KARNATAKA POWER CORPORATION LIMITED (A GOVERNMENT OF ENTERPRISE)

KALINADI HYDRO ELECTRICAL PROJECT

TENDER DOCUMENTS

FOR

Supply and Installation of CCTV Cameras at Jamaga Checkpost, Helipad Checkpost, Garage and Important Entries in Ambikanagar Colony.

OFFICE OF THE CHIEF ENGINEER (O&M) KALI KARNATAKA POWER CORPORATION LIMITED, AMBIKANAGAR – 581363 UTTARA DISTRICT

Karnataka Power Corporation Limited

INDEX

Sl. Description Page No. No. 1 Brief Tender Notification 1

2 Detailed Tender Notification 2-4

3 Bid Form 5 – 6

4 Annexure–I - Tendering Conditions 7 – 10

5 Annexure–II - General Conditions of the Contract 11 – 17

6 Annexure–III - Commercial Conditions of the Contract 18 – 21

7 Annexure–IV - Technical Specifications 22 – 25

8 Annexure–V - Undertaking 26

9 Annexure–VI - Make and Model of CCTV Camera 27 components/accessories 10 Annexure–VII - Contract Agreement Format 28-29

11 Annexure–VIII - BG for Security Deposit Format 30-31

12 Annexure–IX - Brief Details of Project 32–33

13 Annexure–X - Line Diagram of CCTV Surveillance 34 System 14 Annexure–XI - Schedule of items required for the work 35

KARNATAKA POWER CORPORATION LIMITED KALINADI HYDRO ELECTRIC PROJECT AMBIKANAGAR- 581 363, DIST:

BRIEF TENDER NOTIFICATION

NO. LCW4E7 / CCTV / 2017/ 2523 DATE: 10.11.2017

Online Tenders are invited through Karnataka Government e-procurement portal www.eproc.karnataka.gov.in from the qualified bidders for the work of “Supply and Installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and

important Entries in Ambikanagar Colony”.

The details of Notice Inviting Tender and Brief Tender Notification can also be downloaded from Karnataka Power Corporation Limited website www.karnatakapower.com and e-procurement portal, Govt. of Karnataka website www.eproc.karnataka.gov.in.

The last date for receipt of completed bid is - 08.12.2017 @ 16:00 Hrs.

Further details could be had from:

CHIEF ENGINEER (O&M)KALI, KARNATAKA POWER CORPORATION LIMITED,

AMBIKANAGAR – 581 363.

TQ: . DIST: UTTARA KANNADA. KARNATAKA STATE.

Telephone: 08284-258625, Contact No: +91 9449599134 Fax No: 08284-258615 Email: [email protected] Website: www.karnatakapower.com and

www.eproc.karnataka.gov.in

Chief Engineer (O&M)Kali, Karnataka Power Corporation Ltd., Ambikanagar – 581 363

Cc: Tender Bulletin Officer and Deputy Commissioner, Uttara Kannada District Karwar. Cc : MD- for kind information : TD/FD/D(HR)- for kind information ED(H)/ED(BTPS)/ED(T)/ED(CA & CS)/ED(F)- for kind information GM(CC) – for kind information with request to publish the notification in Deccan HeraldNews Paper. GM(A&HR)/GM(IA)/All Chief Engineers, AGM(F)A,AGM(HRD)A,AGM(S)A

Page No. 1

KARNATAKA POWER CORPORATION LIMITED (A Government of Karnataka enterprises)

Telephone No:08284-258625 Fax No:08284-258615 e-mail: [email protected]

NOTICE INVITING TENDER NO.LCW4E7/CCTV/2017/ 2523 Date: 10.11.2017

1. Online Tenders are invited through e-procurement portal www.eproc.karnataka.gov.in for the work of “Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony”.

2. Total period for completion of the said work will be 3 Months from the date of Work Order.

3. Detailed Notification is available for downloading on Karnataka Power Corporation Limited website http://www.karnatakapower.com under the “Tenders” section and also in www.eproc.karnataka.gov.in.

4. The bidder shall have the following PRE-QUALIFYING REQUIREMENT:

Only following eligible Bidders need to participate in online tender through e-procurement portal. Both cover-I (PQR Bid) and Cover-II (Price Bid) should be submitted online only. Bidder shall attach scanned copies of all the certificates/documents pertaining to the pre- qualification requirement as mentioned below. Bidders shall furnish the Original certificates/documents to the KPCL authorities whenever required, failing which, the bidder will be disqualified.

