C Network Video Management System (NVMS) - Dadra and Nagar ...
C Network Video Management System (NVMS) - Dadra and Nagar ...
C Network Video Management System (NVMS) - Dadra and Nagar ...
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
Administration of<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, U.T.,<br />
(Department of Police)<br />
SILVASSA<br />
No. DNH/Police/ GNL/PMS/CCTV <strong>System</strong>/12-13/1270 Dated:- 08/08/2012.<br />
E- T E N D E R ( ONLINE) I N V I T A T I O N N O T I C E<br />
Sealed Tender are hereby invited from the interested Parties, on behalf of the President of India<br />
by the undersigned through on-line tender on https://dnh.nprocure.com for Procurement of Wireless<br />
IP based CCTV Monitoring <strong>System</strong> for Police Department, <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, Silvassa from the<br />
Manufacturer/Authorized Dealers/Suppliers/ on or before 31/08/2012 up to 15.00 hrs.<br />
Sr.No<br />
Name of Work EMD<br />
(Earnest money Deposit)<br />
1 Procurement of Wireless<br />
IP based CCTV Monitoring<br />
<strong>System</strong><br />
Tender Fees<br />
( Non-Refundable)<br />
Approximate<br />
Estimated<br />
Cost<br />
Rs. 1,00,000/- Rs. 2000/- Rs. 40,00,000/-<br />
* Last date of online downloading of tender documents: Upto 31/08/2012 15.00 hours.<br />
* Online submission/uploading of tender documents : on or before 31/08/2012 15.00 hours<br />
* Tenderer have to produce sample of their product <strong>and</strong><br />
demonstration must be given at PHQ, Silvassa for<br />
on 03/09/2012<br />
Wireless IP based CCTV Monitoring <strong>System</strong> with<br />
sufficient training without fail otherwise tender will be<br />
summarily rejected in Technical bid <strong>and</strong> price bid<br />
will be opened of only these who qualify in the live<br />
demo of CCTV Camera <strong>System</strong>.<br />
* Online opening of Technical bid : on 04/09/2012.<br />
* Online opening of price bids : on 10/09/2012<br />
• Submission of tender fees in form of DD <strong>and</strong> EMD in form of FDR, valid copy of Sale Tax, Central<br />
Sale Tax registration number with certificate of manufacturer/supplier, PAN number etc. These<br />
are the m<strong>and</strong>atory document required to be uploaded <strong>and</strong> hard copy of the above mentioned<br />
documents shall also be submitted to the tender inviting authority by RPAD/Speed<br />
post/Courier, however, tender inviting authority shall not be responsible for any postal<br />
delay. The said documents can also be deposited on or before 31-08-2012 at 13.00 hrs. in<br />
the office of the undersigned.<br />
• The tender inviting authority reserves the right to accept/reject any or all tenders without<br />
assigning any reasons thereof.<br />
•The tender will be opened on the same day in presence of the tenderer, if possible. The offers<br />
received without obtaining tender documents or without EMD <strong>and</strong> tender fee shall be rejected.<br />
• The tender form alongwith all details including schedule <strong>and</strong> terms & conditions can be down<br />
loaded from the web site https://dnh.nprocure.com .The tender fees(Non refundable) in form of<br />
DD <strong>and</strong> EMD in form of FDR from any schedule/commercial banks in favour of the undersigned<br />
may be kept in technical bid alongwith the above m<strong>and</strong>atory documents. The price bid shall be<br />
opened to those firms/agencies who qualify in technical bid.<br />
• Bidder have to submit the price bid in Electronic format only on https://dnh.nprocure.com<br />
website till the last date & time for submission. Price Bid in physical format shall not be<br />
accepted in any case.<br />
• In case any bidder needs any clarification or if training is required for participating in the online<br />
tender process they can contact the following office:<br />
• “(n) Code Solution-A Division, GNFC Ltd.”<br />
403,GNFC Info Tower, Bodakedev,<br />
Ahmedabad – 380 054 Gujarat(India)<br />
E-mail: nprocure@gnvfc.Net<br />
Fax No.079-26857321. Tele: 079-26857316-18<br />
Website: www.nprocure.com<br />
Sd/-<br />
Addl. Superintendent of Police.<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
Copy fd.wcs. to:-<br />
1. The Director (IT), Department of Information Technology, Room No.207,208, Second Floor Secretariat, Amli,<br />
Silvassa for kindly uploading the matter on official website.<br />
2. All Heads of office, DNH, Silvassa for wide Publicity.<br />
3. Copy to all reputed Firms/agencies/manufacture for information <strong>and</strong> necessary action<br />
IP CCTV Specifications 1<br />
of 33
Administration of<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, U.T.,<br />
(Police Department)<br />
Silvassa.<br />
E.M.D. for purchase of purchase of equipments for ` 1,00,000/-<br />
Wireless IP based CCTV Monitoring <strong>System</strong><br />
Last date of receipt Tender 31/08/2012<br />
T E N D E R F O R M<br />
This tender form is issued to Shri/M/s. _______________________________<br />
of ____________ tender fee ` ____________ received vide receipt No. _________<br />
Dated __________<br />
Date: - / /2012<br />
Sir,<br />
Sd/-<br />
Addl. Superintendent of Police<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
I/We the undersigned ________________________________________<br />
Hereby offer my/our rates as enclosed. I/We agree with terms & conditions attached with<br />
this tender <strong>and</strong> promise to supply the articles at rates shown against each items as per<br />
attached annexure.<br />
Sign <strong>and</strong> Name of Supplier with Rubber Stamp<br />
IP CCTV Specifications 2<br />
of 33
Annexure<br />
Sr.<br />
No.<br />
Description Answer<br />
01 Has the agency registered with Sales Tax/ VAT<br />
Department <strong>and</strong> documents proof to this effect<br />
attached?<br />
Yes/No<br />
02 Has the agency enclosed Permanent Income Tax No.<br />
with the tender?<br />
Yes/No<br />
03 Has the agency deposited Bid E.M.D. of ` 1,00,000/- ? Yes/No<br />
04 Has the agency quoted rates inclusive of all taxes as<br />
per Schedule?<br />
05 Has the agency attached the documentary proof of<br />
having exemption from Bid Security Deposit, in case<br />
of the agency exempted being register with<br />
DGSD/NISC?<br />
06 Has the agency accepted all the terms <strong>and</strong> condition<br />
of the tender documents <strong>and</strong> has attached an<br />
undertaking in this regard?<br />
Signature of the Proprietor<br />
With Seal<br />
Yes/No<br />
Yes/No<br />
Yes/No<br />
Sd/-<br />
Addl. Superintendent of Police<br />
For Inspector General of Police,<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
Schedule of requirement IP Based CCTV Monitoring <strong>System</strong>s at Silvassa Town<br />
UT of <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, as per Technical Specification.<br />
IP CCTV Specifications 3<br />
of 33
No. Item Descriptions Qnty Unit Rate including<br />
Tax<br />
IP PTZ outdoor Camera<br />
01<br />
¼” 36X IP PTZ Camera with lens,<br />
housing IP66 in case outdoor, bracket, as<br />
per the specifications.<br />
14 Nos.<br />
Central Control & Comm<strong>and</strong><br />
02 42” LED Monitors (For Workstation). 02 Nos.<br />
03<br />
High Configuration <strong>Network</strong> <strong>Video</strong> Storage<br />
Servers/Recorders, as per specifications.<br />
02 Nos.<br />
04<br />
High Configuration Client Workstation<br />
capacity, as per the specifications<br />
01 Nos.<br />
05<br />
<strong>Network</strong> <strong>Video</strong> <strong>Management</strong> <strong>System</strong><br />
(<strong>NVMS</strong>) as per features required<br />
01 Nos.<br />
06<br />
3.0 KVA Online UPS with 1 hour backup, as<br />
01 Nos.<br />
07<br />
per the specifications.<br />
19" floor st<strong>and</strong>ing 27U /800mm depth closed<br />
rack with all st<strong>and</strong>ard accessories, opening<br />
with front glass door, Lock & Key. Cable<br />
Manager, 5X5 Power Distribution Box, as<br />
per the specifications.<br />
01 Nos.<br />
08<br />
Wireless Radio set with Antenna- CPE, as<br />
per the specifications.<br />
BTS with 3 nos. of 120 Degree Sector<br />
14 Nos.<br />
09 Antenna & Radio, 2 Km Range, as per the<br />
specifications.<br />
03 Nos.<br />
10 GAY wired supported mast 410 feet<br />
11 Self-Supported Mast 150 Feet<br />
12 Horn Speaker with Audio Power Amplifier 14 Nos.<br />
13 1.50 sq.mm, 3 core cable, Armoured Mtr.<br />
14 CAT-6 UTP Cable, Armoured Mtr.<br />
15 LAN Switch (As required by bidder)<br />
Qnty as<br />
required<br />
16 1 KVA UPS with 30 Minute Backup. 14 Nos.<br />
17<br />
IP 56 Rated Galvanized MS Junction<br />
enclosure, as per specifications.<br />
14 Nos.<br />
18<br />
20 feet high MS galvanized square pole, as<br />
per specifications.<br />
Unit Rate<br />
Signature of the Proprietor<br />
With Seal<br />
Sd/-<br />
Addl. Superintendent of Police<br />
For Inspector General of Police,<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
Tender Specifications for IP CCTV <strong>System</strong><br />
1. Overview of the system<br />
IP CCTV Specifications 4<br />
of 33
Proposed system should consist of 14 IP PTZ cameras installed at 14 locations at City<br />
Traffic Junctions for the general surveillance. Offered cameras should be high quality,<br />
technologically advanced IP PTZ fixed cameras with 100% duty cycle, 50 degree operating<br />
temperature, metal enclosure. Scalability of the system should be considered minimum up<br />
to 70 cameras in single administration <strong>and</strong> control database. All the cameras should be<br />
connected to the central control room servers through Wireless <strong>Network</strong>. In central control<br />
room system should be provided with minimum Two rack mounted servers which should<br />
equally devide the recording of total no. of cameras. Entire system should have single<br />
database for easy configuration <strong>and</strong> control. <strong>System</strong> should be provided with failover<br />
database functionality to avoid the single point of failure. Recording facility should also be<br />
provided in such a way that if any one of the server fail, the cameras of relevant server<br />
should be taken over by dedicated failover server or other server/s within the system. The<br />
entire system should be compatible with ALPR system to be installed in the future.<br />
Monitoring facility should be provided in central control room. There should be two monitors<br />
42” LED <strong>and</strong> one joystick keyboard connected to a client workstation for monitoring &<br />
control PTZ Camera. However system should have provision to monitor these cameras from<br />
at least 5 client workstations concurrently, whereas there should be no limitation over<br />
number of users.<br />
The number of cameras <strong>and</strong> their placement shall be decided in such a way that any<br />
location in the vicinity can be monitored. Following locations are identified by DNH Police<br />
where camera required installing:<br />
No.: Location IP<br />
PTZ<br />
1 Patel Petrol Pump & HDFC Bank near<br />
Jamamasjid<br />
1<br />
2 Adivasi Bhavan/Bank of Baroda 1<br />
3 Dokmardi Junction 1<br />
4 Mamlatdar office/VBCH/Collectorate 2<br />
5 Dayat Falia Junction 1<br />
6 D<strong>and</strong>ul Falia 1<br />
7 Near Balaji Temple 1<br />
8 Basta Road Junction (Near PWD Complex) 1<br />
9 Amli Tin Rasta Junction(near Lele Company) 1<br />
10 Tokarkhada Junction 1<br />
11 Subjail-Silvassa 1<br />
12 Z<strong>and</strong>a Chowk-Silvassa 2<br />
Total Camera….. 14<br />
The contractor shall provide a cost effective solution. It is in the interest of contractor to do a<br />
site survey before placing their bid. Bidders are advised to assess additional items/<br />
omponents as required to make the Visual Monitoring <strong>System</strong> completely operational <strong>and</strong><br />
clearly indicated as a part of the bid.<br />
A General Requirements:<br />
1 All the vendors must attach the point by point compliance for below specification in<br />
their technical bid.<br />
2 The product described in this specification is the DVMS network (IP) based Digital<br />
<strong>Video</strong> <strong>Management</strong> (DVMS) <strong>System</strong>.<br />
3 The proposed solution shall not require proprietary computer, server, network or<br />
storage hardware.<br />
4 The proposed system shall be of a manufacturer with as minimum of five (5) years<br />
of experience <strong>and</strong> offerings in the IP network video software market, the letter<br />
stating the same should be submitted by the manufacturer.<br />
5 The DVMS system shall be based on the latest in software programming technology<br />
