REQUEST FOR PROPOSAL

Tele : 0191-2673597 HQ 16 Corps (GSI) E-mail : [email protected] PIN-908516 c/o 56 APO 1651/SS AAS/GSI (SRE)

OPEN TENDER ENQUIRY (TWO BID SYSTEM) FOR PROCUREMENT “SECURITY SYSTEM FOR 257 ARMY AVN SQN (ALH-WSI) TO INCLUDE INTERGRATED VIDEO SURVEILLANCE SYSTEM, ELECTRIC FENCE SYSTEM, ANTI CLIMB FENCE WITH INTRUSION DETECTION, ACCESS CONTROL SYSTEM AND COMMAND CONTROL SYSTEM INCLUDING SURVEILLANCE CENTER, QTY -01 FOR THE FINANCIAL YEAR 2018-19”.

Particulars of the Buyer issuing the RFP : GOC-in-C,HQ , C/o 56 APO

Tender Enquiry No: 1651/ISS AAS/GSI (SRE) dated 18 Aug 2018

1. Eligibility Criteria for Vendors. ―Original Equipment Manufacturer (OEM)‖ as per article 1.4.14 of Defence Procurement Manual 2009 or Permanent Registered Authorised Distributors of OEM or authorised fabricator may only apply. For Permanent Registered Distributors, a copy of agreement certificate duly indicating Registration Number of Permanent Authorised Dealership is mandatory to be enclosed.

2. The online Bids under OTE (Two Bid system) are invited by the GOC-in-C HQ Northern Command for and on behalf of the President of for supply of Integrated Security System, Qty-01 Nos listed in Part- II of this RFP. The tender reference No is 1651/ISS AAS/GSI (SRE) dated 18 Aug 2018 and can be viewed at www.eprocur.gov.in.

3. The address and contract number for sending Bids or seeking clarifications regarding this RFP are given below:-

SNo Clarification Details (a) Bids/queries to be addressed to Col GS (Int), HQ 16 Corps, PIN-90856, c/o 56 APO (b) Postal address for sending the Bids HQ 16 Corps (GSI), PIN-908516, c/o 56 APO

(c) Name/ designation of the contact Project Officer : (OIC SRE), GS (Int), HQ 16 personal Corps (GSI), PIN-908516, c/o 56 APO (d) Telephone numbers of the contact 0191-2673597 (Col GS (Int)) personal 0191-2547896 (Signal Centre, ) (e) E-mail IDs of contact personal [email protected] (SRE Cell). (f) FAX No 0191-2547896 (Signal Centre, Nagrota)

4. The Request proposal consists of six parts as indicated below :-

(a) Part I. Contains General Information and Instruction for the Bidders about the RFP such as the time, place of submission and opening of tenders, Validity period of tenders, etc.

(b) Part II. Contains essential details of the items/services required, such as the Schedule of Requirements (SOR),Technical Specifications, Delivery Period, Mode of Delivery and Consignee details.

(c) Part III. Contains Standard Conditions of RFP, which will form part of the Contract with the successful Bidder.

(d) Part IV. Contains Special Conditions applicable to this RFP and which will also from part of the contract with the successful Bidder.

(e) Part V. Contains Evaluation Criteria and Format for Price Bids.

(f) Part VI. Contains document details required for vendor.

5. This RFP is being issued with no financial commitment and the Buyer reserves the right to change or vary any part thereof at any stage. Buyer also reserves the right to withdraw the RFP, Should it become necessary at any stage.

2

6. Questionnaire. Questionnaire as mentioned in Appendix A will be submitted by the Bidder while submitting the Technical Bids.

(______) Col Secy PC Dated: Aug 2018 for Chairman PC

3

PART I – GENERAL INFORMATION- RFP

1. Critical Dates . The critical dates with respect to the Tender ref 1651/ISS AAS/GSI (SRE) dated 18 Aug 2018 are as follows:-

CRITICAL DATE SHEET Ser No Item Date Time (a) Published 18 Aug 2018 1200 hrs (b) Bid document download start 18 Aug 2018 1205hrs (c) Clarification start 18 Aug 2018 1210 hrs (d) Clarification end 30 Aug 2018 1000 hrs (e) Pre bid meeting 01 Sep 2018 1000 hrs (f) Bid submission start 02 Sep 2018 0900 hrs (g) Bid submission end 08 Sep 2018 1500 hrs (h) Bid opening 10 Sep 2018 1000 hrs

2. Manner of Depositing the Bids. The bids will be submitted only On-line in the following manner:-

(a) The original of following documents shall be submitted Physically in the sealed tender box priorto bid submission closing date.

(i) EMD for Rs 40,00,000/- (Forty Lac rupees) or a valid certificate of exemption of Earnest Money Deposit (EMD).

(ii) Tender condition Acceptance Certificate (Format is attached as Annex II to this RFP) to be submitted duly signed and stamped.

(iii) Performance Certificate. Firms who have made supplies of the items in the past should submit their performance statement indicating details of stores name of the ordering Deptt quantity ordered, D/P(original) and Qty and dates of supplies made and should enclose copies of inspection notes in support of the supplies made. Firms not submitting their performance statement would be treated as untried.

(iv) Vendor verification documents. CTC of the documents mentioned at part VI of RFP.

(b) Cover-I (Online). Cover-I will contain the Technical Bids consisting of following documents (in single pdf file) which will be submitted on-line:-

(i) Proof of valid Registration/renewal of registration DGQA/DGS&D/NSIC any other Central purchase organisation. For the items/range of item if claiming exemption of EMD (Scanned & upload)

(ii) PAN No & GST Registration (Scanned & uploaded).

(iii) Certificate of Tender Condition Acceptance Letter of RFP as per Annex II on firm letter head duly signed and stamped(Scanned and uploaded).

(iv) Scanned copy of EMD and tender fee, if applicable (Scanned & uploaded).

(v) ―Additional charges/Discounts‖ containing details of items with Financial implication on the bid. The format of the same is att as Annex IV (Scanned & uploaded).

(c) Cover- II (Online). Cover- II will contain Commercial bid in the form of 'BOQ' (Bill of Quantities) in single.xls file which will be submitted online. Additional charges / Discounts containing details of items with Financial implication on the bid (Annex-V). Vendor will download the BOQ from the website https : eprocure.in/ e-publish/ app andfill all the details in the fields shown in green and upload the same. No modification to any field of the BOQ or file name is permissible. Any violation will render the bid invalid. Bids are uploaded along with RFP for any clarification and query.

4

3. Location of the Tender Box. Tender Box marked as Tender Box (SRE), HQ 16 Corps is placed at Triveni Gate, HQ 16 Corps, Nagrota (J&K). Following guidelines may be followed while submitting the documents :- (a) The physical receipt of specified documents (mentioned at Para 2 (a) of Part-I above of RFP) shall be mandatory prior to bid opening.

(b) The non receipt of the physical doc shall render tender ineligible for the tech bid.

(c) Only those document specified in the tender document and are found in the tender box will be opened.

(d) The documents in the wrong Tender Box will be rendered invalid.

(e) No post bid clarification on the initiative of the bidder will be entertained.

4. The physical verification tender document will be done at HQ 16 Corps, GS (Int) branch on 10 Sep 2018 at 1000 hrs.

5. Opening of Tender Box. The tender box will be opened a day prior to the date of opening of Technical Bids (as per critical date sheet). If the day prior to opening of technical bid is Sunday / Holiday then the same will be opened on the working day prior to the scheduled date.

6. Opening of two bid system.

(a) The technical bids shall be opened on-line as per critical date sheet mentioned in this tender document. If any discrepancy is found in required documents, the technical bid will be rejected. No representation whatsoever will be entertained, in case the bid gets rejected for want of requisite tender supporting documents. The evaluation of technical Bid will be carried out off-line and the results of the evaluation will be uploaded on the Central Public Procurement Portal.

(b) The Commercial Bids of only those bidders whose Tech -bids meet all the entire stipulated(Technical) requirements shall be opened. The date of opening will be intimated to the Bidders through Central Public Procurement Portal.

7. Vendor will be intimated through Central Public Procurement Portal if required to participate in Technical Evaluation Committee (TEC). The date and time of venue of Technical Evaluation by will be intimated by Technical Evaluation committee. The vendors representative will be required to attend the Technical Evaluation Committee (TEC), will forward their particulars with proof of identity, address proof, and contact details to HQ 16 corps, GS (Int) Branch at e-mail id [email protected] five (05) days in advance for obtaining necessary security clearance at this Headquarters. The details alongwith proof of identity of the representative be sent by email. It may please be ensure that the representative deputed is an employee of the firm who will be able to contribute positively during the meeting and is not some local representative.

8. Forwarding of bid

(a) The documents specified in para 2 (a) to be deposited physically will be dropped in the sealed tender box. The physical receipt of these documents is mandatory. The technical bids shall not be accepted if these documents are not received prior to bid opening.

(b) The commercial bids will be submitted ―Online only‖.

(c) The commercial bid should be submitted by the bidder duly digitally signed by the legal owner of the firm or the person auth by him to do so. Instructions for Online Bid Submission through the Central Public Procurement portal for e-procurement are given at https//eprocure.gov.in/eprocure/app are also att as Annex III.

9. Clarification regarding Contents of the RFP. A prospective bidder who requires clarification regarding the contents of the bidding documents shall notify to the Buyer in writing about the clarifications sought not later than 14 (fourteen only) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be uploaded as corrigendum for all prospective bidders who have received the bidding documents. Pre bid meeting to clarify the queries on RFP will be held at Satak Hall on 01 Sep 18 at HQ 16 Corps. All vendor/representative are

5 requested to be present and intimate the details of persons attending the same at least five days in advance. The details alongwith proof of identity of the representative be sent by email. It may please be ensure that the representative deputed is an employee of the firm who will be able to contribute positively during the meeting and is not some local representative.

10. Modification and withdrawal of Bids

(a) The Bidder may modify his bid after submission, as per the provisions available on the portal. No bid shall be modified after the deadline for submission of bids.

(b) If bidder desires to withdraw before bid submission closing date/time, he may do so online through the portal. EMD submitted by the firm would be refunded.

(c) No bid may be withdrawn in the interval between the deadline for submission of bids and expiry of the period of the specified bid validity. Withdraw of the during this period will result in forfeiture of Bidder's Bid Security / EMD.

11. Clarification regarding Contents of the Bids. During evaluation and comparison of bids, the Buyer may, at its discretion, ask the bidder for clarification of his bid. The request for clarification will be given in writing and no change in prices or substance of the bid will be sought, offered or permitted . No post-bid clarification on the initiative of the bidder will be entertained.

12. Rejection of Bids. Canvassing by the Bidder in any form, unsolicited letter and post- tender correction may invoke summary rejection with forfeiture of EMD. Conditional tenders will be rejected.

13. Unwillingness to Quote. Bidder unwilling to quote should ensure that intimation to this effect reaches before the due date and time of opening of the Bid, failing which the defaulting Bidder may be listed for the given range of items as mentioned in this RFP.

14. Validity of Bids. The Bids should remain valid till (120 days) from the last date of submission of the Bids).

15. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit (EMD) for amount of Rs 40,00,000/- (Rupees Forty Lac only) along with their bids. The EMD may be submitted in the form of an Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee, in favour of HQ Northern Command, Payable at (J&K) from any of the public sector banks or a private sector bank authorized to conduct government business as per Form DPM-13 (Available in MoD website and can be provided on request). EMD is to remain valid for a period of forty-five days beyond the final bid validity period. EMD of the unsuccessful bidders will be returned to them at the earliest after expiry of the final bid validity and latest on or before the 30th day after the award of the contract. The Bid Security of the successful bidder would be returned, without any interest whatsoever, after the receipt of Performance Security from them as called for in the contract. EMD is not required to be submitted by those Bidders who are registered with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself for the same items/range of/products, goods or services for which the tenders have been issued. The EMD will be forfeited if the bidder withdraws or amends, impairs or derogates from the tender in any respect within the validity period of their tender. The decision regarding the exemption or otherwise from submitting EMD, as arrived at by HQ Northern Comd will be final and no correspondence in this regard will be entertained.

6 PART-II ESSENTIAL DETAILS OF ITEM REQUIRED 1. Schedule of Requirement – List of items required alongwith technical specification are as follow :-+

S Brief Description of Stores A/U Qty Make & Remarks No Model (a) (b) (c) (d) (e) (f) INTRODUCTION. An integrated security and surveillance system will consist of five modules which will be integrated into one comprehensive system. The complete system will be seamlessly integrated into one central surveillance and command center for the complete base and 3 additional display will be provided for key appointments .The system is to be deployed along perimeter wall of nearly 4000mtr /or as actual length and also suitable number of surveillance equipments to be deployed inside to the compound at designated places as deemed fit by the user. The modules are as given below :- (a) Integrated Video Surveillance system Module- I (b) Electric Fence System. Modules-II (c) Anti Climb Fence with Intrusion Modules-III Detection System (d) Access Control System Modules-IV (e) Command and Control System Modules-V

MODULES-I. Integrated Video Surveillance System Description :- The integrated video Surveillance system will comprised of PTZ, fixed motorised day night camera and thermal imaging cameras. The video surveillance system will be integrated with E-fence and intrusion detection system to give out composite warning at the central control room. The system will also provide recording of video feed upto 30 days in full HD format. There wiil be 42 inch displays for all guard post which will display video feed of min 04 cameras of the perimeter cameras front of the post. Media connectivity till command and control system from surveillance equipments will be on underground OFC laid in star or mesh topology with adequate redundancy to sustain minimum 2 break/cuts in backbone media. 1. Technical requirements (a) The integrated video surveillance system will consist of the following equipment with associated accessories and peripherals (i) Short Range Thermal Camera 27 (ii) PTZ cameras day/night of min specifications 40 Gates-03 1/3'CMOS Sensor, 2MP with 30 x optical zoom Perimeter wall with inbuilt IR light with effective range of 150 - 27 mtrs. The camera will be placed on the zones of Runway-02 E-fence on either side. Dispersal-02 Key pt on perimeter -06 (iii) Fixed mortised cameras min of 1/3' CMOS Sensor 26 2MP with 20 x optical zoom with inbuilt IR light with effective range of 100 mtrs. It should be placed on location identified by user. (iv) 42 inch displays with switch for Guard post 12 7 (v) Joystick Nos 02 (vi) Network Rack 42U Nos 02

(vii) L3 Switch 24 Port with 4 SFP Port Nos

(viii) Recording Rack Server Nos (ix) Client Node Computer i7 Nos

(x) Network Area Storage 60 Bays, 600 TB Storage Nos (xi) VMS Software Licence for camera Nos

(xii) Hard Disk 10 TB Nos

(xiii) Surge Protector Nos (xiv) L2 Switch 8 Port with 4 SFP Port Nos

(xv) 12 Volt 5 Amp Power Adaptor Nos

(xvi) JC Box Nos Qty as (xvii) Poles 100 mm with Concrete Base Nos actually required for (xviii) Pole Mounted Termination Box Nos installation (xix) Fully Loaded LIU 12 Port Nos and functioning (xx) OFC Patch Cords & UTP Patch Cords Nos (xxi) Power Junction Box Nos

(xxii) MCB Box 15Amp with Power Sockets Nos (xxiii) Power Board with 4 socket Nos

(xxiv) SFP Modules Nos (xxv) Cat-6 STP Cable Mtr (xxvi) PVC Conduit Pipe Mtr (xxvii) Reinforced Armoured Flexible Mtr (xxviii) HDPE 80 mm Mtr (xxix) OFC 12 Core Armoured Mtr (xxx) Power Cable 3 X 6 Sq mm Mtr (xxxi) Installation Digging Laying Mtr (b) Details specification of all equipment is as under :- (i) Short Range Thermal Camera:- (aa) Uncooled Thermal Imaging Device capable of recording video. (ab) It should have anti-reflection /anti-glare finish and should be painted in Black/green/Olive drab. (ac) The operating temp should be within -15 deg C to + 50 deg C supported by National/International accredited lab certificate. (ad) Min detection and identification range of 500 meter. (ae) Should have FPA resolution of minmum 640 x 480. (af) Should have NETD of uncooled Thermal Detector between 50 mk to 55 mk. (ag) Ready time from standby mode : 15 sec or less. (ah) Ready time from power off mode : 1 minutes or less. (aj) It should adhere to JSS-55555 for high and low temp, humidity, vibration, rain and altitude test supported by National/ International accredited lab certificate. Ruggedized container for transportation. (ak) Should function on 180 volt to 240 volt, 50 Hz AC mains and Generator through AC/DC adapter. (al) While switching it ON/OFF, the camera should not emit stray light to indicate own position at night. (am) Field of view for binocular version : 8 degree x 6 degree (minimum) (an) The thermal Imaging technology based camera should have detector system with OLED display having minimum resolution 640 x 480. 8

