INS Eksila Area Post - 530012

635/SEC/CCTV 27 Dec 17

To,

REQUEST FOR PROPOSAL

INVITATION OF BIDS FOR PROCUREMENT AND INSTALLATION OF CCTV CAMERAS

1. Bids through CPP (e-procurement) are invited for supply of items listed in Part II of this RFP. Please super scribe the above mentioned Title, RFP number and date of opening of the bids on the sealed cover to avoid the bid being declared invalid.

2. The bids are required to be uploaded on Central Procurement Portal for e procurement. However, the address and contact numbers for seeking clarifications regarding this RFP are given below –

(a) Bids/queries to be addressed to: Online through CPP. (b) Postal address for sending the bids: Online through CPP, (c) Name/designation of the contact personnel: REGULATING OFFICER (d) Telephone numbers of the contact personnel: 0891 2814300 (e) E-mail ID's of contact personnel: [email protected] (f) Fax number: 0891-2516004

3. This RFP is divided into five Parts as follows:-

(a) Part I. Contains general information and instructions 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 form part of the contract with the successful Bidder.

(e) Part V. Contains evaluation criteria and format for Price.

Part I: General Information

1. Last Date and Time for Depositing the Bids 23 Feb 2018 By 1400 Hrs. The bids should be uploaded by the due date and time. The responsibility to ensure this lies with the bidder.

2. Manner of Depositing the Bids. Bids should be uploaded in e-portal for E-PROCUREMENT. Late tenders will not be considered.

3. Time and Date for Opening of Bids 26 Feb 2018 By 1430 Hrs. (If due to any exigency, the due date for opening of the Bids is declared a closed holiday, the Bids will be opened on the next working day at the same time or on any other day/time, as intimated by the Buyer).

4. Location of the Tender Box. Only E-PROCUREMENT. No manual bids will be accepted.

5. Place of Opening of the Bids. Training Hall, INS EKSILA. The bidders may depute their representatives, duly authorized in writing, to attend the opening of Bids on the due date and time. Rates and important commercial/technical clauses quoted by all Bidders will be read out in the presence of the representatives of all the Bidders. This event will not be postponed due to non-presence of your representative.

6. Two-Bid system. In the Two-bid system, only the Technical Bid would be opened on the time and date mentioned above. Date of opening of the Commercial Bid will be intimated after acceptance of the Technical Bids. Commercial Bids of only those firms will be opened, whose Technical Bids are found compliant/suitable after Technical evaluation is done by the Buyer.

7. Technical Bid. The following documents are to be uploaded along with the Technical Bids:-

(a) Technical Offer giving brief background of the firm, their origins, and their technical capabilities. The bidder will need to give a brief description of the methodology he will adopt for doing the work, the number of persons to be deployed and their qualification. The firm is also required to give brief description of the technical infrastructure, equipment and machinery that the firm owns. The firm is to clearly indicate list of own infrastructure that will be used and technical infrastructure of a partner firm for undertaking the Scope Of Work as outlined in this RFP. If infrastructure of a partner firm is planned to be used, a certificate from the partner firm to this effect with their capabilities is to be attached. If the bidder has any reservations about providing services and spares as outlined in ‗Scope Of Work‘, the same is to be clearly indicated in the Technical Offer.

(b) T Bid Matrix. Performa of ‗T‘ bid matrix (Annexure I) are required to furnish clause by clause compliance of specifications bringing out clearly the deviations from specifications, if any. The Bidders are advised to submit the compliance statement in proper format along with Technical Bid. Compliance to Tender Enquiry specifications, whether Yes /No, in case of noncompliance deviation from Tender Enquiry to be specified in unambiguous terms in the ―T‖ bid compliance matrix. All the individual pages of T- bid compliance matrix is also required to be signed and submitted along with the Bid. Failure to do so can lead to rejection of bids.

(c) Original Bid documents duly signed on all pages by the bidder. If the bid documents are not being signed by the Proprietor / Partner, Written Power of Attorney on stamp paper of Rs 10/- in favour of person signing the tender documents from authorised signatory of the company.

(d) Copies of affidavit for sole Proprietorship/ Partnership deed/ Memorandum and article of Association along with the details pertaining to place of registration, principal place of business of the firm etc.

(e) Attested copy of PAN No. allotted by competent authority.

(f) Attested Copy of Service Tax Registration Certificate.

(g) Documents in support of financial stability of the firm like attested copies of audited balance sheets, profit & loss account statement etc. for the last 03 financial years i.e.2011- 12,2013-14 & 2014-15.

(h) Documents necessary to support pre qualification criteria to be fulfilled by the firms. The documents should establish the criteria outlined in an unambiguous manner.

(j) Duly completed certificate regarding capability to supply genuine spares as listed in the RFP.

(k) A declaration that there is no false declaration in the bid document and that that no Government agency has suspended business with them in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted.

Note-1 Eksila reserve the right to cross check authenticity of any of the relevant document(s)/ information directly with the issuing authority /authorities at any stage. In case of submission of fraudulent document/ suppression of information or submission/ providing wrong information by the bidder, or at any stage, if it is found that bidder has secured the contract through fraudulent means, documents, information, his bid is liable to be rejected, his performance guarantee money submitted to Eksila shall be forfeited/confiscated and further action shall be taken by Eksila as deemed fit.

Note – 2 All the pages of each supporting document for Pre- Qualification mentioned under bid documents, submitted by the bidder shall be signed & stamped(attested)by bidder in original.

8. Price Bid. Price bids of only qualified bidders shall be opened on the date and time fixed for opening of Price Bids and intimated to the bidders who meet the pre-qualifying criteria. .The tenderers whose Technical bids have not been found acceptable will be intimated about this fact and asked to take back the earnest money and the unopened financial bids. Envelope No. 2 comprising Technical Bid shall comprise of the following documents:-

(a) Price bid shall be strictly as per the Price Bid format given at Part V to this document.

(b) No over writing or striking is acceptable. Bids received with blank spaces where a price is to be quoted, illegible figures, over writing or striking will be rejected. Every page of the priced bid document is to be signed and stamped by the bidder.

(c) The bidder should quote their rates in figures as well as in words. In case of discrepancies between the unit rates quoted in figures and in words, the unit rates quoted in words shall prevail.

(d) In case of discrepancy between the unit rate and the total amount derived from multiplication of unit rate and the quantity, the unit rate as quoted will govern and the total amount will be corrected.

(e) All taxes are to be quoted separately as per format of Price Bid given at Part V. It is the liability of the Contractor to pay all statutory taxes to State / Central Governments and Eksila will have no liability whatsoever on any account to pay any taxes, levies, duties etc. levied by Central / State Govt. pertaining to execution of the work.

(f) The bidder/s shall be called for Price Negotiations, if deemed necessary, and would need to submit an analysis of rates if called upon to do so.

9. Forwarding of Bids. Bids should be uploaded on Central Procurement Portal by Bidders for e procurement inter alia furnishing details like TIN number, GST number, Bank address with EFT Account etc and complete postal & e-mail address of their office, if applicable. In addition, BOQ is required to be filled by the bidders and subsequently be uploaded on CPP along with tender documents.

10. 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) days prior to the date of opening of the Bids. Copies of the query and clarification by the purchaser will be sent to all prospective bidders who have received the bidding documents.

11. Modification and Withdrawal of Bids. A bidder may modify or withdraw his bid after submission provided that the written notice of modification or withdrawal is received by the Buyer prior to deadline prescribed for submission of bids. A withdrawal notice may be sent by fax but it should be followed by a signed confirmation copy to be sent by post and such signed confirmation should reach the purchaser not later than the deadline for submission of bids. No bid shall be modified after the deadline for submission of bids. No bid may be withdrawn in the interval between the deadline for submission of bids and expiration of the period of bid validity specified. Withdrawal of a bid during this period will result in Bidder's forfeiture of bid security.

12. 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.

13. 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.

14. Unwillingness to quote. Bidders 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 delisted for the given range of items as mentioned in this RFP.

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

16. Earnest Money Deposit. Bidders are required to submit Earnest Money Deposit EMD) in favour of “The Commanding Officer, INS Eksila” for amount of Rs. 2,50,000.00 (Rupees Two lakhs Fifty Thousand 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 from any of the public sector/nationalised banks would be accepted only. 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 for the same item/range of products/goods or services with the Central Purchase Organization (e.g. DGS&D), National Small Industries Corporation (NSIC) or any Department of MoD or MoD itself. 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.

