to different groups.

31.

The system shall provide optional layouts to display the videos - 1x1, 2x2, 3x3, 4x4, 5x5, 6x6, 7x7, 8x8, 1+5, 2+8, 1+12, 1+12 (central fixed), 1+16(central fixed), full screen and customize layout.

32.

The instant playback shall enable user sync the video to playback instantly.

33.

The system shall support video wall for big channels centralized display.

Page 59: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 59

F) Video Monitoring and Management Software

S.

No.

Product Specifications Make

and

Model

Bidder

Compliance

(Y/N)

34.

The playback system shall support up to 32 channel playback simultaneously and it should be able to playback from different servers.

35.

The system shall support digital PTZ on recorded video.

36.

The system shall support multiple E-maps layers.

37.

The system shall support various image formats for E-map: BMP, JPEG, GIF, PNG, TIFF.

38.

It should not require any software to install at client

39.

VM&MS mobile client shall support for iOS, Android and Windows OS.

40.

Perpetual license model should be provided

41.

3 Year onsite warranty and 2 years CAMC

G) UPS Specifications

S.No

. Product Specifications

Make and

Model

Bidder

Compliance

(Y/N)

A 5 KvA UPS (Un-Interruptible Power Supply)

a Input

1. Nominal Voltage - 230 V AC

2. Nominal Frequency - 50 Hz

3. Input Power Factor - 0.99

4. Input Voltage Range - 180 ~ 275 VAC

5. Frequency Range - 45 to 55 Hz

Page 60: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 60

6. THDi - < 5%

b Output

7. Invertor Design - IGBT Based Technology

8. Voltage - 208 V / 220 V / 230V / 240 VAC

9. Voltage Regulation - < 2%

10. Waveform - Pure Sine wave

11. Total Harmonic Distortion- < 2% for linear load & <5 % for non-linear load

12. Crest Factor - 3:01

13. Overload capacity - 105% ~ 125% for 2 min, 125% ~ 150% for 30 Sec

14. Cold Start - Required

c Environmental

15. Operational Temperature - 0 to 40 Deg.

16. Relative Humidity - 0 ~ 90% (Non Condensing)

d Physical

17. Enclosure Protection - IP 20

18. Cooling - Forced Air Cooling

e Bypass

19. Static Bypass - Auto & Manual

20. Maintenance Switch - Facility required

21. Transfer - No Break

f Battery

22. Type - Sealed Maintenance Free

23. DC Voltage - Vendor to Specify

24. VAH - Required

25. Battery Backup - 60 Min

26. Minimum Charger Capacity - 10% of the battery AH capacity

g General

27. Overall Efficiency on Full load - > 92%

28. High Efficiency mode – 98%

29. Acoustic Noise (in dbA) - < 50 dBA @ 1 Meter

Page 61: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 61

30. Alarms - Audible Alarm required for Mains Failure, Low Battery, Inverter Trip, Over Temperature, Over Load

31. Display Panel - LCD Display with Measurements

32. Battery Rack - M.S. Angle with upper Cover

h Communications

33. Power Management Software - Software CD

34. Connection type - USB

35. SNMP Interface - Intelligent slot for SNMP / AS400/ Modbus

i Standard

36. Standard - ROHS

37. Safety - IEC 62040-1

j Protection

38. Battery Over voltage - Required

39. Battery Under Voltage - Required

40. DC High - Required

41. Output Over/Under Voltage - Required

42. O/P short Circuit - Required

43. Surge - Required

B 1 KvA UPS (Un-Interruptible Power Supply)