(ao) Penetrate darkness, haze and smoke. (ap) The video feed will be provided to TV in the guard post and to the central Svl Centre. (ii) PTZ Speed Dome Day and Night Camera (aa) Video (aaa) Imaging Sensor : min 1/3" Type CMOS Sensor (aab) Signal System : NTSC, PAL (aac) Effective Pixels: Approx 1920 (H) x 1080 (V) (aad) Min. Color: [email protected]; B/W Illumination (ab) Lens (aaa) Focal Length (Zoom Min 30 x optical zoom or more Ration) (aab) Max. Aperture Ratio F1.6(Wide) to F4.7(Tele) (aac) Horizontal Angle of View 57.8°(Wide) to 1.7°(Tele) (ac) PAN/TILT/ROTATE (aaa) Pan Range 360° Endless (aab) Tilt Range 180° Auto Flip (aac) Preset 256, 6 tour routes (ad) Operational (aaa) Camera Title Up to eleven lines with 20 characters per line (aab) Day & Night Auto (ICR) / Color / B/W (aac) Night Distance 500 Meters min (aad) Backlight Compensation On/Off (aae) Wide Dynamic Range On/Off (aaf) Motion Detection Yes (aag) Picture freeze Yes (aah) Gain Control Auto/Manual (aaj) White Balance AUTO, ATW, Indoor, Outdoor, One-push, Manual (aak) Electronic Shutter Speed 1/1 to 1/10,000 s (aal) Zoom switch Tele, Wide

(ae) Network (aaa) Ethernet RJ-45 (10/100BASE-T) (aab) Video Compression H.264, MJPEG Format (aac) Resolution 1080P HD (aad) Max. Frame rate 25 FPS (1920x1080) (aae) Video Quality H.264: Compression level, target bitrate level Adjustment control, MJPEG: Quality level control (aaf) IP IPv4, IPv6 (aag) Protocol HTTP, TCP/IP, UDP, RTP, RTSP, FTP, SMTP, DHCP, DNS, DDNS, NTP, UPNP (af) Environmental :- (aaa) Operating "-25°C to 50°C/ Less than 90% Rh" Temperature/Humidity (aab) Storage Temperature/ "-25°C to 50°C/ Less than 90% Rh" Humidity (aac) Ingress Protection IP66 Grade, Lightning Protector (ag) Power. Power over Ethernet enabled (POE)

9

(ah) Certifications & Test Reports Indian Govt Lab or International Recognized Agencies. IS 9000/ EN 60068 Ingress Protection IP-66. IS 60529/ EN 60529 Safety Test. UL/ IS13252/ EN 60950 (iii) Fixed Motorised Camera 20 X Zoom (aa) Camera Characteristics :- (aaa) Image Sensor Imaging Sensor: min 1/3" Type CMOS Sensor or better (aab) Optics 20 x Optical Zoom (aac) Resolution Effective Pixels: Approx 1920 (H) x 1080 (V) (aad) Focus Auto/ Manual (aae) White Balance Auto/ Manual (aaf) IR Led/Range Array Led / 100 mtrs (aag) Digital Image Off/On Stabilization (aah) Intelligent Video Tampering, Virtual line, Enter/Exit, Analytics (aaj) Wide Dynamic Range Auto/ Manual (ON/OFF)

(aak) Privacy Masking Upto max 8 Mask (aal) Shutter Speed 1/1 to 1/1000 Sec (aam) Video Compression H.264, MPEG,1920 x 1080, 1600 x 1200, Format 1280 x 1024, 1280 x 960,1280 x 720, 1024 x 768 (aan) 1920 x 1080, 1600 x 1200, 1280 x 1024, 1280 Resolution x 960, 1280 x 720, 1024 x 768, 800 x 600, 800 x 450, 640 x 480, 320 x 240, 320 x 180 (aao) Frame rate (24-30) fps (ab) IP Characteristics (aaa) Video Stream H.264 Compression (aab) Frame Rate Max 30fps at 1080p with H.264 (aac) Bit Rate 64 Kbps to 10 Mbps (aad) Network Interface Static IP, DHCP, PPPoE, DDNS client (aae) Protocol TCP, UDP, IP, HTTP, DHCP, PPPoE, RTP, RTSP, ToS, DNS, DDnS, SNTP/NTP (aaf) Streaming TCP, Multicast, RTP over UDP or/and Multicast (aag) Access Web Browser, NVR Software (aah) Image Correction Brightness, Saturation, Contrast (aaj) Use Admin Root level and upto 10 users 10

(aak) Network Protocol Video Interface Protocol, ONVIF (ac) Interface (aaa) Network RJ45 (10/100BASE-T) (aab) Streaming Capability Multiple Streaming (upto 10 Profiles) (aac) Audio & Alarm I/O 1 x Input, 1 x Output (ad) Environmental (aaa) Operating "-25°C to 50°C/ upto 100% Rh" Temperature/Humidit y (aab) Storage Temperature/ "-25°C to 50°C/ upto 100% Rh" Humidity (aac) Ingress Protection IP66 Grade, Lightning Protector, heater, cooler and wiper for protection (ae) Power. Power over Ethernet enabled (POE) Certifications & Test Reports Indian Govt Lab or International Recognized Agencies IS 9000/ EN 60068. Ingress Protection IP-66 IS 60529/ EN 60529. Safety Test. UL/ IS13252/ EN 60950. (v) Network Joystick (aa) IP Based Control Board (ab) 4 Axis joystick (ac) Network IPV4, HTTP, TCP, MSSP

(ad) Network interface1* RJ45 100M/1000M (ae) Shortcut keys for PTZ Control (af) Can Support upto 256 Cameras (ag) Power Supply 12 Volt 1 Ampere (ah) Working Temperature" -20°C to +50°C" (aj) Working Humidity 20 to 90% (ak) Power Consumption 12 Watts Maximum (vi) Network Rack 42U Rack (aa) Standard EIA/NEMA rails (ab) Heavy-Duty adjustable height legs (ac) Should have Cage Nuts and Screws for easy rack mounting (ad) Key-Lock Security on doors (ae) Cable grommet acoustically seals (af) Front door with clear glass. (vii) Twenty Four Port L3 Manageable PoE Switch alongwith Tx and Rx Transmission SFP Module (viii) Rack Mount Computer Server (aa) CPU Xeon Processor E Series. Chipset intel B85 or better (ab) Memory 32 GB DDR3 1600/1333 Mhz, 4 * DIMM (ac) BIOS UEFI BIOS, Graphic Card min 2 GB (ad) Storage 6* Mini-SAS (24 * SATA) + 2 * SATA 3.0 (ae) Expansion Interface 1* Mini-PCIe, 1 *PCI-E 16X, 1*PCI-E 1X (af) Audio Realtek ALC662 5.1 Channel HAD Codec, Support MIC/Line-out ports (ag) Ethernet Port 4*Intel PCI-E LAN for 1000 Mbps (aj) USB 4* port (ak) Keyboard & Mouse 11

(al) GPIO 14 programmable GPIO + 4 in /2 out opto – isolated GPIO (am) Display interface 1 * VGA Max Resolution upto 1920*1200 (an) 2 * HDMI Max Resolution upto 4096*2304 (ao) Redundant power supply (ap) Temperature Operation -150 to 600C, storage -150C to 600C. (aq) Relative Humidity Operation 0% ~ 90%, Storage 0% ~ 95% Non condensing (ar) Windows 2012 server OS or better (ix) Client Computer (aa) Intel Core i7-6700 (ab) 3.4GHz 8M 4C CPU (ac) Intel HD Graphics 400 (ad) 16GB DDR 4 (ae) 1TB HDD 7200RPM (af) Graphics card with 2 GB or more (ag) Windows 10 Pro 64 Downgraded to 7 Pro (ah) 24‖ Monitor with keyboard or mouse (aj) DVD-RW (x) Network Storage Server with 60 Bay Network Storage Device (Physical Specification) (aa) CPU: Intel Xeon E3-1225v5 3.3GHz Quad Core Processor, Max Turbo Speed 3.7GHz (ab) Memory: 16GB DDR4 ECC (ac) Memory Expansion : 64GB DDR4 (ad) Drive Bays: 60 Bays (ae) Drive Types Supported: SATA/SSD 2.5‖ or 3.5‖ (af) SATA Drive supported: 1TB, 2TB, 3TB,4TB,5TB,6TB,8TB,10TB,12TB (ag) Total solution capacity: 144TB w/o expansion 720TB w/ 2*24 bay expansion chassis (ah) SAS Port for expansion (aj) USB Ports: 2 # USB 3.0 (ak) Power Supply: Dual Redundant Internal 500 – 800 W. (al) Flash: 256MB for OS (am) Minimum Three fans : 3x80mm (an) Rackmount sliding rail included (ao) LEDs: Power, System, LANx4 (ap) 2U Rackmounted (aq) AC Input Power Voltage 100V to 240V (ar) Power Frequency: 50Hz to 60Hz, Single Phase (as) Certification: FCC Class A, CE Class A, RoHS. (xi) VMS Software Licence for Cameras (aa) The Video Management System (VMS) software shall be used to view live and recorded video from capture card and IP devices connected to local and wide area networks. The VMS software shall have a client/server based architecture that can be configured as a standalone VMS system with the client software running on the server hardware and /or the client running on any network- connected TCP/IP workstation. Multiple client workstations shall be capable of simultaneously viewing live and /or recorded video from one or more servers. Multiple servers shall also be able to simultaneously provide live and / or recorded video to one or more workstations. 12

(ab) The VMS shall also allow an authorized user to view video through a web client interface. The web client interface shall allow authorized users to view live video, view recorded video, control pan-tilt zoom (PTZ) cameras and activate triggers. The web client interface shall allow connections to multiple VMS servers simulteneously. (ac) The VMS software shall have a feature for viewing logical groups of cameras. This shall allow efficient viewing of cameras in a logical order. (ad) The web client interface shall support the following browsers : IE, firefox, Opera, Safari, Chrome and shall be compliant with HTML 4. The VMS server software shall record and retrieve video, audio and alarm data and provide it to the VMS clients upon request. The VMS server software shall operate on any of the following operating system : Windows/ Linux. (ae) The local display module provides simple and elegant graphical interface to the system administrator or monitoring personnel to perform all operations, such as real time video preview, instant capture, instant replay, time line playback, PTZ control, electronic maps, intelligent search and evidence to back up other functions. (af) The VMS software shall be used to connect different types of events, such as input triggers, to a desired action such as recording video or triggering an alarm. The VMS software shall recognize the following event types : Video Motion, video Loss, Input Trigger, Health, IP Camera connection, software trigger and analytics. (ag) C / S client provides local display module with a similar graphical interface, can simultaneously manage multiple host side, all daily operations remotely, such as instant preview up to 36 channels and playback, PTZ control, intelligent search and video backup and other functions. (ah) The VMS system shall have the ability to record an audit trail of when users log in that shows what changes they have made, what video they have viewed and what they have exported. (aj) ONVIF complaint to use third party cameras on the same server (aj) Software shall provide immediate alarm in case of any intrusion on the wall (ak) SMS and Email alert system in case of intrusion (al) Can be run on multiple browsers available but best compatibility is with internet explorer (am Web base architecture for multiple viewing (an) OEM Authorisation Certificate Required (Supported By Certificate) (xii) Surveillance Grade 10 TB Hard Diskof reputed brand. (aa) Capacity 10 Terabyte (ab) Grade Surveillance (xiii) Surge Protector- Standard quality be installed (aa) Interface Connections (2) RJ45 Female Connectors (ab) ESD/EMP Protection: Absorbing Transient Current with Response to Surge Voltage from 100V/s to 1kV/µs (ac) DC Spark-Over Voltage 90V @ 100V/s (ad) Maximum Impulse Spark-over Voltage 700V @ 1kV/µs (ae) Discharge Current 5kA (Maximum) 0.5kA (Normal) (af) Maximum Insulation Resistance 1G ohm @ 50V 13

(ag) Maximum Capacitance 1.0 pF @ 1 MHz (ah) Data Line Protection RJ45 10/100/1000 Ethernet (aj) IEEE 802.3af PoE Support Yes (ak) Shock and Vibration Certification ETSI300-019-1.4 Standard (al) Operating Temperature "-30 to 65° C" (am) Operating Humidity 10 to 90% Noncondensing (an) Product Shall Have Warranty of three Years (Supported By Certificate) (xiv) Eight Port L2 Manageable PoE Switch alongwith Tx and Rx Transmission SFP Module (xv) Standard quality of Power Supply 12 Volt 5 Ampere Adaptor (xvi) OFC Joint Enclosure (xvii) Pole for Cameras with Earthing Provision on each pole (aa) The pole should be erected so that the camera is above the wall/ fence by min margin of 3 mtrs. Hot Dip 10 micron thick Galvanized Camera Poles of 6-8 meters height with necessary accessories for camera mounting, Thickness : 4 mm , Diameter : 5 1⁄2 inches Concrete foundation of 350 X 350 X 900 mm shall be prepared by the supplier and the poles shall be fixed on the concrete platform with suitable bolts Provision shall be made in the pole to route the cable inside the pole. Suitable GI conduit shall be placed inside the concrete foundation to route the cables Lightning diverter with earth kits. (ab) Type - Bipolar Earthing conductor and down conductor. (ac) Earthing System must be maintenance free & electrode shall be made of pure copper. (ad) Each earth pit must have 1 Nos. copper rod of 5 feet length and 0.5 Inch diameter jointed with copper (ae) Minimum 40Kgs GAF / Gel Chemical Compound must be filled in the ground. (af) All jointing should be brazed or copper reverted. (ag) All masonry work must be made on earth pits. (xviii) Pole Mount Termination Box (xix) Fully Loaded LIU 24 Port (xx) OFC Patch Cord & UTP Patch Cord (xxi) Power Junction Box (xxii) MCB Box with 15 Ampere Power Sockets (xxiii) Power Board with Four Sockets (xxiv) ISI Grade/ ISI Marked PVC Conduit Pipe (xxv) Reinforced Armoured Flexible (xxvi) HDPE 80 mm ISI Marked (xxvii) OFC 12 Core Armoured (aa) Single Mode armoured Cable type 12 cores fiber. (ab) Tensile Strength : 1500 N or better (ac) Crush Resistance : 1500 N or better (ad) Temperature Range : -30º C to 55°C (xxix) Electrical Power Cable. Single core copper multi stranded PVC insulated. (xxx) Industrial Grade 42‖ LED TV (aa) Safety Test UL/cUL/CB/TUV/KC (ab) EMC FCC Class A/CE/KCC (xxxi) Installation Digging Refilling Laying 14

Ser Brief Description of Stores A/U Qty Make Remarks No & Mode l MODULES-II. Electric Fence System. 1. (a) This Modules consist of power fence which will be mounted on the existing perimeter wall of nearly 4000 mtr or as actual. One zone of the power fence will not be more than 150 mtrs. (i) Spacing between two energised wires not more than 100 mm. (b) The zone of electric fence will also coninside with the zone of intrusion detection system and also be augmented with PTZ cameras on the two extremities of the zone. (c) On activation of E- fence zone alarm the PTZ cameras should automatically move inwards to cover the zone and the video feed and alarm should be given out on the video display of comd and control center and in the effected zone. 2. Technical requirement :- (a) Power Fence list of items

(i) Electric Fence Energizer Nos 27.00 (ii) Energiser Network Convertoror or be inbuilt Nos 27.00

(iii) Lightning Arrestor Nos 54.00 (iv) Audible & Visual Alarm Nos 27.00

(v) Energiser Outdoor Box Nos 27.00 (vi) Galvanised Pole for Terminal Post with Cap Nos 54.00 1250 mm in height

(vii) Stay Pole Galvanised Nos 160 (viii) Galvanised Pole for Middle Post with Cap Nos 1400 1250 mm in height

(ix) Middle Post Insulator

(x) Composite Terminal Post Insulator (xi) Base Poles- Gi / Powder coated

(xii) Wire to Wire Connectors (xiii) Fastener to Connect Poles Qty as required (xiv) Screw and Fastner to (xv) High Voltage Power Wire Aluminium double establish 27 insulated 2m GI wire Zones and effective (xvi) Warning Boards functioning (xvii) Earthing Kit for Energizer (xviii) 24 Port L2 Switch (xix) 8 Port L2 Swith with 2 SFP Port (xx) SFP Module (xxi) Client Node Computer (xxii) OFC Patch Cords LC to SC duplex (xxiii) UTP Patch Cords 3mt (xxiv) MCB Box 15Amp with Power Points (xxv) OFC-6 Core Armoured (xxvi) Core 2 Power Cabel 6 Sq mm (xxvii) Power Junction Box at pole base IP67 15