17. Pre-Bid Conference. Prior to opening the bids, a Pre-Bid conference with the qualified firms will be scheduled at this office at 1100 hours on 22 Jan 2018 in order to clarify issues as regard specifications and other technical details of the items. All potential firms are required to attend the pre bid conference at given date and time. Any clarification as regards gate entry, conference timing or any other relevant issues may be sought on telephone number specified at Para 2(d) of this RFP. It may be noted that participation in the pre-bid meeting is mandatory.

18. Site Visit.

(a) Comprehensive Site survey is mandatory for all the bidders who are participating in the bid, to fully understand buyer requirements and site conditions. It is compulsory for all bidders to depute proficient teams to INS Eksila, Visakhapatnam for site survey, at their own cost. The site survey would be undertaken on dated 22 Jan 2018 at 0900 hrs. Firms are required to undertake site survey on the promulgated date. Firms not undertaking site survey will be disqualified. The bidders are requested to satisfy themselves regarding the availability of water, requirement of electricity, nature and location of work, the configuration of the ground, the type, quality and quantity of the materials, the type of equipment and facilities needed preliminary to and during the progress of the services. He should also assess the law and order situation, the general and local conditions, the labour conditions prevailing therein and all other matters which can in any way affect the services under contract. The contractor will be fully responsible for the financial effect of any or all the above factors in his rates including also the factors like age of machines, types of AMC, Working Environment, equipment & systems etc. installed CCTV facility of INS Eksila. No compensation will be given on account of ignorance of any of the factors during execution of the works.

(b) Before submitting the bid, the Bidder will be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates the bidder enters in the bid forms are adequate and all inclusive for the completion of work to the entire satisfaction of Eksila.

Station: ______Signature of Tenderer(s) ______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Part II: Essential Details of Items/Services required

1. Schedule of Requirements. List of items/ services required is as follows:-

S/N DESCRIPTION QTY Units Supply of HD Megapixel IR IP PTZ Dome Camera, 1 1/3inch CMOS, 2.0Mpx,30X, 120 mtrs IR,bracket 15 Nos outdoor, 24VDC/24VAC w/audio/alarm/RS485 Supply of HD Megapixel IR IP PTZ Dome Camera, 1/2.8inch CMOS,H.264/M-JPEG, NTSC/PAL,2.0Mpx, 2 6 Nos 20X, 100mtrs IR, bracket outdoor,24VDC/24VAC w/audio/alarm/RS485 Supply of Megapixel WDR IR smart IP bullet camera,4.0Mpx, 1/3"CMOS,day/night,H.265/H.264/M-JPEG, with 3 28 Nos audio alarm, 2.8~12mm motorized zoom lens, 60m IR distance, outdoor, IP67,PoE/12VDC/24VAC Supply of Enterprises grade Video Management 4 50 Nos Software with License for 50 Nos. Cameras Video Analytics license for 21 Nos. Fixed 5 21 Nos cameras. 6 Supply of Joystick controller 02 Nos Supply of VMS Server with Intel® Xeon® E5- 2609v4 (1.7GHz/8-core/20MB/85W),16 GB DDR4- 7 2400R Memory,Smart Array 4GBcontroller,2x 2TB 01 No 6G SAS 7.2K rpm 3.5" HDD,Ethernet 1Gb 2- Port,redundant power supply. Supply of 56 TB Network Attached Storage for 30 Days Video recording with Intel® Xeon E3- 1245v5 3.5GHz Quad Core, Hyper Threaded 8 01 No Processor,16GB DDR4 ECC Drive Bays- Nos.,14 x 4TB 3.5" HDD, Dual Redundant Internal 550 W Power Supply Supply of Workstation with Processor Intel® Xeon® processor E3-1230v5,Quad-Core, 8 MB cache, 3.4 GHz, up to 3.8 GHz with Intel 9 02 Nos Turbo Boost Technology, 16 GB DDR4 RAM,500GB SATA 7200 rpm 6Gb/s 3.5" or 2.5"HDD,DVDRW ,windows-10. (without Monitor) Supply of 50" Full HD LED Display for 10 01 Nos Viewing/Monitoring Cameras Supply of 40" Full HD LED Display for 11 04 Nos Viewing/Monitoring Cameras Supply of PC with Core i5 6400,8GB DDR4 Ram,2 12 GB Nvidia Graphic Card, 1TB HDD,Win 8.1 Pro, 03 Nos DVD RW (without Monitor) Supply of 6 KVA UPS with 16 Nos. 12V,42AH SMF 13 01 No Batteries Supply of 2 KVA UPS system with 06 Nos. 14 03 Nos 12V,42AH SMF batteries 15 Supply of 600 VA UPS for Cameras. 18 Nos Supply of 24x10/100Base-TX ports Layer 2 16 Managed Switch with 4 combo Gigabit Ethernet 03 Nos /SFP Ports and 4 Single mode SFP transceiver Supply of 8x10/100TX Layer 2 Managed Switch 17 with 2 SFP ports and 2 Single mode SFP 18 Nos transceiver. Supply of 64 GB SD Card for Camera Local 18 49 Nos recording (Incase of Network failure) Supply of 19” 27U Racks with accessories for 19 02 Nos Servers. Supply of 19" 6U Racks with accessories for 20 03 Nos Switches Supply of 7 Mtr Pole ( 1Mtr Inside ground and 21 40 Nos 6Mtr above Ground) for Supply of 3.5 Mtr Pole ( 0.5 Mtr Inside 22 09 Nos ground and 3Mtr above Ground) Supply of 500W x 500H x 300D single door , 1 23 gland plate in the enclosure base,1 zinc- 18 Nos plated mounting plate IP 66 junction box. 24 Supply of 1.5 Ton Split AC for Control Room 02 Nos 25 Supply of 6core Single Mode Armored OFC cable 6500 Mts 26 Supply of 2.5 Sqmm 3 Core Armored power cable 3000 Mts Supply of 1” HDPE Pipe for underground OFC 27 6500 Mts cabling Supply of 12 port Rack Mount LIU (Fully 28 07 Nos Loaded) Supply of 12 Port wall mount LIU (Fully 29 18 Mts Loaded) 30 Supply of OFC patch cords (SC-LC/SC-SC) 48 Nos 31 Supply of Cat 6 Cable (Box-305 Mtrs) 04 Nos Box 32 Supply of CAT6 patch Cords (3 Mtrs) 10 Nos 33 Supply of 1" Casing Capping /PVC Pipe 1200 Mts Supply of Power Accessories (DB Boxes, MCB's ,Power Sockets , Switches, electrical boxes, 34 1 L/S Terminals, Cable Tags, ferrules, Cable Ties, PVC, sockets, Bends etc) 35 Supply of Cable Route Markers 150 Mts 36 Digging and Refilling of Soft Soil 6200 Mts Digging and Refilling of Hard Soil (Road 37 300 Mts Cutting and refilling) 38 Laying of HDPE Pipe 6500 Mts Laying of Armored Fiber Cable through HDPE 39 6500 Mts Pipe 40 Laying of 3 Core Armored Power Cable 3000 Mts 41 Laying of CAT6 cable 1200 Mts 42 Fixing laying of Casing Capping /PVC Pipe 1200 Mts 43 Pigtails Splicing Charges 228 Nos 44 Poles Erection Charges 49 Nos 45 Route Markers erection charges 150 Nos 46 Installation & Commissioning 01 L/S

2. Technical Details. List of Services / Spares required is placed at the Scope of Work / Schedule of Requirement (SOR) to this RFP. Agreement to complete SOW/SOR in all respect is mandatory. Failure to agree to this clause can lead to rejection of bids. (Tech specifications placed at Annexure II)

3. Mandatory Requirement for the Firm. All the information requested for pre-qualification shall be provided by the bidding firm. Failure to provide information, which is essential to evaluate the bidder‘s qualification, or to provide timely clarification or substantiation of the information, supplied may result in disqualification of the bidder. Pre-qualification will be based on meeting all the following minimum criteria regarding the bidder‘s general and special experience, personnel, equipment and financial capabilities, as demonstrated by the bidder‘s responses in the forms attached :-

(a) Past Experience. (i) The firm should be an established Indian Firm who should have been in existence for at least three years and have adequate experience to undertake the job. (ii) The firm should have experience of Installation, Commissioning of CCTV Systems and should furnish proof of having carried out similar works with reputed PSUs / Indian Navy / Coast Guard or reputed firms in the past (Both Work orders and Work completion certificates). (iii) The bidder while submitting Work Orders from private firms should provide adequate documentary proof like Company Profile, IT Returns and Registration details to establish beyond doubt the legitimacy of the firm giving Work Order. In the absence of these documents, Indian Navy reserves unilateral right to decide on acceptance of Work Orders submitted from non reputed private firms.