a Input

1. Nominal Voltage - 230 V AC

2. Nominal Frequency - 50 Hz

3. Input Power Factor - 0.99

4. Input Voltage Range - 110 ~ 300 VAC

5. Frequency Range - 45 to 55 Hz

6. THDi - < 5% b Output

7. Invertor Design - IGBT Based Technology

8. Voltage - 208 V / 220 V / 230V / 240 VAC 9. Voltage Regulation - < 2%

10. Waveform - Pure Sine wave

Page 62: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 62

11. Total Harmonic Distortion - < 3% for linear load & <5 % for non-linear load

12. Crest Factor - 3:01

13. Overload capacity - 105% ~ 110% for 1 min, 125% for 30 Sec.

14. Cold Start - Required c Environmental

15. Operational Temperature - 0 to 45 Deg.

16. Relative Humidity - 20 ~ 90% (Non Condensing)

d Physical

17. Enclosure Protection - IP 20

18. Cooling - Forced Air Cooling

e Bypass

19. Static Bypass - Auto & Manual

20. Bypass Enable & disable - Facility required 21. Transfer - No Break

f Battery

22. Type - Sealed Maintenance Free

23. DC Voltage

24. VAH - Required

25. Battery Backup – 30 mins

26. Minimum Charger Capacity - 10% of the battery AH capacity

g General

27. Overall Efficiency on Full load - > 92%

28. High Efficiency mode - 98%

29. Acoustic Noise (in dbA) - < 50 dBA @ 1 Meter

30. Alarms - Audible Alarm required for Mains Failure, Low Battery, Inverter Trip, Over Temperature, Over Load

31. Display Panel - LCD Display with Measurements (Input / Output/ Bypass V & Hz, Battery Voltage & % Capacity, time, and level indicator, Alarm Codes)

32. Battery Rack - M.S. Angle with upper Cover h Communications

33. Power Management

Software - Software CD

Page 63: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 63

34. Connection type - USB

35. SNMP Interface - Intelligent slot for SNMP / AS400/ Modbus

i Standard

36. Standard - ROHS

37. Safety - IEC 62040-1 j Protection

38. Battery Over voltage - Required

39. Battery Under Voltage – Required

40. DC High – Required

41. Output Over/Under Voltage - Required

42. O/P short Circuit - Required

43. Surge - Required

6.5 Project Implementation Methodology The Bidder is required to submit the proposed technical solution in detail. Following should be captured in the explanation:

a) The Overall approach to the Project

b) Implementation Methodology and Strategy

c) Strength of the Bidder to provide services including examples or case-studies of similar work (CCTV Surveillance System for other clients)

d) Project Monitoring and Communication Plan– Bidder’s approach to project monitoring and communications among stakeholders.

e) Implementation plan– Bidder’s approach to implement the project

f) Operation and Maintenance Plan

g) Risk Management Plan – Bidder’s approach to identify, respond / manage and mitigate risks

h) Quality Control plan - Bidder's approach to ensure quality of work and deliverables

i) Escalation matrix during contract period

Note:

a. All the pages (documentary proofs and other documents that may be attached) should contain page numbers and would have to be uniquely serially numbered.

b. Inadequate information shall lead to disqualification of the bid.

Page 64: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 64

7 Financial Proposal

7.1 Financial Proposal Cover Letter

(To be submitted on the Letterhead of the bidder)

Date: dd/mm/yyyy

To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Subject: Submission of proposal in response to the RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV Surveillance System and Training at Thane Central Prison, Maharashtra

Ref :

Dear Sir,

We, the undersigned, offer to provide the services for “Supply, Installation, Commission,

Testing and Maintenance of CCTV Surveillance System and Training at Thane Central

Prison, Maharashtra” in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal for is for the sum of [Insert amount(s)

in words and figures]. We are aware that any conditional financial offer will be outright rejected by Prison Department. This amount is exclusive of all taxes as listed at ANNEXURE 7.2 attached.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal (180 days) from the date of submission of Bid.

We hereby declare that our Tender is made in good faith, without collusion or fraud and the information contained in the Tender is true and correct to the best of our knowledge and belief.

We understand that our Tender is binding on us and that you are not bound to accept a Tender you receive. We confirm that no Technical deviations are attached here with this commercial offer. We remain,

Yours sincerely,

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Date and Stamp of the signatory

Name of Firm:

Page 65: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 65

Page 66: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 66

7.2 Financial Proposal Format & Instructions

RFP Reference No:

Cost for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra (Inclusive of all

taxes except Service Taxes shall be paid at actual by Prison Department at the time of

releasing the payments)

Sr.

No.

Item Approx.