(xxviii Power Board with 4 socket Qty as required to establish 27 (xxix) Cat-6 STP Cable Zones and (xxx) PVC Conduit Pipe for indoor use. effective functioning (xxxi) Reinforced Armoured Flexible /HDP for external use (c) Technical Requirement of E-Power Fence Description Specification (i) Fence System On top existing wall Mounting (ii) Perimeter Length Approximately 4000 meters (iii) Zone Length 150 meters max (iv) Number of Zones 27 Zone (v) Fence Height Minimum 1000 mm (vi) Fence Wire Minimum 2.0 mm (vii) Number of fence Minimum 10 Nos wires (viii) Spacing between 100 mm maximum wires (ix) Poles Standard Quality of poles will be installed (x) Intermediate pole Maximum 3 meters to pole (xi) Strain pole to pole 50 meters maximum. Strain distance pole must also be fixed at every strain point like every turn, corner and discontinuity. (xii) Communication Entire communication for Electric fence shall be through a robust OFC backbone. (xiii) Software Control Software shall be able to independently control each zone, display their voltages in real time, and show a graphical mimic of the property and zone demarcation, event logs, control on schedule and email on alarms feature. Each cell shall have a monitoring station. All cells shall be connected to central monitoring station. (xiv) Safety Voltage shall be max 10,000 V Pulse repetition shall be min 1 sec 16

Pulse width shall be max 1 ms Pulse synchronization for multiple zones shall be provided. (xv) Power Max 50W per energiser Consumption (xvi) The system shall be capable of providing minimum 4 joules of shock energy anywhere on the fence. (xvii) Management software shall be linked to surveillance cameras to activate and pop up display of cameras installed in the affected zone. (xviii) Other devices like sirens, security lights shall also be triggered through the fence controller. (xix) Warning signs shall be provided every 50 m in local and national language (d) Energizer system: The energizer system shall consists of a Dual zone energizer/ two single zone having output energy of 08 Joules(4 Joules per zone), Siren, strobe, 12 V, 7 Ah SLA Maintenance free battery, Fence protection kit, IP 66

Enclosure, Keypad, Key Switch/password protection and high voltage fence voltmeter cum fault finder. The minimum specifications required for the components are as given below: (i) Dual Zone Inbuilt High Voltage, Fence Monitor shall triggers alarm when Energizer live wires are tampered Inbuilt Earth Wire monitor shall trigger an alarm when the earth wires are tampered Energizer shall have LCD to display return voltage Energizer shall have Gate Monitor input to monitor the gate Energizer shall have Built-in Lightning and Surge Protection. Energizer shall have Internal Battery Backup in case of power failure Energizer shall have Dynamic Voltage Monitoring minimizing arcing and false alarms while maximizing power and battery life Energizer shall have High and low power options Energizer shall be supplied with secure key switch operation Energizer shall have a keypad, for configuring the device. Energizer shall have Pulse Synchronization feature Energizer shall have output voltage programmable between 5 KV and 11.5 KV Pulse output frequency suitably. Pulse width suitably. Will have adjustable alarm threshold voltage Will have adjustable missed pulse count i.e. number of pulses after which alarm shall be triggered thereby adjusting the sensitivity of the Fence Keypad shall have LCD Display Zone Voltages shall be displayed on the keypad 17

(ii) Keypad It shall have Zone Voltage Scrolling function display for Multi-Zone systems Local alarm shall consist of a Siren and Strobe. Strobe will be flashing throughout till the time alarm is cleared. Siren activation shall be adjustable via keypad: (iii) Local Alarm Lightning Diverter shall be dual channel, i.e., it shall provide protection for the energizers of both feed and return fence wires, ensuring that a lightning strike on or near the fence, is safely diverted to earth. Its two stage protection can withstand a lightning surge of up to 2000 Amps, limiting the voltage to the energizer to an acceptable 15 KV. Lightening diverter shall be of the same make as that of Energizer (iv) Lightening Housing shall be big enough to house the energizer Diverter and supporting equipment like media converter, interface cards etc. It shall be IP 66 rated. (v) Energizer Housing. Suitable energizer housing will be installed.

(e) Poles: All poles shall have double protection ie Polyester powder coat over galvanized pipes for maximum protection from atmospheric conditions. (i) Strain poles shall be installed not more than 50 mtr apart and at every corner and discontinuity. Strain poles must be firmly fixed using base plate and anchor fasteners firmly secured by stainless steel breakaway security nuts to avoid pole removal after installation. All holes shall be pre-drilled before galvanizing/coating (ii) Section: A min of 40 mm square tube, 3-5 mm Thick, Pre Galvanized Powder coated (iii) Height: 1000 mm above the perimeter wall. (iv) Strain Poles Each Stay pole must be supported by Stays of dimensions: Diameter: Min of 12 mm solid rod, Hot Dip (v) Stays: Galvanized Powder coated Length: 1000 mm Above Anti-Climb fence (vi) Intermediate Intermediate poles shall be installed at 2 to 3 m from each poles other and fixed using base plate and anchor fasteners firmly secured by stainless steel breakaway security nuts to avoid pole removal after installation. All holes shall be pre- drilled before galvanizing/coating · Section: 20 mm square tube, Pre Galvanized Powder coated · Height: 1000 mm High tensile heavy Stainless steel wires shall be used as fence wire. (vii) Fence wires · Diameter: Min 2 mm. (viii) Insulators Ring insulators shall be used for poles for holding fence wires. (ix) Wire Tightener Corner Spring will be used at one end and strong nylon quad securing tensioner will be used at another end. Corner spring will fix on the pole insulator from the wire and also take the load of entire wire. Tensioner will insulate the post from the wire and also have tightening mechanism to tighten the wire. (x) Wire Joiner A min of 5 mm dia (OD) copper thin ferule shall be used to make electrical connections. Ferrule to be crimped securely. No stitching of wire with knots. (xi) Lead out cable A high tensile galvanized wire extruded with high dielectric strength virgin grade natural liner low density polyethylene and over sheathed with 2.5 % carbon loaded high performance weather cut and abrasion resistant liner low density polyethylene, which resists broad spectrum of chemicals and soil acids. Voltage rating: 25000 V 18

Temperature range: -100 C to 115° C Flexibility class: 1 Conductor: Min of 2 mm dia galvanized wire (xii) Warning Signs Yellow warning signs made out of high grade PVC plastic, dimension 100mm X 200 mm, warning message in local and national language every 50 mtrs. (xiii) Earthing Earth Kits shall be provided at every 100 meters. (xiv) Communication Entire communication for Electric fence shall be via a robust OFC backbone. It includes OFC, Media Converter, TCP/IP card, CAT6 cables, Switches and Desktop Computer. (xv) Software System The software systems must have following features: · View and control Energizers · View and control individual Zones · Map Oriented Zone mimic Screen · Automatic Control on schedule · Alarm Display and sound · Ethernet(TCP/IP) Communication mode · Serial Communication mode · User Authentication · Full Screen Mode Preventing Access to Other Applications · Even Logging with Viewer and Automatic Archival Software Keypad · Administrator's Full System Controller · Compatible with Latest Windows operating system · Logging Database shall be based on Microsoft SQL Server 2008 Express or higher · It shall have SMTP, SSL, Authentication Email support · Shall be expandable to 250 zones · Shall have three user levels: · User: View Zone Voltages and Alarms · Administrator: All User and Supervisor Tasks above and modify system configuration · Integration with legacy systems: possible via contact inputs and relay outputs. · Shall be compatible with any IP Cameras. When any particular zone goes into alarm, there shall be a pop up with address of cameras present in that zone, so the guard monitoring the system can easily have vision of entire zone area.

19 Ser Brief Description of Stores A/U Make Qty Remarks No & Model MODULES-III. Anti Climb Fence with Intrusion Detection System. 1. (a) This Modules will consist of an anti climb fence 1 mtr ahead of the perimeter wall. The anti climb fence will be augmented by intrusion Detection System. There will be single coil 1 m wide blade concertina coil ahead of the anti climb fence. The salient features required of anti climb fence are as under :- (i) Length of Anti climb fence mtrs 4000 approxi -mate as per actual (ii) Height of Anti Climb fence Mtrs 2.7 (b) The zone of intrusion detection system will coincide with the zone of intrusion detection system and also be augmented with PTZ cameras on the two extremities of the zone which are part of Module -I. 2. Technical requirement :- (a) Anti climb fence (i) Height Min 2.7 Mtrs fence with additional Y angle and blade concertina on top (ii) Mesh aperture Not more than 75 mm (Horizontal) x 12.5 mm (Vertical) (iii) Middle tray for sensor cable 2 m above cement base (iv) Bottom tray for feeder cable 6 inches above cement base (v) Diameter of grid wires At least 4 mm (vi) Fence post type Min 76 mm wide and thickness 3 to 4 mm, length 3350 mm +/- 5%, coating hot dip galvanized min 350 gsm (vii) Distance between post centers 3 m (viii) Material Grade of Weld Mesh Hot dipped GS Panels, Fence Posts & Clamps with Thermo plastic coating after welding (ix) Material Grade Bolts & Nuts SS 304 (x) Concertina Coil Required on top of anti climb fence with Y Fork designs (xi) Thickness of barbed wire Minimum 2.6 mm (xii) Type of Strip Hot Dipped GS (Min 200 gsm) Hot Dipped GS with Anti-corrosive coating (xiii) Material of barbed wire Anti-corrosive (xiv) Profile of Blades Medcoating Tear Blades

(xv) Material of Blades Hot dipped GS (xvi) Screws SS 20

(xvii) Zinc on Wire Min 60-90 gsm (xviii) Diameter of Concertina Coil Min 1050mm and 50-60 loops per 10 mtrs (xix) The Anti-Climb Fence should have but not be limited to, the following functional characteristics: (xx) The Anti-Climb Fence shall be installed on a brick masonry cemented base/ plinth of one feet height and one meter wide on either side, for firm anchoring of the fence as well as keeping it clear of minor vegetation/ small animals/ cattle from brushing against it. (xxi) The Anti-Climb Fence should have four rows of concertina coils (three on weld mesh and one on top of Y arm). The razor coils are fastened to the weld mesh and amongst themselves by using hog rings. (xxii) Suitable earthing should be provisioned for the Anti-Climb Fence so as to ensure EMI/ EMC compliance and prevent static or lightening discharge. (xxiii) The concertina coil should have but not be limited to, the following functional characteristics:- (xxiv) The concertina coil should have anti-cutting and anti-rusting properties. (xxv) The concertina coil should be of non-corrosive material, preferably hot dipped GS with anti-corrosive coating. (xxvi) The concertina coil should have integral tear blades to offer deterrence and prevent gripping/ tampering. (xxvii) The razor coils are fastened amongst themselves by using hog rings. (b) Intrusion Detection System. The OFC based intrusion detection system will be installed on the anti climb fence and also buried along the base of the fence. The system will work on one single control unit to detect any intrusion or attempt of tampering the Anti climb fence or attempt to dig a tunnel is made or. If the sensor cable is cut then it should retain detection in the portion of cable connected to the sensor. The system should be installed in a cut immune configuration. The zone size will be max 150 mtrs wide. On activation of zone alarm the PTZ cameras should automatically move inwards to cover the zone and the video feed and alarm should be given out on the video display of comd and control center and in the effected zone. Technical Requirement for Intrusion Detection System Description Specification (i) Principle of Operation Fiber Optic (ii) Detection resolution ± 05 m (iii) Detection accuracy (aa) Human movement : 5 to 10 m (ab) Vehicles : Up to 10 m (ac) Digging activities :Up to 10 m (iv) Operating conditions - 20 0C to +70° C, upto 100 relative humidity Cable Configuration Loose tube, 11.1 mm (0.44 inches) Diameter typical. Black UV-Stabilized medium density PE jacket. 12-60 Fiber Count. Single Mode 0.25 db/nm typical @ 1550nm optical loss or better. (v) Min bend radius of 06 inches (vi) The cable should be suitable armoured where ever required. (vii) The sensor cable should be immune to all forms of electromagnetic energy from radio radar or electrical devices (viii) Multiple sensor cable units be used for creating redundancy if required (ix) It should be interfaced with and not be limited to:- CCTV , Siren /Alarm ,Lighting system ,Automatic dialers Control Room (x) The sensors should be able to reliably detect and classify movements of people and vehicles. 21

(xi) It should be electronically controlled and have a continuous perimeter Coverage as far as practicable. (xii) It should be, tamper proof and water proof. (xiv) It should have software for calibration and auto filter (c) Computer Server Nos 01

(i) CPU Xeon Processor E Series / Ghz Frequency of higher

(ii) Chipset intel B85

(iii) Memory upto 32 GB DDR3 1600/1333 Mhz, 4 * DIMM

(iv) BIOS UEFI BIOS, Graphic Card 2 GB 20 (v) Storage 6* Mini-SAS (24 * SATA) + 2 * SATA 3.0

(vi) Expansion Interface 1* Mini-PCIe, 1 *PCI-E 16X, 1*PCI-E 1X

(vii) Audio Realtek AL C662 5.1 Channel HAD Codec, Support MIC/Line-out Ports

(viii) Ethernet Port 1*RS232 + 1*RS232/RS485

(ix) USB 4*USB 3.0 + 4*USB 2.0

(x) Keyboard & Mouse

(xi) GPIO 14 Programmable GPIO + 4 in/2 out opto-isolated GPIO

(xii) Display Interface 1 * VGA Max Resolution upto 1920*1200

(xiii) 2* HDMI Max Resolution upto 4096*2304

(xiv) Power input ATX PSU

(xv) Temperature Operation 00 ~100%, Storage 0% ~100% Non Condensing

(d) Client Computer Nos 01

(i) Intel CORE i7-6700

(ii) 3.4GHz 8M 4C CPU

(iii) Intel HD Graphics 400

(iv) 16 GB DDR-4

(v) 1TB HDD 7200RPM

(vi) Graphics with 4 Gb

(vii) Windows 10 Pro 64 Downgraded to 7 Pro

(vii) 400W PS

(ix) DVD-RW (e) Network Switch L-2 24 Port Nos 01 (f) Media Converter Chassis Unmanaged Nos 02 (g) Intrusion Management Software Nos 01 (h) Chain Link Mesh for OFC Base Mtrs 4000 (j) All other additional equipment as required to make the system fully functional

22

MODULES-IV. Access Control System 1. Access Control System :- The access control system will control the movement of personal/ vehicle into the premises. The system will compare of the following equipment at the two gates from out most position towards the entry gate. All the equipment should be controlled from a console placed inside the gate and should also be indicated at the command and control center. The third gate will be secured by removable section of Anti Climb Fence and intrusion detection system. (a) Under vehicle chassis scanner. Nos 02 (b) Spike buster/ Tyre killer Nos 02 (c) The crash rated hydraulic bollards with min 3 bollards. Nos 02 (d) Hand held metal detectors. Nos 08 (e) Door Frame Metal Detector Nos 02 (f) Automatic sliding gate Nos 02 2. The detailed specification of the above item are as given below :- (a) Under vehicle chassis scanner. Description Specification (i) Image resolution 2D and Color Mapping (3500x1500 pixel image) (ii) Scanning Bi-directional (iii) Illumination Type Dynamic LED array illumination (iv) Speed of vehicle Scans vehicle running up to 20 km\h (v) Scan vehicle details Scans all vehicle type up to 3.5m width with no limit on vehicle length (vi) Scan speed Up to 20 vehicles per min. (vii) Load bearing- Not less than 40 tons capacity, - (viii) Image acquiring time Less than 2 sec (ix) Installation and Fixed underground mounting installation (x) Operating -10°C to +70 °C temperature (xi) Processing units Core I 7 based (xii) Material Steel structure with rust free fittings (xiii) Driver and license Color area CMOS, Full HD, plate capture camera NTSC/PAL; 12 - 24 V DC (xiv) Main Camera Area scan color CMOS/ CCD Greater than 1 Megapixel GigE Connection CE and FCC compliant 12 - 24 V DC (xv) Ingress protection The complete system should be IP 68 compliant (xvi) Minimum Storage SSD 256 GB + HDD 1 TB (xvii) The Under Vehicle Scanning System should have but not be limited to, the following functional characteristics:- 23