(b) Financial Parameters (i) Annual Turn Over. The firm should have been an established firm for more than three years and should have an annual turnover of at least Rs 1 Crore annually over the last three years. The firms are required to submit Balance sheets and Income Tax details for the last three years i.e 13-14, 14-15, 15- 16 & 16-17.

Notes:- (aa) The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the income side of Profit and Loss Account. It does not mean Profit. (ab) Closing stocks in whatsoever manner should not form part of turnover. (ac) The bidder should furnish Annual Financial Turnover for each of the last 3 financial years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criteria. (ad) The tenderer should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant financial year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted. (ae) If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the three financial years immediately preceding the previous year may be adopted for evaluating the credentials of the Bidder. (ii) Profitability. The Bidder should be a Profit(Net) making firm and should have made profit during any two of the past 03 Financial Years immediately preceding the dead line for submission of bids. If the Audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 26 Feb 2018, Audited Balance Sheet of the three Financial Years immediately preceding the previous Financial Year shall be considered.

4. General Requirements.

(a) The company submitting the tender should be an ISO 9001.2000 company, and proof to the effect must be submitted. (b) The ‗Make‘ of the equipment and accessories being offered should be clearly mentioned. Manufacture‘s technical datasheet for the product must be attached in the technical bid. (c) The manufacture / vendor must have a service outlet and office in . (d) Any defects should be attended to within 24 hours and rectified with in another 24 hours. (e) Tenders must be an Authorised agent/ marketing partner to market the equipment. Authorisation letter must be submitted. (f) All items must have a warranty period of at least 12 months from the date of completion of commissioning/ trials, free of all defects. (g) The warranty shall consists of repairing or replacing defective parts free of cost during warranty period. (h) All items must bear a trade mark, and the TM No. must be enclosed. (j) Authorisation that the items quoted by the tenderer are in production and would be supported by ‗OEM for at-least next 07 years‘ from the date of tender. Obsolete products are not to be quoted. (k) Letter from manufacturer for supporting the system for at least 07 years. (l) Upgradation of the product if any from time to time should be free of cost for 07 years. (m) Trader should be willing to undertake AMC for the first 5 years on completion of warranty period. Case will be taken up separately on completion of warranty. (n) Undertaking to provide after sale support for a minimum period of 7 years after the date supply.

(p) OEM should have presence in for the last 8 years and PO copy shall be submitted. (q) OEM should have registered office in India for the last 5 years and should be a direct presence in India. (r) OEM must have supplied minimum of 400 IP cameras in India in any State Government, Central Government or PSU in last 03 years. (s) 3 Customer references in India with similar type of system functioning from any state government / Central Government of PSU. (t) OEM should have service support in India and certification of Incorporation, GST certificate needs to be submit. (u) OEM should have dedicated Technical Support Engineers for all the four regions in India. (v) Global HQ of the OEM should be located in any one of the North America, South America, Europe or Australian Continents. (w) The bidders should have PF & ESI registration codes, successful bidder shall submit PF & ESI registration codes before commencement of work. (x) The cameras and the video management software offered by the bidder should from same the OEM and the VMS should support to integrate at least 30 other brand / make cameras for future integration. (y) The bidder shall submit proof of similar project jobs successfully executed by them along with proof of satisfactory performance by the end user for any one of the following categories :- PO of an amount of Rs.100 lakhs or more : 1 no. (minimum) PO of an amount of Rs. 75 lakhs or more : 2 no. (minimum) PO of an amount of Rs. 50 lakhs or more : 3 no. (minimum)

5. Disqualification on Certain Grounds. Even though the bidders meet the above qualifying criteria, they are subject to disqualification if they have :- (a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements .In such a case besides Tenderer‘s is liable to face the penalty of banning of business dealing with him by Eksila.

(b) Falsify Records of any contract awarded to them, having been determined during the past three years prior to the deadline for submission of bids.

(c) Their business banned or suspended by any Central/State Govt. Department/ Public Sector Undertakings or Enterprises of Central/ State Govt and such ban is in force.

(d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

(e) A declaration to this effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted.

6. Transportation and Material Handling. Entry passes for INS Eksila, Visakhapatnam will be issued for the personnel agreed upon for the ease of entry and exit. These passes will be valid for a period of 03 months and will be extended for period of the contract. Transport for movement of personnel and items within INS Eksila premises is the responsibility of the contractor and the cost of the same is to be borne by the contractor. 7. Cost of material. For undertaking the work, in case the contractor damages any of the fittings like paneling , frames, angles, pipelines or any other item/equipment falling in way of the repairs/fitment/replacement of spares ,items, machineries or equipments etc, the contractor must replace the same at no cost. Also in case of Contract, whenever the work involves de-gutting, putting down of structures generating debris, etc that results in waste material, lifting and disposal of such waste material would be the responsibility of the contractor. The work as per contract would be deemed to be completed only after removal of the debris / waste material. Non removal of waste would be deemed as breach of contract and could result in cancellation of contract. 8. 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 Compliance to In case of specifications of item offered RFP noncompliance, item-wise specification- deviation from whether Yes/No RFP to be specified in unambiguous terms

9. Delivery Period. Delivery period for procurement, installation and commissioning of items would be 180 DAYS from the effective date of contract. Please note that Contract 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.

10. The contractors are advised to seek all clarifications regarding the Scope of Work/Technical details and work procedures from the tendering authority prior to submission of tenders. The contractors should correctly understand the complete Scope of Work / Technical details /Work procedures in detail and if required can take permission from the Tendering authority to visit the premises to understand the nature of job /work prior to submission of their Technical bid. 11. Payment Terms. Payment will be made as per the work / routines covered in the Scope of work placed at Part-II, Para 1 of this RFP. Further it is brought out that payment will be made as per Part IV of this RFP. The bills will have to be submitted from the date of completion of commissioning/ trials, free of all defects along with work completion certificate to this unit for preparation of contingent bill within ten days of completion of job/ work and for forwarding the same to CDA (Navy), Visakhapatnam.

12. No request for postponement of date of tender opening will be entertained. 13. INCOTERMS for Delivery and Transportation. FOR (Free on Road). The definition of delivery period for the RFP will be INS EKSILA.

14. Consignee Details. INS Eksila Mulagada Area Mindi Post Visakhapatnam- 530 012

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Part III – Standard Conditions of RFP

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 contract shall come into effect on the date of signatures of both the parties on the contract (Effective Date) and shall remain valid until the completion of the obligations of the parties under the contract. 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 standard clause of arbitration is as per Forms DPM-7, DPM-8 and DPM-9 (Available in MoD website and can be provided on request).

4. 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.

5. 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.

6. 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.

7. 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.

8. 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 (01 months) 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 (01 months) provided Force Majeure clause is included in contract. (d) The Buyer has noticed that the Seller has utilised 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.

9. 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.

10. 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.

11 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.

12) Taxes and Duties

In respect of Indigenous bidders i) General 1. If Bidder desires to ask for excise duty or GST extra, the same must be specifically stated. In the absence of any such stipulation, it will be presumed that the prices include all such charges and no claim for the same will be entertained.

2. If reimbursement of any Duty/Tax is intended as extra over the quoted prices, the Bidder must specifically say so. In the absence of any such stipulation it will be presumed that the prices quoted are firm and final and no claim on account of such duty/tax will be entrained after the opening of tenders.

3. If a Bidder chooses to quote a price inclusive of any duty / tax and does not confirm inclusive of such duty/tax so included is firm and final, he should clearly indicate the rate of such duty/tax and quantum of such duty/tax included in the price. Failure to do so may result in ignoring of such offers summarily.

4. If a Bidder is exempted from payment of any duty/tax upto any value of supplies from them, he should clearly state that no such duty / tax will be charged by him up to the limit of exemption which he may have. If any concession is available in regard to rate/quantum of any Duty/tax, it should be brought out clearly. Stipulations like, the said duty/tax was presently not applicable but the same will be charged if it becomes livable later on, will not be accepted unless in such cases it is clearly stated by a Bidder that such duty/tax will not be charged by him even if the same becomes applicable later on. In respect of the Bidders, who fail to comply with this requirement, their quoted prices shall be loaded with the quantum of such duty/tax which is normally applicable on the item in question for the purpose of comparing their prices with other Bidders.