The bidder shall upload the following Pre-qualifying requirement scanned copies online.

i. The intended bidder shall have successfully completed the similar work of “Installation of CCTV Cameras” as a prime contractor of value not less than Rs. 6.00 lakhs at least in one similar work in anyone of the preceding two years (2015-16 and 2016-17). Copies of Work order and Performance Certificates issued by the organisation shall be enclosed as documentary proof.

ii. The bidder should have in the last five years i.e. 2012-13, 2013-14, 2014-15, 2015-16, 2016-17 achieved in at least two financial years an annual average financial turnover of not less than Rs. 12.00 lakhs. Profit & Loss statements duly certified by Charted Accountant shall be enclosed as a documentary proof.

iii. The bidder should have an active Independent PF Code number. The Bidder should furnish a scanned copy of the allotment letter issued by PF authorities and latest monthly paid PF challans in proof of active PF code is to be furnished.

Page No. 2

iv. The bidder should have GSTIN, PAN Card issued by concerned authorities, and are to be furnished as a proof of above.

The Price Bid of the agencies who do not meet the above qualifying requirements will not be opened.

5. COST OF TENDER DOCUMENTS:

Tender documents may be downloaded from e-procurement portal www.eproc.karnataka.gov.in under Contractor’s login. Tender documents cost should be paid online through e-procurement portal using any of the Payment modes opted in the e-procurement portal like Credit Card, Debit Card, NEFT, Over The Counter etc., through designated branches of Axis Bank. Tenders received without valid EMD will be rejected.

If the tender is cancelled due to unforeseen reasons, the cost of the tender documents shall not be refunded.

6. EMD - Earnest Money Deposit: - `30,075/-

The tender should be submitted online. An EMD amount of `30,075.00 (Rupees Thirty Thousand and Seventy Five only) should be paid online through e-procurement portal using any of the payment modes opted in the e-procurement portal like Credit Card, Debit Card, NEFT, Over The Counter etc., through designated branches of Axis Bank. Tenders received without valid EMD will be rejected.

7. Calendar of Tender activities:

1 Date of Tender Publishing

2 Date of pre-bid meeting, if any

3 Last date and time for submission Refer e-procurement portal of completed Bids (Covers I & II)

4 Opening of Cover – I PQR Bid

5 Opening of Cover – II Price Bid After evaluation of Pre- Qualification Bid (Cover-I), Price Bids(Cover-II) of Pre- qualified Bidders will be opened.

Note: If a Govt. Holiday is declared on any of the above mentioned dates, next working day shall be considered.

After evaluation of Pre-Qualification Bid (Cover-I), Price Bids(Cover-II) of Pre-qualified Bidders will be opened.

8. BID VALIDITY: The validity of the bid shall be 180 days from the day fixed for opening of the Price-Bid (Cover-II).

9. The successful bidder has to furnish a Bank Guarantee from a scheduled bank towards Security Deposit, equivalent to 5% (Five %) of the Page No. 3

contract value, at the time of entering into contract agreement. The EMD of the successful bidder will be returned after the submission of Security Deposit & signing the Contract.

10. Alternate bid other than e-procurement portal will not be accepted.

11. The firm shall not sublet the assignment.

12. Incomplete Bids are not acceptable.

13. The Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar does not bind himself to accept the lowest or any tenders and reserves the right to select from any tender only such articles as may be considered expedient to accept and to negotiate with any of the quotations.

14. The Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar reserves the right to reject any or all the tenders without assigning reasons thereof at any stage.

15. SITE VISIT:

Agencies may visit the site and survey the location / Site Positioning/ Placement of CCTV Cameras, NVR, Switches etc. before quoting during Pre-Bid meeting.

16. Further information, if required can be had from office of the ‘Chief Engineer (O&M) Kali, KPCL, Ambikanagar – 581 363, Haliyal Taluk Uttar Kannada Dist.

Chief Engineer (O&M) Kali Karnataka Power Corporation Ltd., Ambikanagar- 581 363

Copy forwarded to Tender Bulletin Officer and Deputy Commissioner, Uttar Kannada District for information and needful action.

Cc : MD- for kind information : TD/FD/D(HR)- for kind information ED(H)/ED(BTPS)/ED(T)/ED(CA & CS)/ED(F)- for kind information GM(CC) – for kind information with request to publish the notification in Deccan HeraldNews Paper. GM(A&HR)/GM(IA)/All Chief Engineers, AGM(F)A,AGM(HRD)A,AGM(S)A

Page No. 4

Page No. 5

BID FORM

To,

The Chief Engineer (O&M)Kali, Karnataka Power Corporation Ltd, Ambikanagar – 585 363

Sir,

I/We tender for the work of “Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony” in the Schedules/Annexures subject to the under mentioned conditions of the Contract.

1. This Bid will hold good for a period of 180 Days from the day fixed for opening of Price Bid. 2. I/We agree to pay 5% of the contract value plus additional security for the unbalanced tender towards Security Deposit for the due fulfilment of the contract at the time of executing agreement in the form of BG/FDR for full period of contract.

3. I/We certify that, the materials/spares offered by us will strictly confirm to the specifications of the equipment or to such modifications thereof as have been fully explained in your bid.

4. I/We hereby distinctly and expressly declare and acknowledge that before the submission of this tender, I/we have carefully read the instructions and I/We have made examination of contract documents and locations where such work is to be done.