(xviii The system should have an integrated automated ) license plate reader, identifier and searcher. (xix) Should be able to capture, identify and search driver image. (xx) The under vehicle system should have a heavy duty top glass layer for preventing rocks and nails scratching or cracking the glass. (xxi) The system should deliver at least five colorful high resolution images for each scanned vehicle. (xxii) The system should have an Anti-condensation unit to have a clear picture and scanning in all weather conditions. (xxiii) It should have an automatic thermostat to maintain the desired temperature of the unit. (xxiv) The captured image should be automatically compared with the reference image of the vehicle. (xxv) The system should have a report generation, investigation and exporting feature. (xxvi) The system should have automatic number plate recognition system that automatically scans and records the registration of all vehicles entering/ exiting the base and this data should be available for future investigation. (xxvii) Should give a real time output of all the data simultaneously ie the composite image, driver's photo, vehicles' frontal image and its number display, all of which should be displayed on the monitor instantaneously the system should have a facility to view the composite image and other images offline for all vehicles. (xxviii) The UVSS should be capable of adding standard templates/ images of different makes/ models of vehicles, for ease of auto recognition/ visual comparison. Suitable video analysis should be incorporated. (xxix) The system must have a feature to magnify the composite images (current and past), so as to facilitate a close up and zoom-up. (xxx) The system must have a facility to take back up of all the transaction to any usual backup/storage media and also should be able to take print out. (xxxi) Should have open protocol for integration with other security system and also networking for any remote monitoring requirements. (xxxii) It should have a user friendly graphical user interface with provision for multiple users logging of events and search facility. (xxxiii) The bay should have drainage system and automatic pumps to pump out any water logging due to rain or floods. (b) Spike buster/ Tyre killer Description Specification (i) Material of shredder Heavy duty Galvanized spike Diameter of steel with powder coating spike (ii) Height of spike Approx. 300 mm (iii) Height of spike Approx. 200 mm above ground 24

(iv) Length of shredder As required on site block (v) Load bearing Approx 50 Tons capacity (vi) Speed of uplift Approx 2-3 secs (vii) Speed of lowering Approx 2 secs (viii) Housing finish Powder coated galvanized mild steel body (ix) In case of power Hand pump to allow the tyre failure shredder to be raised manually with minimum cycles of operation (x) Protection rating IP 67 (xi) Operating -20°C to + 70°C temperature (xii) Distance between Approx. 100 mm two adjacent spikes (xiii) Duty cycle 100% (xiv) MTBF 10 million operations (xv) The tyre shredders should have but not .be limited to, the following functional characteristics:- (xvi) The tyre shredders system should be capable of being interfaced with any access control system. (xvii) The system should be accompanied with traffic lamps — red and green on a traffic post with a buzzer of 100 dbs (xviii) Should be capable of being remotely operated via push button (xix) It should be capable of being operated electro- hydraulically and mechanically (xx) The control push button should be weatherproof installed in a lockable steel casing which can be mounted on a wall in a building or outside as close as possible to the gate sentry (xxi) The shredders should be completely unobtrusive and flush with the road in its lowered position. (xxii) The shredders should have a drainage facility to avoid unnecessary water logging/ accumulation. (xxiii) The shredders must be capable of operating against vehicles attempting to enter and exit both. (c) Hydraulic Bollards Description Specification (i) Bollards Type Retractable (ii) Mechanism Hydraulic (iii) Height 1000mm or better (iv) Diameter min 250 mm or better (v) Thickness min 12 mm or better (vi) Foundation Depth 1900 mm(including Drainage System) (vii) Raising/Lowering Time 4-6 Sec or better (viii) Emergency Operation 3-4 Sec or better 25

(ix) Ramming Capacity K12 Crash Rating(7.2 Ton truck travelling @ 80 km/hr as per IWA14-1 :2013)

(x) Certifications(Crash Test The bollard quoted for this tender shall be physically & CE) crash tested on single bollards and certified by accredited agencies (like TRL, MIRA, KARCO & ENSCO INC etc.) to meet DOS ,PAS 68 or IWA14-1 :2013standard. Third party certification & Simulation Certificate is not acceptable; the proof of certification for crash testing and confirmation to the standard shall be submitted along with the technical bid. The proof of certification shall be for the specification bollard quoted for this tender (same make, model no and crash rating).Quoting one model and submitting certification for another model is not accepted & CE(Conformity European) Certificate for Bollards system must be provided along with Technical Bid (xi) Steel Grade FE510 (xii) Power Supply 440 V AC , 3 Phase (xiii) In case of Power Manual Operation Failure available (xiv) Water proof and Compliant to IP 66 protection Standards (xv) Finishing Treatment Zinc coating (inside out), stainless steel cover, anti-corrosion treatment (xvi) Operating Temperature Minus 20 to Plus 60 degree centigrade (xvii) Operating Cycles per Heavy duty work day frequency with 10,000 maneuvers per day (xviii) Life Cycle Tested for life with at least 10 million operations. (xix) Safety Feature Photo sensors for human safety & loop detector for Vehicle Safety (xx) LED Light Bollard must have red LED light operated by solar panel mounted on the Top surface of the Bollards (xxi) Control Panel to 50 meter Bollard Max Distance (xxii) Material ST37 (xxiii) Treatment Hot deep galvanization 26

(xxiv) Plate thickness 3 mm (xxv) Complete weight 56 Kg (xxvi) Installation Unit Bollard is to be delivered as a complete installation unit to make sure that there is no additional work on site. (xxvii) Civil works: Vendor should provide drainage of water, dust protection system to the bollard and complete installation at the site. (d) Hand Held Metal Detector. Description Specification (i) Power Supply 9v dry battery Or 9V Ni-MH accumulator (ii) Switch Three-position switch with selection of visible alarm or audible alarm and visible and audible alarms (iii) Built-In Buzzer Continuous acoustic alarm with fixed tone or variable tone (frequency dependent on the dimensions and the distance of the metal mass) (Iv) Indicators Indicator lamps for Power On and Alarm Visible indicator of low battery charge (v) Battery Lifetime With Ni-MH Batteries: 50 Hours Max With Alkaline Batteries: In Continuous 150 Hours Max. operation (vi) Operating -05°C - +60°C Temperature (vii) Relative 100% non-condensed Humidity (viii) Weight 1 Lb. (0.4 Kg.) Manufactured In Black, shock-Resistant ABS material (ix) Standards Conforms to the International Standards currently applicable for Electrical Safety, E.M.C. and applicable to the EC-Regulation (x) The portable hand held metal detector should have but not be limited to, the following functional characteristics (xi) High sensitivity (xii) Detects both magnetic and non-magnetic metals (xiii) Very high reliability (xiv) Easy to use (xv) Long battery life self-calibrating (e) Door Frame Metal Detector Description Specification (i) Dimensions Internal: 2050 x 720 x 630 mm; External: 2255 x 835 x 630 (HxWxD) mm 27

(ii) Color Light grey RAL 7040 (iii) Power supply 115 / 230 VAC , ±15%, 45-65 Hz, 30 VA MAX (iv) Inputs RS-232C interface for the connection with a terminal, a computer or an external modem RS-232C interface for the network connection with other CEIA metal detectors (v) Humidity 0 to 95%,non-condensation (vi) Emergency batteries 4 hours independent operation capability (vii) Zones Should have Nine detection zones (viii) The high performance metal detectors should have the following alarms visible signals (ix) Multi-zone display bar for "height of person" localization (x) High intensity display (xi) Green and red signals (xii) Signal proportional to the mass of the object detected (xiii) The high performance Metal detectors should have the following alarms/ audible signals:- (xiv) High acoustic intensity alarm signal (xv) Volume and tone of alarm signal can be programmed (xvi) Steady tone or tone length proportional to the mass of the object detected (xvii) The high performance metal detectors shall be:- (xviii) Harmless to wearers of pacemakers or other vital support systems, pregnant women and magnetic storage media (floppy disks, audio cassettes, video cassettes and similar) (xix) Conforming to the FAA "3-Gun- Test" standard and to the NILECJ¬0601-00 standards for all security levels. (xx) Satisfies EC regulations and international standards relating to electrical safety and electromagnetic compatibility (EMC) (f) Automatic sliding gate Description Specification (i) Design Automatic with manual over-side sliding gate on ground track with electromechanical drive unit, guiding portal, Receiving portal and gate leaf consisting of bottom impact beam and top gate leaf panel. (ii) Impact Kinetic Energy ASTM F 2656-07 1699 kJ (15,000 lbs @ 50 mph) PAS 68:2010 1852 kJ (7.5 t @ 80 km/h) (iii) Clear Width of Opening up to 7.5 meters. (iv) Blocking Height Up to 3.0 Meters (v) Gate Infill Bar infill made of square hollow section 150 mm x 150 mm x 5 mm minimum 28

(vi) Cable Infill Bar infill made of square hollow section 100 mm x 100 mm x 5 mm minimum (vii) Foundation Depth 1000 mm to 1200 mm

(viii) Emergency Operation Manually after disengagement of motor by manual lever with special mechanical arrangement (ix) Operating Speed Normal operation: up to 0.4 m/s or adjustable by drive unit (x) Drive 1.5 kW, 415 V AC, 50 Hz

(xi) Supply Voltage 415 V AC, 50 Hz

(xii) Control Box: IP66 Control Box

(xiii) Weight Approx. 4710 – 6950 kg (depending on CWO and gate height) (xiv) Color RAL 7035 – light grey

(xv) Color Control Box RAL 7035 – light grey (standard) (xvi) Temperature Range Control unit: -10 °C … +50 °C MODULES-V. Command and Control System. 1. Command and Control System :- The command and control system will comprise of one central surveillance center and additional sub system. It will comprise of the following equipment :- (a) Central surveillance Center. It will have integrated inputs of all modules to a video display. It will have capability to control all the modules and remotely manage the video cameras, E-fence, intrusion detection system etc. (b) Internal Communication system. It will comprise of a 50 01 lines exchange with dedicated terminals. (c) Wireless communication system based on motorola set. 50 (d) PA System. All the guard post and key areas to have the required equipment so that every body can be addressed simultaneously or selectively. It can be a part of the internal communication system (e) Power back-up system. All modules will have 100% power back-up for upto 12 hours by means of generators and UPS system. (f) Monocular Helmet Mounted Night Sight with Helmet Nos 10 (g) Bullet Proof Hardening of Guard post Nos 12 2. The list of required item is as below :- (a) Infrastructure for Control Room Nos 01 (b) 62 KVA backup Generator Nos 02 (c) Video Wall 47‖ x 9 units Nos 01 (d) Additional Display Industrial Grade LED TV Nos 03 (e) Stabilizer for 62 KVA Nos 02 (f) 62KVA UPS Online Nos 02 (g) 12 volt 150 AH Battery with Rack Nos 60 (h) Network Phone Nos 50 (j) Network IP Server Nos 01 (k) Motorola VHF Handsets Nos 50 (l) VHF Base Station Nos 02 (m) Monocular Helmet Mounted Night Sight with Helmet Nos 10 (n) Bullet proofing of guard posts Nos 12 29

(o) Public address amplifier 500 watts with microphone Nos 01 (p) Horn Speakers Outdoor Nos 25 or as required 3. Technical Specification (a) Infrastructure for Control Room (i) Table and Chair, Racks, consoles to be placed as per the requirement. (ii) Shall have sitting arrangement fo Six peoples. (iii) Split Airtconditioner of 2 Tons along with Four Fans an LED Tubelights. (iv) Proper Painting / Wall Papers as per the demand of the user. (v) Flooring shall be made of wooden floor. (b) Generator 62 KVA Silent Generator Set with a system for automatic switching on once the main supply fails (i) 62 KVA Generator Set 28 PHP Gross Power (ii) 1500 RPM (iii) Aspiration Natural (iv) Two Cylinders (v) Displacement 2047 (vi) Governing Class A-1 (vii) Voltage 230/415 (viii) Brushless class H Insulation (ix) Speed/ frequency 1500/ 50 (x) Fuel Tank Capacity 90 liters (xi) Acoustic enclosure 2120 mm x 900 mm x 1410 mm (xii) Total weight 800 kg (xiii) Shall be renowned brand and assemble and local make poducts not acceptable (c) Video Wall 47' x 9 units (i) Super Narrow Bezel With a bezel-to-bezel measurement of just 4.9mm (47') and 3.5mm (55") video walls to create a stunning visual canvas that is easily installed. Industrial grade panels to be used. (ii) High Brightness Informity 80% Brightness uniformity ensures that a high- quality image is delivered across all displays. (iii) Wide Viewing Angle IPS accurately displays an image’s quality and color at a 178° ultra wide viewing angle. 30

(iv) Supersing Advanced colour The intuitive GUI in SuperSign C software adjustment allows simple measurement and adjustment of display settings instantly. White balancing of a video-wall display is automatic using a sensor. (v) Remotel monitor and control Intuitive GUI-based Remote Monitoring & Control via the network and RS232 connection. (vi) Pabel Size 47" class (46.96" diagonal) (vii) Aspect Ratio 16:09 (viii) Native Resolution 1920 x 1080 (FHD) (ix) Dynamic CR 500,000:1

(x) Brightness 450 cd/m2 (xi) Contrast ratio 1200:01 (xii) Orientation Portrait & Landscape (xiii) Digital DVI-D (1), HDMI (1) with HDCP for all input (xiv) Analog RGB (1), Component (RGB Shared), AV (RGB Shared) (xv) Bazel Width 3.2mm (left/top) / 1.7mm (right/bottom) (xvi) Certifications (xvii) Safety Test UL/cUL/CB/TUV/KC (xviii EMC FCC Class A/CE/KCC (xix) Yes / Yes, ENERGY STAR® Yes / Yes, ENERGY STAR® Qualified Qualified (d) Additional Display Industrial Grade LED TV (i) Product type LED TV (ii) Diagonal size Min 55‖ or more (iii) Native Resolution 1920 x 1080 FHD (iv) Pixels H x V x 3 6,220,800 (v) Contrast Ratio 1100:1 (vi) Dynamic CR 500000:1 (vii) Viewing Angle 178 x 178 (viii) Colour Depth 176.7 million (ix) Lifetime 50000 hours (x) Digital Yes (xi) HDMI Yes (xii) DP Yes (xiii) DVI Yes (xiv) RS232C Yes (xv) RJ45 Yes (xvi) IR Receiver Yes (xvii) USB Yes (xviii Certificate (xix) Safety Test UL/cUL/CB/TUV/KC (xx) EMC FCC Class A/CE/KCC (e) Stabilizer 62 KVA (i) Capacity in KVA 62 KVA (ii) Type of wound Copper wound (iii) Working range 150 to 280 Volts (iv) Output voltage 195 to 245 volts (v) Product Shall be BIS Certified 31

(f) Online 40-70KVA UPS to take the complete load of the entitre system for 120 min (i) Capacity in KVA 40-70KVA (ii) Features : Online, (iii) Sustenance 120 Minutes on full load (iv) Overall efficiency of the system : >95% (v) Batteries supprted : LAT, LAP SMF, Ni -CD (vi) Cold Start : Should be able to cold start at 80% of the load (vii) Voltage regulation 0.50% (viii) Frequency Stability 50 Hz + 0.5 Hz (ix) System Architecture PCI (x) Overall Capacity 100% for 20 minute (xi) IDC Life 250 times (xii) System Protection : Output overload current limit, low battery shutdown, bty charging current limit, bty charging voltage limit, battery reverse policy, short circuit protection & deep discharge of batteries. (xiii) Input – 160V-260V, 50+/-3% Hz single phase AC (xiv) Output – 230V +/- 1% (with alternative setting for 220V +/-1%) 50 +/- 0.5Hz, single phase (xv) ISI Grade/ ISI Marked (g) Battery 12 Volt 100 AH with Battery Rack (Qty as required) (i) SMF 12 Volt 100 AH Battery (ii) Maintenance Free (iii) ISI Grade/ ISI Marked (iv) Renowned Brands Like Exide/ Okaya/ Luminous etc to be used. (h) Network IP Phones. (i) TLS and SRTP security encryption technology to protect calls and accounts (ii) 3-way audio conferencing for easy conference calls (iii) HD audio to maximize audio quality and clarity, full-duplex speaker phone (iv) Electronic Hook Switch (EHS) support for Plantronics (v) Automated provisioning options include TR-069 and XML. (vi) Hold, transfer, forward (unconditional/no-answer/busy), 3-way conferen- cing, call park/pickup, shared-call appearance (SCA) / bridged-line-appea- rance (BLA), Downloadable phone book (XML, LDAP, up to 500 items), call waiting, call history (up to 200 records), o -hook auto dial, auto answer, click-to-dial, exible dial plan, hot desking, personalized music ringtones, server redundancy & fail-over (vii) Dual switched auto-sensing 10/100 Mbps Ethernet ports, integrated PoE (GXP1625 only) (viii) Yes, HD handset and speakerphone with support for wideband audio (ix) Yes, HD handset and speakerphone with support for wideband audio (x) Layer 2 QoS (802.1Q, 802.1P) and Layer 3 (ToS, Di Serv, MPLS) QoS (xi) Operation: 0°C to 40°C, Storage: -10°C to 60°C , Humidity: 10% to 90% Non- condensing (j) IP Epabx Server with Accessories. (i) Supports up to 500 users, 50 SIP trunk accounts, up to 60 concurrent calls (ii) Strongest-possible security protection using SRTP, TLS and HTTPS encryption (iii) Supports up to a 5-level IVR (Interactive Voice Response) (iv) Built-in call recording server; recordings accessed via web user interface (v) Supports call queue for e cient call volume management (vi) Built-in Call Detail Records (CDR) for tracking phone usage by line, date, etc. 32