Microsoft .NET frame work.<br />
6 Offered DVMS software <strong>and</strong> cameras must be from same make. Combination of<br />
different make for software <strong>and</strong> cameras will not be considered.<br />
7 Offered DVMS should maintain the single centralized administration, configuration<br />
<strong>and</strong> authentication database for entire system. This functionality can either be<br />
loaded on any of the recording server or on a dedicated server. If offered software<br />
need dedicated server for this, then the same will be in vendor’s scope.<br />
Specifications of administration server should be same as that of recording server<br />
except storage size.<br />
IP CCTV Specifications 5<br />
of 33
8 Synchronized Failover directory feature should be provided with the offered<br />
system to avoid the single point of failure. Also the system should sustain all its<br />
current operations i.e. recording, playback <strong>and</strong> live video even in the event of<br />
primary as well as failover directory failure. This functionality can either be loaded on<br />
any of the recording server or on a dedicated server. If offered software need<br />
dedicated server for this, then the same will be in vendor’s scope. Specifications of<br />
failover administration server should be same as that of recording server except<br />
storage size.<br />
9 Automated Failover recording should be provided to maintain the reliability of the<br />
system. In case of failure of any one of primary recording servers, the cameras of<br />
relevant server should be taken over by dedicated failover server or other server/s<br />
within the system.<br />
10 Redundant recording feature shall be available in the DVMS as future provision.<br />
Some of the critical cameras can be recorded twice if needed by purchasing<br />
licenses for such requirement at a later date.<br />
11 The DVMS shall allow for 2-way audio communication using amplifier/call station<br />
to be connected to the IP cameras in the field without any need of audio cabling<br />
from camera to control room.This will facilitate future addition of audio amplifiers<br />
<strong>and</strong> horn speakers in the offered system which will be connected to user defined<br />
cameras to form a security announcement system. If audio capability requires any<br />
additional hardware module within the camera or any additional license then each of<br />
the camera should be provided with the same.<br />
12 The DVMS Storage solution shall be as minimum set at RAID-5 configuration.<br />
a) Increase of storage size should not be restricted by software licensing from<br />
DVMS software OEM. If the offered software restricts the storage size by<br />
DVMS licensing then licenses should be provided for unlimited storage size<br />
as we intend to exp<strong>and</strong> the storage size in near future.<br />
13 The DVMS shall be based on high quality Dual stream H.264 <strong>and</strong> MPEG4 user<br />
configurable compression. Combination of One stream of H.264 <strong>and</strong> one of MJPEG<br />
will not be accepted as equivalent.<br />
14 The DVMS should support multi zone motion detection, panoramic view of cameras<br />
installed at various locations etc.<br />
15 The offered version DVMS shall scalable up to 70 cameras in single directory<br />
system considering the future expansion plans.<br />
16 The system shall allow the recording, live monitoring, playback of archived video<br />
audio, <strong>and</strong> data simultaneously<br />
17 The DVMS should not allow the tampering of recording by any level of operator.<br />
Offered software should have at least one certificate issued by notified agency<br />
proving its tamperproof status. If required vendor should also need to produce the<br />
letter confirming this from the manufacturer.<br />
18 The IP Based DVMS shall provide file export tool for export of single frames of video<br />
in J-PEG <strong>and</strong> BMP file formats <strong>and</strong> for export of motion video files in AVI file format<br />
for transport <strong>and</strong> playback on computers utilizing a Windows environment<br />
19 The contractor shall provide the required computers for the DVMS client <strong>and</strong><br />
servers, these computers shall be of the most current state of the art technology<br />
available at the time of installation <strong>and</strong> as minimum shall be better than the<br />
minimum requirements specified by DVMS system manufacturer as well as tender<br />
specifications.<br />
20 The <strong>NVMS</strong> shall provide the ability for real time video calibration “stitching” tools<br />
providing panoramic video view of areas that are covered by multiple cameras as a<br />
single image. The video stitching software shall provide the ability to “stitch”<br />
up to eight (8) cameras in any direction, horizontal, vertical <strong>and</strong> overlay to<br />
provide a single view of the selected cameras.<br />
21 It should be possible to upgrade the system with more analytics features in future if<br />
required.<br />
22 All the offered DVMS must have ONVIF compliance <strong>and</strong> be listed on ONVIF<br />
website.<br />
B <strong>Network</strong> <strong>Video</strong> <strong>Management</strong> <strong>System</strong> (<strong>NVMS</strong>)- Server Software<br />
1 The <strong>NVMS</strong> software shall consist of an MS-SQL 2005 or better based Main<br />
Directory Database, Failover directory, Recording Server licenses, Failover<br />
recording, Redundant recording, Digital Virtual Matrix, Incident Reports, Alarm<br />
IP CCTV Specifications 6<br />
of 33
<strong>Management</strong>, <strong>and</strong> Watchdog modules. All the related software licenses should be<br />
the part of the offered system.<br />
2 Vendor should consider additionl server for maintaining system administration<br />
database if required by the offered system configuration apart form two (minimum)<br />
recording servers.<br />
3 The <strong>NVMS</strong> system should be accessible from at least 25 computers from the<br />
network for system administration <strong>and</strong> video monitoring with maximum 5<br />
simultaneous users. <strong>System</strong> administration <strong>and</strong> monitoring can be distributed<br />
depending on the sub division of the surveillance areas/zones. Even though system<br />
should allow to create unlimited user ID’s in the system.<br />
4 The <strong>NVMS</strong> Server shall maintain a catalog of settings for all the client, servers <strong>and</strong><br />
IP cameras in the system<br />
5 The <strong>NVMS</strong> Recording Server shall offer the capability to be installed multiple<br />
servers software on multiple Computer Servers to enable distributed archiving<br />
architecture on the LAN or WAN. Preferably <strong>NVMS</strong> software licensing should not<br />
restricts the number of server of server to be used for recording so as we will have<br />
freedom to add the server on later date if we decide to improve the recording<br />
parameters or spread the recording on geographically different locations to counter<br />
natural disaster. If offered software need such licensing the at least 10 additional<br />
recording server licenses should be provided in the offer.<br />
6 The <strong>NVMS</strong> shall support up to 70 camera connections in single directory.<br />
7 The <strong>NVMS</strong> Archive Server, for video <strong>and</strong> audio, shall be capable to support <strong>and</strong><br />
manage ( max. up to 60) camera connections from IP cameras each at 25FPS PAL<br />
<strong>and</strong> 4CIF resolution (704x576PAL). For storage Capacity, recording of 16 cameras<br />
shall be considered at 25FPS <strong>and</strong> 4CIF Resolution for 30 days. Failover recording<br />
shall be considerd for 20 days.<br />
8 The <strong>NVMS</strong> shall be able to set each camera frame rate, bit rate <strong>and</strong> resolution<br />
independently from other cameras in the system, <strong>and</strong> altering these settings shall<br />
not affect the recording <strong>and</strong> display settings of other cameras. This should be<br />
applicable even if vendor propose to use multi channel encoders.<br />
a) The <strong>NVMS</strong> shall utilize multicast network communication for video<br />
monitoring.<br />
i Unicast based equipment will not be considered as an approved equal<br />
for alternate system<br />
9 The <strong>NVMS</strong> shall have a built-in Digital <strong>Video</strong> Matrix Switcher functionality<br />
without the need of any additional software license.<br />
a) The Virtual Matrix Switch shall provide a full matrix operation of IP video to<br />
digital (computer) screens.<br />
b) The Virtual Matrix Switch shall have the capability of creating at least 100<br />
sequences including: i) Multiple cameras with independent dwell time for<br />
each camera ii) PTZ camera presets iii) Sequence of multiple pre loaded pre<br />
configured tile layout.<br />
10 The <strong>NVMS</strong> shall support web based clients connecting to the <strong>NVMS</strong> system via the<br />
Internet<br />
11 The <strong>NVMS</strong> shall support a built-in Watchdog module<br />
a) The Watchdog shall monitor operation of all services <strong>and</strong> automatically<br />
restart them if they are malfunctioning.<br />
b) The Watchdog shall be responsible for restarting the application or in a last<br />
resort restart the server in case of malfunction of software components.<br />
12 The <strong>NVMS</strong> shall be based on a true open architecture that allow for use of nonproprietary<br />
PC <strong>and</strong> storage hardware that shall not limit the storage capacity <strong>and</strong><br />
shall allow for gradual upgrades of recording capacity<br />
13 The <strong>NVMS</strong> Server shall be of the most recent computer technology <strong>and</strong> shall cover<br />
the DVMS requirements. To provide an advanced <strong>and</strong> reliable system the operating<br />
system shall be Windows 2003 server or higher Server level (Win 2003 Pro or XP<br />
pro will not be considered as approved equal)<br />
14 The <strong>NVMS</strong> shall allow use of Windows XP. Windows Vista <strong>and</strong> Windows 7 OS for<br />
client machines as we intend to access the video from existing machines which has<br />
these Operating systems <strong>and</strong> can not be changed.<br />
15 The <strong>NVMS</strong> shall provide optional support for industry st<strong>and</strong>ard SNMP V2.0 <strong>and</strong> V3.0<br />
<strong>and</strong> should provide the compatibility with any SNMP application to report the<br />
status of various component of <strong>NVMS</strong> system.<br />
16 The <strong>NVMS</strong> shall provide alarm dry contact interfaces to allow for any alarm input<br />
initiating any action in the DVMS system. All the cameras should be provided with<br />
easily panic button accessible near each camera. If any one press this switch,<br />
relevant camera should popup automatically on the client work station.<br />
17 The <strong>NVMS</strong> Shall support full duplex audio communication <strong>and</strong> transmission<br />
signals over the IP Digital Transmission <strong>Network</strong> without the need of any additional<br />
license.<br />
IP CCTV Specifications 7<br />
of 33
18 The <strong>NVMS</strong> shall support the group functionalities to facilitate the administrator to<br />
change the setting of all the cameras in single go. i.e. Changing resolution/FPS of all<br />
the cameras in single comm<strong>and</strong>, Changing user previleges of all the users with<br />
single comm<strong>and</strong> etc.<br />
19 The <strong>NVMS</strong> shall provide a reporting utility for tracking but not limited to the<br />
following options. <strong>Video</strong> <strong>and</strong> images shall be stored with reports for documenting<br />
events.<br />
a) Alarms, Incidents, Operator logs, Service requests<br />
b) The Email Alert should be generated in responds to alarms triggered in<br />
<strong>NVMS</strong> software <strong>and</strong> sends out email alerts to a preconfigured list of<br />
recipients.<br />
c) It should be possible to export the settings of various entities within the<br />
<strong>NVMS</strong> i.e Archiver, Directory, cameras etc.. It should be possible to print<br />
these reports.<br />
20 The <strong>NVMS</strong> should allow to mask a specific area withing the picture of any<br />
cameras in order to maintain privacy of sensitive areas without compromising the<br />
security. An preivilaged user should be able to unmask the view during playback or<br />
