You are on page 1of 12

Tender Fee: Rs.

500/SCHOOL OF PLANNING AND ARCHITECTURE


(Deemed to be a University)
4, Block-B, Indraprastha Estate, New Delhi 110 002 Tel: 011-23702375 80,
Fax: 011-23702383, www.spa.ac.in

Ref. No.: F.1-41/13-14/SPA (PSM)

Subject:

27th November, 2013

PROVIDING,
TESTING
AND
COMMISSIONING
OF
CCTV
SURRVEILLANCE SYSTEM AT PLANNING COMPLEX, SCHOOL OF
PLANNING & ARCHITECTURE (SPA), NEW DELHI.

Sealed tenders are invited from reputed firms/contractors empanelled/ engaged with the
Govt./ Semi Govt./ Autonomous institution funded by Govt. of India/ MNC/ large Corporate Office
for Providing, testing and commissioning of CCTV system at Planning Complex, SPA, New
Delhi.
Tender documents may be downloaded from the website of the SPA. The last date for
submission of Tender documents (Technical and Financial Bid) 20th December 2013 is upto 1.00
p.m. The bidders are required to go through the Terms and Conditions carefully and submit their bids
in two covers. First cover should be super scribed Technical Bid and in the second cover should be
super scribed as a Financial Bid. Both the envelopes shall be placed in third cover which should
clearly indicate Providing, testing and commissioning of CCTV system at Planning Complex, SPA,
New Delhi. Unsealed tenders shall be rejected. The Technical Bids will be opened on the last date
for submission of Tender documents at 2:30 p.m. in the New Committee Room (Planning Campus)
of the SPA and date of opening of financial bids will be intimated to the firms through Email or post
after scrutiny of Technical Bids. The cost of Tender document is Rs.500/- (Rupees five hundred
only) (Non-refundable) and the Earnest Money Deposit amounting to Rs.20,000/-(Rupees twenty
thousand only) in the form of Demand Drafts, drawn separately in favour of School of Planning and
Architecture payable at New Delhi, are to be enclosed with the Technical Bid, failing which the
Tender will be rejected. Interested bidders may participate while opening the technical bids and
financial bids.
The SPA reserves the right to reject any or all the tenders without assigning any reason or
reasons thereof. The SPA also reserves the right to award the job to one or more than one agencies.
Incomplete and conditional tenders shall be rejected.

Sd/Registrar

Page 1 of 12

SCHOOL OF PLANNING AND ARCHITECTURE


(Deemed to be a University)
4, Block-B, Indraprastha Estate, New Delhi 110 002 Tel: 011-23702375 80, Fax: 011-23702383

Terms & Conditions:1. Scope of Work:


The work involves procurement / supply of all related equipments and material for CCTV
surveillance systems including installation, testing and commissioning at the Planning
Campus of the SPA as per the specifications given in the tender document. The warranty
period for the installed equipments shall be at least one year after satisfactory completion of
the work.

2. Eligibility:
a) Bidders are to provide all information on required in Technical Bid (Pre-qualification) in
separate sealed envelope with title Technical Bid. Financial bid is to be enclosed separately
with title Financial Bid. Financial Bids of Tenders satisfying the terms and conditions and
technical specifications mentioned in the Technical Bid attached with this will only be
considered and opened. In absence of the proof of following supportive document the tender
will not be considered. The bidders are required to offer their rates in the Financial Bid
document attached with this.
b) No joint venture or consortium of any kind shall be allowed to participate in bids. Only
single firm shall be considered. The Original Equipment Manufacturer (OEM) for CCTV
cameras or firm authorized by OEM with due certification shall only be considered. Proof of
the same have to be attached with bid document.
c) The firm has to attach an undertaking that no G o v e r n m e n t / PSU / University /
MNC/Corporate/ Autonomous o r g a n i z a t i o n s have blacklisted t h e f i r m f o r a n y r e a s o n .
d) The Vendor should be a Company registered in India.
e) Bidders should have successfully carried out the a t l e a s t three similar CCTV
surveillance system installations (minimum 1 2 C C T V c a m e r a s installed in each
organization) each o r d e r of minimum value of Rs.5.50 Lakh (Rupees Five lakhs and fifty
thousand only), in a single order in an organization having such large infrastructure
during previous three years (including current Financial year). (Certificates of satisfactory
service from above three organizations must be enclosed).
f) The firm should have at least three years experiences in the field of installation of such
CCTV surveillance systems. The average annual turnover should not be less than Rs. 20.00
Lakhs during consecutive past three years.
g) Should have valid Registration No. etc. with appropriate/competent authority.
h) Latest certificates of satisfactory service from a t l e a s t three organizations where the
vendors have installations of such CCTV systems (installed minimum 12 CCTV cameras
Page 2 of 12