5. Any change in any duty/tax upward/downward as a result of any statutory variation in excise taking place within contract terms shall be allowed to the extent of actual quantum of such duty/tax paid by the supplier. Similarly, in case of downward revision in any duty/tax, the actual quantum of reduction of such duty/tax shall be reimbursed to the Buyer by the Seller. All such adjustments shall include all reliefs, exemptions, rebates, concession etc. if any obtained by the Seller.

ii) GST

1. GST will be paid to the seller at the applicable based on description, HSN / SAC code and the relevant schedule of CGST Act. 2. In pursuance with Section 171 (1) of CGST Act, an undertaking is to be effected by the seller declaring that "Any reduction in rate of tax on any supply of goods or services or the benefit of input tax credit(ITC) shall be passed on to the recipient by way of commensurate reduction in prices". Further, in case it is detected by the government that any ITC has accrued to the seller as a result of migrating to GST, after receiving the consideration/reimbursement for his supplies, the seller is mandated to refund the same accordingly to the paying Authority, giving details and particulars of the transactions. 3. Unless otherwise specifically agreed to in items of the contract, the Byer shall not be liable for any claim on account of fresh imposition and/or increase of GST on raw material and/or components used directly in the manufacture of the contract stores taking place during the pendency of the contract.

4. If it is desired by the Bidder to ask for GST to be paid as extra, the same must be specifically stated. In the absence of any such stipulation in the bid, it will be presumed that the prices quoted by the Bidder are inclusive of GST and no liability of GST will be developed upon the Buyer.

5. On the Bids quoting GST extra, the rate and the nature of GST applicable at the time of supply should be shown separately. GST will be paid to the Seller at the rate at which it is liable to be assessed or has actually been assessed provided the transaction of sale is legally liable to GST and the same is payable as per the terms of the contract. iii) Customs

1. Customs duty as actually paid will be reimbursed on production of necessary documents i.e. (i) Triplicate copy of the bill of entry; (ii) copy of bill of lading; (iii) a copy of foreign principal‘s invoice. However, if the Bidder imports the stores in question against his own commercial quota Import Licences, he will also be required to submit in addition the triplicate copy of bills of entry etc. a certificate from his Internal Auditor on the bill itself, to the effect that the following items/quantity in the bill of entry related to the stores imported against Defence Buyer contract number…………………………….. dated …………..

2. Subsequent to the reimbursement of customs duty, the bidder will submit to the concerned Payment Authority a certificate to the effect that he has not obtained any refund of customs duty subsequent to the payment of duty to the Customs authority by him. In addition, he shall also submit to the Paying Authority concerned a certificate immediately after a period of three months from the date of payment of the duty to customs authorities to the effect that he has not applied for refund of the customs duty subsequent to the payment of duty to the customs authorities by him.

3. In case the Bidder obtains any refund of customs duty, subsequently to the payment of the same by him to the customs authorities and reimbursement of the customs duty to him by the Payment Authority, he should forthwith furnish the details of the refund obtained and afford full credit of the same to the Buyer.

Station: ______Signature of Tenderer(s) ______

Date: ______Name & Address in full and Capacity (i.e.,Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

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.

1. Performance Guarantee: (a). Indigenous cases: The Bidder will be required to furnish a Performance Guarantee by way of Bank Guarantee in favour of ‗The President of India, Ministry of Defence, New Delhi‘ 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).

2. 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 10 % 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.

3. 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). The payment will be made as per the following terms, on production of the requisite documents: 100% payment on delivery and acceptance by the user.

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

5. Paying Authority:

(a). Indigenous Sellers: (Name and address, contact details). 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 of 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. (xi). DP extension letter with CFA‘s sanction, U.O. number and date of IFA‘s occurrence, 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, Branch 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). Xerox copy 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).

6. 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 offer to sell stores of identical description to any persons/ Organisation including the purchaser or any department of the Central government or any Department of state government or any statutory undertaking the central or state government as the case may be during the period till 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/ organization 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, the shall forthwith notify such reduction or sale or offer of sale to the Director general of Supplies & Disposals 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:-- (i). Exports by the Seller. (ii). Sale of goods as original equipment at price lower than 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 here 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 (a),(b) and (c) of sub-para (ii) above details of which are given below - ...... ‖.

07. Risk & Expense clause –

1. 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.

2. 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.

3. 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:- a. Such default. b. In the event of the contract being wholly determined the balance of the stores remaining to be delivered there under.

4. 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.

08. 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, 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.

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.

09. 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 upgradation/alterations in the design, drawings and specifications due to change in manufacturing procedures, indigenisation 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 upgradation/alterations will be provided to the Buyer free of cost within (30) days of affecting such upgradation/ alterations.

10. Transportation: The seller is supply the items onboard free of cost.

11. 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.

12 Quality Assurance: Seller would provide the Standard Acceptance Test Procedure (ATP) within 01 month of this date of contract. 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 details in this regard will be coordinated during the negotiation of the contract. The item should be of the latest manufacture, conforming to the current production standard and having 100% defined life at the time of delivery.

13. Inspection Authority: The Inspection will be carried out by BOO. The mode of Inspection will be Departmental Inspection / User Inspection / Joint Inspection / Self-certification.

14. 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.

15. Warranty – 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 guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid for a period of 12 months from the date of delivery of the said goods stores/articles to the Buyer or 15 months from the date of shipment/dispatch from the Seller‘s works whichever is earlier 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 12/15 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.

i. Guarantee that they will supply spare parts, if and when required on agreed basis for an agreed price. The agreed basis could be and including but without any limitation an agreed discount on the published catalogue or an agreed percentage of profit on the landed cost.

ii. Warranty to the effect that before going out of production for the spare parts they will give adequate advance notice to the Buyer of the equipment so that the latter may undertake the balance of the lifetime requirements.

iii. Warranty to the affect that they will make available the blue prints of drawings of the spares if and when required in connection with the main equipment. 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 complete in all respects and fulfilling all the eligibility and qualifying requirements of the Tender Enquiry, 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 Tender Enquiry. The compliance of Technical Bids would be determined on the basis of the parameters specified in the Tender Enquiry. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

(c) The competent financial authority reserves the right to accept or reject any or all tenders without assigning any reason to the bidder.

(d) The Lowest Bid will be decided upon the lowest price quoted by the particular Bidder as per the Price Format given at ‘Annexure III‗ without taking taxes into consideration. The Vendor is to separately quote for all Statutory taxes that are to paid to Central / State Governments separately as indicated in the Price Bid format.

(e) The Bidders are required to spell out the rates of Customs duty, Excise duty, VAT, Service Tax, etc in unambiguous terms.

(f) 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.

(g) L1 will be decided based on total base price quoted by firms for services and spares for all the serials as per Price Bid format. In case a particular serial is not quoted, the highest value quoted for that serial amongst other firms will be loaded to determine the total contract value. 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.

(h) The bidders are not permitted to quote their rates in units other than the units mentioned in the bid documents against the individual items. In case the rates are quoted in units other than the units mentioned in the bid documents, the units mentioned by the bidder shall be ignored and the units mentioned in the bid documents will be deemed to apply for evaluation of the bid as well as the execution of the item.

(j) The rates shall be quoted only on the proper form of the bid and each page of the Bill of Quantities shall be signed. Any cutting or over-writing shall be authenticated by original signature and stamp. If there is any ambiguity in the figure, Unit reserves the right to load the highest value quoted for that serial amongst other firms.

(k) Cost of services and spares should be accurate as per actual work to be undertaken / market value of spare. If during evaluation of bids, it emerges that a firm has undertaken manipulative bidding and has deliberately under quoted in some serials in order to manipulate the bid in an effort to bag the contract, their bids will be rejected.

(l) 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.

2. Price Bid Format. The Price Bid Format is given at ‟Annexure III„and Bidders are required to fill this up correctly with full details. Price bids not submitted as per the format are liable to be rejected.

Station:______Signature of Tenderer(s)______Date: ______Name & Address in full and Capacity (i.e., Proprietor/Partner/Authorised Attorney etc.)

(RUBBER STAMP)

Annexure I to RFP

COMPLIANCE MATRIX FOR TECHNICAL PARAMETERS (TO BE ATTACHED WITH T-BID)

Complies with RFP SL (Yes/ No). If T Bid Parameter Para Ref- RFP No No, give remarks / reasons 1 Documents to be submitted along Part – I of RFP with T Bid – Agree.