live in case of specific situational requirements.<br />
21 The <strong>NVMS</strong> should allow to configure automatic scheduled backup of videos from<br />
user selcetd cameras to specified network drive. It should also allow to configure<br />
specific timings of the day whose video need to be backed up.<br />
22 The <strong>NVMS</strong> shall provide alarm management module without the need of any<br />
additional license.<br />
a) The alarm management shall be able to set any monitor or groups of<br />
monitors to automatically display cameras in response to alarm inputs.<br />
b) The alarm management shall be able to reset automatically or manually<br />
alarmed video.<br />
c) The alarm management shall allow for multiple modes of alarm h<strong>and</strong>ling<br />
capability, these modes to be programmed within the same system.<br />
23 The <strong>NVMS</strong> should have provision for an Reporting evidence <strong>and</strong> risk<br />
management tool .This tool may allows the user to work in real-time thus enabling<br />
a more efficient tracking of incidents <strong>and</strong> events as they occur by Building Case<br />
Files with Archive <strong>Video</strong>, Photos,Text <strong>and</strong> other file attachments.<br />
C <strong>Network</strong> <strong>Video</strong> <strong>Management</strong> <strong>System</strong> (<strong>NVMS</strong>)- Client Software<br />
1 The <strong>NVMS</strong> client shall consist of Monitoring application, an Archive Player<br />
application, alarm h<strong>and</strong>ling, virtual matrix capability, <strong>and</strong> all other user related<br />
features. Each <strong>NVMS</strong> system videos <strong>and</strong> administration should be possible from all<br />
unit workstations <strong>and</strong> additionally from any computers on the network with maximum<br />
one simulteneous login. If offered <strong>NVMS</strong> software client licensing restrict the access<br />
of the system from specific computers/user ID’s then at least 10 extra client licenses<br />
should be offered in quoted price.<br />
2 The <strong>NVMS</strong> client shall perform the following applications simultaneously without<br />
interfering with any of the Archive Server operations (Recording, Alarms, etc.):<br />
a) Live display of cameras<br />
b) Play Live audio<br />
c) Broadcast audio to remote locations<br />
d) Live display of camera sequences<br />
e) Live display of panoramic camera views<br />
f) Control of PTZ cameras<br />
g) Playback of archived video <strong>and</strong> audio<br />
h) Playback of panoramic camera clips<br />
i) Retrieval of archived video <strong>and</strong> audio<br />
j) Instant Replay of live video <strong>and</strong> audio<br />
k) Instant Replay of panoramic camera clips<br />
l) Use of graphical controls (maps)<br />
m) Configuration of system settings<br />
n) Execution of system macros<br />
3 The <strong>NVMS</strong> client applications shall support any form of IP network connectivity,<br />
including: LAN, WAN, VPN, Internet, <strong>and</strong> Wireless<br />
4 The <strong>NVMS</strong> client applications shall support IP Multicast (UDP) <strong>and</strong> Unicast (UDP)<br />
video <strong>and</strong> audio streaming.<br />
5 The <strong>NVMS</strong> client applications shall automatically adapt to the network topology <strong>and</strong><br />
use the best available method to receive streaming video.<br />
IP CCTV Specifications 8<br />
of 33
6 The <strong>NVMS</strong> client applications shall provide an authentication mechanism, which<br />
verifies the validity of the user.<br />
7 <strong>NVMS</strong> Client MONITOR Application<br />
a) The Client Monitor application shall allow for live monitoring of video <strong>and</strong><br />
audio.<br />
i The Monitor shall enable view of up to 25 video tiles simultaneously on<br />
a single monitor.<br />
ii The IP Based <strong>NVMS</strong> Shall provide more than 15 tile layouts on each of<br />
the VGA monitors independently including below formats<br />
1) Full screen, Quad, 3x3, 4x4, 5x5, 1 + 9 (One large <strong>and</strong> 9 small<br />
view), 1+11 (One large <strong>and</strong> 11 small view), 1+12 (One large<br />
center tile <strong>and</strong> 12 small view), 1+15 (One large <strong>and</strong> 15 small<br />
view), And more<br />
b) The <strong>NVMS</strong> Monitor application shall allow operators to view an instant replay<br />
of any camera or audio input (microphone).<br />
i The operator shall be able to define the amount of time he wishes to go<br />
back from a predefine list or through a custom setup period.<br />
ii The operator shall be able to control the playback with play, pause,<br />
forward, <strong>and</strong> speed buttons.<br />
c) The <strong>NVMS</strong> Monitor application shall allow operators to add bookmarks to<br />
recorded clips of video or audio<br />
d) The operator shall be able to choose <strong>and</strong> trigger an action from a list of<br />
available actions included but are not limited to:<br />
i View camera in a video tile<br />
ii View Map or procedure in a video tile<br />
iii Starting/stopping PTZ pattern<br />
iv Go to PTZ Preset<br />
v Sending alert messages<br />
e) The <strong>NVMS</strong> Monitor application shall display all cameras attached to the<br />
system regardless of their physical location on the network.<br />
f) The <strong>NVMS</strong> Monitor application shall display all camera sequences created in<br />
the system.<br />
g) The <strong>NVMS</strong> Monitor application shall allow for unlimited cameras sequences,<br />
which can be run independently of each other on either digital monitor tiles or<br />
analog CCTV monitors.<br />
h) The <strong>NVMS</strong> Monitor application shall allow operators to control (Pause/Play,<br />
skip forwards, skip backwards) Camera Sequences, without affecting other<br />
operators’ ability to view <strong>and</strong> control the same sequence.<br />
i) The <strong>NVMS</strong> Monitor application shall display all cameras, sequences <strong>and</strong><br />
analog monitors in a logical tree.<br />
j) The <strong>NVMS</strong> Monitor application operator shall be able to drag <strong>and</strong> drop a<br />
camera from a tree of available cameras into any video tile or an analog<br />
monitor icon for live viewing.<br />
k) The <strong>NVMS</strong> Monitor application operator shall be able to drag <strong>and</strong> drop a<br />
camera sequence from a tree of cameras into any video tile or an analog<br />
monitor icon for live viewing.<br />
l) The <strong>NVMS</strong> Monitor application shall support Graphical Site Representation<br />
(Maps) functionality, where digital maps are used to represent the physical<br />
location of cameras <strong>and</strong> other devices throughout facility.<br />
i The <strong>NVMS</strong> Maps shall have the ability to contain hyperlinks to create a<br />
hierarchy of interlinked maps.<br />
ii The <strong>NVMS</strong> Maps shall be able to import maps from any graphical<br />
software supporting BMP, JPEG <strong>and</strong>/or GIF image formats.<br />
m) The <strong>NVMS</strong> Monitor application operator shall be able to drag <strong>and</strong> drop a<br />
camera from a map into a video tile for live viewing.<br />
i The operator shall be able to click on an icon in a map to initiate PTZ<br />
camera preset, run PTZ pattern, view camera in an analog monitor or<br />
send an I/O stream.<br />
n) The <strong>NVMS</strong> Monitor application shall support the procedure functionality,<br />
where procedures can be triggered to appear during a certain event <strong>and</strong> can<br />
be used to provide detail written or verbal instructions to the operator as to<br />
the actions to be taken.<br />
o) The <strong>NVMS</strong> Monitor application shall support digital zoom on a fixed camera’s<br />
live <strong>and</strong> recorded video streams<br />
p) The <strong>NVMS</strong> Monitor application shall support digital zoom on a PTZ camera’s<br />
live <strong>and</strong> recorded video streams<br />
IP CCTV Specifications 9<br />
of 33
8 The <strong>NVMS</strong> Monitor application shall provide management <strong>and</strong> control over the<br />
system using Joystick controller of any compatible make. Each client workstation<br />
should be provided with joystick controller.<br />
9 The <strong>NVMS</strong> software must support PTZ cameras with complete PTZ functionality<br />
from any client workstation GUI.<br />
D Alarm <strong>Management</strong><br />
1 The IP based <strong>NVMS</strong> shall provide alarm management module<br />
2 The IP based <strong>NVMS</strong> shall notify a user on any alarm set in the system<br />
3 The <strong>NVMS</strong> user shall be able to support multiple alarms<br />
4 The <strong>NVMS</strong> system administrator shall be able to set for each user the maximum<br />
alarms to be viewed at one time<br />
5 It should be possible to populate the alarm on the maps indicating there actual<br />
location <strong>and</strong> current status.<br />
6 It should be possible to drag the alarm related video on tile directly from the map.<br />
7 It should also be configurable to popup the procedural URL/st<strong>and</strong>ard operating<br />
procedure for alarm h<strong>and</strong>ling specific to the active alarm.<br />
8 Alarms should be prioritized <strong>and</strong> displayed in different color for easy underst<strong>and</strong>ing<br />
of operators.<br />
9 The <strong>NVMS</strong> user shall be able to forward alarms to other users<br />
10 The <strong>NVMS</strong> alarm database shall provide multi time schedule support <strong>and</strong> shall be<br />
able to save the alarm database for different period of time as the recorded video<br />
schedule.<br />
E Integration Interface (Provisional Feature)<br />
a) At each camera location emergency call/panic buttons should be provided with full<br />
integration with CCTV in such a way that relevant camera should automatically<br />
popup in control room if the button is pressed. It should also be possible to pass on<br />
such an event to relevant operators within the system <strong>and</strong> display the procedural<br />
instructions.<br />
2. DOCUMENTATION<br />
The CCTV system contractor, upon completion of the commissioning activity, shall h<strong>and</strong><br />
over the system to the customer.<br />
At the time of h<strong>and</strong> over, the contractor shall provide the customer with the following<br />
documentation:<br />
1. Copy of detailed report<br />
2. Component <strong>and</strong> equipment list<br />
3. Product description sheets<br />
4. <strong>System</strong> design drawing(s)<br />
6. <strong>System</strong> schematic diagram(s)<br />
7. <strong>System</strong> operating manuals<br />
Documentation<br />
Prior to final acceptance, the installing contractor shall provide complete operation <strong>and</strong><br />
maintenance instruction manuals to the owner. All aspects of system operation <strong>and</strong><br />
maintenance shall be detailed, including wiring diagrams of all circuits, a written description<br />
of the system design, sequence of operation <strong>and</strong> drawing(s), illustrating control logic <strong>and</strong><br />
equipment used in the system. Checklists <strong>and</strong><br />
procedures for emergency situations, maintenance operations <strong>and</strong> procedures shall be<br />
included in the manual.<br />
Training<br />
The contractor shall provide the customer with details of the training required by personnel<br />
to operate <strong>and</strong> maintain the CCTV system.<br />
The Contractor <strong>and</strong> the customer shall jointly agree the number of staff to attend the<br />
training courses.<br />
TECHNICAL SPECIFICATIONS OF THE CCTV SYSTEMS<br />
HARDWARE COMPLIANCE<br />
IP CCTV Specifications<br />
10 of 33
1. PTZ IP HIGH RESOLUTION OUTDOOR DOME CAMERA<br />
Industrial-grade, high-resolution IP PTZ dome cameras incorporate the latest<br />
DSP technology to provide unparalleled video quality. Camera systems are<br />
designed to meet the toughest surveillance applications with a complete set of<br />
programmable camera features including high-speed precision camera<br />
presets, patterns, guard tours, privacy windows as well as a user friendly on<br />
screen programming interface. Available for outdoor applications <strong>and</strong> well<br />
suited for the most dem<strong>and</strong>ing security <strong>and</strong> surveillance applications.<br />
IP High Resolution (720x576) PTZ camera with 36x optical zoom, Day/Night,<br />
Wide dynamic range, Dual streaming with 25FPS & highest resolution, H.264 &<br />
MPEG4 compression support, Two way audio support, v<strong>and</strong>al resistant<br />