in each), should be attached with tender. The tenderer should have full-fledged office at
Delhi.
i) The bidder is required to fill all the parts of the tender document annexed with this..

3. Taxes and Duties


All statutory taxes and duties including Value Added Tax (VAT), Service Tax on Contracts
as applicable on finished goods shall be excluded in quoting the price by the Bidder in
Financial Bid.
The contractor shall get himself registered under DELHI Value Added Tax on the award of
contract, if not already registered.
Necessary VAT (Sales Tax) / income tax with surcharge if any shall be deducted from the
due payment as TDS and shall be deposited with the concerned Department.
All statutory taxes and duties payable by the manufactures on raw materials and other inputs
for the production of finished equipment shall be included in the quoted supply price.

4. Award of Contract
a) A written work order will be issued by the SPA to the successful bidder and it will
constitute the formation of contract.
b) Income tax and other statuary levies applicable shall be deducted from the bill.
c) The work shall be carried out as per the specifications and to the entire satisfaction of the
SPA.
d) Bidders may visit the site before submission of their tenders with prior appointment with
Assistant Engineer. No charges shall be payable by the SPA for the visit of the bidders to
the site.
e) The work shall be completed within one month from the date of issue of work order,
otherwise penalty shall liable to be imposed.

5. Guarantee/ Warranty
After commissioning of the installations of CCTV surveillance systems the bidders shall be
liable to attend defects in the installed system free of cost during the period of warranty for
at-least 12 months. The supplier / bidder shall confirm the employer that the stores / goods /
articles supplied and installed under the contract are meeting quality & workmanship
standard as stipulated in specification in technical bid. The bidder shall also issue guarantee/
warranty that the stores / goods continue to confirm the aforesaid quality for a period of 12
Months from the commissioning of installation / equipment in case of defect the contractor
when asked to do so shall attend the defect within 24-48 hrs. and replace the material free of
cost to SPA, if required, within three days which can be extended by competent authority on
a valid ground, failing which the same shall be got repaired /replaced by the SPA , on the
part of the Contractor and the cost shall be recovered from security deposit of the Contractor.

6. Release of Security Deposit


On successful completion of the work, the Security Deposit shall be released / refunded after
expiry of guarantee / warranty period. In case of breach of terms and conditions of the
contract or unsatisfactory performance, the security deposit shall be liable to forfeiture in full
or part. The Contractor shall submit all the diagram / drawings showing the route of cable,
installation of CCTVs etc. to the Assistant Engineer, otherwise, the Security Deposit/EMD
shall not be liable for refund.
Page 3 of 12

7. Penalty:
If the bidder fails to complete the work within stipulated period, a penalty of 0.5% per week
shall be imposed with a maximum of 5%. However, extension could be considered and
granted by the competent authority of the SPA, on a valid reason and beyond the control of
the contractor.