2 Compliance to Price Bid Part – I of RFP conditions and format Para 08 Annexure III 3 Validity of Bids Part – I of RFP Para 15 4 Agreement to ‗Schedule Of Part – II of RFP Requirements‘ Para 1 Annexure II 5 Submission of Earnest Money Part – I of RFP Deposit (EMD) – Agree Para 16 6 Technical Parameters, Financial Part – II of RFP Parameters, Statutory Parameters Para 2 and 3 and Other essential Parameters to be met by the firms for Man Power and experience in field (Any specific deviations are to be highlighted clearly with reasons against the respective serials) 7 Work Completion Certificate and Part – II of RFP Payment Terms – Agree Para 11 8 Standard, Additional and Special Part III & IV of Terms and Conditions of RFP – RFP Agree (Indicate exceptions if any in Remarks) 9 Evaluation Criteria & Price Bid Part V of RFP format – Agree

Annexure II to RFP

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS: 2KVA UPS WITH 30 MIN BACKUP

Sl. Item Details Compliance In case of No. to RFP Non- specificati Compliance, on-whether deviation Yes / No from RFP to be specified in unambiguous terms

1 Online UPS 2KVA Rating 2 Back-up time 30 mins on full load 3 INPUT Voltage Rang

(i) Low Line 160VAC for 100% Transfer load & 110VAC for 60% load. (II) Low Line 185VAC for 100% Comeback load & 135VAC for 60% load. (III) High Line 300VAC +/- 5% Transfer (IV) High Line 290VAC +/- 5% Come back (V) Frequency 46 - 54 Hz Range (VI) Phase Single Phase with Ground (VII) Power Factor >= 0.99 at 100% load. 4 OUTPUT

(i) Output 230VAC Voltage (II) Phase Single Phase.

(III) AC Voltage +/- 1% Regulation Sl. Item Details Compliance In case of No. to RFP Non- specificati Compliance, on-whether deviation Yes / No from RFP to be specified in unambiguous terms

(IV) Frequency 46 - 54 Hz Range (V) Frequency 50Hz +/-0.1 Hz Range on battery mode

(VI) Overload 105% to 110% upto 3 mins (VII) Current Crest 03:01 Factor (VIII Harmonic <= 3% THD (Linear ) Distortion Load), <=5% THD ( Non Linear Load) (IX) Transfer Time AC to Battery mode : Zero milli secs, Inverter to Bypass : Zero milli secs. (X) Wave Pure Sine Wave Form(Battery Mode)

5 Batteries 28AH X 6Nos

6 Operational <95% non Humidity condensing. 7 Noise Level <50dB @ 1 meter distance 8 Management Smart RS232 or USB

9 Isolation Inbult Isolation Transformer Transformer 10 Approved Makes : APC, EMERSON, LIEBERT, GE, Numeric

Technical Specifications of 6 KVA UPS SPECIFICATIONS

Sl.No Specification Compliance to In case of RFP Non- specification- Compliance, whether Yes / deviation No from RFP to be specified in unambiguous terms

1 Capacity : Minimum 6 KVA with 1 hour battery backup 2 Type: Online 3 Power Factor: 0.8 4 Nominal Voltage: 220 / 230 / 240 V AC , 50 Hz 5 Voltage THD: <=4% - Linear Load <=7% - Non Linear load 6 Frequency Regulation: + / - 0.5 Hz 7 Transfer time - Mains to battery: 0 millisec 8 AC - AC Efficiency: 88% R- Load, 87% RCD - Load 9 Input Voltage range: 160V to 300V at 100% Load 10 Battery 12V,42AH -16Nos. Maintenance Free batteries. 11 Protection: IP20 12 Operational Humidity <95% non condensing. 13 Noise Level <50dB @ 1 meter distance 14 Management Smart RS232 or USB 15 Inbult Isolation Transformer 16 Make : APC, EMERSON, LIEBERT, GE, Numeric

Technical specifications of 56TB (NAS) Storage Specification

SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms CPU Shall Have Intel® Xeon E3- 1245v5 3.5GHz Quad Core, Hyper Threaded Processor, Max Turbo Speed 3.8GHz or more Memory Shall have 16GB DDR4 ECC or more Memory Memory shall support up to 64GB Expansion DDR4 Memory Drive Bays Shall Have 12 HDD Bays Drive Types SATA/SSD 2.5‖ or 3.5‖ Supported RAW Storage Shall have 60 TB (10x6 TB) or higher RAW storage RAID Levels shall support Raid 0, 1, 5, 6, 10 with Global Hot Spare Hot Swappable shall support HOT Swappable Drives Drive function eSATA Ports Minimum 2 eSATA Ports shall be available Gigabit LAN 4 Gigabit LAN Ports shall Ports be available 10Gbps LAN Shall have 10 Gbps LAN Optical SFP+ optical SFP+ Port

Networking Shall support TCP/IP, IPv4, Protocols IPv6, Static IP Address, Dynamic IP Address , Multiple IP Settings, DHCP Client, UPnP Discovery , Bonjour Discovery, Link Aggregation IEEE 802.3ad . USB Ports Shall have 2x USB3.0 Power Supply Shall have Dual Redundant Internal 550 W; input 100- 240V AC, 50-60Hz Fan (mm) Shall have 3 x 80 MM SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms Compatibility Shall support VMware vSphere ESXi 6.0 Compatibility Cloud- Shall have Cloud-discovery, discovery, Setup and Management Setup and Management Data Protection Shall have Data Protection with Unlimited with Unlimited Snapshots Snapshots Web-managed Shall have Web-managed Replication for Replication for Disaster Disaster Recovery Recovery Real-time Shall have Real-time Antivirus Antivirus iSCSI and Thin Shall have iSCSI and Thin Provisioning Provisioning

Approved Make : HP/DELL/NETGEAR/CISCO

Technical Specifications of 600VA UPS

Sl. Features Detailed Compliance to In case of No. Specification RFP Non- specification- Compliance, whether Yes / deviation No from RFP to be specified in unambiguous terms 1 Technology 600VA with built-in automatic voltage regulator 2 Capacity 600VA 3 Input a. Voltage Range : 145-290volts or better b. Frequency Range : 50Hz +/-10% 4 Batteries a. Type SMF12 V of 7AH type Leak Proof b. Backup Time Minimum 10 Minutes 5 Output a. Voltage : 220volts b. Transfer Time less than 10 millisecond c. Sockets : Adequate Nos. of sockets with surge protection feature d. Frequency : 50Hz +/- 10%Hz 6 General Lightning & Surge Features Protection Output Wave form — Modified/Stepped Sine wave Audio Alarms: Low Battery; Battery ON; Overload Protection feature should be there 7 Environment a. Operating Temperature : 0-40 deg C b. Humidity : 0-90% non-condensing Sl. Features Detailed Compliance to In case of No. Specification RFP Non- specification- Compliance, whether Yes / deviation No from RFP to be specified in unambiguous terms 8 Certification ISO/CE certification should be there