bubble. UL listed.<br />
Zoom:<br />
PTZ Camera with 36x Optical/12X Digital Zoom,<br />
Optical/Digital Day/Night, WDR<br />
Imager: 1/4" CCD Progressive/De-interlaced Sensor<br />
Minimum<br />
Illumination<br />
Color 0.3 lux & B/W 0.05 lux<br />
Wide<br />
Dynamic<br />
Range<br />
Yes, In built required<br />
Lens Auto iris, Auto focus, Motorized 3.6mm-122.4mm or<br />
better zoom lens<br />
Automatic Gain<br />
Control<br />
BLC, White balance: On/Off<br />
<strong>Video</strong><br />
Compression<br />
Dual stream, H.264 & MPEG-4 user configurable per stream<br />
Resolution Adjustable from 352x288 to 720x576 with capability of<br />
720x576 @ 25FPS for both the streams simultaneously.<br />
B<strong>and</strong>width Configurable from 64Kbps to 6Mbps<br />
Motion Detection Built-in Multi-zone<br />
<strong>Network</strong><br />
Unicast, Multicast, RTP, TCP, UDP, HTTP, IGMP, ICMP,<br />
Communication DHCP, DNS<br />
Ethernet Port 10/100 Base-T Auto sensing, Half/Full Duplex (RJ45)<br />
Noise S/N Ratio: >50db<br />
Panning/Tilting Endless 360° pan <strong>and</strong> -5° to +95° ti lt movement<br />
Speed Manual Pan/tilt speed up to 90 deg per second <strong>and</strong> preset<br />
speed up to 300 deg per second<br />
Programmable<br />
Preset<br />
128 preset positions <strong>and</strong> 3 tour patterns<br />
Audio Support External audio Input <strong>and</strong> output: Required with up to 16khz<br />
sampling rate<br />
Input/Output<br />
support<br />
2 potential free alarm inputs, 1 Relay out<br />
Power<br />
Requirement<br />
Power : 24VAC<br />
Protection Grade V<strong>and</strong>al resistant dome enclosure, IP66 rated, Built in heater<br />
<strong>and</strong> blower, wall mount. Enclosure should be of same make<br />
as that of camera<br />
Operating Temp -10° C to 50° C (Outdoor)<br />
Mount Wall or pole or pipe (Outdoor)<br />
Humidity 90% (Non-condensing)<br />
St<strong>and</strong>ards UL, FCC <strong>and</strong> CE (EN55022, EN55024), RoHS<br />
2. High Configuration <strong>Network</strong> <strong>Video</strong> Storage Servers<br />
Server shall be of Dell, HP or IBM make 19" rack mounting or any of these Cobr<strong>and</strong>ed<br />
with CCTV OEM make. (Co-br<strong>and</strong>ed product shall also carry original<br />
onsite warranty from original OEM i.e. IBM/HP/Dell)<br />
IP CCTV Specifications<br />
11 of 33
Hardware<br />
Configuration<br />
Intel Xeon X3430, 4 Core processor with 2.4Ghz, 8MB, 1333MHz<br />
Memory speed<br />
2 x 2GB 1066Mhz RAM<br />
Microsoft® Windows 2008 R2 64 bit pre-installed Embedded OS<br />
SQL Express 2008 or better as required by application<br />
4 x 2TB RAID 5 configured (5.25 TB or more usable space)<br />
Hot swappable 7200RPM, 3Gb/s drives for OS, application <strong>and</strong><br />
video storage<br />
Dual <strong>Network</strong> Interface Card - 2 x 1Gbps in fault tolerance<br />
configuration<br />
St<strong>and</strong>ard video display adapter<br />
3 Year Next Business Day On Site Hardware Warranty from<br />
original OEM<br />
3. High Configuration Client Workstation<br />
Workstation shall be of Dell, HP or IBM make<br />
Hardware<br />
Configuration<br />
Intel Xeon X5650,2.66GHz,12M,6.4GT/s, 3x1GB or more of RAM<br />
Microsoft® Windows® 7 64 bit<br />
160GB SATA,10K RPM 3.0Gb/s Hard Drive for OS <strong>and</strong> VMS<br />
Applications<br />
<strong>Network</strong> Interface Card - 10/100/1000 MB<br />
<strong>Video</strong> Card – NVidia 2 x NVS295 Quad Monitor Graphics card to<br />
support 4 multiplexed Monitors<br />
DVD-R/W<br />
3 Year Next Business Day On Site Hardware Warranty from<br />
OEM<br />
4. Wireless <strong>Network</strong>:<br />
� The proposed wireless network shall be high speed & robust with capability to<br />
cater to multiple applications <strong>and</strong> solutions as <strong>and</strong> when required.<br />
� The network shall be designed considering highest level of availability at the<br />
identified access points <strong>and</strong> ability to provide sufficient b<strong>and</strong>width to all the<br />
cameras i.e. at least 38 cameras considering scalability <strong>and</strong> expansion<br />
options for the system <strong>and</strong> other systems like Access Control <strong>System</strong>s, IP<br />
Based Paging cum Intercom system, Alarm <strong>Management</strong> & Control system,<br />
Auto Tyre Killer <strong>and</strong> Road Blockers proposed to be implemented using the<br />
same network backbone.<br />
� The proposed network should be able to support data transfer rates up to 108<br />
Mbps <strong>and</strong> distances up to 5 km.<br />
� The proposed network should be designed considering the varied<br />
environments, to cater to requirements of data transfer in scenarios like nonline-of-sight,<br />
long-range line-of-sight <strong>and</strong> high interference to ensure high<br />
throughput under any situation.<br />
Technical<br />
specificatio<br />
ns for the proposed system:<br />
� The system should comply with the QoS IEEE 802.11 a/b/g st<strong>and</strong>ard.<br />
IP CCTV Specifications<br />
12 of 33
� <strong>System</strong> shall operate in 2.4 GHz & 5.8 GHz of Free ISM B<strong>and</strong> Frequencies.<br />
� The signalling data rate should be up to 108MBPS for 20MHz spectrum.<br />
� The wireless system shall be suitable for outdoor applications & should have<br />
integrated/external antenna. The system should have IP66 protection rated<br />
enclosures.<br />
� The radio shall support 1 x N Type (Female) antenna.<br />
� The system shall have Server Client configuration which support HTTP, Telnet,<br />
SNMP, Remote firmware upgrade & also have the in built spectrum analyzer,<br />
power meter <strong>and</strong> antenna alignment tools. The system should also facilitate the<br />
centralized b<strong>and</strong>width management & authentication system for high security &<br />
QoS.<br />
� The system should be easily deployable to avoid lengthy installation time,<br />
access <strong>and</strong> legal agreements <strong>and</strong> operate in Free ISM B<strong>and</strong> Frequencies<br />
authorized by WPC.<br />
� The system must be capable enough to support high level of security<br />
mechanisms i.e. AES, WEP, WEP 2, WPA, TKIP, 128 Bit, Access Control,<br />
SSID, Suppress <strong>and</strong> BRAID authentication etc for end-to-end connectivity to<br />
prevent any breaches due to interference, hacking etc.<br />
� The system should support interference mitigation techniques for the point to<br />
point, point to Multipoint mode etc to provide undistorted transmission.<br />
� The system should have Ethernet Interface - 10/100 Base T (RJ45 Connector).<br />
� The system must have feature of Auto Frequency Mode so that system can<br />
check automatically <strong>and</strong> select alternative channels in case of interference from<br />
other sources.<br />
� The system shall remotely support the up gradation, maintenance, reset,<br />
monitoring of the radios.<br />
� The system shall have Weatherproof Ethernet connectors, RF <strong>and</strong> power<br />
cables; surge suppressor units.<br />
� Power Supply: 110VAC- 240VAC, 50Hz.<br />
� Operating temperature: -10°C to 50°C; Operating hu midity: 0 to 90% Non-<br />
Condensing.<br />
5. Field Accessories:<br />
Required for <strong>Video</strong> Signal connectivity, Camera mount & Pole, UPS, Cables &<br />
connectors, Enclosures, PVC/MS conduits.<br />
5.1 Galvanized Mounting Pole:<br />
- 100x100x5mm Square hollow pipe, high strength<br />
- 20-30 feet height,<br />
- 90-110 micron hot-dip galvanized for corrosion resistance,<br />
- 20mm thick/300mm dia welded base plate for firm erecting of<br />
the pole,<br />
- 4nos. of 25mm nut-bolt for pole erecting<br />
- 25mm dia Cables passage at the bottom<br />
- Brackets for mounting camera, Wireless device etc.,<br />
- Removable climbing arrangement<br />
- Anti-Climb mesh at the top of the pole but below the devices to<br />
prevent tampering or theft of the devices.<br />
- High resistance (tensile) against wind 50-60 Km/Hours.<br />
5.2 Metal Enclosure:<br />
In this project, all camera are being installed outdoor, open to air, rain & dust. It is<br />
required to consider IP56 rated Metal enclosure for keeping all electronics equipment<br />
safe from dust, rain <strong>and</strong> theft. Following criteria are required for enclosure:<br />
� MS Steel, outer body min. 1mm thick,<br />
� Door with lock & Key, Anti-tamper switch for alarm interface,<br />
� Size: 400(D)x 800(W)x800(L)mm,<br />
� Protection Rating: IP56, NEMA-4,<br />
� 90-110 micron hot-dip galvanized for corrosion resistance,<br />
� Cable passage, Cable Gl<strong>and</strong>s,<br />
� Pole or floor-st<strong>and</strong>ing base with clamps.<br />
5.3 UTP Cable <strong>and</strong> Power cable laying: -<br />
IP CCTV Specifications<br />
13 of 33
Indoor Cat 6 UTP cabling shall be done from the area identified for the PC Server<br />
to the wall mount rack for housing the network elements. The cable should<br />
conform to CAT 6 specifications <strong>and</strong> individual cable pairs should be separated by<br />
a PE former.<br />
The indoor UTP (Un Twisted Pair) cabling shall be done using ISI/ BIS marked<br />
rigid PVC casing capping <strong>and</strong> accessories. The route for cabling is to be discussed<br />
<strong>and</strong> finalized with the Site-in-charge. The aesthetic appearance of the cabling<br />
within offices <strong>and</strong> other visible areas is to be taken into consideration while<br />
planning the cable route. Cable routes should be planned to avoid fluorescent light<br />
fittings <strong>and</strong> power cables <strong>and</strong> where they are run parallel to power they must be at<br />
least 60mm apart. Crossing power cables is allowed but it must be at right angles,<br />
<strong>and</strong> some form of bridge should be used. The structured cabling system should<br />
conform to TIA/EIA st<strong>and</strong>ards. All terminating should be carried out according to<br />
the manufacturer’s instructions <strong>and</strong> guidelines, <strong>and</strong> the st<strong>and</strong>ards for generic<br />
cabling systems viz. the cable sheath should be stripped back no more than 13mm<br />
from the point of termination, the twist rates should be maintained, maximum cable<br />
run to be 90 m etc. Care should be taken when pulling cables.<br />
5.4 Floor St<strong>and</strong>ing Rack:<br />
The racks are meant for housing the switches, media converter, <strong>Network</strong> <strong>Video</strong><br />
Server, <strong>Network</strong> Storage etc supplied against the contract. These racks shall be<br />
placed in the identified location in Control Room. The minimum specific features<br />
<strong>and</strong> technical requirements for the racks are as under:<br />
i) The rack shall be floor St<strong>and</strong>ing.<br />
ii) Rack size: 27 U for control room.<br />
iii) Adjustable 19” rail in the front <strong>and</strong> rear for fixing the server <strong>and</strong> networking<br />
equipment.<br />
iv) Top <strong>and</strong> bottom cable entry facility<br />
v) Front section with glass door <strong>and</strong> lock <strong>and</strong> back cover<br />
vi) 1 No of Cable mangers of 1U<br />
vii) Suitable accessories for mounting the rack to be provided.<br />
viii)Inbuilt power distribution unit with at least 8 Nos of 220 VAC, 5A outlets.<br />
ix) Minimum 2 nos of cooling fans for proper cooling should be provided.<br />
x) Mounting hardware should be provided for fixing switches, patch panels <strong>and</strong><br />
network components.<br />
5.5 UPS (Un-Interruptible Power Supply):<br />
All the power requirements for the entire system supplied under the contract in<br />
each station shall be supplied through an online UPS having the following<br />
minimum features:<br />
- The main UPS rating shall be such that it can give backup for 1 hr for<br />
complete system, server, client workstation. Separate UPS of 1kVA for each<br />
camera shall also be provided.<br />
- Nominal output voltage of 230 Volts with < 5% voltage distortion at full load.<br />
- Output frequency 50 Hz<br />
IP CCTV Specifications<br />
14 of 33
- Input voltage range 160 – 280 Volts<br />
- Input frequency rage 50 Hz +/- 2 Hz<br />
- It should have overload, short circuit, over voltage, under voltage protection.<br />
- Battery - Sealed Maintenance free to provide specified backup time.<br />
- Battery Rack <strong>and</strong> all accessories to be supplied.<br />
- The UPS has to be supplied along with requisite Power Strip (spike<br />
suppressor extension board).<br />
ENVIRONMENTAL REQUIREMENTS: Vendor is required to assess the environmental<br />