(vii) Supports any SIP video endpoint that using the H.264, H.263 and H.263+ (viii) Network Protocols: TCP/UDP/IP, RTP/RTCP, ICMP, ARP, DNS, DDNS, DHCP, NTP, TFTP, SSH, HTTP/HTTPS, PPPoE, SIP (RFC3261), STUN, SRTP, TLS, LADP (ix) Provisioning Protocol & Plug-and-Play TFTP/HTTP/HTTPS, auto-discovery & auto-provisioning of Grandstream IP endpoints via Zero- Con g (DHCP Option 66 multicast SIP SUBSCRIBE m/DNS) (x) Conference Bridges Up to 3 (UCM6102/6104) or 6 (UCM6108/6116) password- protected conference bridges al- lowing up to 25 (UCM6102/6104) or 32 (UCM6108/6116) simultaneous PSTN or IP participants (xi) Call park, call forward, call transfer, DND, ring/hunt group, paging/intercom etc. (xii) Compliance: FCC: Part 15 (CFR 47) Class B, Part 68 CE: EN55022 Class B, EN55024, EN61000-3-2, EN61000-3-3, EN60950-1, TBR21, RoHS A-TICK: AS/NZS CISPR 22 Class B, AS/NZS CISPR 24, AS/NZS 60950, AS/ACIF S002 ITU-T K.21 (Basic Level); UL 60950 (power adapter) (Xiii) With dedicated power Backup. (k) Motorola VHF Sets Comm System. (i) Motorola XIRP3688 Portable Radio (latest model to be used). (ii) Military Standard 810D & E (iii) ESD IEC 61000-4-2 Level 3 (iv) Dust & Water IEC60529 - IP54 (v) Thermal Shock & Humidity as Per mIlitary Standard (vi) Operating Temperature "-30°C to +60°C (l) Motorola Base Station. (i) Motorola XIRM3688 Base Station (ii) Military Standard 810D & E (iii) ESD IEC 61000-4-2 Level 3 (iv) Dust & Water IEC60529 - IP54 (v) Thermal Shock & Humidity as Per mIlitary Standard (vi) Operating Temperature "-30°C to +60°C (n) Monocular Helmet Mounted Night Sight with Helmet Description. The monocular Helmet Mounted Night sight with helmet should be a fully integrated and compatible system. However the monocular helmet mounted night sight should be easily removable so that it can be utilized as a hand held device or be weapon mounted with similar mounting device. Physical Characteristics -Monocular Helmet Mounted Night Sight. (i) Uncooled Thermal Imaging Micro bolometer technology. (ii) Resolution to be min 384 x 288 or better. (iii) Should be light in weight (max 550g) incl the helmet mount and battery. Helmet mount should compatible with most advace combat helmets and having feature fore/ aft and height adjustment. (iv) Should be min, not more than (L x W x H ) 13 x 8 x 6 cm. (v) Should be compact in hand and on weapon. (vi) Should have a light battery. (vii) Should be head, helmet or weapon mountable. (viii) Should have fast transition for head and weapon mounting on mini rails. Physical Characteristic - Helmet (i) Should be light in weight 1.5 kg + 5%. (ii) It should be compatible with tactical equipment (Lamps, weapons, communication system, NVDs. 33

(iii) Should have picatinny rails /mounting places for Monocular Mounted Night Sight, Lamp, Cameras and multiple lights. (iv) Should have removable NVG interface to allow use of NVG strap mount and self -gripping parts for strobe lights. (v) Should have easy customization, quick and easy mounting an dismount accessories, assemble of NVG support without specific tooling side rails should remain free for use even when O2 mask is att. (vi) Should provide easy maint removable NVG mount, by means of captive screws, no need of specific tools. (vii) Size 20%, 60% & 20%) -small-40, medium -120 & large-40.

(viii) Should facilitate logistics and replacement of spare parts. (ix) Should have comfort, ergonomic, adjustable inner paddings for comfort. (x) Should have reinforced protection against shocks. (xi) Should have 3600 buckle quick doing and doffing with combat gloves and should allow attachments of multiple accessories (goggles, mask, strap) allow adaptation of personal of personal items. Technical Characteristic - Monocular Helmet Mounted Night Sight. (a) Should feature manual and auto gain control. (b) Resolution of sensor should be 384 x 288, 17 um or more. (c) Resolution have objective lens for focus up to 60m. (d) Should support e-zoom 1x, 2x and 4x. (e) Should feature field of view 400 x 300. (f) Should use of re-chargeable cells. (g) Eye relief should be 2-3 cm with eye piece in between. (h) Should have easy indicators for low battery. Technical Parameters- Helmet (a) Should be green, black or camouflaged. (b) Ballistic performance, shape, weight and coverage equal to or better than TC 500/AS 501 series. Operational Parameters- Monocular Helmet Mounted Night Sight. (a) Should be hand free to operate. (b) Should be water resistant. (c) Battery life should be at least 6 hours for operations. Operational Parameters – Helmet. (a) Should have movable lined pads to provide impact protection, weight distribution and be comfortable to wear. (b) Should have mounts for mounting optical accessories on rails. Operational & Maintenance- Monocular Helmet Mounted Night Sight (a) It should adjust with the environment (temp of -40 to + 48 C). (b) Should have facility for helmet mount, head gear and quick release for weapon mount (quick release). (c) Packing Material : Black colour and slight cushion cloth. Accessories - Helmet. (a) It should have picatinny rails interface. (b) It should have mounts 3600 of buckets allowing multi use Velcro patches for strobe lights, stick lights, batteries and IR patches Bungees. (o) Bullet proofing of guard posts (i) 6 mm Bullet proof metal sheet will be installed on three side of the guard post to provide effective bullet proof shield upto a hight of 6.5 feet. (ii) 2 x 3 firing slots and sliding windows will also be provided in the metal sheets. 34

4. Service and Misc Point :- (a) On site warranty on the complete system with all the sub components for three years to include maintenance, repair and replacement of all parts and sub systems. (b) The control and power network for all modules to have active architecture for redundancy. In case the main lines get unserviceable the network should automatically switch to the standby line. (c) All installation and labor charges to be borne by the vendor. (d) Training of individuals after testing validation of installed system. (e) Comprehensive AMC for maintenance, repair and replacement of faulty parts or sub system for 05 years after expiry of warranty period. AMC rates to be stated. (f) All electronic components and allied accessories's to be installed of standard quality. All components to be of reputed brands with valid contemporary certification from national or international certification agencies as applicable. (g) OEM authorisation certificate to be attached for products as applicable. (h) All equipment will undergo concept trials as applicable. (j) Being a turnkey project any product and components not mentioned in the RFP but required to complete the installation is the sole responsibility of the bidder.

35

2. End User Cert. End User Certificate will NOT be provided. by HQ North Comd for import of items.

3. Two-Bid System. In respect of Two-bid system, Bidders are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specification, if any. The Bidders are advised to submit the compliance statement in the following format along with Technical Bid :-

Para of RFP Specification of Compliance to In case of noncompliance, specifications item offered RFP deviation from RFP to be item-wise specification specified in – whether Yes / unambiguous terms No

4. It may be noted that compliance statement is to be submitted in addition to technical bid. The technical bid should contain full technical specification along with literature/brochure/write up etc. Whereas compliance statement is an additional document specifically confirming compliance to each specification.

5. Delivery Period. Delivery period for completion of project for supply of items on installation, commissioning and testing would be 90 days from the effective date of supply order. Please note that supply order can be cancelled unilaterally by the Buyer in case items are not received within the contracted delivery period. Extension of contracted delivery period will be at the sole discretion of the Buyer, with applicability of LD clause.

6. Terms for Delivery and Transportation. Delivery of items will be made at 257 Army Avn Sqn (ALH-WSI), Army Avn Base, Tanda, c/o 56 APO (J & K). Complete Installation and commissioning at the Consignee site will be done by the vendor and the installation and commissioning will be part of the overall delivery period.

7. Consignee Details. : 257 Army Avn Sqn (ALH-WSI) Army Avn Base, Tanda, c/o 56 APO Akhnoor (J & K)

36

PART III – STANDARD CONDITIONS OF TENDER ENQUIRY

THE BIDDER IS REQUIRED TO GIVE CONFIRMATION OF THEIR ACCEPTANCE OF THE STANDARD CONDITIONS OF THE REQUEST FOR PROPOSAL MENTIONED BELOW WHICH WILL AUTOMATICALLY BE CONSIDERED AS PART OF THE CONTRACT CONCLUDED WITH THE SUCCESSFUL BIDDER (I.E.SELLER IN THE CONTRACT) AS SELECTED BY THE BUYER FAILURE TO DO SO MAY RESULT IN REJECTION OF THE BID SUBMITTED BY THE BIDDER

1. Law. The Contract shall be considered and made in accordance with the laws of the Republic of India. The contract shall be governed by and interpreted in accordance with the laws of the Republic of India.

2. Effective Date of the Contract. The Supply Order shall come into effect on the date of signing of Supply Order. The deliveries and supplies and performance of the services shall commence from the effective date of the contract.

3. Arbitration. All disputes or differences arising out of or in connection with the Contract shall be settled by bilateral discussions. Any dispute, disagreement or question arising out of or relating to the Contract or relating to construction or performance, which cannot be settled amicably, may be resolved through arbitration. The arbitration is as per Forms DPM-7 (for indigenous trade) / DPM-8 (for foreign supplies) and DPM-9 (for PSUs). Forms are available in MoD website and can be provided on request. Arbitrator will be appointed by the Army Commander, HQ Northern Command and hearing of the dispute or arbitration proceedings will be held at HQ Northern Command (Udhampur).

4. Penalty for Use of Undue Influence. The Seller undertakes that he has not given, offered or promised to give, directly or indirectly, any gift, consideration, reward, commission, fees, brokerage or inducement to any person in service of the Buyer or otherwise in procuring the Contracts or forbearing to do or for having done or forborne to do any act in relation to the obtaining or execution of the present Contract or any other Contract with the Government of India for showing or forbearing to show favour or dis-favour to any person in relation to the present Contract or any other Contract with the Government of India. Any breach of the aforesaid undertaking by the Seller or any one employed by him or acting on his behalf (whether with or without the knowledge of the Seller) or the commission of any offers by the Seller or anyone employed by him or acting on his behalf, as defined in Chapter IX of the Indian Penal Code, 1860 or the Prevention of Corruption Act, 1986 or any other Act enacted for the prevention of corruption shall entitle the Buyer to cancel the contract and all or any other contracts with the Seller and recover from the Seller the amount of any loss arising from such cancellation. A decision of the Buyer or his nominee to the effect that a breach of the undertaking had been committed shall be final and binding on the Seller. Giving or offering of any gift, bribe or inducement or any attempt at any such act on behalf of the Seller towards any officer/employee of the Buyer or to any other person in a position to influence any officer / employee of the Buyer for showing any favour in relation to this or any other contract, shall render the Seller to such liability/ penalty as the Buyer may deem proper, including but not limited to termination of the contract, imposition of penal damages, forfeiture of the Bank Guarantee and refund of the amounts paid by the Buyer.

5. Agents / Agency Commission. The Seller confirms and declares to the Buyer that the Seller is the original manufacturer of the stores/provider of the services referred to in this Contract and has not engaged any individual or firm, whether Indian or foreign whatsoever, to intercede, facilitate or in any way to recommend to the Government of India or any of its functionaries, whether officially or unofficially, to the award of the contract to the Seller; nor has any amount been paid, promised or intended to be paid to any such individual or firm in respect of any such intercession, facilitation or recommendation. The Seller agrees that if it is established at any time to the satisfaction of the Buyer that the present declaration is in any way incorrect or if at a later stage it is discovered by the Buyer that the Seller has engaged any such individual/firm, and paid or intended to pay any amount, gift, reward, fees, commission or consideration to such person, party, firm or institution, whether before or after the signing of this contract, the Seller will be liable to refund that amount to the Buyer. The Seller will also be debarred from entering into any supply Contract with the Government of India for a minimum period of five years. The Buyer will also have a right to consider cancellation of the Contract either wholly or in part, without any entitlement or compensation to the Seller who shall in such an event be liable to refund all payments made by the

37

Buyer in terms of the Contract along with interest at the rate of 2% per annum above LIBOR rate. The Buyer will also have the right to recover any such amount from any contracts concluded earlier with the Government of India.

6. Access to Books of Accounts. In case it is found to the satisfaction of the Buyer that the Seller has engaged an Agent or paid commission or influenced any person to obtain the contract as described in clauses relating to Agents / Agency Commission and penalty for use of undue influence, the Seller, on a specific request of the Buyer, shall provide necessary information/ inspection of the relevant financial documents/information.

7. Non-disclosure of Contract documents. Except with the written consent of the Buyer / Seller, other party shall not disclose the contract or any provision, specification, plan, design, pattern, sample or information thereof to any third party.

8. Liquidated Damages. In the event of the Seller's failure to submit the Bonds, Guarantees and Documents, supply the stores/goods and conduct trials, installation of equipment, training, etc as specified in this contract, the Buyer may, at his discretion, withhold any payment until the completion of the contract. The BUYER may also deduct from the SELLER as agreed, liquidated damages to the sum of 0.5% of the contract price of the delayed/undelivered stores/services mentioned above for every week of delay or part of a week, subject to the maximum value of the Liquidated Damages being not higher than 10% of the value of delayed stores.

9. Termination of Contract. The Buyer shall have the right to terminate this Contract in part or in full in any of the following cases:-

(a) The delivery of the material is delayed for causes not attributable to Force Majeure for more than 45 days after the scheduled date of delivery.

(b) The Seller is declared bankrupt or becomes insolvent.

(c) The delivery of material is delayed due to causes of Force Majeure by more than 45 days provided Force Majeure clause is included in contract.

(d) The Buyer has noticed that the Seller has utilized the services of any Indian / Foreign agent in getting this contract and paid any commission to such individual/company etc.

(e) As per decision of the Arbitration Tribunal.

10. Notices. Any notice required or permitted by the contract shall be written in the English language and may be delivered personally or may be sent by FAX or registered pre-paid mail / airmail, addressed to the last known address of the party to whom it is sent.

11. Transfer and Sub-letting. The Seller has no right to give, bargain, sell, assign or sublet or otherwise dispose of the Contract or any part thereof, as well as to give or to let a third party take benefit or advantage of the present Contract or any part thereof.

12. Patents and other Industrial Property Rights. The prices stated in the present Contract shall be deemed to include all amounts payable for the use of patents, copyrights, registered charges, trademarks and payments for any other industrial property rights. The Seller shall indemnify the Buyer against all claims from a third party at any time on account of the infringement of any or all the rights mentioned in the previous paragraphs, whether such claims arise in respect of manufacture or use. The Seller shall be responsible for the completion of the supplies including spares, tools, technical literature and training aggregates irrespective of the fact of infringement of the supplies, irrespective of the fact of infringement of any or all the rights mentioned above.

13. Amendments. No provision of present Contract shall be changed or modified in any way (including this provision) either in whole or in part except by an instrument in writing made after the date of this Contract and signed on behalf of both the parties and which expressly states to amend the present Contract.

14. Taxes and Duties.

(a) In respect of Foreign Bidders. All taxes, duties, levies and charges which are to be paid for the delivery of goods, including advance samples, shall be paid by the parties under the present contract in their respective countries.

38

(b) In respect of Indigenous Bidders.

(i) General.

(aa) Bidders must indicate separately the relevant GST likely to be paid in connection with delivery of completed goods specified in RFP. In absence of this, the total cost quoted by them in their bids will be taken into account in the ranking of bids.

(ab) If a Bidder is exempted from payment of any GST up to any value of supplies from them, he should clearly state that no such GST will be charged by them up to the limit of exemption which they may have. If any concession is a available in regard to rate/quantum of any GST, it should be brought out clearly. In such cases, relevant certificate will be issued by the Buyer later to enable the Seller to obtain exemptions from taxation authorities.

(ac) If any concession is available in regard to rate/ quantum of any GST, as mentioned by the Seller in their bids, relevant certificate will be issued by the Buyer to enable the Seller to obtain exemptions from taxation authorities.

(ad) Any changes in GST levied by Central/ State/ Local governments on final product upward as a result of any statutory variation taking place within contract period shall be allowed reimbursement by the Buyer, so the extent of actual quantum of such GST paid by the Seller. Similarly, in case of downward revision in any such GST, the actual quantum of reduction of such GST shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, concession etc, if any, obtained by the Seller. Section 64-A of Sales of Goods Act will be relevant in this situation.