Approved Makes : APC, EMERSON, Numaric, PCI, Consul

Technical specifications of 4.0 MEGA PIXEL IR BULLET CAMERA

2.8 to12mm Lens

SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliance In case of to RFP Non- specificat Compliance ion- , whether deviation Yes / No from RFP to be specified in unambiguou s terms Image Sensor 1/3" CMOS Lens Motorized auto-iris remote zoom/focus lens, F1.4, f=2.8-12mm Lens Port Φ14 or better Video Shall be from the same Management & manufacturer Analytics Software WDR - Dynamic Supports multi-frame Range integration mode wide dynamic range greater than 120dB IR Wave Length 850nm IR 60m Illumination Distance Day/Night ICR Functionality AGC Auto/Manual adjustable, max. 64X Sensitivity Color mode: 0.01 [email protected] (30IRE, AGC ON); B/W mode: 0 lux (IR ON) B/W mode: [email protected] (IR ON) Exposure Scene, Manual, Shutter Shutter Auto/Manual (adjustment range 1/1s~1/10000s) White Balance Auto/Manual/fluorescent/sodiu m/incandescent/cloudy/sunshin e Defog Shall be available EIS Shall be available Image Mirror Horizontal/Vertical mirror SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliance In case of to RFP Non- specificat Compliance ion- , whether deviation Yes / No from RFP to be specified in unambiguou s terms Corridor Mode Shall be available Noise 3D Reduction Video H.265/H.264 switchable Compression M-JPEG independent Video Brightness, contrast, Adjustment saturation, chroma, sharpness Resolution 2592×1520@20fps+720P@30fps+M- JPEG1080P@5fps Optional Major stream: Resolution 2560×1520/2592X1520/2304X1296 /2048×1520/19 20×1080/1280×720; Minor stream: 1280x720/720x576/704x576/640x 480; M-JPEG: 1920×1080/1280×960/1280×720 Resolution 2592×1520@20fps+720P@30fps+M- JPEG1080P@5fps Data Rate Variable Constant: major stream: 256Kbps~10000Kbps; minor stream: 256Kbps~2000Kbps Audio Compression: G.711a, G.711u, G.726, ADPCM Sampling rate: 8KHz, 12KHz, 16KHz, 24KHz, 44KHz, 48KHz optional Port: 1 linear input, 1 linear output Motion Supports up to 4 motion Detection detecting areas Privacy Mask Up to 4 masks ROI (Region of Up to 8 regions Interest) areas Local Shall be available recording SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliance In case of to RFP Non- specificat Compliance ion- , whether deviation Yes / No from RFP to be specified in unambiguou s terms TF card Supports a Micro SD/SDHC/SDXC storage card (128G) Network Delay ≤200ms Mirroring Supports uploading of Storage recordings saved on TF card during network disconnection to the VMS or NVR after network recovery Smart motion detection, video Functions tampering, smart detecting Protection Lighting protection (network Design port and power supply connector): protection differential mode1KV, common mode 2KV surge; Anti-static (all ports): contact protection 6KV static Analog Video BNC connector Shall be Output available Upgrade Online future Shall be available Password Shall be available Protection Network Port One RJ45 10/100M self- adaptive Ethernet port Applicable IPv4, IPv6, TCP, UDP, IGMP, Protocols DHCP, FTP, SNMP (V3), SMTP, NTP, RTP, RTSP, RTCP, HTTP, HTTPS, TSL, SSL, 802.1X, QoS, PPPoE, DNS, DDNS, ARP, ICMP, UPnP SMTP, NTP, RTP, RTSP, RTCP, HTTP, HTTPS, TSL, SSL, 802.1X, QoS, PPPoE, DNS, ARP, ICMP, UPNP, DDNS, Profile S, GB28181, CGI IP Address Shall be available Filter Alarm 2 alarm inputs, 1 relay output SPECIFICATIONS MINIMUM REQUIRED PARAMETERS Compliance In case of to RFP Non- specificat Compliance ion- , whether deviation Yes / No from RFP to be specified in unambiguou s terms Power Supply PoE (IEEE 802.3af)/12VDC/24VAC Power <10W Consumption Operating -40°F ~ 140°F (-40°C ~ 60°C) Temperature Storage -4°F ~ 140°F (-20°C ~ 60°C) Temperature Operating 0%~95% RH (non-condensing) Humidity Certifications CE/EMC: EN55022, EN 55024, EN 61000-3-2, EN 61000-3-31, FCC: PART 15 Subpart B Class A2, IP67: IEC/EN 605293, ISO 9001:2008, IEC 60950(U.A) Approved Makes Axis,Bosch,Pelco,Honeywell,Dv tel,Infinova, Panasonic, Mobotix, Sony.

Technical Specifications of 2.0 MEGA 30X IR PTZ DOME CAMERA

SPECIFICATION MINIMUM REQUIRED Compliance In case of Non- S PARAMETERS to RFP Compliance, specificatio deviation n-whether from RFP to be Yes / No specified in unambiguous terms Optical zoom 30X Digital Zoom 16X Presets 512 Patterns 12 Autopans 12 Host level Up to 32 users Memory Card Up to 128 GB Tours 16 Groups (each tour can be associated with 14 acts, including preset 1~32, pattern 1~4, autopan 1~4) Privacy Mask Up to 4 privacy areas Shall Be available

Home Return Yes Time Tour Yes Autoscan Yes Area Zoom Yes Smart Video Wire cross, Area Analysis intrusion Onvif ONVIF Profile S Operating Supports Windows XP, System Windows Vista, Win7, or Win8 operating system

Browser IE7, IE8, IE9, IE10, IE11 Password Yes Protection ROI Up to 8 regions Video H.265, H.264 switchable compression M-JPEG independent encoding Local Shall be possible Recording SPECIFICATION MINIMUM REQUIRED Compliance In case of Non- S PARAMETERS to RFP Compliance, specificatio deviation n-whether from RFP to be Yes / No specified in unambiguous terms Inbuilt Supports a TF card with a storage capacity up to 128GB; Able to store snapshots and recordings

Storage Supports uploading of SD Mirror card network disconnection video to VMS or NVR after network recovery Supports Shall be available scheduled recording, alarm recording and event recording including network disconnection Supports Shall be available alarm and event screenshots Scanning Progressive scanning System Image Sensor 1/1.9" large area progressive scanning CMOS sensor Video 1080P@30fps+720P@30fps+MJ

Resolution PEG1080P@5fps Day/Night ICR Switch Aperture/Foca F1.5~F4.8, f=4.3 or l Length 6~180mm Angle of View 61.2° (W) ~ 2.32° (T) Min. Work 0.1m (Wide) ~ 1.0m (Tele) Distance Sensitivity Color mode: 0.005 lux @ F1.5 (AGC ON); B/W mode: 0.0005 lux @ F1.5 (AGC ON) 0 lux (IR ON) S/N Ratio >55dB SPECIFICATION MINIMUM REQUIRED Compliance In case of Non- S PARAMETERS to RFP Compliance, specificatio deviation n-whether from RFP to be Yes / No specified in unambiguous terms Noise 3D Reduction Web Server Yes Backlight On/Off Compensation (BLC) Light Shall be available Restrain Sync System Internal Timing Tour Shall be available WDR Supports multi-frame composite pattern wide dynamic with a range up to 120dB Auto Gain Yes Control (AGC) Remote Yes Upgrade Online RS-485 Shall be available control and analog video output Focus Auto/Manual White Balance Auto/Manual/Outdoor Shutter Speed Auto, Manual (adjustment range PAL: 1/1 to 1/32000s DSS Shall be available Mirror vertica, lHorizontal Stabilization Shall be available Analog Video Shall be available output Network IPv6, TCP, UDP, IGMP, Protocols DHCP, FTP, SNMP (V3), SMTP, NTP, RTP, RTSP, RTCP, HTTP, HTTPS, TSL, SSL, QoS, PPPoE, DNS, DDNS, ARP, ICMP, UPnP Network Port 1 RJ45 10M/100M self- adaptive Ethernet port SPECIFICATION MINIMUM REQUIRED Compliance In case of Non- S PARAMETERS to RFP Compliance, specificatio deviation n-whether from RFP to be Yes / No specified in unambiguous terms Motion 4 detecting areas detection dividable shall be available Audio Port 1 input, linear level, impedance: 1kΩ 1 output, linear level, impedance: 600Ω Audio G.711a/G.711u/G.726 Compression /AAC/ADPCM/G.729

Audio 8KHz, 16KHz, Sampling Rate Alarm Port 2 input, 1relay out Alarm Input I/O input, network disconnecting, motion detection, video tampering, smart alarm, storage card pulled out Alarm Link I/O output, email, FTP picture uploading, audio, TF card recording The power Shall be available consumption of the IR illuminator can be automatically or manually adjusted according to the zoom level of the dome drive. Stabilization Shall be available Mirroring Horizontal, vertical Support image Yes overlapping Video Brightness, contrast, Adjustment saturation, chroma, sharpness Manual H/V Pan: 0.1° ~ 400°/s; Tilt: Speed 0.1° ~ 360°/s Preset Speed 400°/s (max.) Pan Travel 360° continuous SPECIFICATION MINIMUM REQUIRED Compliance In case of Non- S PARAMETERS to RFP Compliance, specificatio deviation n-whether from RFP to be Yes / No specified in unambiguous terms Tilt Travel -5° ~ 90° Preset ±0.1° Accuracy Motor Stepping Motor Input Voltage 24VAC/24VDC self-adaptive Power <17W (max. Idle Consumption Condition) at Idle Condition Power <63W (max., heater on, IR Consumption lamp manually adjusted to Maximum) Operating -40°C~ +60°C Temperature Built-in Shall be available heater, air cycle system and freeze- proof Wavelength 850nm Infrared IR Up to 120m Distance Control Mode ON/OFF/AUTO Consumption Available, manual Adjustment Operating 0~90%RH (non-condensing) Humidity Defog support Yes Rating IP66 Mounting Wall, pole and corner mount Anti-Static ±8KV Surge Yes +/- 4000V Protection Product Maximum 6kg weight Certification CE, FCC, ISO 9001:2008, s IP66, IK10 Approved Axis, Bosch, Pelco, Honeywell, Dvtel, Infinova, Makes Panasonic, Mobotix, Sony, Matrix