conditions for the equipment to be installed under this specification. The vendor has to<br />
ensure the proper operation of the installed equipment. The equipment <strong>and</strong> its<br />
components should work satisfactorily under the following environmental conditions:<br />
Environment Operating Limits:<br />
Temperature Range:<br />
(Un controlled Environment)<br />
Operation to specification -0 to +50 °C<br />
Relative Humidity Up to 95%<br />
Bills of Materials: Supply, Installation, Testing & Commissioning of <strong>System</strong>s as<br />
bellow:<br />
No. Item Descriptions Qnty Br<strong>and</strong> Approved<br />
IP PTZ outdoor Camera<br />
01<br />
¼” 36X IP PTZ Camera with lens,<br />
housing IP66 in case outdoor, bracket, as<br />
per the specifications.<br />
14 Nos.<br />
Bosch, DvTel, Vicon,<br />
American Dynamics,<br />
Watchnet Sony,<br />
Panasonic<br />
Central Control & Comm<strong>and</strong><br />
02 42” LED Monitors (For Workstation). 02 Nos.<br />
Samsung, LG, Sony,<br />
Panasonic<br />
IBM, Dell, HP or<br />
03<br />
High Configuration <strong>Network</strong> <strong>Video</strong> Storage<br />
Servers/Recorders, as per specifications.<br />
02 Nos.<br />
CCTV OEM using<br />
these br<strong>and</strong>ed<br />
Machine<br />
IBM, Dell, HP or<br />
04<br />
High Configuration Client Workstation<br />
capacity, as per the specifications<br />
01 Nos.<br />
CCTV OEM using<br />
these br<strong>and</strong>ed<br />
Machine<br />
Bosch, DvTel, Vicon,<br />
05<br />
<strong>Network</strong> <strong>Video</strong> <strong>Management</strong> <strong>System</strong><br />
(<strong>NVMS</strong>) as per features required<br />
01 Nos.<br />
American Dynamics,<br />
Watchnet ,Sony,<br />
Panasonic<br />
06<br />
3.0 KVA Online UPS with 1 hour backup, as<br />
per the specifications.<br />
19" floor st<strong>and</strong>ing 27U /800mm depth<br />
01 Nos.<br />
APC, Sunpower,<br />
Emerson<br />
07<br />
closed rack with all st<strong>and</strong>ard accessories,<br />
opening with front glass door, Lock & Key.<br />
Cable Manager, 5X5 Power Distribution<br />
Box, as per the specifications.<br />
01 Nos.<br />
Valrack, Rittal,<br />
Cheval<br />
Wireless <strong>Network</strong><br />
08<br />
Wireless Radio set with Antenna- CPE, as<br />
per the specifications.<br />
14 Nos.<br />
Wavesight, Alvarion,<br />
Motorola, Ubiquiti,<br />
Microtik<br />
BTS with 3 nos. of 120 Degree Sector<br />
Wavesight, Alvarion,<br />
09 Antenna & Radio, 2 Km Range, as per the 03 Nos. Motorola, Ubiquiti,<br />
specifications.<br />
Microtik<br />
10 GAY wired supported mast Unit Rate Locally fabricated<br />
11 Self-Supported Mast Unit Rate Locally fabricated<br />
IP CCTV Specifications<br />
15 of 33
Accessories:<br />
12 Horn Speaker with Audio Power Amplifier 14 Nos.<br />
Ahuja, Bosch,<br />
Audionix<br />
13 1.50 sq.mm, 3 core cable, Armoured Mtr.<br />
Finolex, RR Cable,<br />
Polycab<br />
14 CAT-6 UTP Cable, Armoured Mtr. Molex, Digi-link, AMP<br />
15 LAN Switch (As required by bidder)<br />
Qnty as<br />
required<br />
Nortel/Cisco/3Com<br />
16 1 KVA UPS with 30 Minute Backup. 14 Nos.<br />
APC, Sunpower,<br />
Emerson<br />
17<br />
IP 56 Rated Galvanized MS Junction<br />
enclosure, as per specifications.<br />
14 Nos. St<strong>and</strong>ard Br<strong>and</strong><br />
18<br />
20 feet high MS galvanized square pole, as<br />
per specifications.<br />
Unit Rate Locally fabricated<br />
STANDARDS<br />
Work shall be performed in accordance with the applicable international <strong>and</strong> local codes<br />
or st<strong>and</strong>ards current at the commencement of installation.<br />
Where more than one code or regulation is applicable, the more stringent shall apply.<br />
Works Scope:<br />
� Required all works permit shall be provided by D &NH (Police Department).<br />
� Permission from SMC for Stable 230VAC (Includes power cable) from Main<br />
supply/source to as required with MCB to each installation & equipment site.<br />
The bidder has to take care while designing the solutions as it is assumed that the bidder<br />
has surveyed the site, checked the feasibility of system installation physically as per the<br />
site requirement, distance, LOS for Wireless connectivity, locations of CCTV camera for<br />
best video coverage & full functionality.<br />
The bidder shall be responsible to carry out installation of the individual components as<br />
per the design approved by <strong>Dadra</strong> & <strong>Nagar</strong> Haveli (Police Department). Bidder shall also<br />
maintain the entire system for a period of 03 years without any extra payment. The down<br />
time of the camera shall not be more than 30 minutes.<br />
Miscellaneous components, accessories, connectors, nut-bolts, anchor fastener, bracket, jacks etc.<br />
not indicated here, but required for a successful installation <strong>and</strong> implementation of all system in<br />
integrated manner as desired <strong>and</strong> designed by D & NH Police Department , bidder shall list out such<br />
items with adequate quantities if priced separately.<br />
Signature of the Proprietor<br />
With Seal<br />
Wireless <strong>Network</strong>ing<br />
IP CCTV Specifications<br />
16 of 33<br />
Sd/-<br />
Addl. Superintendent of Police<br />
For Inspector General of Police,<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
Line of Site: Connectivity between Main Control Room Building to all<br />
Remote Locations ( These details are indicative in nature, may alter<br />
as per requirement)
1) Head Quarter<br />
60 Feet Tower Required.<br />
2) HDFC Bank<br />
G+2 <strong>and</strong> 40 feet tower available<br />
3) Zama Masjid<br />
G+2 (No Tower required)<br />
4) Amli Teen Rasta Junction<br />
30 feet Self-supported tower required from ground.<br />
5) Balaji Temple<br />
G+3+ 20 feet tower required on building.<br />
6) Dayat Falia<br />
G+3+30 feet tower required on building<br />
7) Dockmardi Junction<br />
G+2 +30 feet tower required on building<br />
8) D<strong>and</strong>ol Falia<br />
70 feet self-supported tower required from ground.<br />
9) Basta Road near PWD<br />
G+2 +30 feet tower required on building<br />
10) VBCH<br />
G+2+30 feet tower required on building<br />
11) Mamlatdar Office<br />
G+2+ 20 feet tower required on building<br />
12) Aadiwasi Bhavan/BOB<br />
G+2 +20 feet tower required on building<br />
13) Tokar khada junction<br />
G+2 <strong>and</strong> 70 feet tower available<br />
14) Sub-Jail<br />
50 feet Self supported tower require from ground<br />
15) Z<strong>and</strong>a chowk<br />
G+2+ 20 feet tower height require on building.<br />
Signature of the Proprietor<br />
With Seal<br />
Sd/-<br />
Addl. Superintendent of Police<br />
For Inspector General of Police,<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
ADMINISTRATION OF<br />
DADRA AND NAGAR HAVELI (U.T.)<br />
(POLICE DEPARTMENT)<br />
SILVASSA<br />
TERMS AND CONDITIONS<br />
IP CCTV Specifications<br />
17 of 33
Terms <strong>and</strong> Conditions for supply of Wireless IP based CCTV Monitoring <strong>System</strong> for Police Department<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, Silvassa.<br />
Tender Notice No.DNH/POLICE/GNL/PMS/CCTV <strong>System</strong>/ 12-13/1270 Date:- 08/08/2012.<br />
1. The rate(s) quoted should be strictly for free delivery at Silvassa <strong>and</strong> will be valid <strong>and</strong> operative fo<br />
supply order issued on or before 31/12/2012.<br />
2. The rates should be quoted inclusive of all taxes.<br />
3. Only sale tax/VAT tax will be paid on the items on which it is chargeable under the sale tax act o<br />
the rules made under CST will be paid 12.5% or State Taxes etc. as applicable by Central/Sta<br />
Govt.<br />
4. Except CST all other Taxes/Duties/Royalties charges payable on the sale/transport etc. withi<br />
<strong>and</strong>/or outside the state of the supplier shall be payable by the supplier.<br />
5. No extra charge for packing, forwarding <strong>and</strong> insurance etc. will be paid on the rates quoted.<br />
6. The rates should be quoted only for the items specified in the list of requirements <strong>and</strong> should be fo<br />
the items or given specifications confirm to the st<strong>and</strong>ard (s) requirements of the give<br />
specification/mark/manufactures.<br />
7. Rates quoted for items other than the required specification/mark/manufacture may not b<br />
considered. However indigenous manufactures may quote their own makes provided.<br />
8. Where specifications/mark/manufacture is not specified by this office the rates should be quote<br />
only for the 1 st Class <strong>and</strong> st<strong>and</strong>ard quality.<br />
9. The decision of the Tender Inviting Officer for acceptance/rejection of supplied including th<br />
decision for equivalent specifications, st<strong>and</strong>ard <strong>and</strong> quality etc. of articles shall be final.<br />
10. The tenderers should send in advance or enclose along with tender <strong>and</strong> amount of<br />
1,00,000/- as Earnest Money Deposit by drawing a dem<strong>and</strong> draft on any scheduled Bank at Silvass<br />
in favour of the officer inviting tenders. Tenders received without Earnest Money will b<br />
summarily rejected.<br />
11. (a) The successful tenderer will have to pay within 10 days from the date of dem<strong>and</strong> an amoun<br />
equal to 10% of the total value of the articles that may be order on the amount of security deposit i<br />
form of F.D.R.<br />
(b) Non receipt of Security Deposit within stipulated time limit will result in automatic cancellatio<br />
of the order of supply without any intimation.<br />
(c) However in case if any articles are received for which the Security Deposit may not have bee<br />
deposited the full Security Deposit as may be due from the supplier will be recovered from the bi<br />
(s) for such articles.<br />
12. The amount of Earnest Money paid by the successful tenderer (s) will be adjusted against th<br />
amount of Security Deposit to be paid by the successful tenderer (s) as per condition No.11 above.<br />
13. The amount of Earnest money paid by the tenderer (s) whose tender are not accepted will b<br />
refunded to them by Cheque or dem<strong>and</strong> draft( as may be refunded to the Tender Inviting Officer.<br />
14. Only on satisfactory completion of the supplies ordered for <strong>and</strong> on payment of all bills of th<br />
supplier as to be admitted for payment, the amount of Security Deposit/Earnest Money Deposit wi<br />
be refunded after expiry if guarantee period if any, or any such date/period as may be mutuall<br />
agreed upon.<br />
15. The Head of Office will consider extension of time for remitting the Security Deposit as dem<strong>and</strong><br />
However in case of denial to consider such extension the supplier is bound to abide by the lim<br />
given <strong>and</strong> liable to make good any loss to the Government on account of his failure to abide by th<br />
time limit.<br />
16. The price shall be F.O.R. Silvassa including packing, transit <strong>and</strong> forwarding to rail or road carrie<br />
<strong>and</strong> statutory levies, if any. There shall be no extra charges for these items<br />
(b)Railway receipt or other transport document should not be sent by V.P.P. or through any Bank a<br />
this being a Government office it is not possible to clear cash dem<strong>and</strong>s of post office/Bank fo<br />
delivery of B.R. or other transport documents unless we have agreed to it as a speci<br />
arrangements.(c)Railway receipt or transport documents should be sent to this office by registere<br />
post immediately on dispatch of goods from dispatching end.<br />
..2/-<br />
..2…<br />
17. The suppliers of Store equipments etc. of inferior quality/st<strong>and</strong>ard or of different specifications<br />
other than that ordered/specified on/or incomplete or damaged articles will not be accepted. The<br />
supplier will have to replace the same at his own cost <strong>and</strong> risk on intimation of non-acceptance.<br />
However if no communication is received within 15 days from the date of communication The<br />
Tender Inviting Officer will not be responsible for any damage, loss etc. of such rejected articles.<br />
18. In case of failure to replace the unaccepted <strong>and</strong> rejected articles from supplies made as mentioned<br />
in the conditions, the loss undergone by the Government will be recovered from the suppliers<br />
security deposit/earnest money or payment due of any bill (s) to the extent required.<br />
IP CCTV Specifications<br />
18 of 33
19. In case of failure to supply the store Machinery <strong>and</strong> Equipments etc. ordered for as per conditions<br />