(ae) GST levied by Central/ State/ Local governments GST on final product will be paid by the Buyer on actuals, based on relevant documentary evidence. GST on input items will not be paid by Buyer and they may not be indicated separately in the bids. Bidders are required to include the same in the pricing of their product.

(af) In light of roll out of GST, indirect taxes i.e. custom duty/VAT/CST/Entry tax have been subsumed, seller to quote realistic estimate alongwith basic cost and taxes.

(ii) The seller shall comply with the following :-

(aa) Seller will submit the Invoice/bills clearly indicating the applicable HSN number thereon and also supported with documentary evidence. The details are as under :-

(aaa) Invoice No and Date. (aab) Customer Name. (aac) Shipping and billing addressed. (aad) Customer and taxpayer's GSTIN. (aae) Place of Supply (aaf) HSN Code/ SAC Code. (aag) Item details I.e Description, quantity (Number), unit (metre, kg, etc.), Total value. (aah) Taxable value and discounts. (aaj) Rate and amount of taxes I.e CGST/SGST/IGST. (aak) Whether GST is payable on reverse charge basis. (aal) Signature of the supplier.

(ab) Seller will give declaration that any additional input tax credit benefit if becomes available to supplier, the same shall be passed on to buyer without any undue delay. 39

PART IV – SPECIAL CONDITIONS OF RFP

THE BIDDER IS REQUIRED TO GIVE CONFIRMATION OF THEIR ACCEPTANCE OF SPECIAL CONDITIONS OF THE RFP MENTIONED BELOW WHICH WILL AUTOMATICALLY BE CONSIDERED AS PART OF THE CONTRACT CONCLUDED WITH THE SUCCESSFUL BIDDER (I.E. SELLER IN THE CONTRACT) AS SELECTED BY THE BUYER. FAILURE TO DO SO MAY RESULT IN REJECTION OF BID SUBMITTED BY THE BIDDER.

Note :-

I. Sample is essential, required to be submitted for conducting of Technical Evaluation Committee (TEC) which will be any time after 07(07) days of last date of submission of bids. Samples of successful vendors in TEC will be retained till declaration of L1 vendor, post which sample of all vendor less L1 vendor will be returned. The exact date, venue and other instructions for TEC will be intimated by TEC Presiding Offr to the vendors through email/telephonically/Fax. Vendor representative is required to attend the TEC alongwith soft copy of the technical presentation pertaining to their product in details. The vendor representative is required to show the capabilities of their product to meet the qualitative requirement of the buyer and also sign on Transparency/No objection certificate. The rejected samples and EMD will be returned after approval of TEC Bd proceedings by the competent authority. All approved samples will be retained till the opening of Commercial Bids. Sample of firm to whom the Supply Order is placed will be retained till delivery of stores and completion of Acceptance & Testing Board . In the absence of the sample, the tender is likely to be rejected. The particulars alongwith identity proof of the Bidder representative coming to attend the TEC will be sent by email to the HQ 16 Corps, GS (Int) Branch alongwith proof of indentity, address proof and contact No at e-mail id [email protected] at least 05 days before date of commencement of TEC for taking necessary security clearance.

II. The prospective suppliers will furnish the details of such nature of supplies executed by them with any agency in India/ abroad.

III. While submitting the sample, the following points will be covered:-

(a) Sample and accessory if any bears distinctive identification mark of the vender.

(b) Sample will have a tag showing identification details such as name of the item, name of the vendor/OEM and TE number and date.

(c) In case, sample contains components/subparts/accessories in separate condition, a list of all components/sub parts/accessories will be provided with identification details,

2. Performance Guarantee Indigenous Cases. The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee through a public sector bank or a private sector bank authorized to conduct government business (ICICI Bank Ltd., Axis Bank Ltd or HDFC Bank Ltd) for a sum equal to 10% of the contract value within 30 days of receipt of the confirmed order. Performance Bank Guarantee should be valid up to 60 days beyond the date of warranty. The specimen of PBG is given in Form DPM-15 (Available in MoD website and can be provided on request).

3. Option Clause. The contract will have an Option Clause, where in the Buyer can exercise an option to procure an additional 50% of the original contracted quantity in accordance with the same terms & conditions of the present contract. This will be applicable within the currency of contract. The Bidder is to confirm the acceptance of the same for inclusion in the contract. It will be entirely the discretion of the buyer to exercise this option or not..

4. Repeat Order Clause. The contract will have a Repeat Order Clause, wherein the Buyer can order upto 50% quantity of the items under the present contract within six months from the date of supply/successful completion of this contract, the cost, terms & conditions remaining the same. The Bidder is to confirm acceptance of this clause. It will be entirely the discretion of the buyer to place the Repeat order or not.

5. Tolerance Clause. To take care of any change in the requirement during the period starting from issue of RFP till placement of the contract, Buyer reserves the right to 25% plus/minus increase or decrease the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the Seller. While awarding the contract, the quantity ordered can be increased or decreased by the Buyer within this tolerance limit.

40

6. Payment Terms for Indigenous Sellers. It will be mandatory for the Bidders to indicate their bank account numbers and other relevant e-payment details so that payments could be made through ECS/EFT mechanism instead of payment through cheques, wherever feasible. A copy of the model mandate form prescribed by RBI to be submitted by Bidders for receiving payments through ECS is at Form DPM-11 (Available in MoD website and can be given on request). 50% payment will be made on delivery of items and complete ATP and rest 50% payment will be made after completion of the project.

7. Advance Payments. No advance payment (s) will be made.

8. Paying Authority.

(a) Indigenous Sellers. Name and address, contact details). The payment will be made after completion of the project. The payment of bills will be made on submission of the following documents by the Seller to the Paying Authority along with the bill :-

(i) Ink-signed copy contingent bill / Seller’s bill. (ii) Ink-signed copy of Commercial invoice / Seller’s bill. (iii) Copy of Supply Order/Contract with U.O. number and date of IFA’s concurrence, where required under delegation of powers. (iv) CRVs in duplicate. (v) Inspection note. (vi) Claim for statutory and other levies to be supported with requisite documents / proof of payment such as Excise duty challan, Customs duty clearance certificate, Octroi receipt, proof of payment for EPF / ESIC contribution with nominal roll of beneficiaries, etc as applicable. (vii) Exemption certificate for Excise duty / Customs duty, if applicable. (viii) Bank guarantee for advance, if any. (ix) Guarantee / Warranty certificate. (x) Performance Bank guarantee / Indemnity bond where applicable. (x) DP extension letter with CFA’s sanction, U.O. number and date of IFA’s concurrence, where required under delegation of powers, indicating whether extension is with or without LD. (xii) Details for electronic payment viz Account holder’s name, Bank name and address, Account type, Account number, IFSC code, MICR code (if these details are not incorporated in supply order/contract). (xiii) Any other document / certificate that may be provided for in the Supply Order / Contract. (xiv) User Acceptance. (xv) Photocopy of PBG.

(Note - From the above list, the documents that may be required depending upon the peculiarities of the procurement being undertaken, may be included in RFP.)

9. Fall Clause. The following Fall clause will form part of the contract placed on successful Bidder:-

(a) The price charged for the stores supplied under the contract by the Seller shall in no event exceed the lowest prices at which the Seller sells the stores or offers to sell stores of identical description to any persons / Organizations including the purchaser or any department of the Central government or any Department of the State government or any statutory undertaking of the Central or State government as the case may be during the period or till the performance of all Supply Orders placed during the currency of the rate contract is completed.

(b) If at any time, during the said period the Seller reduces the sale price, sells or offer to sell such stores to any person / organisation including the Buyer or any Deptt, of central Govt. or any Department of the State Government or any Statutory undertaking of the Central or State Government as the case may be at a price lower than the price chargeable under the contract, he shall forthwith notify such reduction or sale or offer of sale to the Purchase/Contracting Auth only and the price payable under the contract for the stores of such reduction of sale or offer of the sale shall stand correspondingly reduced. The above stipulation will, however, not apply to:-

41

(i) Exports by the Seller.

(ii) Sale of goods as original equipment at price lower than the prices charged for normal replacement.

(iii) Sale of goods such as drugs which have expiry dates.

(iv) Sale of goods at lower price on or after the date of completion of sale/placement of the order of goods by the authority concerned under the existing or previous Rate Contracts as also under any previous contracts entered into with the Central or State Govt. Depts, including their undertakings excluding joint sector companies and/or private parties and bodies.

(c) The Seller shall furnish the following certificate to the Paying Authority along with each bill for payment for supplies made against the Rate contract – ―We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the Government under the contract herein and such stores have not been offered/sold by me/us to any person / organisation including the purchaser or any department of Central Government or any Department of a state Government or any Statutory Undertaking of the Central or state Government as the case may be upto the date of bill/the date of completion of supplies against all supply orders placed during the currency of the Rate Contract at price lower than the price charged to the government under the contract except for quantity of stores categories under sub-clauses (i),(ii) and (iii) of Sub- para (b) above details of which are given below - ...... ‖.

10. Risk & Expense Clause.

(a) Should the stores or any installment thereof not be delivered within the time or times specified in the contract documents, or if defective delivery is made in respect of the stores or any installment thereof, the Buyer shall after granting the Seller 45 days to cure the breach, be at liberty, without prejudice to the right to recover liquidated damages as a remedy for breach of contract, to declare the contract as cancelled either wholly or to the extent of such default.

(b) Should the stores or any installment thereof not perform in accordance with the specifications / parameters provided by the SELLER during the check proof tests to be done in the BUYER’s country, the BUYER shall be at liberty, without prejudice to any other remedies for breach of contract, to cancel the contract wholly or to the extent of such default.

(c) In case of a material breach that was not remedied within 45 days, the BUYER shall, having given the right of first refusal to the SELLER be at liberty to purchase, manufacture, or procure from any other source as he thinks fit, other stores of the same or similar description to make good:- (i) Such default. (ii) In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under. (d) Any excess of the purchase price, cost of manufacturer, or value of any stores procured from any other supplier as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the SELLER. (e) In the eventuality in which the Performance Bank Guarantee has been used for payment of LD charges on account of delayed delivery of stores, any excess of the purchase price, cost of manufacture of value of stores procured from any supplier (s), as the case may be, over the contract price appropriate to such default or balance shall be recoverable from the Seller. Such recovery may be made by encashing the PBG (Performance Bank Guarantee) submitted by the Seller to this organization or to any Department of Government of India, for any project/ contract.

11. Force Majeure Clause.

(a) Neither party shall bear responsibility for the complete or partial nonperformance of any of its obligations (except for failure to pay any sum which has become due on account of receipt of goods under the provisions of the present contract), if the non-performance results from such Force Majeure circumstances as Flood, Fire, Earth Quake and other acts of God as well as War, Military operation, adverse internal security situation, blockade, Acts or Actions of State Authorities or any other circumstances beyond the parties control that have arisen after the conclusion of the present contract.

42

(b) In such circumstances the time stipulated for the performance of an obligation under the present contract is extended correspondingly for the period of time of action of these circumstances and their consequences. (c) The party for which it becomes impossible to meet obligations under this contract due to Force Majeure conditions, is to notify in written form the other party of the beginning and cessation of the above circumstances immediately, but in any case not later than 10 (Ten) days from the moment of their beginning. (d) Certificate of a Chamber of Commerce (Commerce and Industry) or other competent authority or organization of the respective country shall be a sufficient proof of commencement and cessation of the above circumstances. (e) If the impossibility of complete or partial performance of an obligation lasts for more than 6 (six) months, either party hereto reserves the right to terminate the contract totally or partially upon giving prior written notice of 30 (thirty) days to the other party of the intention to terminate without any liability other than reimbursement on the terms provided in the agreement for the goods received.

12. Specification. The following Specification clause will form part of the contract placed on successful Bidder – The Seller guarantees to meet the specifications as per Part-II of RFP and to incorporate the modifications to the existing design configuration to meet the specific requirement of the Buyer Services as per modifications/requirements recommended after the Maintenance Evaluation Trials. All technical literature and drawings shall be amended as the modifications by the Seller before supply to the Buyer. The Seller, in consultation with the Buyer, may carry out technical up gradation / alterations in the design, drawings and specifications due to change in manufacturing procedures, impeachment or obsolescence. This will, however, not in any way, adversely affect the end specifications of the equipment. Changes in technical details, drawings repair and maintenance techniques along with necessary tools as a result of up gradation/alterations will be provided to the Buyer free of cost within 45 days of affecting such up gradation / alterations.

13. OEM Certificate. In case the Bidder is not the OEM, the agreement certificate with the OEM for sourcing the spares shall be mandatory. However, where OEMs do not exist, minor aggregates and spares can be sourced from authorized vendors subject to quality certification.

14. Export License. The Bidders are to confirm that they have requisite export license from their Government and Authorization from the manufacturing plant, in case they are not the OEM, to export the military / non-military goods to India.

15. Earliest Acceptable Year of Manufacture. 2018 Quality / Life certificate will need to be enclosed with the Bill.

16. Transportation. The stores shall be delivered at 257 Army Avn Sqn (ALH-WSI), Army Avn Base, Tanda, c/o 56 APO Akhnoor (J & K) Seller will bear the costs and freight necessary to bring the goods to the destination.

17. Buyer Furnished Equipment. The following equipment will be provided by the buyer at his expense to the seller.

(a) Opening/ User's Manual. (b) Technical Manual. (c) Field Repair Manual including Fault Diagnosis. (d) Manufactures Recommended List of Spares.

18. Packing and Marking. The following Packing and Marking clause will form part of the contract placed on successful Bidder:- (a) The Seller shall provide packing and preservation of the equipment and spares / goods contracted so as to ensure their safety against damage in the conditions of land, sea and air transportation, impeachment, storage and weather hazards during transportation, subject to proper cargo handling. The Seller shall ensure that the stores are packed in containers, which are made sufficiently strong, and with seasoned wood. The packing cases should have hooks for lifting by crane / fork lift truck. Tags with proper marking shall be fastened to the special equipment, which cannot be packed.

(b) The packing of the equipment and spares/goods shall conform to the requirements of specifications and standards in force in the territory of the Seller’s country.

(c) Each spare, tool and accessory shall be packed in separate cartons. A label in English shall be pasted on the carton indicating the under mentioned details of the item contained in the carton. A tag in English with said information shall also be attached to six

43

samples of the item. If quantity contracted is less than six then tag shall be affixed to complete quantity contracted of the item. The cartons shall then be packed in packing cases as required.

(i) Part Number : (ii) Nomenclature : (iii) Contract annex number : (iv) Annex serial number : (v) Quantity contracted :

(d) One copy of the packing list in English shall be inserted in each cargo package, and the full set of the packing lists shall be placed in Case No.1 painted in a yellow colour.

(e) The Seller shall mark each package with indelible paint in the English language as follows:- (i) EXPORT------(ii) Contract No. ------(ii) Consignee ------(iii) Port / airport of destination ------(iv) Ultimate consignee ------(v) SELLER ------(vii) Package No. ------(viii) Gross/net weight : ------(ix) Overall dimensions/volume : ------(x) The Seller’s marking. ______

(f) If necessary, each package shall be marked with warning inscriptions: , ―Do not turn over‖, category of cargo etc.

(g) Should any special equipment be returned to the Seller by the Buyer, the latter shall provide normal packing, which protects the equipment and spares/goods from the damage of deterioration during transportation by land, air or sea. In this case the Buyer shall finalize the marking with the Seller.

19. Quality. The quality of the stores delivered according to the present Contract shall correspond to the technical conditions and standards valid for the deliveries of the same stores for in Seller’s country or specifications enumerated as per RFP and shall also include therein modification to the stores suggested by the Buyer. Such modifications will be mutually agreed to. The Seller confirms that the stores to be supplied under this Contract shall be new i.e. not manufactured before (Year of Contract),and shall incorporate all the latest improvements and modifications thereto and spares of improved and modified equipment are backward integrated and interchangeable with same equipment supplied by the Seller in the past if any. The Seller shall supply an interchangeability certificate along with the changed part numbers wherein it should be mentioned that item would provide as much life as the original item.

20. Quality Assurance. After the contract is negotiated, the Seller would be required to provide the Standard Acceptance Test Procedure (ATP). Buyer reserves the right to modify the ATP. Seller would be required to provide all test facilities at his premises for acceptance and inspection by Buyer. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery.

21. Inspection Authority. The Inspection will be carried out by Acceptance Testing Board (ATB).

22. Franking Clause. The following Franking clause will form part of the contract placed on successful Bidder :-

(a) Franking Clause in the case of Acceptance of Goods. ―The fact that the goods have been inspected after the delivery period and passed by the Inspecting Officer will not have the effect of keeping the contract alive. The goods are being passed without prejudice to the rights of the Buyer under the terms and conditions of the contract‖.