Technical specifications of Desktop PC

SI.No MINIMUM REQUIRED PARAMETERS Compliance In case of Non- Yes /No Compliance, deviation from RFP to be specified in unambiguous terms

1 Processor Intel® Core™ i7- 6700 or higher with Intel HD Graphics 4600(3.4 GHz, 8 MB cache, 4 cores) or better 2 Chipset Intel® Q85 Chipset or better or latest 3 Graphics 2 GB Dedicated Nvidia Graphics card 4 Memory 8 GB DDR3-1600 SDRAM Upgradable upto 32 GB using 4DIMM Slots or better or latest technology 5 HDD 1TB SATA 6 Optical Drive SATA SuperMulti DVD writer or better 7 NIC Integrated Realtek RTL8111G GbE or Integrated Gigabit LAN or better 8 Ports 4 USB 3.0; 4 USB 2.0; 2 PS/2 (keyboard and mouse); 1 RJ-45; 1 VGA; 2 microphone; 1 audio line in; 1 audio line out; 1 headphone 10 Expansion slots 1 full-height PCIe x1; 1 full-height PCIe x16; 1 PCI 11 Power Supply 300 W standard efficiency, active PFC 12 Security management: SATA port disablement (via BIOS); Removable media write/boot control; Power-on password (via BIOS); Administrator password (via BIOS); Support for chassis padlocks and cable lock devices; Drive lock (via BIOS) 13 Keyboard Standard Keyboard 14 Mouse Optical Mouse SI.No MINIMUM REQUIRED PARAMETERS Compliance In case of Non- Yes /No Compliance, deviation from RFP to be specified in unambiguous terms

15 Operating systems Windows 10 Pro downgrade windows 7 Pro 64 Bit or Latest or Windows 10 Pro Approved Makes : HP,DELL,LENOVO

Technical specifications of VMS Server

Sl.No. Specification Compliance In case of Non- Yes/No Compliance, deviation from RFP to be specified in unambiguous terms

1 Intel Xeon E5-2609V3 Processor (1.9 GHz, 6 Core, 15 MB/ 85W) Processor or better 2 15 MB (1X15MB) L3 cache or better 3 Intel C610 Series Chipset or better 4 16 GB DDRR4 (2X8GB) RAM 5 DVD-RW (Internal or External USB Drive) 6 3 x 1TB SATA 7.2K RPM HDD 7 PCIe 3.0 based Raid Controller with RAID 0/1/1+0/5 with 2GB battery backed write cache 8 1Gb 2-port network adaptors 9 Video – 1,4 USB Ports (Standard) 10 Five PCI-Express 3.0 slots 11 Redundant hot-plug system fans Sl.No. Specification Compliance In case of Non- Yes/No Compliance, deviation from RFP to be specified in unambiguous terms

12 OS Support: MS Windows Server 2012,Red Hat Enterprise Linux (RHEL), SUSE Linux Enterprise Server (SLES), Oracle Solaris, Vmware (Virtual Software) 13 2 U Rack Mountable

L3 SWITCH TECHNICAL SPECIFICATIONS

Technical Specifications of 50" LED Monitor

Sl.No Specifications Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms 1 HD/FHD FHD 2 Screen Size 49 inch or higher 3 Resolution 1920*1080 4 Backlight DLED 5 Brightness 280 (Typ.) 6 Contrast 1200:01:00 Ratio 7 Color YES control 8 Motion rate 60 9 Aspect 16:09 Ratio 10 Response 12ms time 11 Viewing 178(H)/178(V) angle 12 Video PAL ,SECAM ,NTSC System 13 Audio BG, DK, I, M/N system 14 Audio 10W*2 output power 15 speaker Embedded and bottom placement 16 Sound mode Standard, User, Movie, Sports, Music

17 Music MP3、WMA、AAC、M4A

18 Video MPEG- (1/2/4),H.263/H.264, MPG

19 Images JPG、JPEG、PNG、BMP

20 HDMI 3 (Ver. 1.4) 21 USB 1-USB 3.0+ 2-USB2.0 Sl.No Specifications Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms 22 RF In 1 23 AV In 1 24 Component 1 (With AV In) in(Y/ Pb/ Pr) 25 PC Audio 1 Input 26 AV output 1 (Mini) 27 VGA 1 28 Built in Yes WIFI 29 LAN Yes 30 Wi-Fi Yes Hotspot 31 SPDIF Yes 32 Headphone Yes 33 Remote IR Remote (RF Control optional) 34 OSD English Language 35 DCC Normal, Dynamic, Off (Dynamic Contrast Control) 36 Color Normal/Cold/Warm Temperature 37 Comb Filter 3D 38 Dynamic 3D Noise Reduction 39 Picture Normal, Vivid, Mild, Mode User 40 Power ≤ 0.5W Consumption (Standby)

41 Power 120W Consumption

42 Power 110~240V source

Technical Specifications of 40" LED Monitor

Sl.No Specifications Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms 1 Type FHD 2 Screen Size 40 Inch (cm) 3 Resolution 1920 x 1080 4 Backlight DLED 5 Brightness 250 (Typ.) 6 Contrast 3000:1 Ratio 7 Color YES control 8 Motion rate 60 9 Aspect 16:9 Ratio 10 Response 12ms time 11 Viewing 178(H)/178(V) angle 12 Video PAL ,NTSC System 13 Audio BG, DK, I, M/N system 14 Audio 10W*2 output power 15 Sound mode Standard, User, Movie, Sports, Music 16 Music MP3、WMA、AAC、M4A 17 Video MPEG- (1/2/4),H.263/H.264, MPG 18 Images JPG,JPEG,PNG,BMP 19 HDMI 2 (Ver. 1.4 or better) 20 USB 3-USB2.0 21 AV In 2 22 PC Audio 1 Input 23 VGA 1 Sl.No Specifications Compliances In case of Yes/No Non- Compliance, deviation from RFP to be specified in unambiguous terms 24 Built in Yes WIFI 25 LAN Yes 26 SPDIF Yes 27 Remote IR Remote Control 28 OSD English Language 29 DCC Normal, Dynamic, Off (Dynamic Contrast Control) 30 Color Normal/Cool/Warm Temperature 31 Comb Filter 3D 32 Dynamic 3D Noise Reduction 33 Picture Standard, Vivid, Mode Movie, User 34 Power ≤ 0.5W Consumption (Standby) 35 Power 65W Consumption 36 Power 110~240V source

Annexure III to RFP Price Bid Format

Price Bid Format as follows:- Item Wise BoQ

Tender Inviting Authority: Commanding officer, INS Eksila

Name of Work: PROCUREMENT AND INSTALLATION OF CCTV CAMERAS

Contract No: Tender Reference number 635/SEC/CCTV

Bidder Name :

PRICE SCHEDULE (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only and L1 would be determined by the Basic cost of Procurement equipment and excluding taxes) NUMBER TEXT # NUMBER TEXT TEXT NUMBE NUMBER TEXT NUMBER NUMBE TEXT # # # # R # # R # Sl. Item Description Quantity Units HSN/ Unit Total GST GST TOTAL TOTAL No. SAC Cost in Cost (in (%) Amount Amount AMOUNT COD Figures Rs.) With In Words E To be GST entered by the Bidder Rs. P

1 2 4 5 8 7 8 12 15 16 17

1 PROCUREMENT AND INSTALLATION OF CCTV CAMERAS 1.01 Supply of HD Megapixel IR IP 15 Nos 15.00 0.00 15.00 INR PTZ Dome Camera, 1/3inch Fifteen CMOS, 2.0Mpx,30X, 120 mtrs Only IR,bracket outdoor, 24VDC/24VAC w/audio/alarm/RS485 1.02 Supply of HD Megapixel IR IP 6 Nos 6.00 0.00 6.00 INR Six PTZ Dome Camera, 1/2.8inch Only CMOS,H.264/M-JPEG, NTSC/PAL,2.0Mpx, 20X, 100mtrs IR, bracket outdoor,24VDC/24VAC w/audio/alarm/RS485 1.03 Supply of Megapixel WDR IR 28 Nos 28.00 0.00 28.00 INR smart IP bullet camera,4.0Mpx, Twenty 1/3"CMOS,day/night,H.265/H.2 Eight 64/M-JPEG, with audio alarm, Only 2.8~12mm motorized zoom lens, 60m IR distance, outdoor, IP67,PoE/12VDC/24VAC 1.04 Supply of Enterprises grade 50 Nos 50.00 0.00 50.00 INR Fifty Video Management Software Only with License for 50 Nos. Cameras 1.05 Video Analytics license for 21 21 Nos 21.00 0.00 21.00 INR Nos. Fixed cameras. Twenty One Only 1.06 2 Nos 2.00 0.00 2.00 INR Two Supply of Joystick controller Only 1.07 Supply of VMS Server with 1 No 1.00 0.00 1.00 INR One Intel® Xeon® E5-2609v4 Only (1.7GHz/8-core/20MB/85W),16 GB DDR4-2400R Memory,Smart Array 4GBcontroller,2x 2TB 6G SAS 7.2K rpm 3.5" HDD,Ethernet 1Gb 2-Port,redundant power supply.