<strong>and</strong> within the stipulated time, the same articles will be obtained if required from the tenderer<br />
who has offered next higher rates or from any other source, as may be decided by the Tender<br />
inviting officer <strong>and</strong> loss to the Government on account of such purchase (S) shall be recovered<br />
from the former supplier Security Deposit/Ernest Money or bills payable. The suppliers shall<br />
have no any right to dispute with such procedure.<br />
20. Extension of time limit for supplies may be considered by the Tender Inviting Officer up to 50%<br />
of the original stipulated time for supplies <strong>and</strong> the beyond that by the Dy. Inspector General of<br />
Police, <strong>Dadra</strong> & <strong>Nagar</strong> Haveli, Daman & Diu, Daman who so ever may competent to accord<br />
expenditure sanction or enter into contract with reference to the amount involved in the contract.<br />
The extension so granted may be with levy of compensation for delay in execution of supply<br />
order up to 5% of the cost of supplies ordered for at the discretion of the authority competent to<br />
grant extension of time limit provided such request is made well in time depending upon the<br />
circumstances no such decision in the matter will be final.<br />
21. Demurrage charges paid by the Tender Inviting Officer, on account of delayed receipt of dispatch<br />
documents/intimation will be recovered from the bills payable to the supplier.<br />
22. (a)The supplier (S) of the Machinery <strong>and</strong> Equipments shall have to supply spare parts as <strong>and</strong><br />
when required on an agreed basis i.e. on agreed discount on the published cataloged/list prices for<br />
an agree period(b)The supplier (S) shall give adequate advance notice before any spare parts goes<br />
out of production to enable the Tender Inviting Officer to order for spare parts required one lot<br />
for the life time of respective Machinery.(c)If mutually agreed to the supplier(s) shall make<br />
available the blue print drawing etc. of the spares if <strong>and</strong> when required in connection with main<br />
Machinery/Equipments.<br />
23. If at any time after the order for supply of Machinery/store equipments the Tender Inviting<br />
Officer shall for any reason whatsoever not require the whole or part of the quantity thereof as<br />
specified in the order the Tender Inviting Officer shall give notice in writing of the fact of the<br />
supplier(s) who shall have no claim to any payment of compensation whatsoever on account of<br />
any profit or advantage which the supplier(s) might have been derive from supply of articles in<br />
full but which did not derive in consequence of the full quantity of articles not have been<br />
purchased any alteration have been made in the original instructions which shall involve any<br />
curtailment of the supply original contemplated.<br />
24. The Earnest Money(s)/Security Deposit(s) paid by the tender earlier against any tender(s) for<br />
supply order(s) is/are not adjustable with Earnest Money or Security deposit required by these<br />
conditions.<br />
25. All bills of supply shall in duplicate <strong>and</strong> should invariably be mentioned the number <strong>and</strong> date of<br />
supply order.<br />
26. All bills should be pre-receipted on a revenue stamp of proper value. Bills which are not prereceipted<br />
on revenue stamp will not be accepted for payment.<br />
27. Each bill in which Sales Tax is charged must contain the following certificates on the body of the<br />
bill “CERTIFIED” that the good on which Sales tax/VAT/Service tax has been charged have<br />
not been exempted under the C.S.T./VAT Act or the rules made there under <strong>and</strong> the amount<br />
charged on account of the S.T. on these goods is not more then what is payable under the<br />
provisions of relevant Act or the rules made there under.<br />
28. The tenders will be opened in presence of Tenderers or their representative if any present in the<br />
office of the Tender Inviting Officer.<br />
29. The right to accept or reject without assigning any reasons or all tenders in part or whole is<br />
reserved with the Tender Inviting Officer <strong>and</strong> his decision(s) on all matters relating to<br />
acceptance or rejection of the tenders as a whole or in part will be final <strong>and</strong> binding to all.<br />
3/-<br />
--3—<br />
30. The tender offers received which do not confirm with the terms <strong>and</strong> conditions of this office will<br />
be summarily rejected. However if any firm desires to consider exemption from payment of<br />
earnest money deposit certified copies of it's registration with D.G.S. & D for specific items<br />
should be attached with their tenders.<br />
31. If the tenderer whose tender/quotation is accepted, fails to execute the supply order within<br />
stipulated time the, E.M.D. of such tenderer will st<strong>and</strong> forfeited to the Govt.<br />
32. In case of supplier does not execute the supply order placed with him, the EMD of the supplier<br />
will be forfeited to the Govt. <strong>and</strong> the contract for the supply shall st<strong>and</strong> terminated with no further<br />
liabilities on either party to the contract.<br />
33. No separate agreement will be required to be signed by the successful tenderer(s) for the purpose<br />
of the contract for supply. Rates tenderer/offered in response to the concerned tender/quotation<br />
notice shall be considered as acceptance of all above terms <strong>and</strong> conditions for supply for all legal<br />
purpose.<br />
IP CCTV Specifications<br />
19 of 33
34. If the supply of equipments are not satisfactory or as per specification given in the tender, the<br />
same will be rejected by the Tender Inviting Officer <strong>and</strong> same will have to be replaced by the<br />
supplier at his own cost & risk.<br />
35. The supply of equipments should be completed within 01 month from the date of work<br />
order/supply order.<br />
36. The tendering firm must be registered with the Sales Tax/VAT Deptt. <strong>and</strong> a copy of<br />
their registration under the Sales Tax/VAT bearing the TIN Number be provided,<br />
besides the Latest Sales Tax/VAT Clearance Certificate..<br />
37. The tendering firm will deposit the papers regarding experience supplying items during<br />
the last three years for the above item/ work, if any.<br />
38. No advance payment will be made <strong>and</strong> no request for increase in the rates will be<br />
entertained during the period of supply.<br />
39. All the firms participating in the Tender must submit a list of their owners/partners, etc.<br />
along with their contact telephone Nos. <strong>and</strong> a Certificate to the effect that the firm is not<br />
blacklisted by any Govt. Department nor any Criminal Case is registered against the<br />
firm or its owner or partners anywhere in India.<br />
40. Bidders should not be permitted to alter or modify their bids after expiry of the<br />
deadline for receipt of bids.<br />
41. The Purchase Committee reserves the rights to reject any tenders or negotiate as per<br />
rules.<br />
42. The Purchase Committee also reserves the right to relax any terms <strong>and</strong> condition in the<br />
public interest.<br />
43. All disputes are subject to the jurisdiction of courts in the Territory of <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong><br />
Haveli, Silvassa.<br />
44. Interested tenderers shall also to quote their permanent Income Tax Number in the<br />
name of the tendering firm.<br />
45. The tenderer shall indicate their rates in clears visible figures <strong>and</strong> works <strong>and</strong> shall not<br />
alter/overwrite/make cutting in the rates. If alteration/overwriting/cutting in rates are<br />
noticed, such tenders shall not be taken into consideration. The rates quoted should be<br />
inclusive of all taxes Noting shall be payable over <strong>and</strong> above the quoted rates <strong>and</strong> no<br />
future liability shall be on purchaser side.<br />
46. All procedure for the purchase of stores shall be in consonance of the provisions laid<br />
down in GFRs <strong>and</strong> DEPRs.<br />
47. In case of decrease of market price, the Department reserve a right to make the purchase<br />
from the market at low rates to affect to affect the economy.<br />
48. The proposal should accompany following details in separate closed cover.<br />
a. Specification sheet of all wireless equipments<br />
b. Details of devices ( make, model, warranty etc.) with broachers.<br />
c. Manufacturing authorization certificate required.( OEM )<br />
…4..<br />
49. All systems & equipment supplied must be ISI market or manufactured as per<br />
International St<strong>and</strong>ards(ISO) meeting CCITT or CCIR st<strong>and</strong>ards <strong>and</strong> fulfill other<br />
requirement of local authorities like noise pollution, environment etc.<br />
50. The supplier should guarantee that all items would continue to conform to the<br />
description <strong>and</strong> quality aforesaid for the period of 60 months from the date of<br />
technical acceptance of the items. This guarantee must be all inclusive. In the event of<br />
failure of a sub-unit(s), it must be repaired within 24 hours of reporting the fault by<br />
purchaser to the supplier, failing which a penalty @1% of the cost of faulty equipment<br />
per day.<br />
51. AFTER SALES SERVICES: Contractor must have adequate infrastructure <strong>and</strong> stock of<br />
spare parts(other than the spares purchased by the indenter) to offer repair <strong>and</strong><br />
maintenance support for full lifetime of equipment. The bidder, if not the<br />
manufacturer, should submit a certificate from the manufacturer that equipment<br />
supplied including spares would be available during the lifetime of the equipment.<br />
IP CCTV Specifications<br />
20 of 33<br />
..4/-
Contractor should include in their offer comprehensive site maintenance support on<br />
ANNUAL MAINTENANCE CONTRACT basis, after expiry of warranty.<br />
A) DOCUMENTS REQUIREMENTS FOR TENDER QUALIFICATION<br />
CRITARIA.<br />
1. EARNEST MONEY OF 1,00,000/- IN FAVOUR OF UNDERSIGNED<br />
2. SALES TAX/VAT REGISTRATION CERTIFICATE ALONGWITH TIN<br />
NUMBER<br />
3. LATEST SALES TAX/VAT CLEARANCE CERTIFICATE<br />
4. DOCUMENTS RELATING TO PAST PERFORMANCE FOR THE LAST THREE<br />
YEARS, IF ANY.<br />
5. A LIST OF OWNER/PARTNERS OF THE FIRM AND THEIR CONTACT<br />
TELEPHONE NOS. ALONGWITH A CERTIFICATE TO THE EFFECT THAT THE<br />
FIRM IS NOT BLACKLISTED BY ANY GOVT. DEPARTMENT NOR ANY<br />
CRIMINAL CASE IS REGISTERED<br />
6. ANY OTHER RELEVANT IMPORTANT INFORMATION IF ANY<br />
7. COPY OF TERMS AND CONDITIONS DULY SIGNED WITH SEAL OF THE<br />
FIRM, IN TOKEN OF ACCEPTANCE OF TERMS AND CONDITIONS.<br />
8. TENDERER HAVE TO BE SUBMITTED BOUCHER /LITERATURE/ ETC. WITH<br />
TENDER DOCUMENTS<br />
9. ONE SIMILAR WORK ORDER COPY OF MINIMUM RS. 20 LAC. SHOULD<br />
BE SUBMITTED.<br />
10. THE BIDDER SHOULD SUBMIT THE TYPE APPROVAL OF WPC<br />
GOVERNMENT OF INDIA FOR THE QUOTED WIRELSS EQUIPMENT..<br />
11. THE VENDER WILL HAVE TO SUPPLY ALL THE ORIGINAL SOFTWARE<br />
WITH LICENSED VERSION TO RUN THE COMPLETE SYSTEM AT TIME OF<br />
COMPLETION OF WORK.<br />
12. THE SYSTEMS SHOULD HAVE BACKUP STORAGE AT ALL THE ICPS TO<br />
ARCHIVE THE BACK UP VIDEO STREAM FOR ONE MONTH.<br />
.. 5 ..<br />
AGREEMENT<br />
Certify that I/We hereby agree to abide with Terms & Conditions as specified in<br />
Tender. Forms accepted.<br />
Sd/-<br />
Addl. Superintendent of Police<br />
Signature of the Supplier's For Inspector General of Police.<br />
With Seal. <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
Date: - / /2012.<br />
Note: - Please return one copy of these conditions duly signed along with your<br />
tender/quotation.<br />
IP CCTV Specifications<br />
21 of 33<br />
..5/-
Administration of<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, U.T.,<br />
(Department of Police)<br />
SILVASSA<br />
No. DNH/Police/ GNL/PMS/Non Lethal weapons/12-13/1271 Dated:- 08/08/2012.<br />
E- T E N D E R ( ONLINE) I N V I T A T I O N N O T I C E<br />
Sealed Tender are hereby invited from the interested Parties, on behalf of the President of India b<br />
the undersigned through on-line tender on https://dnh.nprocure.com for Procurement of Non Letha<br />
Weapons for Police Department, <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, Silvassa from the Manufacturer/Authorize<br />
Dealers/Suppliers/ on or before 31/08/2012 up to 15.00 hrs .<br />
Sr.No. Name of Work EMD<br />