Quantity

(x)

Unit Cost**

(In INR)

(y)

Make &

Model

Total Cost

(x*y)

(In INR)

##Capital Cost (Capex) (A)

1. Supply of HD IP Box Camera Minimum Resolution (Color): Full HD, Body Type : Plastic / Aluminum-Outdoor & IP66

20

2. Add on Item for CCTV 5 to 50 mm Varifocal lens C/CS Mountable for Fixed Camera

14

3. Supply of HD IP Outdoor PTZ Camera Minimum Resolution (Color): Full HD, 20X Optical Zoom Body Type : Plastic / Aluminum-Outdoor & IP66

15

4. Supply of HD IP Dome Camera Minimum Resolution (Color ): Full HD, Body Type : Plastic / Aluminum-Outdoor & IP66

40

5. Installation of IP HD Camera Installation Charges per outdoor cameras for IP HD Camera

55

6. Supply of ( NVR )Add on Item for CCTV Network Video Recorder Of 32 Channels

2

7. Supply of ( Monitor ) Add on Item for CCTV Monitor LCD, 40 Inches Or Higher , Full HD

2

8. PoE Switch 24Port 10X100 With 2 Combo Port

15

9. Underground cable laying per meter in HDPE Pipe at 3 feet depth

3500

Page 67: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 67

Sr.

No.

Item Approx.

Quantity

(x)

Unit Cost**

(In INR)

(y)

Make &

Model

Total Cost

(x*y)

(In INR)

10. Pole 40

11. 19 inch 18U 1000mm Depth 2

12. 24 port 10/100/1000 Mbps switch with 2 Gigabit combo slots(RJ45/SFP) Complete as require

2

13. On-Line UPS suitable for single Phase AC input and Single Phase AC Output, Rating of UPS:5.0 KVA, Indicative Back-up time : 30Minutes

1

14. Fiber optic cable 12 core armored cable

3000

15. Single information outlet with SMB having shutter facility

60

16. Cat 6 UTP Patch cord -2 meter 200

17. 24 port Cat-6 UTP jack panel with cable manager

20

18. 19 inch 6U 530mm Depth 20

19. Fixing of rack 20

20. Cat 6 cable 7000

21. Laying 7000

22. Sfp Module 40

23. Network video recorder of 16 channels

1

24. 12 Port LIU fully loaded with 12Simplex SC Couplers &12SC Connect. W/M

15

25. SC-MTRJ Duplex Fibre Patch Cord SM -9/125um-3m

200

26. Electrical works Lump Sum

27. Digging and other miscellaneous works

Lump Sum

28. Training, knowledge Transfer and Handholding after project go-live

Lump Sum

Page 68: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 68

Sr.

No.

Item Approx.

Quantity

(x)

Unit Cost**

(In INR)

(y)

Make &

Model

Total Cost

(x*y)

(In INR)

Total Cost (A)

Operational and Maintenance Cost (Opex) (B)

1. Comprehensive Annual Maintenance Cost of CCTV Surveillance System with all peripheral for the period of 5 Years (including 3 Year Warranty)

NA NA NA

Total Cost (B) #Grant Total Cost (A + B)

** Unit Rate is the rate inclusive of all charges (i.e. Basic Price, P&F, installation and

maintenance charges, insurance, etc.)

# The Grant Total Cost shall be considered for arriving at L1

##The Capex cost should not be more than 70% of the total project cost (Capex + Opex).

Instructions:

a. All the products should have ISI mark on them or equivalent certification as per applicable standards

b. The bidder to follow all the terms and conditions as mentioned in the Industry, Energy and Labour Department GR date 01/12/2016

c. The quantity given above for hardware are indicative for evaluation purpose only. Bidders are required to do the actual study of the site.

d. Prison Department may not be award few line items at all as mentioned in above table. e. Prison Department does not guarantee the quantity for the particular line items. The

actual quantity for the given items may be more or less. The payment shall be made based on unit cost quoted for the particular item on actual service/product is delivered.

f. The bidder should fill rates for all the items mentioned here. If rate for any item is not mentioned then the bid will be rejected by Prison Department.

g. The rate quoted shall be inclusive of cost of detailed scope of work mentioned in Section 3.0 of the RFP document.

h. All the prices are to be entered in Indian Rupees ONLY i. The Bidder needs to account for all Out of Pocket expenses due to Boarding, Traveling,

Lodging and other related items. j. Prison Department may use the same rate for the other Prison Department offices

during the contract period.

Page 69: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 69

8 Annexures

8.1 Annexure- Power of Attorney Know by all men by these presents, We_________________________ (Name of the Bidder and address of their registered office) do hereby constitute, appoint and authorize Mr. / Ms_________________________ (name and residential address of Power of attorney holder) who is presently employed with us and holding the position of _________________________ as our Attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our Proposal for the “RFP for Supply, Installation,

Commission, Testing and Maintenance of CCTV Surveillance System at Thane Central

Prison, Maharashtra”, including signing and submission of all documents and providing information / responses to the Prison Department, representing us in all matters before Prison Department, and generally dealing with the Prison Department in all matters in connection with our Proposal for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall and shall always be deemed to have been done by us.