8. Arbitration Clause:
All disputes and claims shall be settled by arbitration, in accordance with the provisions of
the arbitration law in force or any statutory requirements thereof and shall be referred to the
Sole Arbitrator to be appointed by the SPA. The Contractor shall not be entitled to raise any
kind of objection whatsoever, in the event of the SPA decides to appoint any officer or
employee of the SPA as the Sole Arbitrator. The award given by the Arbitrator shall be final
and binding on both the parties i.e. SPA and the Contractor
***

Page 4 of 12

SCHOOL OF PLANNING AND ARCHITECTURE: NEW DELHI-110002


Annexure-A
TENDER FORM FOR PROVIDING, TESTING AND COMMISSIONING
SURRVEILLANCE SYSTEM IN PLANNING COMPLEX OF THE SPA.

OF

CCTV

TECHNICAL (PRE QUALIFICATION) BID


(Please provide the following details along with documentary proof without which the Bid will not be
considered. In case sufficient space is not available, use separate sheets)
SCHEDULE
Last Date of Receipt of Tender (Technical Bid only): 20th December, 2013 upto 1.00 P.M.
Date & Time of Opening of Tender (Technical Bid only): 20th December, 2013 at 2.30 P.M.
Part-I

S.
No.
1

Item / Requirement

EMD attached. Give the details

Has the firm ever been black listed by any Government /


PSU / University / MNC/ Corporate /Autonomous
organization f o r a n y r e a s o n ?
Whether Registered with any State / Central Govt.
agency? (If yes attach copy of registration certificate)
Also mention the Status of firm (Prop./Pvt./Ltd.)

Name and address of the Firm / Company (as per the


Certificate of Registration)

D.D. NoDated Bank

Is the firm authorized dealer of OEM CCTV


Camera supplier? Letter from OEM CCTV camera
supplier to be attached as the Proof.

Whether Bidder has successfully carried out the


a t l e a s t three similar installation and have installed at
least 12 No. of CCTV cameras in each, value of each such
installation of not less than the amount equal to Rs.5.50
Lakhs ( single order) during immediate previous three
years (Including current year)?
W h e t h e r t h e f i r m s a v e r a g e annual turnover is
at least of value of not less than Rs.20.00 Lakhs during
immediate consecutive past three years(Including
current year)?, if yes than attach copy of Income Tax
returns of the three years.
Service Tax Regn. No.
Income Tax PAN No.
Annual turnover in the year 2010-11:
2011-12:
2012-13:
Whether a firm has a full-fledged office and workshop
at Delhi? If yes than give the Address of Office and
Workshop.
Whether List of clients along with their contact
persons name, telephone numbers and address
attached? (Bid will not be considered without this
information):

9
10
11
12
13

Compliance by Bidder , strike off


whichever is not applicable

Yes / No
Rs.
Yes / No
attached at page No..
Yes / No
attached at page No..
Status
Yes / No
attached at page No..
Yes / No
attached at page No..

Yes / No
attached at page No..

Yes / No
attached at page No..
Address:

Yes / No
attached at page No..

Page 5 of 12

Part-II
Camera Specifications

Required specification

Compliance-Yes/no

Brand

Sony / Bosch / Honeywell / Tyco

Brand
name..

Model No

Model
No..

IP/Analog

IP Bullet (not Mini Bullet)

Image Device

1/3 CMOS sensor or higher

Effective Pixels

3 Megapixel or higher
(1329 1049)

Minimum Illumination

Color : 0.20 lx, B/W : 0.10 lx


(F1.2 / View-DR OFF / XDNR ON-Middle / VE OFF / AGC High /
50 IRE[IP])

Lens Type

Verifocal

Focal Length

f=2.8 mm to 8 mm or Higher

F-Number

F1.2 (Wide), F1.9 (Tele)

Compression Format

H.264, MPEG-4, JPEG

Day Night

Yes (True day/night) with inbuilt IR

White Balance Mode

Auto (ATW, ATW-PRO), Preset, One-push WB, Manual

Horizontal Viewing
Angle

96.5 to 33.9 degrees

Electronic Shutter

85.4 to 31.2 degrees

Exposure Control

Auto, EV Compensation, Auto Slow Shutter

Gain

Auto

VMS

Video Management Software supplied with CCTV Cameras(OEM)