Tender Fees Approximate<br />
(Earnest money Deposit) ( Non-Refundable) Estimated<br />
Cost<br />
1 Non Lethal Weapons Rs. 50,000/- Rs. 1000/- Rs. 20,00,000/-<br />
* online downloading & submission of tender<br />
documents:<br />
IP CCTV Specifications<br />
22 of 33<br />
Upto 31/08/2012 15.00 hours.<br />
* Physical submission /uploading of tender documents : on or before 31/08/2012 15.00 hours
* Online opening of Technical bid : on 04/09/2012.<br />
* Online opening of price bids on 10/09/2012<br />
• Submission of tender fees in form of DD <strong>and</strong> EMD in form of FDR, valid copy of Sale<br />
Tax, Central Sale Tax registration number with certificate of manufacturer/supplier, PAN<br />
number etc. These are the m<strong>and</strong>atory document required to be uploaded <strong>and</strong> hard copy<br />
of the above mentioned documents shall also be submitted to the tender inviting<br />
authority by RPAD/Speed post/Courier, however, tender inviting authority shall not be<br />
responsible for any postal delay. The said documents can also be deposited on or<br />
before 31/08/2012 at 13. hrs. in the office of the undersigned.<br />
• The tender inviting authority reserves the right to accept/reject any or all tenders without<br />
assigning<br />
any reasons thereof.<br />
• The tender will be opened on the same day in presence of the tenderer, if possible. The<br />
offers received without obtaining tender documents or without EMD <strong>and</strong> tender fee shall<br />
be rejected.<br />
The tender form alongwith all details including schedule <strong>and</strong> terms & conditions can be down<br />
loaded from the web site https://dnh.nprocure.com .The tender fees(Non refundable) in form<br />
of DD <strong>and</strong> EMD in form of FDR from any schedule/commercial banks in favour of the<br />
undersigned may be kept in technical bid alongwith the above m<strong>and</strong>atory documents. The<br />
price bid shall be opened to those firms/agencies who qualify in technical bid.<br />
• Bidder have to submit the price bid in Electronic format only on<br />
https://dnh.nprocure.com website till the last date & time for submission. Price Bid in<br />
physical format shall not be accepted in any case.<br />
• In case any bidder needs any clarification or if training is required for participating in the<br />
online<br />
tender process they can contact the following office:<br />
• “(n) Code Solution-A Division, GNFC Ltd.”<br />
403,GNFC Info Tower, Bodakedev,<br />
Ahmedabad – 380 054 Gujarat(India)<br />
E-mail: nprocure@gnvfc.Net<br />
Fax No.079-26857321. Tele: 079-26857316-18<br />
Website: www.nprocure.com<br />
Copy fd.wcs. to:-<br />
IP CCTV Specifications<br />
23 of 33<br />
Sd/-<br />
Addl. Superintendent of Police.<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
1. The Director (IT), Department of Information Technology, Room No.207,208, Second Flo<br />
Secretariat, Amli, Silvassa for kindly uploading the matter on official website.<br />
2. All Heads of office, DNH, Silvassa for wide Publicity.<br />
3. Copy to all reputed Firms/agencies/manufacture for information <strong>and</strong> necessary action.<br />
Administration of<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, U.T.,<br />
(Police Department)<br />
Silvassa.<br />
E.M.D. for purchase of Non Lethal Weapons 50,000/-<br />
Last date of receipt Tender 31/08/2012<br />
T E N D E R F O R M<br />
This tender form is issued to Shri/M/s_______________________________<br />
of ____________ tender fee ____________ received vide receipt No. _________<br />
Dated __________<br />
Date: - / /2012
Sir,<br />
IP CCTV Specifications<br />
24 of 33<br />
Sd/-<br />
Addl. Superintendent of Police.<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
I/We the undersigned_______________________________________<br />
Hereby offer my/our rates as enclosed. I/We agree with terms & conditions attached with this<br />
tender <strong>and</strong> promise to supply the articles at rates shown against each items as per attached<br />
annexure.<br />
Sign <strong>and</strong> Name of Supplier with Rubber Stamp<br />
Sr.<br />
No.<br />
Description Answer<br />
01 Has the agency registered with Sales Tax/ VAT Department <strong>and</strong><br />
documents proof to this effect attached?<br />
Yes/No<br />
02 Has the agency enclosed Permanent Income Tax No. with the tender? Yes/No<br />
03 Has the agency deposited Bid E.M.D. of 50,000/- ? Yes/No<br />
04 Has the agency quoted rates inclusive of all taxes as per Schedule? Yes/No<br />
05 Has the agency attached the documentary proof of having exemption<br />
from Bid Security Deposit, in case of the agency exempted being<br />
register with DGSD/NISC?<br />
06 Has the agency accepted all the terms <strong>and</strong> condition of the tender<br />
documents <strong>and</strong> has attached an undertaking in this regard?<br />
Signature of the Proprietor<br />
With Seal<br />
Yes/No<br />
Yes/No<br />
Annexure<br />
Sd/-<br />
Addl. Superintendent of Police.<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,
Sr<br />
No.<br />
Administration of<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, U.T.,<br />
(Department of Police)<br />
Silvassa<br />
Schedule of Supply for Non Lethal Weapons<br />
Registration No. <strong>and</strong> make/Mode Qnty.<br />
required<br />
1 Stun Baton 02 Nos.<br />
2 Knuckle Stun Gun 02 Nos.<br />
3 Stun Baton 02 Nos.<br />
4 Electronic disabling device<br />
20 cartridges for riot situation<br />
02 Nos.<br />
5 Electronic disabling device with 02 Nos.<br />
rechargeable battery & 20<br />
cartridges for riot situation<br />
IP CCTV Specifications<br />
25 of 33<br />
Rate per<br />
No.(including<br />
All Taxes)<br />
Silvassa.<br />
Total<br />
Amount<br />
Sd/-<br />
Addl. Superintendent of Police,<br />
For Inspector General of Police,
Signature of the Supplier with<br />
Date & Rubber Stamp.<br />
Technical Specification<br />
1) Stun Buton:-<br />
PRODUCT SPECIFICATION :<br />
IP CCTV Specifications<br />
26 of 33<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
Light, 120db Alarm <strong>and</strong> 140,000 volts of stopping power. It should be rechargeable.<br />
It should be 21.5 inches long when fully extended, <strong>and</strong> 13 inches when collapsed. It should have a FREE<br />
holster. The full length of the metal parts should be electrified.<br />
The baton should also shock through ½ inches of clothing….<br />
2) KNUCKLE STUN GUN<br />
It should have a nylon belt holster designed to allow quick access <strong>and</strong> deployment of this stun weapon. It<br />
should have a soft rubber skin <strong>and</strong> sized to accommodate all h<strong>and</strong> sizes. A safety switch should be built in<br />
<strong>and</strong> reachable by thumb.<br />
Product Specification:<br />
• Shock: 250 KV-450KV<br />
• Weight:300 Gram-550Gram
• Power Source: Built-in Rechargeable Battery (Charging adapter included).<br />
• Two-in-one Function: Powerful Stun Gun <strong>and</strong> Flashlight/Ultra Illumination flashlight<br />
• High Impact – Resistant.<br />
• Plastic Structure/Metal shell.<br />
• Holster included: Includes a heavy duty holster with belt loop for carrying<br />
• Safety Switch to avoid coincident operation.<br />
3) STUN BATON :<br />
Product Specification :<br />
• Shock: 250 KV- 350KV<br />
• Weight: 400 Gram – 750Gram<br />
• Power Source: Built-in Rechargeable Battery (Charging adapter included)<br />
• Three-in-one function: Powerful Stun Gun <strong>and</strong> flashlight <strong>and</strong> Siren<br />
• High Impact – Resistant.<br />
• Plastic Structure/Metal Shell<br />
• Safety Switch to avoid coincident operation.<br />
• Inbuilt Siren.<br />
4) SPECIFICATION OF ELECTRONIC DISABLING DEVICE<br />
Physical Characteristics<br />
Length : 20 cm + 02 cm<br />
Width : 05 cm + 01 cm<br />
Height : 12 cm + 02 cm<br />
Weight : Maximum 600 gms + 50gms with EPM & cartridges 3<br />
loaded<br />
Housing : High impact polymer<br />
Temperature range : As per climatic conditions of Odisha<br />
Humidity : As applicable<br />
Water resistance : As applicable<br />
<strong>Video</strong> & Memory : facility should be available<br />
--2—<br />
The Electronic disabling Device should have the following features<br />
NMI (Neuro Muscular Incapacitation)<br />
Laser facility<br />
Effective range minimum 30 ft.<br />
Non-lethal but capable of neuro-muscular incapacitation of minimum 3 targets before reloading.<br />
Should be h<strong>and</strong> held like a Pistol<br />
Should be battery operated. The battery should have minimum 250 times firing capacity. (OEM certificate to<br />
be provided)<br />
Pulling trigger deploys cartridge of NMI (neuro-muscular incapacitation) effect<br />
Pulse from the probe should effectively penetrate clothing when deployed<br />
OEM should submit minimum 100 medical research index safety reports of human studies for safety from<br />
accredited laboratories.<br />
OEM should submit list of minimum 5 major Police Organization with India using their weapon technology.<br />
Manufacturer should provide training cartridges<br />
Live firing cartridges should also be provided for different ranges<br />
IP CCTV Specifications<br />
27 of 33<br />
2/-
Compulsory contractual maintenance with adequate spares for minimum 4 years.<br />
5) SPECIFICATION OF ELECTRONIC DISABLING DEVICE WITH<br />
RECHRGEABLE BATTERY<br />
Physical Characteristics<br />
Length : 19 cm + 02 cm<br />
Width : 04 cm + 01 cm<br />
Height : 10 cm + 10 cm<br />
Weight : Maximum 450 gms + 50gms with EPM & cartridges 3<br />
loaded<br />
Housing : High impact polymer<br />
Temperature range : As per climatic conditions of Odisha<br />
Humidity : As applicable<br />
The Electronic disable Device should have the following features.<br />
Backup shot<br />
LASER facility (single or dual)<br />
Smart Cartridges<br />
Fire Control <strong>System</strong><br />
Water Resistant<br />
Real Battery consumption<br />
Precision shaped Pulse<br />
Effective range minimum 30 ft.<br />
Non-lethal but capable of neuro-muscular incapacitation of minimum 3 targets before reloading<br />
Should be h<strong>and</strong> held like a Pistol<br />
--3--<br />
Should be battery operated. The battery should have minimum 500 times of 05 sec discharge<br />
Pistol should have static dual LASER system for reflex shooting<br />
Pulling trigger deploys cartridge of NMI (neuro-muscular incapacitation) effect<br />
Pulse from the probe should effectively penetrate clothing when deployed<br />
OEM should submit minimum 100 medical research index safety reports of human studies for safety from<br />
accredited laboratories.<br />
OEM should submit list of minimum 5 major Police Organization with India using their weapon technology.<br />
Manufacturer should provide training cartridges.<br />
Live firing cartridges should also be provided for different ranges<br />
Compulsory contractual maintenance with adequate spares for minimum 4 years.<br />
Rechargeable Battery 100gms + 10 gms.<br />
Signature of the Proprietor<br />
With Seal<br />
IP CCTV Specifications<br />
28 of 33<br />
Sd/-<br />
3/-
IP CCTV Specifications<br />
29 of 33<br />
Addl. Superintendent of Police<br />
For Inspector General of Police<br />
<strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa.<br />
ADMINISTRATION OF<br />
DADRA AND NAGAR HAVELI (U.T.)<br />
(POLICE DEPARTMENT)<br />
SILVASSA<br />
TERMS AND CONDITIONS<br />
Terms <strong>and</strong> Conditions for supply of Non Lethal for Police Department <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli, Silvassa.<br />
Tender Notice No.DNH/POLICE/GNL/PMS/ Non Lethal Weapons/12-13/1271 Date:-8/8/2012.<br />
1. The rate(s) quoted should be strictly for free delivery at Silvassa <strong>and</strong> will be valid <strong>and</strong> operative fo<br />
supply order issued on or before 31/12/2012<br />
2. The rates should be quoted inclusive of all taxes.<br />
3. Only sale tax/VAT tax will be paid on the items on which it is chargeable under the sale tax act o<br />
the rules made under CST will be paid 12.5% or State Taxes etc. as applicable by Central/Stat<br />
Govt.<br />
4. Except CST all other Taxes/Duties/Royalties charges payable on the sale/transport etc. within <strong>and</strong>/o<br />
outside the state of the supplier shall be payable by the supplier.<br />
5. No extra charge for packing, forwarding <strong>and</strong> insurance etc. will be paid on the rates quoted.<br />
6. The rates should be quoted only for the items specified in the list of requirements <strong>and</strong> should be fo<br />
the items or given specifications confirm to the st<strong>and</strong>ard (s) requirements of the give<br />
specification/mark/manufactures.