(b) Franking Clause in the case of Rejection of Goods. ―The fact that the goods have been inspected after the delivery period and rejected by the Inspecting Officer will not bind the Buyer in any manner. The goods are being rejected without prejudice to the rights of the Buyer under the terms and conditions of the contract.‖

44

23. Claims. The following Claims clause will form part of the contract placed on successful Bidder :-

(a) The claims may be presented either: (a) on quantity of the stores, where the quantity does not correspond to the quantity shown in the Packing List/Insufficiency in packing, or (b) on quality of the stores, where quality does not correspond to the quality mentioned in the contract.

(b) The quantity claims for deficiency of quantity shall be presented within 45 days of completion of JRI and acceptance of goods. The quantity claim shall be submitted to the Seller as per Form DPM-22 (Available in MoD website and can be given on request).

(c) The quality claims for defects or deficiencies in quality noticed during the JRI shall be presented within 45 days of completion of JRI and acceptance of goods. Quality claims shall be presented for defects or deficiencies in quality noticed during warranty period earliest but not later than 45 days after expiry of the guarantee period. The quality claims shall be submitted to the Seller as per Form DPM-23 (Available in MoD website and can be given on request) .

(d) The description and quantity of the stores are to be furnished to the Seller along with concrete reasons for making the claims. Copies of all the justifying documents shall be enclosed to the presented claim. The Seller will settle the claims within 45 days from the date of the receipt of the claim at the Seller’s office, subject to acceptance of the claim by the Seller. In case no response is received during this period the claim will be deemed to have been accepted.

(e) The Seller shall collect the defective or rejected goods from the location nominated by the Buyer and deliver the repaired or replaced goods at the same location under Seller’s arrangement.

(f) Claims may also be settled by reduction of cost of goods under claim from bonds submitted by the Seller or payment of claim amount by Seller through demand draft drawn on an Indian Bank, in favour of Principal Controller/Controller of Defence Accounts concerned.

(g) The quality claims will be raised solely by the Buyer and without any certification/ countersignature by the Seller’s representative stationed in India.

24. Warranty. The following Warranty will form part of the contract placed on the successful Bidder :-

(a) Except as otherwise provided in the invitation tender, the Seller hereby declares that the goods, stores articles sold/supplied to the Buyer under this Supply Order shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained/mentioned in Supply Order. The Seller hereby warranties that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of 36 months from the date of complete commissioning of the project and that notwithstanding the fact that the Buyer may have inspected and/or approved the said goods/stores/articles, if during the aforesaid period of 36 months the said goods/stores/articles be discovered not to conform to the description and quality aforesaid not giving satisfactory performance or have deteriorated, and the decision of the Buyer in that behalf shall be final and binding on the Seller and the Buyer shall be entitled to call upon the Seller to rectify the goods/stores/articles or such portion thereof as is found to be defective by the Buyer within a reasonable period, or such specified period as may be allowed by the Buyer in his discretion on application made thereof by the Seller, and in such an event, the above period shall apply to the goods/stores/articles rectified from the date of rectification mentioned in warranty thereof, otherwise the Seller shall pay to the Buyer such compensation as may arise by reason of the breach of the warranty therein contained.

(b) The seller warrants that the goods supplied under the contract conform to technical specifications prescribed and shall perform according to the said technical specifications.

(c) The seller warrants for a period of 36 months from the date of complete and commissioning of the project and each component used in the project thereof shall be free from all types of defects/failures.

45

(d) If within the period of warranty, the goods are reported by the Buyer to have failed to perform as per the specifications, the Seller shall either replace or rectify the same free of charge, within Response Time as given below. provided that the goods are used and maintained by the Buyer as per instructions contained in the Operating Manual. Warranty of the equipment would be extended by such duration of downtime. Record of the down time would be maintained by the user in the logbook. Spares required for warranty repairs shall be provided free of cost by the Seller. The Seller also undertakes to diagnose, test, adjust, calibrate and repair/replace the goods/equipment arising due to accidents by neglect or misuse by the operator, during the warranty period at the cost mutually agreed to between the Buyer and the Seller.

(i) Response Time. The response time of the Seller should not exceed 24 hours from the time the breakdown intimation is provided by the Buyer.

(ii) Serviceability of 100% per year is to be ensured. This amounts to total maximum down time of 15 days per year. Also unserviceability should not exceed 07 days at one time. Required spares to attain this serviceability may be stored at site by the Seller at his own cost. Total down time would be calculated at the end of the year. If downtime exceeds permitted downtime, LD would be applicable for the delayed period.

(iii) Maximum repair turnaround time for equipment /systems would be 07 days. However, the spares should be maintained in a serviceable condition to avoid complete breakdown of the equipment /systems.

(e) The Seller also warrants that necessary service and repair back up during the warranty period of the equipment shall be provided by the Seller and he will ensure that the downtime is within limit as mentioned in the Para 24 (d) above.

(f) The seller shall associate technical personnel of the Maintenance agency and Quality Assurance Agency of the Buyer during warranty repair and shall also provide the details of complete defects, reasons and remedial actions for defects.

(g) During the warranty period, the seller shall carry out all necessary servicing/ repairs to the equipment/system under warranty at Predefined locations of the consignee site at discretion of the buyer and seller will be responsible to deliver back and install the repaired serviceable equipment, within a maximum of 07 days after being intimated of faulty equipment. Prior permission of the buyer would be required in case certain items /components/ sub systems are to be shifted out of location.

25. Product Support. The following Product Support clause will form part of the contract placed on successful Bidder:-

(a) The Seller agrees to provide Product Support for the stores, assemblies/subassemblies, fitment items and consumables, Special Maintenance Tools (SMT)/Special Test Equipments (STE) subcontracted from other agencies/ manufacturer by the Seller for a maximum period of 08 years including 03 years of warranty period after the complete commissioning of the project.

(b) In the event of any obsolescence during the above mentioned period of product support in respect of any component or sub-system, mutual consultation between the Seller and Buyer will be undertaken to arrive at an acceptable solution including additional cost, if any.

(c) Any improvement/modification/ up gradation being undertaken by the Seller or their sub suppliers on the stores/equipment being purchased under the Contract will be communicated by the Seller to the Buyer and, if required by the Buyer, these will be carried out by the Seller at Buyer’s cost.

26. Annual Maintenance Contract (AMC) Clause. The following AMC clause may from part of the contract placed on the successful Bidder:-

(a) The Seller would provide comprehensive AMC for a period of 05 years after completion warranty . The AMC services should cover the repair, replacement and maintenance of all the equipment and systems purchased under the present contract. The Buyer Furnished Equipment which is not covered under the purview of the AMC should be separately listed by the Seller. The AMC services would be provided in two distinct ways as follows :-

46

(i) Preventive Maintenance Service. The Seller will provide a minimum of four Preventive Maintenance Service visits during a year to the operating base to carry out functional checkup and minor adjustment / turning as may be required.

(ii) Breakdown Maintenance Services. In case of any breakdown of the equipment System, on receiving a call from the Buyer, the Seller shall provide maintenance service to make the equipment System serviceable.

(b) Response Time. The response time of the Seller should not exceed 24 hours from the time the breakdown intimation is provided by the Buyer.

(c) Serviceability of 100% per year is to be ensured. This amounts to total maximum down time of 15 days per year. Also unserviceability should not exceed 07 days at one time. Required spares to attain this serviceability may be stored at site by the Seller at his own cost. Total down time would be calculated at the end of the year. If downtime exceeds permitted downtime, LD would be applicable for the delayed period.

(d) Maximum repair turnaround time for equipment /systems would be 07 days. However, the spares should be maintained in a serviceable condition to avoid complete breakdown of the equipment /systems.

(e) Technical Documentation : All necessary changes in the documentation (Technical and Operators manual) for changes carried out on hardware and software of the equipment will be provided by the Seller.

(f) The Buyer reserves its rights to terminate the maintenance contracts at any time without assigning any reason after a notice of 02 months. The Seller will not be to entitled to claim any compensation against such termination. However while terminating the contract , if any payment is due to the Seller for maintenance service already performed in terms of the contract the same would be paid to it as per the contract terms.

(g) During the AMC period, the Seller shall carry out all necessary servicing /repairs to the equipment/ system under AMC at the location of the user i.e location where the equipment is installed/used at discretion of the buyer and seller will be responsible to repair / replace equipment, within a maximum of 14 days. For minor repair work like repair of network cables, connections and other cables like OFCs or routine maintenance issues should be carried out within 12 hours after being intimated of the fault. Prior permission of the Buyer would be required in case certain components/ sub systems are to be shifted out of location. On such occasions, before taking over the goods or components, the Seller will give suitable Bank Guarantee to the Buyer to cover the estimated current value of items being taken for the purpose of servicing /repair.

27. Engineering Support Package (ESP) clause. The following manuals/literature should be included along with the equipment :-

(a) Opening/ User's Manual. (b) Technical Manual. (c) Field Repair Manual including Fault Diagnosis. (d) Manufactures Recommended List of Spares.

28. Life Certificate of the Equipment. A ―Life Certificate of the equipment duly certified by the OEM/ Vendor to be submitted along with the bids.‖

29. Technical Presentation. Vendors are required to provide soft copy of the technical presentation of the equipment to enable TEC to check the essential parameters.

30. Vendor Details. The Buyer reserves the right to reject any Bidder in case the Bidder verification details as specified vide Part VI of the RFP are not provided by the Bidder.

(______) Col Secy PC for Chairman Proc Committee

47

PART V - EVALUATION CRITERIA & PRICE BID ISSUES

1. Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows :-

(a) Only those Bids will be evaluated which are found to be fulfilling all the eligibility and qualifying requirements of the RFP, both technically and commercially.

(b) In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Buyer with reference to the technical characteristics of the equipment as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation (TEC format as Annex 1).

(c) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at Para 2 below including AMC cost (please specify). The consideration of taxes and duties in evaluation process will be as follows:

(i) In cases where only Indian Bidders are competing, L-1 bidder will be determined by excluding levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service tax, Octroi/entry tax, etc on final product, as quoted by bidders.

― If indicated separately by the bidder in his bid, additional custom duty will be offloaded, whereas all other components will be treated as a part of basic cost for determining the L1 vendor.‖ For this purpose the bidder is required to indicate the component-wise custom duty at Para 3 (j) & 3 (k) of Part V Evaluation Criteria and Price Bid issues of RFP.

(ii) In cases where both foreign and indigenous Bidders are competing, following criteria would be followed :-

(aa) In case of foreign Bidders, the basic cost (CIF) quoted by them would be the basis for the purpose of comparison of various tenders.

(ab) In case of indigenous Bidders, excise duty on fully formed equipment would be offloaded.

(ac) Sales tax and other local levies, i.e. octroi, entry tax etc would be ignored in case of indigenous Bidders.

(d) No J & K Entry Tax Exemption certificate will be provided by the Buyer. Bidders are required to clearly spell out the rates of J& K Entry Tax .

(e) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

(f) The Lowest Acceptable Bid will be considered further for placement of contract / Supply Order after complete clarification and price negotiations as decided by the Buyer. The Buyer will have the right to award contracts to different Bidders for being lowest in particular items. The Buyer also reserves the right to do Apportionment of Quantity, if it is convinced that Lowest Bidder is not in a position to supply full quantity in stipulated time.

(g) Any other criteria as applicable to suit a particular case.

(h) Purchase/Price preference as per the relevant GoI orders issued from time to time will be applicable.

2. Price Bid Format (to be used for L-1 determination). The commercial bid format is provided as BoQ.xls alongwith this tender document at (https: eprocure.gov.in) as per Appx- B to the RFP. Bidders are required to download this BoQ.xls as it is and quote their offer in the permitted column. Determination of L-1 will be done based on total of basic price including AMC cost and excluding levies, taxes and duties levied by Central /State/ Lacal governments such as excise duty, GST, Service tax, Octroi/entry tax etc on final product of all items/requirement. BOQ should be filled up after referring to the complete RFP for any queries or clarifications. However

48 the final payment will be made for the cost of the project inclusive all taxes and excluding the AMC. The AMC contract will be made at the completion of the warranty period.

Note. 1. Determination of L-1 will be done based on total of basic prices and AMC Cost (not including GST levied by Central/State/Local governments on final product) of all items/requirements as mentioned above.

3. Additional information in Price Bid on GST (not in scope of L-1 determination) :-

(a) Is Excise Duty extra? :

(b) If yes, mention the following:-

(i) Total value of items on which Excise Duty is leviable. : (ii) Rate of Excise duty (item-wise if different ED is applicable) : (iii) Surcharge on Excise duty, if applicable? : (iv) Total value of excise duty payable. :

(c) Is Excise Duty exemption (EDE) required. :

(d) If yes, then mention and enclose the following:-

Excise notification number under which EDE can be given :

(e) Is GST extra? :

(f) If yes, then mention the following: (i) Total value on which GST is leviable : (ii) Rate of GST : (iii) Total value of GST lelviable :

(f) Is Service Tax extra? :

(g) If yes, then mention the following (i) Total value of Services on which Service Tax is leviable : (ii) Rate of Service Tax leviable: : (iii) Total value of Service Tax leviable :

(h) Octroi/ Entry taxes :

(j) Any other Taxes/ Duties :

(______) Col Secy PC For Chairman PC 49

Annx Refer to Para 1(b) of Part-V of Tender Enquiry No 1651/ISS AAS/GSI (SRE) dated18 Aug 2018

REVISED FORM DPM-24

TEC FORMAT 1. Clear Cut Parameters/QRs (as per relevant para/s of RFP)

Essentia Within Technicall l QRs Sample Ser Vendor/ Acceptabl Range y (Serially Readin Remarks No Sample e Range (Yes/ Acceptabl listed) g No) e

(1) (2) (3) (4) (5) (6) (7) (8)

(b) Intangible Factors (if any)

Intangible Factors* (as indicated in RFP) Feel Final Ser Vendor/ Look Warmth (Fit/ Others Analysis(Qualified/N No Sample (Fit/Unfit) (Fit/Unfit) Unfit) on qualified) (1) (2) (3) (4) (5) (6) (7)

*Intangible Factors will change based on the nature of items.

50

PART VI : VENDOR VERIFICATION FORM

1. FIRM PARTICULARS

(a) Name of the Individual / Firm / Company :

Registration Registering Authority Date of Registration Number

(b) Product Tendered For: ______

(c) Category Original Equipment Manufacturer OEM)

Distributor/Dealer/ Stockist Small Scale Industry Public Sector Unit Govt. Deptt. Consortium / State / Govt. Agencies Others (please mention) , (d) Address : Head Office ______

Telephone No______Fax No______Mobile No______Email Address;______

(e) Branch Office Address : ______

Telephone No______Fax No______Mobile No______Email Address;______

(f) Factory works Address : ______

Telephone No______Fax No______Mobile No______Email Address;______

51

2. APPLICANT PROFILE

(a) Type of Ownership

Individual Partnership Ltd. Company

PSU/Govt. Undertaking Research Institute Trust

Joint Venture or other tie-up for technology, equipment, financial backing and /or Project Management ( Please Specify)______

Other,Please Specify______

 Enclose copies of PAN (in case of individual) / Partnership Deed / Articles &Memorandum of Association / JV Agreement / Certificate of Incorporation / Certificate of Registration etc as applicable.

3. (a) Are you a small industry registered with the N.S.I.C? Yes / No ( If yes, please enclose copy of NSIC Competency / Capacity certificate).