For ___________________________ Name: Designation: Date: Time: Seal: Business Address:

Accepted, _________________________ (Signature) (Name, Title and Address of the Attorney)

Note: • The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

• The Power of Attorney shall be provided on Rs.100/- stamp paper. • The Power of Attorney should be supported by a duly authorized resolution of the Board

of Directors of the Bidder authorizing the person who is issuing this power of attorney on behalf of the Bidder.

Page 70: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 70

8.2 Annexure – Format for Performance Bank Guarantee

For Contract Performance Bank Guarantee

Ref :

Date: _________________

Bank Guarantee No.: ____________________

To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Dear Sir, PERFORMANCE BANK GUARANTEE – For <Project Name> WHEREAS M/s. (name of Bidder), a company registered under the Companies Act, 1956, having its registered and corporate office at (address of the Bidder), (hereinafter referred to as “our constituent”, which expression, unless excluded or repugnant to the context or meaning thereof, includes its successors and assigns), agreed to enter into a Contract dated …….. (Hereinafter, referred to as “Contract”) with you for “RFP for Supply, Installation, Commission, Testing

and Maintenance of CCTV Surveillance System and Training at Thane Central Prison,

Maharashtra”, in the said Contract. We are aware of the fact that as per the terms of the Contract, M/s. (name of Bidder) is required to furnish an unconditional and irrevocable Bank Guarantee in your favour for an amount of 10% of the Total Contract Value, and guarantee the due performance by our constituent as per the Contract and do hereby agree and undertake to pay any and all amount due and payable under this bank guarantee, as security against breach/ default of the said Contract by our Constituent. In consideration of the fact that our constituent is our valued customer and the fact that he has entered into the said Contract with you, we, (name and address of the bank), have agreed to issue this Performance Bank Guarantee. Therefore, we (name and address of the bank) hereby unconditionally and irrevocably guarantee you as under:

Page 71: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 71

In the event of our constituent committing any breach / default of the said Contract, and which has not been rectified by him, we hereby agree to pay you forthwith on demand such sum/s not exceeding the sum of 10% of the Total Contract Value i.e.,…………..<in words> without any demur. Notwithstanding anything to the contrary, as contained in the said Contract, we agree that your decision as to whether our constituent has made any such default(s) / breach(es), as aforesaid and the amount or amounts to which you are entitled by reasons thereof, subject to the terms and conditions of the said Contract, will be binding on us and we shall not be entitled to ask you to establish your claim or claims under this Performance Bank Guarantee, but will pay the same forthwith on your demand without any protest or demur. This Performance Bank Guarantee shall continue and hold good till 180 days after completion of the Contract Period, subject to the terms and conditions in the said Contract. We bind ourselves to pay the above said amount at any point of time commencing from the date of the said Contract until 6 months after the completion of Contract Period. We further agree that the termination of the said Agreement, for reasons solely attributable to our constituent, virtually empowers you to demand for the payment of the above said amount under this guarantee and we would honour the same without demur. We hereby expressly waive all our rights: Requiring to pursue legal remedies against Prison Department; and For notice of acceptance hereof any action taken or omitted in reliance hereon, of any defaults under the Contract and any resentment, demand, protest or any notice of any kind. We the Guarantor, as primary obligor and not merely Surety or Guarantor of collection, do hereby irrevocably and unconditionally give our guarantee and undertake to pay any amount you may claim (by one or more claims) up to but not exceeding the amount mentioned aforesaid during the period from and including the date of issue of this guarantee through the period. We specifically confirm that no proof of any amount due to you under the Contract is required to be provided to us in connection with any demand by you for payment under this guarantee other than your written demand. Any notice by way of demand or otherwise hereunder may be sent by special courier, telex, fax, registered post or other electronic media to our address, as aforesaid and if sent by post, it shall be deemed to have been given to us after the expiry of 48 hours when the same has been posted. If it is necessary to extend this guarantee on account of any reason whatsoever, we undertake to extend the period of this guarantee on the request of our constituent under intimation to you.