7. Rates quoted for items other than the required specification/mark/manufacture may not b<br />
considered. However indigenous manufactures may quote their own makes provided.<br />
8. Where specifications/mark/manufacture is not specified by this office the rates should be quote<br />
only for the 1 st Class <strong>and</strong> st<strong>and</strong>ard quality.<br />
9. The decision of the Tender Inviting Officer for acceptance/rejection of supplied including th<br />
decision for equivalent specifications, st<strong>and</strong>ard <strong>and</strong> quality etc. of articles shall be final.<br />
10. The tenderers should send in advance or enclose along with tender <strong>and</strong> amount of<br />
50,000/- as Earnest Money Deposit by drawing a dem<strong>and</strong> draft on any scheduled Bank at Silvassa i<br />
favour of the officer inviting tenders. Tenders received without Earnest Money will be summaril<br />
rejected.<br />
11. (a) The successful tenderer will have to pay within 10 days from the date of dem<strong>and</strong> an amoun<br />
equal to 10% of the total value of the articles that may be order on the amount of security deposit i<br />
form of F.D.R.(b) Non receipt of Security Deposit within stipulated time limit will result i<br />
automatic cancellation of the order of supply without any intimation.(c) However in case if an<br />
articles are received for which the Security Deposit may not have been deposited the full Securit<br />
Deposit as may be due from the supplier will be recovered from the bill (s) for such articles.<br />
12. The amount of Earnest Money paid by the successful tenderer (s) will be adjusted against th<br />
amount of Security Deposit to be paid by the successful tenderer (s) as per condition No.11 above.<br />
13. The amount of Earnest money paid by the tenderer (s) whose tender are not accepted will b<br />
refunded to them by Cheque or dem<strong>and</strong> draft( as may be refunded to the Tender Inviting Officer.<br />
14. Only on satisfactory completion of the supplies ordered for <strong>and</strong> on payment of all bills of th<br />
supplier as to be admitted for payment, the amount of Security Deposit/Earnest Money Deposit wi<br />
be refunded after expiry if guarantee period if any, or any such date/period as may be mutuall<br />
agreed upon.<br />
15. The Head of Office will consider extension of time for remitting the Security Deposit as dem<strong>and</strong><br />
However in case of denial to consider such extension the supplier is bound to abide by the lim<br />
given <strong>and</strong> liable to make good any loss to the Government on account of his failure to abide by th<br />
time limit.<br />
--2--<br />
16. The price shall be F.O.R. Silvassa including packing, transit <strong>and</strong> forwarding to rail or road carrie<br />
<strong>and</strong> statutory levies, if any. There shall be no extra charges for these items(b) Railway receipt o<br />
other transport document should not be sent by V.P.P. or through any Bank as this being<br />
Government office it is not possible to clear cash dem<strong>and</strong>s of post office/Bank for delivery of B.R<br />
or other transport documents unless we have agreed to it as a special arrangements.(c)Railwa<br />
receipt or transport documents should be sent to this office by registered post immediately o<br />
dispatch of goods from dispatching end.<br />
17. The suppliers of Store equipments etc. of inferior quality/st<strong>and</strong>ard or of different specifications othe<br />
than that ordered/specified on/or incomplete or damaged articles will not be accepted. The supplie<br />
will have to replace the same at his own cost <strong>and</strong> risk on intimation of non-acceptance. However<br />
no communication is received within 15 days from the date of communication The Tender Invitin<br />
Officer will not be responsible for any damage, loss etc. of such rejected articles.<br />
18. In case of failure to replace the unaccepted <strong>and</strong> rejected articles from supplies made as mentioned i<br />
the conditions, the loss undergone by the Government will be recovered from the suppliers securit<br />
deposit/earnest money or payment due of any bill (s) to the extent required.<br />
19. In case of failure to supply the store Machinery <strong>and</strong> Equipments etc. ordered for as per condition<br />
<strong>and</strong> within the stipulated time, the same articles will be obtained if required from the tenderer wh<br />
has offered next higher rates or from any other source, as may be decided by the Tender invitin<br />
officer <strong>and</strong> loss to the Government on account of such purchase (S) shall be recovered from th<br />
former supplier Security Deposit/Ernest Money or bills payable. The suppliers shall have no an<br />
right to dispute with such procedure.<br />
20. Extension of time limit for supplies may be considered by the Tender Inviting Officer up to 50% o<br />
the original stipulated time for supplies <strong>and</strong> the beyond that by the Dy. Inspector General of Police<br />
<strong>Dadra</strong> & <strong>Nagar</strong> Haveli, Daman & Diu, Daman who so ever may competent to accord expenditur<br />
sanction or enter into contract with reference to the amount involved in the contract. The extensio<br />
IP CCTV Specifications<br />
30 of 33<br />
2/-
so granted may be with levy of compensation for delay in execution of supply order up to 5% of th<br />
cost of supplies ordered for at the discretion of the authority competent to grant extension of tim<br />
limit provided such request is made well in time depending upon the circumstances no such decisio<br />
in the matter will be final.<br />
21. Demurrage charges paid by the Tender Inviting Officer, on account of delayed receipt of dispatc<br />
documents/intimation will be recovered from the bills payable to the supplier.<br />
22. (a)The supplier (S) of the Machinery <strong>and</strong> Equipments shall have to supply spare parts as <strong>and</strong> whe<br />
required on an agreed basis i.e. on agreed discount on the published cataloged/list prices for an agre<br />
period(b)The supplier (S) shall give adequate advance notice before any spare parts goes out o<br />
production to enable the Tender Inviting Officer to order for spare parts required one lot for the lif<br />
time of respective Machinery.<br />
(c)If mutually agreed to the supplier(s) shall make available the blue print drawing etc. of the spare<br />
if <strong>and</strong> when required in connection with main Machinery/Equipments.<br />
23. If at any time after the order for supply of Machinery/store equipments the Tender Inviting Office<br />
shall for any reason whatsoever not require the whole or part of the quantity thereof as specified i<br />
the order the Tender Inviting Officer shall give notice in writing of the fact of the supplier(s) wh<br />
shall have no claim to any payment of compensation whatsoever on account of any profit o<br />
advantage which the supplier(s) might have been derive from supply of articles in full but which di<br />
not derive in consequence of the full quantity of articles not have been purchased any alteration hav<br />
been made in the original instructions which shall involve any curtailment of the supply origina<br />
contemplated.<br />
24. The Earnest Money(s)/Security Deposit(s) paid by the tender earlier against any tender(s) for suppl<br />
order(s) is/are not adjustable with Earnest Money or Security deposit required by these conditions.<br />
25. All bills of supply shall in duplicate <strong>and</strong> should invariably be mentioned the number <strong>and</strong> date o<br />
supply order.<br />
26. All bills should be pre-receipted on a revenue stamp of proper value. Bills which are not pre<br />
receipted on revenue stamp will not be accepted for payment.<br />
--3—<br />
27. Each bill in which Sales Tax is charged must contain the following certificates on the body of th<br />
bill “CERTIFIED” that the good on which Sales tax/VAT/Service tax has been charged have no<br />
been exempted under the C.S.T./VAT Act or the rules made there under <strong>and</strong> the amount charged o<br />
account of the S.T. on these goods is not more then what is payable under the provisions of relevan<br />
Act or the rules made there under.<br />
28. The tenders will be opened in presence of Tenderers or their representative if any present in th<br />
office of the Tender Inviting Officer.<br />
29. The right to accept or reject without assigning any reasons or all tenders in part or whole i<br />
reserved with the Tender Inviting Officer <strong>and</strong> his decision(s) on all matters relating t<br />
acceptance or rejection of the tenders as a whole or in part will be final <strong>and</strong> binding to all.<br />
30. The tender offers received which do not confirm with the terms <strong>and</strong> conditions of this office will b<br />
summarily rejected. However if any firm desires to consider exemption from payment of earnes<br />
money deposit certified copies of it's registration with D.G.S. & D for specific items should b<br />
attached with their tenders.<br />
31. If the tenderer whose tender/quotation is accepted, fails to execute the supply order within stipulate<br />
time the, E.M.D. of such tenderer will st<strong>and</strong> forfeited to the Govt.<br />
32. In case of supplier does not execute the supply order placed with him, the EMD of the supplier wi<br />
be forfeited to the Govt. <strong>and</strong> the contract for the supply shall st<strong>and</strong> terminated with no furthe<br />
liabilities on either party to the contract.<br />
33. No separate agreement will be required to be signed by the successful tenderer(s) for the purpose o<br />
the contract for supply. Rates tenderer/offered in response to the concerned tender/quotation notic<br />
shall be considered as acceptance of all above terms <strong>and</strong> conditions for supply for all legal purpose.<br />
34. If the supply of equipments are not satisfactory or as per specification given in the tender, the sam<br />
will be rejected by the Tender Inviting Officer <strong>and</strong> same will have to be replaced by the supplier a<br />
his own cost & risk.<br />
35. The supply of equipments should be completed within 01 month from the date of work order/suppl<br />
order.<br />
IP CCTV Specifications<br />
31 of 33<br />
3/-
36. The tendering firm must be registered with the Sales Tax/VAT Deptt. <strong>and</strong> a copy of thei<br />
registration under the Sales Tax/VAT bearing the TIN Number be provided, besides th<br />
Latest Sales Tax/VAT Clearance Certificate..<br />
37. The tendering firm will deposit the papers regarding experience supplying items durin<br />
the last three years for the above item/ work, if any.<br />
38. No advance payment will be made <strong>and</strong> no request for increase in the rates will b<br />
entertained during the period of supply.<br />
39. All the firms participating in the Tender must submit a list of their owners/partners, etc<br />
along with their contact telephone Nos. <strong>and</strong> a Certificate to the effect that the firm is no<br />
blacklisted by any Govt. Department nor any Criminal Case is registered against the firm<br />
or its owner or partners anywhere in India.<br />
40. Bidders should not be permitted to alter or modify their bids after expiry of the deadlin<br />
for receipt of bids.<br />
41. The Purchase Committee reserves the rights to reject any tenders or negotiate as per rules.<br />
42. The Purchase Committee also reserves the right to relax any terms <strong>and</strong> condition in th<br />
public interest.<br />
43. All disputes are subject to the jurisdiction of courts in the Territory of <strong>Dadra</strong> <strong>and</strong> Naga<br />
Haveli, Silvassa.<br />
44. Interested tenderers shall also to quote their permanent Income Tax Number in the nam<br />
of the tendering firm.<br />
45. The tenderer shall indicate their rates in clears visible figures <strong>and</strong> works <strong>and</strong> shall no<br />
alter/overwrite/make cutting in the rates. If alteration/overwriting/cutting in rates ar<br />
noticed, such tenders shall not be taken into consideration. The rates quoted should b<br />
inclusive of all taxes Noting shall be payable over <strong>and</strong> above the quoted rates <strong>and</strong> n<br />
future liability shall be on purchaser side.<br />
--4—<br />
46. All procedure for the purchase of stores shall be in consonance of the provisions laid dow<br />
in GFRs <strong>and</strong> DEPRs.<br />
47. In case of decrease of market price, the Department reserve a right to make the purchas<br />
from the market at low rates to affect to affect the economy.<br />
48. Bidder shall ensure that demonstration of the product is given at PHQ, Silvassa on<br />
specific date. Non compliance may entail rejection of the bid.<br />
A) DOCUMENTS REQUIREMENTS FOR TENDER QUALIFICATION CRITARIA.<br />
1. EARNEST MONEY OF 50,000 50,000/- 50,000 IN FAVOUR OF DIG/DD&DNH<br />
2. SALES TAX/VAT REGISTRATION CERTIFICATE ALONGWITH TIN NUMBER<br />
3. LATEST SALES TAX/VAT CLEARANCE CERTIFICATE<br />
4. DOCUMENTS RELATING TO PAST PERFORMANCE FOR THE LAST THRE<br />
YEARS, IF ANY.<br />
5. A LIST OF OWNER/PARTNERS OF THE FIRM AND THEIR CONTAC<br />
TELEPHONE NOS. ALONGWITH A CERTIFICATE TO THE EFFECT THAT TH<br />
FIRM IS NOT BLACKLISTED BY ANY GOVT. DEPARTMENT NOR ANY<br />
CRIMINAL CASE IS REGISTERED<br />
6. ANY OTHER RELEVANT IMPORTANT INFORMATION IF ANY<br />
7. COPY OF TERMS AND CONDITIONS DULY SIGNED WITH SEAL OF THE FIRM<br />
IN TOKEN OF ACCEPTANCE OF TERMS AND CONDITIONS.<br />
8. TENDERER HAVE TO BE SUBMITTED BOUCHER/LITERATURE/ ETC. WITH<br />
TENDER DOCUMENTS<br />
AGREEMENT<br />
Certify that I/We hereby agree to abide with Terms & Conditions as specified in Tende<br />
Forms accepted.<br />
IP CCTV Specifications<br />
32 of 33<br />
4/-
Sd/-<br />
Addl. Superintendent of Police<br />
Signature of the Supplier's For Inspector General of Police.<br />
With Seal. <strong>Dadra</strong> <strong>and</strong> <strong>Nagar</strong> Haveli,<br />
Silvassa<br />
Date: - / /2012.<br />
Note: - Please return one copy of these conditions duly signed along with your<br />
tender/quotation.<br />
IP CCTV Specifications<br />
33 of 33