(b) Do you have ISO 9000/9001/9002 certification? Yes? No

(c) In case of certification by other accredited institutions, please give details:

Institution Type of Certification Valid upto (date)

52

4. Is your firm/Co. registered (a) As a proprietary firm? If yes, then give the names of All firms having the same proprietor (b) Under Indian Partnership Act 1932? If yes, then give the names of all firms having same partners. (c) Under Indian companies Act 1956? (d) With SSI/NSIC/Dept of Industries (State Govt) / DGQA / DQAN / DGSD etc? Give details. 5. Nature of Business carried out. Manufacturer/Service sub-Contractor / Authorised Agent/ Dealer / Trader / Consultant / Civil Works etc. (Attach Brochures / leaflets of products manufactured). 6. Items of Manufacture / Service / Civil Works / Agency / Dealership / Consultancy for which Registered. 7. List of items being dealt with (Please attach separate sheet) 8. If manufacturer/sub-contractor, please furnish details of floor area of factory, whether SSI registered with NSIC, number of workers employed, number of employees in QC/Inspection, sources of raw materials, turnover for last 3 years, collaborators, if any details of plant and machinery, inspection equipments, test facilities, whether any facilities being sought from others(if more than one factory, give details for each separately) 9. If agent, please give details of a territories, principal held details of the agent agreements, details of modalities of stock held, maximum value of supply at any time, facilities for after sales service. 10 If stockiest, please state the level of stocks held; approximate stock in trade normally held, maximum value of supply that can be executed at any time, surety/ testimonial establishing dependency and capacity to execute contracts 11 Has your company supplied this Product to any other organization ? If so give details of quantity supplied, date of delivery, cost per item and total cost of consignment delivered 12 Does your company have a Dealer network in India. If so give details. 13 Can your firm provide continued Product Support in terms of repairs, maintenance, spares, assemblies / Sub assemblies, fitment items, Special maintenance tools, Special Test equipments etc for the item tendered for a minimum period of seven years from the date of delivery ? 14 Do you agree to under takea Comprehensive Annual Maintenance Contract for a minimum period ofFive years(after Warranty Period) at a cost mutually agreed upon by both parties at the time of initial delivery of stores? 15 Name and Address of the Bankers stating the details of Accounts held and Account numbers; value of ovable/immovable property with details (supported by Certificate from Civil authorities; Solvency certificate from the Bankers) 16 Name and Permanent Account Number of Income Tax; Sales tax registration CST and APGST, details of Sales turnover and sales tax paid in last 3 years. 17 Are you a listed/approved contractor for DGS & D/PSU/ Government Department. Please give details. 18 Have you ever been blacklisted by any of the above; if yes/ give details.

53

19. COMMERCIAL INFORMATION

(a) Registration Particulars. (Furnish details and enclose copy of certificate for the following) (I) Permanent Account No : (ii) Customer and taxpayer's GSTIN (iii) State Sales Tax / Tin Number (iv) HSN Code (eight digit)/SAC Cade (v) Category as per MSME Act : Micro / Small / Medium Regn No : Valid up to : (Attach Certificate)

20. The following information of Bank Account of the Company, duly endorsed by the Bank (required for Electronic Fund Transfer -EFT / RTGS) is to be submitted. (a) Name of the Company

(b) Name of Bank

(c) Name of Bank Branch

(d) City/Place.

(e) Account Number

(f) Account type

(g) IFSC code of the Bank Branch

(h) MICR Code of the Bank Branch (j) Details of other Bankers (for reference purpose only)

NOTE :-

1. Suppliers who have already submitted the above information are requested to submit a copy of the same. 54

DOCUMENTS TO BE SUBMITTED

1. Name & Address: Proof of ownership, right over office / factory copies attested by Public Attorney.

2. Name of the firm: Copy of registration/Incorporation Certificate, copy of Memorandum and Articles of Association, copy of Partnership Deed, List of Directors Latest Annual Report, SSI certificate copy, Collaboration agreement.

3. Manufacturer: Certificate of competency, Registration of OEM & capacity from NSIC.

(i) Agents: Agency agreements.

5. Stockiest: Stock in trade certificate Solvency and testimonials.

6. Banks: Certificate of balance, Solvency Certificate, Certificate of Movable / Immovable lists.

7. GST Registration with Copies of Registration letters.

IT IS CERTIFIED THAT THE ABOVE INFORMATION FURNISHED IS TRUE TO THE BEST OF MY KNOWLEDGE

Date : (Signature of vendor /rep of stamp of firm Firm with name of person and details of the firm

55 READY MADE LABEL FOR ENVELOPE OF TECHNICAL BID / COMMERCIAL BID AND MAIN ENVELOPE

( PLEASE CUT & PASTE THE LABEL ON EACH ENVELOPE. EACH ENVELOPE MUST BE SEALED. MIXING OF BIDS IN A SINGLE ENVELOPE WILL NOT BE ACCEPTED )

TECHNICAL BID Name of Item/Eqpt SECURITY SYSTEM FOR 257 ARMY AVN SQN (ALH-WSI) TO INCLUDE INTERGRATED VIDEO SURVEILLANCE SYSTEM, ELECTRIC FENCE SYSTEM, ANTI CLIMB FENCE WITH INTRUSION DETECTION, ACCESS CONTROL SYSTEM AND COMMAND CONTROL SYSTEM INCLUDING SURVEILLANCE CENTER,QTY -01 FOR THE FY 2018-19 Tender Enquiry No & date 1651/ISS AAS/GSI (SRE) dated18 Aug 2018 TO CHAIRMAN, TPC HQ 16 Corps GS (INT) C/O 56 APO VENDOR’S CONTACT DETAILS : From : (Full Postal Address of vendor/ Telephone No : Official seal) Mobile No Fax/E-mail :

EMD / COST OF TENDER DOCU / VENDOR VERIFICATION ENVELOPE

Name of Item/Eqpt SECURITY SYSTEM FOR 257 ARMY AVN SQN (ALH-WSI) TO INCLUDE INTERGRATED VIDEO SURVEILLANCE SYSTEM, ELECTRIC FENCE SYSTEM, ANTI CLIMB FENCE WITH INTRUSION DETECTION, ACCESS CONTROL SYSTEM AND COMMAND CONTROL SYSTEM INCLUDING SURVEILLANCE CENTER,QTY -01 FOR THE FY 2018-19 Tender Enquiry No & date 1651/ISS AAS/GSI (SRE) dated 18 Aug 2018 TO CHAIRMAN, TPC HQ NORTHERN COMMAND (AVN BRANCH) C/O 56 APO VENDOR’S CONTACT DETAILS : From : (Full Postal Address of vendor/ Telephone No : Official seal) Mobile No Fax/E-mail :

Your full address, telephone No, Mobile No, Fax No must be on each envelope for timely communication of Tender Opening, Technical Assessment & Commercial bid opening dates.

56

Appx A (Refer to Para 6 of RFP of Tender Enquiry No 1651/ISS AAS/GSI (SRE) dated18 Aug 2018

QUESTIONNAIRE TO BE ANSWERED BY THE VENDOR/FIRM

(To be submitted along with the Technical Bid)

TENDER ENQUIRY: 1651/ISS AAS/GSI (SRE) dated18 Aug 2018

Ser Question Answer No 1 What is your guaranteed monthly schedule of delivery?

2 Have you offered the stores conforming fully to the tender enquiry specifications? In case they are not, the extent of deviation should be indicated. 3 Have you offered packing as stipulated? If not, please indicate the details of packing, you intend to offer 4 Are you registered for the stores quoted in the tender with the DGS&D?, If so, give the Registration Number. 5 Do you agree to the Terms and Conditions mentioned in Part I, II, III, IV and V of this Tender Enquiry? If NO, details to be mentioned separately. 6 Repeat Order . The firm should be ready in case repeat order is placed wherein the buyer can order up to 50% quantity of the items under the contract within Six Months from the date of successful completion of the contract, cost, terms and conditions remains the same. It will be entirely the discretion of the buyer to place the Repeat Order or not 7 Option Clause. The purchaser reserves the right to increase up to 50% of the originally contracted quantity at the same rate and terms of the contract. 8 Tolerance Clause. The purchaser reserves the right to 25% decrease/increase in the quantity of the required goods upto that limit without any change in the terms & conditions and prices quoted by the Seller. 9 Photostat copy of Latest Income Tax Return duly acknowledged 10 Give your Permanent Account Number (PAN) allotted by the Income Tax dept (photocopy to be enclosed) 11 Name and Full Address of the Bankers along with EFT Account No 12 TIN No (photocopy of the Registration Certificate to be enslosed. 13 GST No (photocopy of the Registration Certificate to be enclosed)

Date : (Signature of vendor/rep of stamp of firm Firm with name of person and details of the firm) 57

Annex II (Ref para 2(a)(ii) part 1 of RFP & para 2(b) (iii) of part I of RFP)

TENDER CONDITIONS ACCEPTANCE LETTER (To be given on Company Letter Head) Date: To, ______

SUB: ACCEPTANCE OF TERMS & CONDITIONS OF TENDER

Tender Reference No: ______

Name of Tender/Work: ______

Dear Sir,

1. I / We have downloaded/obtained the tender document(s) for the above mentioned Tender/Work from the web site(s) namely:

______as per your advertisement,given in the above mentioned website(s).

2. I / We hereby certify that I/We have read entire terms and conditions of the tender documents from page No. ______to ______(including all documents like annexure(s), schedule(s), etc... which form part of the contract agreement and I/we shall abide hereby the terms/conditions/clauses contained therein.

3. The corrigendum(s) issued from time to time by your department / orgnisation too have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender condition of above mentioned tender document(s)/ corrigendum(s) in its totality / entirety.

5. The Tech bid its enclosures as submitted in physical form as mentioned in para 7 of part I of RFP is the true copy of the documents upload on the Central public Procurement Portal (https://eprocure.gov.in/eprocure/app).

6. In case any provisions of this tender are found violated , your department/ Organisation shall be at liberty to reject this tender/bid including the forfeiture of the full said Earnest Money Deposit absolutely and we shall not have any claim/right against deptt in satisfaction of this condition.

Yours Faithfully, (Signature of the Bidder, with Official Seal)

58 Annex III (Ref para 8 (c) part I of RFP)

INSTRUCTIONS FOR THE BIDDER

Instructions to the Bidders to submit the bids online through the Central Public Procurement Portal for e Procurement at http://tenders.govt.in & www.eprocure.gov.in as follows.

1. Possession of valid Digital Signature Certificate (DSC) and enrolment/registration of the contractors/cidders on the e-procurement /etender portal is a prerequisite for e- tendering.

2. Bidder should enroll/register the Central procurement site using the ―Click here to Enroll option available on the home page. Portal enrollment is generally free of charge. During enrollment/registration, the bidders should provide the correct//true information including valid email ID. All the correspondence shall be made directly with the contractors/bidders through email ID.

3. Bidder need to login to the site through their user ID/password chosen during enrollment/registration.

4. Then the Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by SIFY/TCS/nCode/e Mudra or any Certifying Authority recognized by CCA India on e Token/Smart Card,should be registered.

5. The DSC that is registered only should ensure safety of the same.

6. Bidder logs in to the site through the secured log in by giving the user ID/password chosen during enrolment/registration and then by giving the password of the e Token/Smart Card to access DSC.

7. In case of limited tender the regd dealers/bidders invited to participate in the tender will receive a notification through e-mail wrt to tender and after log in the bidder selects the tender and moves it to ―my tender‖. In case of open tender the bidder selects the tender which he/she is interested in by using the search option & then moves it to the ―my tenders‖ folder.

8. From my tender folder, the bidder selects the tender to view all the details indicated.

9. After downloading/getting the tender document/schedules, the bidder should go through them carefully and then submit the documents as asked, otherwise bid will be rejected.

10. If there are any clarifications,this may be obtained online through the tender site,or through the contact details or during the ore-bid meeting if held and intimation above the same shall be dissaminated through Central Procurement Portal.

11. Bidders should take into account the corrigendum published before submitting the bids online.

12. It is construed that the bidder has read all the terms and conditions before submitting their offer. Bidder should go through the tender schedules carefully and upload the documents as asked otherwise, the bid will be rejected.

13. The Bidders can update will in advance, the documents such as certificates, annual report details etc, under My Space option and these can be selected as per tender requirements and then sent along with bid documents during bid submission. This will facilitate the bid submission process faster by reducing upload time of bids.

14. Bidder, in advance, should get the bid documents ready to be submitted as indicated in the tender document/schedule and generally, they can be in PDF/xls/rar/zip/dwf formats.If there is more than one document, they can be clubbed together and can be provided in the requested format. Each document to be uploaded online for the tenders should be less than 2MB. If any document is more than 2 MB it can be reduced through zip/rar and the same can be uploaded, if permitted. Bid documents may be scanned with 100 dpi with black and white option. However if the file size is less than 1MB the transaction uploading will be very fast.

15. Bidder should submit scanned copy of Tender Fee /EMD as specified in the tender. The original should be posted/couriered/deposited physically to the Tender Inviting Authority, within the bid submission due date & time for the tender. Scanned copy of the instrument should be uploaded as part of the offer.

59

16. While submitting the bids online, the bidder must read the terms & condition and accept the same proceed further to submit the bid packets.

17. The bidder has to select the payment option as offline to pay the Tender FEE /EMD as applicable and enter details of the instruments.

18. The details of the DD/any other accepted instrument, physically sent,should tally with the details available in the scanned copy and the data entered during bid submission time. The submitted bid will not be acceptable if otherwise.

19. The bidder has to digitally sign and upload the required bid documents one by one as indicated. Bidders must note that the very act of using DSC for downloading the bids and uploading their offers shall be deemed to be a confirmation that they have read all sections and pages of the bid document including General conditions of contract without any exception and have understood the entire document and are clear about the requirements of the tender requirements.

20. The bidder has to upload the relevant files required as indicated in the cover content. In case of any irrelevant files, the bid will be rejected. The tech bid acceptance will be subject to physical receipt of specified docu at the time of tech bid opening Further the Tender Inviting Authority will not be held responsible for any sort of delay or the difficulties faced during the submission of bids physically by the bidders under any circumstances whatsoever.

21. If the price bid format is provided in a spread sheer file like BoQ_xxxx.xls, the rates offered should be entered in the allotted space only and uploaded after filling the relevant columns. The Price Bid/BOQ template must not be modified/replaced by the bidder, else the bid submitted is liable to be rejected for this tender.

22. The bidder are requested to submit the bids through online e- tendering system to the Tender Inviting Authority(TIA) well before the bid submission end date and time( as per Server System Clock). The TIA will not be held responsible for ant sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour

23. After the bid submission(ie after Clicking ―Freeze Bid Submission‖ in the portal), the acknowledgement number, given by the system should be printed by the bidder and kept as a record of evidence for online submission of bid for the particular tender and will also act as an entry pass to participate in the bid opening date.

24. The time settings fixed in the server side and displayed at the top of the tendersite,will be valid for all actions of requesting,bid submission,bid opening etc, in the e- tender system. The bidder should follow this time during bid submission.

25. All the data being entered by the server is subjected to symmetric encryption techniques to ensure the secrecy of the data. The data entered will not viewable to unauthorized persons during bid submission & not be viewable to any one until the time of bid opening.

26. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers or the procurement officer openers public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers.

27. The confidentiality of the bids is maintained since the secured Socket Layer 128 bit encryption technology is used. Data storage encryption of sensitive fields is done.

28. The bidder should logout of the tendering system using the normal logout option available at the top right hand corner and not by selecting the (x) exit option in the browser.

29. For bidder for any queries regarding e- tendering process, the bidders are requested to contact TIA as provided in the tender document. The bidder for any further queries can also to contact over phone: 01991-2673597 or send a mail over to E-mail [email protected].

30. All the pages of Technical bid and unfilled commercial should have been duly signed by the bidder/auth rep and hard copy will be submitted in the office of TIA.

31. The undertaking to the effect that the terms and conditions stipulated in the tender docu are acceptable by the auth signatory of the bidders Regd firm will have to be submitted. The subject undertaking on a forwarding litter shall be uploaded on CPP portal during bidding by the bidders.(Format as Appx)

60

32. All items in BoQ are to be quoted by every bidder. In case a bidder wishes to not quot for any particular item,he/she should leave the basic price of an item blank and press ―Validate‖ button. The BoQ will give error message saying that rate is not filled in that serial No. The bidder should ignore the warning message, save the BOQ and uploaded the same as ―Commercial Bid‖.

Note:- (Rate to be quoted online by bidder in BOQ Excel sheet only).

61

Annex IV (Ref para 2(b) (v) of part I of RFP

ADDITIONAL CHARGES/DISCOUNTS

It is hereby certified that no Additional Charges Levied Or Any Discounts Offered from the prices quoted in the enclosed BOQ, Which will have financial implication on the bid value quoted by me.

OR

The following additional Charged Levied/ Discounts Offered over and above the prices quoted in the BOQ which will have financial implication on the bid value quoted by me

(I)

(ii)

(iii)

Date Signed by: Official stamp

Notes:-

Please strike out whichever is not applicable.

The certificate will be signed by the owner of the firm or any person auth to do so on behalf of the owner.

The certificate will be scanned, digitally signed and uploaded along with the BOQ in the Cover II containing Financial Bid. (Ref para 2 (c) of part I of RFP)

62

Annex-V (Ref Para 2 (c) of Part I of RFP)

CERTIFICATE

It is certified that our concern/establishment requires copy/ copies of Defence specification/drawing bearing No , in connection with the Tender Enquiry No 1651/ISS AAS/GSI (SRE) dated_____ Aug 2018. It is further certified that the information contained in the defence documents will be utilized by our firm for our own use for the purpose of producing supplying and inspection of defence stores. The information contained therein will be divulged/ supplied to any outside agencies not authorized to receive the same without prior approval of the issuing authority.

Date : (Signature of Vendor/Rep of Stamp of Firm Firm with Name of person and details of the Firm.