Memory

Support Micro SD memory

Other Functions

Wide-D/Dynamic Range - View-DR 130 dB


Noise reduction - Yes XDNR

Image
Specifications

Image specification required

Image Size

1280x1024, 1280 x 960, 1280 x 800, 1280 x 720, 1024 x 768, 1024 x
576, 800 x 480, 768 x 576, 720 x 576,
720 x 480, 704 x 576, 640 x 480, 640 x 368, 384 x 288, 320 x 240, 320
x 192 (H.264, MPEG-4, JPEG) or Higher

Compression
Format

H.264, MPEG-4, JPEG

Frame Rate

JPEG / MPEG-4 / H.264: 30fps (1280x720)

Page 6 of 12

Compliance Yes / No

Interface Specifications

Specification required

Network

10BASE-T / 100BASE-TX (RJ-45)

General Specifications

Detail:

Power Requirements

PoE, AC 24 V, DC 12 V

Power Consumption

6.0 W or higher max.

Operating Temperature

-14 to 122 F*6 (-10 to +50 C)

Storage Temperature

-4F to +140F (-20 C to +60 C)

Compression

H.264, MPEG4, JPEG

FPS

variable up to 30

Resolution

1.3 megapixel/720p or higher

Casing

Factory fitted ip66 casing

I certified that the above information is correct to the best


of my knowledge, the firm is willing to accept all the terms and conditions of the tender document and
I am the Authorized to sign the tender document on behalf of the firm.

SIGNATURE
Name
Address of Firm

Date
Place

Contact No.
Seal

Page 7 of 12

Annexure-B
UNDERTAKING

To,
The Registrar,
School of Planning and Architecture,
4-Block-B, Indraprastha Estate,
New Delhi-110002
Sir,
1. I/We the undersigned, certify that I/we have gone through the terms and conditions
mentioned in the tender documents and undertake to comply with them.
2. It is further certified that the firm is acceptable and has not been blacklisted by any
agency in India or abroad.

Date:____________

Signature of the tenderer____________________

Place:___________

with seal
Name of the tenderer:______________________
with address _____________________________
_____________________________
_____________________________

NOTE: - Certificate as per above must be submitted only on non-judicial stamp paper of Rs.
20/- (Rupees twenty only)

Page 8 of 12

SCHOOL OF PLANNING AND ARCHITECTURE: NEW DELHI


Annexure-C
TENDER FORM FOR PROVIDING, TESTING AND COMMISSIONING OF CCTV
SUURVEILLANCE SYSTEM IN PLANNING COMPLEX OF THE SPA.
1.

Cost of tender

: Rs.________________
DD No.
Date..

Affix duly attested P.P.


Size recent photograph of
the bidders authorized
representative.

Bank.
2.

Due date of tender

: ___________________

3.

Opening time and date of


tender

: ________________________________________

4.

Name, address of
Firm/Agency and Telephone
Nos.

: _________________________________________
_______________________________________

5.

Registration No. of the


Firm/Agency

6.

Name, Designation, address


and Telephone No. of
Authorized person of
Firm/Agency to deal with

: _______________________________________

Please specify as to whether


Tenderer is sole
proprietor/Partnership firm.
Name of Address and
Telephone No. of
Directors/Partners should
specified.

Copy of PAN card issued by


Income Tax Department and
Copy of previous three
Financial Years Income tax
Return.

7.

8.

9.

License Number under


Contract Labour (R&A) Act,
if any

_____________________________________

_______________________________________
_______________________________________

_______________________________________
_______________________________________

: _______________________________________

10. Service Tax Regd. No.

: _______________________________________

11. Details of Bid Security


Deposited.

a. Amount:

:
Page 9 of 12

(Rupees in words also)


b. FDR No. DD No. or
Bank Guarantee in
favor of

_______________________________________
:
_______________________________________

c. Date of issue
:
_______________________________________
d. Name
of
Issuing
authority
12. Any other information
:

13. Declaration by the bidder

: ________________________________________

This is to certify that I/We before signing this tender have read and fully understood all the terms
and conditions contained herein and undertake myself/ourselves abide by them.