1.08 Supply of 56 TB Network 1 No 1.00 0.00 1.00 INR One Attached Storage for 30 Days Only Video recording with Intel® Xeon E3-1245v5 3.5GHz Quad Core, Hyper Threaded Processor,16GB DDR4 ECC Drive Bays- Nos.,14 x 4TB 3.5" HDD, Dual Redundant Internal 550 W Power Supply 1.09 Supply of Workstation with 2 Nos 2.00 0.00 2.00 INR Two Processor Intel® Xeon® Only processor E3-1230v5,Quad- Core, 8 MB cache, 3.4 GHz, up to 3.8 GHz with Intel Turbo Boost Technology, 16 GB DDR4 RAM,500GB SATA 7200 rpm 6Gb/s 3.5" or 2.5"HDD,DVDRW ,windows- 10. (without Monitor) 1.1 Supply of 50" Full HD LED 1 No 1.00 0.00 1.00 INR One Display for Viewing/Monitoring Only Cameras 1.11 Supply of 40" Full HD LED 4 Nos 4.00 0.00 4.00 INR Four Display for Viewing/Monitoring Only Cameras 1.12 Supply of PC with Core i5 3 Nos 3.00 0.00 3.00 INR 6400,8GB DDR4 Ram,2 GB Three Nvidia Graphic Card, 1TB Only HDD,Win 8.1 Pro, DVD RW (without Monitor) 1.13 Supply of 6 KVA UPS with 16 1 No 1.00 0.00 1.00 INR One Nos. 12V,42AH SMF Batteries Only 1.14 Supply of 2 KVA UPS system 3 Nos 3.00 0.00 3.00 INR with 06 Nos. 12V,42AH SMF Three batteries Only 1.15 18 Nos 18.00 0.00 18.00 INR Supply of 600 VA UPS for Eighteen Cameras. Only 1.16 Supply of 24x10/100Base-TX 3 Nos 3.00 0.00 3.00 INR ports Layer 2 Managed Switch Three with 4 combo Gigabit Ethernet Only /SFP Ports and 4 Single mode SFP transceiver 1.17 Supply of 8x10/100TX Layer 2 18 Nos 18.00 0.00 18.00 INR Managed Switch with 2 SFP Eighteen ports and 2 Single mode SFP Only transceiver. 1.18 Supply of 64 GB SD Card for 49 Nos 49.00 0.00 49.00 INR Camera Local recording Forty (Incase of Network failure) Nine Only 1.19 Supply of 19” 27U Racks with 2 Nos 2.00 0.00 2.00 INR Two accessories for Servers. Only 1.2 3 Nos 3.00 0.00 3.00 INR Supply of 19" 6U Racks with Three accessories for Switches Only 1.21 Supply of 7 Mtr Pole ( 1Mtr 40 Nos 40.00 0.00 40.00 INR Inside ground and 6Mtr above Forty Ground) Only 1.22 Supply of 3.5 Mtr Pole ( 0.5 Mtr 9 Nos 9.00 0.00 9.00 INR Nine Inside ground and 3Mtr above Only Ground) 1.23 Supply of 500W x 500H x 18 Nos 18.00 0.00 18.00 INR 300D single door , 1 gland Eighteen plate in the enclosure base,1 Only zinc-plated mounting plate IP 66 junction box. 1.24 Supply of 1.5 Ton Split AC for 2 Nos 2.00 0.00 2.00 INR Two Control Room Only 1.25 6500 Mts 6500.00 0.00 6500.00 INR Six Thousan d Five Supply of 6core Single Mode Hundred Armored OFC cable Only 1.26 3000 Mts 3000.00 0.00 3000.00 INR Three Supply of 2.5 Sqmm 3 Core Thousan Armored power cable d Only 1.27 6500 Mts 6500.00 0.00 6500.00 INR Six Thousan d Five Supply of 1” HDPE Pipe for Hundred underground OFC cabling Only 1.28 7 Nos 7.00 0.00 7.00 INR Supply of 12 port Rack Mount Seven LIU (Fully Loaded) Only 1.29 18 Mts 18.00 0.00 18.00 INR Supply of 12 Port wall mount Eighteen LIU (Fully Loaded) Only 1.3 48 Nos 48.00 0.00 48.00 INR Forty Supply of OFC patch cords Eight (SC-LC/SC-SC) Only 1.31 Supply of Cat 6 Cable (Box- 4 Nos 4.00 0.00 4.00 INR Four 305 Mtrs) Box Only 1.32 Supply of CAT6 patch Cords (3 10 Nos 10.00 0.00 10.00 INR Ten Mtrs) Only 1.33 1200 Mts 1200.00 0.00 1200.00 INR One Thousan d Two Supply of 1" Casing Capping Hundred /PVC Pipe Only 1.34 Supply of Power Accessories 1 L/S 1.00 0.00 1.00 INR One (DB Boxes, MCB's ,Power Only Sockets , Switches, electrical boxes, Terminals, Cable Tags, ferrules, Cable Ties, PVC, sockets, Bends etc) 1.35 150 Mts 150.00 0.00 150.00 INR One Hundred Supply of Cable Route & Fifty Markers Only 1.36 6200 Mts 6200.00 0.00 6200.00 INR Six Thousan d Two Digging and Refilling of Soft Hundred Soil Only 1.37 300 Mts 300.00 0.00 300.00 INR Three Digging and Refilling of Hard Hundred Soil (Road Cutting and refilling) Only 1.38 6500 Mts 6500.00 0.00 6500.00 INR Six Thousan d Five Hundred Laying of HDPE Pipe Only 1.39 6500 Mts 6500.00 0.00 6500.00 INR Six Thousan d Five Laying of Armored Fiber Cable Hundred through HDPE Pipe Only 1.4 3000 Mts 3000.00 0.00 3000.00 INR Three Laying of 3 Core Armored Thousan Power Cable d Only 1.41 1200 Mts 1200.00 0.00 1200.00 INR One Thousan d Two Hundred Laying of CAT6 cable Only 1.42 1200 Mts 1200.00 0.00 1200.00 INR One Fixing laying of Casing Capping /PVC Pipe Thousan d Two Hundred Only 1.43 228 Nos 228.00 0.00 228.00 INR Two Hundred & Twenty Eight Pigtails Splicing Charges Only 1.44 49 Nos 49.00 0.00 49.00 INR Forty Poles Erection Charges Nine Only 1.45 150 Nos 150.00 0.00 150.00 INR One Hundred Route Markers erection & Fifty charges Only 1.46 1 L/S 1.00 0.00 1.00 INR One Installation & Commissioning Only Total in 43066.00 0.00 43066. INR Forty Figures 00 Three Thousand &Sixty Six Only Quoted INR Forty Three Thousand &Sixty Six Only Rate in Words

Note. Determination of L-1 will be done based on total of basic prices (not including levies, taxes and duties levied by Central/State/Local governments such as excise duty, VAT, Service Tax, Octroi/entry tax, etc on final product) of all items/requirements as mentioned above.

2. Additional information in price Bid on Taxes and Duties (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: (i). 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 VAT is applicable (ii) Rate of GST (iii)Total value of GST leviable

(g). Is GST extra

(h). If Yes, then mention the following

(i) Total value of Services on which Service tax is applicable (ii) Rate of GST leviable (iii) Total value of GST leviable

(j). Is Custom Duty Exemption (CDE) required

(k). If yes, then mention the following-

(i) Custom notification number under which CDE can be given (ii) CIF value of stores to be imported (iii) Rate of Customs Duty payable (iv) Total amount of Customs Duty payable

(l). Octroi/Entry taxes

(m). Any other Taxes/Duties