Page 72: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 72

This Performance Bank Guarantee shall not be affected by any change in the constitution of our constituent nor shall it be affected by any change in our constitution or by any amalgamation or absorption thereof or therewith or reconstruction or winding up, but will ensure to the benefit of you and be available to and be enforceable by you during the period from and including the date of issue of this guarantee through the period. Notwithstanding anything contained hereinabove, our liability under this Performance Guarantee is restricted to 10% of the Contract Value, and shall continue to exist, subject to the terms and conditions contained herein, unless a written claim is lodged on us on or before the aforesaid date of expiry of this guarantee. We hereby confirm that we have the power/s to issue this Guarantee in your favour under the Memorandum and Articles of Association / Constitution of our bank and the undersigned is / are the recipient of authority by express delegation of power/s and has / have full power/s to execute this guarantee under the Power of Attorney issued by the bank in your favour. We further agree that the exercise of any of your rights against our constituent to enforce or forbear to enforce or any other indulgence or facility, extended to our constituent to carry out the contractual obligations as per the said Contract, would not release our liability under this guarantee and that your right against us shall remain in full force and effect, notwithstanding any arrangement that may be entered into between you and our constituent, during the entire currency of this guarantee. Notwithstanding anything contained herein: Our liability under this Performance Bank Guarantee shall not exceed 10% of the Total Contract Value. This Performance Bank Guarantee shall be valid only from the date of signing of Contract to 180 days after the End of Contract Period; and We are liable to pay the guaranteed amount or part thereof under this Performance Bank Guarantee only and only if we receive a written claim or demand on or before 180 days after the completion of Contract Period. Any payment made hereunder shall be free and clear of and without deduction for or on account of taxes, levies, imports, charges, duties, fees, deductions or withholding of any nature imposts. This Performance Bank Guarantee must be returned to the bank upon its expiry. If the bank does not receive the Performance Bank Guarantee within the above-mentioned period, subject to the terms and conditions contained herein, it shall be deemed to be automatically cancelled. This guarantee shall be governed by and construed in accordance with the Indian Laws and we hereby submit to the exclusive jurisdiction of courts of Justice in India for the purpose of any suit

Page 73: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 73

or action or other proceedings arising out of this guarantee or the subject matter hereof brought by you may not be enforced in or by such count. Dated ……………………. this ……….. day …………. 2016. Yours faithfully, For and on behalf of the …………… Bank, (Signature) Designation (Address of the Bank) Note: This guarantee will attract stamp duty as a security bond. A duly certified copy of the requisite authority conferred on the official/s to execute the guarantee on behalf of the bank should be annexed to this guarantee for verification and retention thereof as documentary evidence in the matter.

8.3 Annexure - Original Equipment Manufacturers (OEMs) Authority

Letter

(It should be submitted on original letterhead of Manufacturer) To

Additional Director General of Police &

Inspector General of Prisons

Maharashtra State, Pune – 1

Dear Sir, Whereas [name of the Producer] who are established and reputable producers of [name/or description of the products] having production facilities at [address of factory] do hereby authorize [name and address of the Supplier] to submit a Tender, and subsequently negotiate and sign the Contract with you against RFP No.……..dated……… for the above products produced by us. We, M/s________________warrant all the equipment to be supplied by us against RFP No. Hereunder shall be brand new, free from all encumbrances, defects and faults in material.

Page 74: Thane CCTV RFP V7 - मुख्य पृष्ठmahaprisons.gov.in/Uploads/pdf_GR/c3e58d07-342c... · Non-Disclosure Agreement ... 5.3 Format to share Bidder’s and Bidding Firms

RFP for Supply, Installation, Commission, Testing and Maintenance of CCTV

Surveillance System and Training at Thane Central Prison, Maharashtra

PRISON DEPARTMENT, MAHARASHTRA 74

Workmanship and manufacturing shall be of the highest grade and quality and consistent with the established and generally accepted standards. Materials of the type ordered shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. The items quoted by us for this tender are not obsolete and are still in production. We, M/s.................also undertake that the spares of every equipment to be supplied by us hereunder shall be made available to Prison Department for a period of minimum 5 years from the date of final acceptance and also provide local support at the districts. We hereby extend full guarantee for the products offered for supply by our firm against the said RFP and duly authorize said firm in fulfilling all installation, technical support and maintenance obligations required by Prison Department. [Signature for and on behalf of Producer] Note: This letter of authority must be on the letterhead of the Producer, must be signed by a competent person.

Signature of the party with office stamp (In token of acceptance of terms & condition) Date:

***End of Document***