(Signature of the bidder)________________________


Name & Address : ____________________________
(with seal)

_____________________________

Page 10 of 12

SCHOOL OF PLANNING AND ARCHITECTURE: NEW DELHI-110002

Annexure-D
TENDER FORM FOR PROVIDING, TESTING AND COMMISSIONING
SUURVEILLANCE SYSTEM IN PLANNING COMPLEX OF THE SPA

OF

CCTV

Financial Bid
Sl. No
1

Description of the items


CCTV -IP Bullet Camera with Video Management
Software, only as per the specifications given in
Technical Bid Part-II.

unit
No

qty
6

Supply, installation, testing and commissioning of No.


the Network 8 /12 port POE for connecting the
power to the cameras and communication of the
cameras to the NVR. Make : Cisco
Supply, installation, testing and configuration of the Set
2x2TB hard disk in the latest configured PC (PC to
be supplied by the SPA for storage of the video
footage in the workstation. The storage will be for
minimum 15 day of make: WD/Seagate

Supply and installation of the 4U powder coated rack


with cable manager and PDU for the equipment of
any standard make.
Supply, laying, drawing, testing and commissioning
of Cat-6 cable with RJ-45 connectors In existing
conduit/pipe in trench or on wall, which is capable
of connecting the cameras with the switch.
Execution of the following work
a) Digging of trench for laying of CCTV cables, of
size 30 cm x 30cm in PCC / brick work
b) Digging of trench for laying of CCTV cables, of
size 30 cm x 30cm in soft soil.
c) Supply and installation of heavy duty 40mm
HDEP pipe with minimum wall thickness of 3.5mm,
in trench including all accessories such as saddles,
ms junction boxes, other hard ware fixing as
required at site to complete the work. (Make :
Reliance , Duraline)
d) Back filling of cable trench with available
excavated soil and covering the same with 3inch
cement concrete of 1:3 6(1cement :3 coarse sand
:6 graded stone aggregate 20 mm nominal size ) to
match with the surrounding area)
e) Back filling of CCTV cable trench of soft soil of
size 30x30cm, including docketing with 2nd class
bricks, ramming and leveling of earth and removal of
malba if any, work also includes supply required

No.

RM

650

RM

160

RM

50

RM

230

RM

160

RM

50

Rate

Amount

Page 11 of 12

qty of bricks, cement etc by the contractor at his


own cost.
7

10

11

Supply and errection of steel tubular pole for No.


CCTV ,6mtr long, 4 inch dia,
duly fabricated
with ms plate and required no of holes to pass
on the CCTV cables, in cement concrete 1:3:6(1
cement:3coarse sand:6 graded stone aggregate
20mm nominal size), foundation including
excavation and refilling etc as required with
junction box to complete the work as required at
site.
Supply and installation of heavy duty PVC RM
conduit
in recess/ on wall including all
accessories saddles , ms junction boxes, other
hard ware fixing including chasing the wall/floor
and plastering the chased portion and making
good damages, including connection ,
terminations etc as required at site 25mm dia
(make: AKG, NIC, BEC, ISI marked.)

Providing and fixing GI 32 - 40 mm pipe duly No.


fabricated making it brackets for mounting CCTV
camera on wall, including supply of required qty of
nut/bolt and washers etc at his own cost.
Supply, installation, laying and testing of the power Mtr
cable of 2 core 1.5 sq mm power cable on the wall
along with the PVC casing and capping for the
infrastructure purpose.
(ISI Marked)
Supply, installation testing & commissioning of 2 No.
Kva online UPS with backup 30 Minutes make
Luminous / Microtek.

60

50

TOTAL
(Rupees)
Excluding Taxs
Signature ______________________
Name

_____________________

Address

_____________________

Seal of the Firm ____________________


Date: ______________
Place: _____________
Page 12 of 12

You might also like