5. I/We distinctly agree that I/We would hereafter make no claim or demand upon the Corporation based upon or arising out of any alleged misunderstanding or misconceptions or mistake on my/our part of the said contract, agreements, stipulations, restrictions and conditions.

6. If upon written information to me/us by the Chief Engineer (O&M)Kali, I/We fail to attend the office on the date there in fixed and if upon intimation being given to me/us by the Chief Engineer (O&M)Kali of the acceptance of the tender or fail to enter into agreement, then I/We agree to the forfeiture of earnest money.

7. I/We certify that, no contract awarded to me/us has been cancelled or fore-closed by KPCL in the last 10 years due to un-satisfactory performance. Page No. 6

8. Any notice required to be served on me/us shall be sufficiently served on me/us by post (registered or ordinary) or left at my/our address given.

9. I/We have read the payment terms and deduction of taxes like Income Tax and Work Contract Tax.

10. I abide by all the rules and regulations framed under GST by the government of Time to Time.

11. I/We hereby tender for execution of above said CCTV Camera works referred to in the aforesaid documents upon the terms and conditions contained.

12. Withdrawal from this bid within the period referred in the tender clause or failure to carry out the works mentioned in the bid and accepted by the Chief Engineer (O&M)Kali, KPCL, Ambikanagar after the order is placed, we entail the forfeiture of EMD / SD by the Chief Engineer (O&M)Kali, KPCL, Ambikanagar.

We also note that, the Chief Engineer (O&M)Kali, KPCL, Ambikanagar does not bind himself to accept the lowest or any Bid and reserves the right to consider/reject any or all the bids without assigning any reasons thereof. We hereby agree to all the terms and conditions of the bid excepting those which are specifically commented upon by us.

Your Faithfully,

Dated ...... CONTRACTOR'S SIGNATURE

Seal of the Company/Firm

Mobile No. ………………………………………………

Address ......

…………………………………………………………………

…………………………………………………………………

Page No. 7

ANNEXURE – I

TENDERING CONDITIONS

1. The Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar does not bind to accept the lowest or any tender and reserves the right to select from any tender only such articles as may be considered expedient to accept and to negotiate with any of the Bidders. The Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar reserves the right to reject any or all the tenders without assigning any reasons whatsoever thereof.

2. Tenders in Two Covers are invited through ‘e-procurement’ portal www.eproc.karnataka.gov.in for the work of “Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony” from reputed bidders with proven track record of successful completion of similar work.

3. Tender documents may be downloaded from Govt. of Karnataka e-procurement website www.eproc.karnataka.gov.in under login for contractors. Interested bidders may participate in tender through e-procurement portal online.

4. Earnest Money Deposit: - `30,075/-

a. The tender should be submitted online. An EMD amount of `30,075.00 (Rupees Thirty Thousand and Seventy Five only) should be paid online through e-procurement portal using any of the payment modes opted in the e-procurement portal like Credit Card, Debit Card, NEFT, Over The Counter etc., through designated branches of Axis Bank. Tenders received without valid EMD will be rejected.

b. No interest will be paid by the Karnataka Power Corporation Limited on the Earnest Money Deposited.

c. The EMD of the unsuccessful bidders shall be returned through e-procurement portal only after signing of agreement and upon submission of Security Deposit by the successful Bidder.

d. The EMD of the successful Bidder shall be returned through e- procurement portal only after awarding the Contract on entire satisfaction of the KPCL, signing of contract agreement and upon submission of Security Deposit.

e. The EMD shall be forfeited through e-Procurement:

i. In case any false Statements/ false Undertaking of Bidder/ false PQR documents/ forged PQR document/s is/are found at any stage of tendering process/evaluation the EMD of such agency will be forfeited.

ii. In the case of successful Bidder, if the Bidder fails to execute the Contract Agreement against/after placement of Detailed Order.

Page No. 8

5. COST OF TENDER:

The bidder shall bear all costs associated with the preparation and submission of his Bid and any incidental expenditure toward that, and the KPCL will in no case be responsible and liable for those costs.

6. SITE VISIT:

i. Agencies may visit the site and Survey the location/Site positioning/ Placement of CCTV Cameras, NVR, Switches etc. before quoting during Pre-Bid meeting.

ii. The Bidder should inform the KPCL at least 3 days in advance about the proposed Site visit.

iii. The Bidder, at his own responsibility and risk is encouraged to visit, inspect and survey the Site and its surroundings and satisfy himself before submitting his bid as to the form and nature of the Site. The means of access to the Site, the accommodation/transportation required for their materials/spares/tools/labors during executions of said work shall be the responsibility of the successful bidder.

7. PREPARATION OF TENDERS:

The Bidder should carefully read all the instructions, terms and conditions, specifications of materials/spares of CCTV Camera components to be supplied and for execution of the said work that are provided in the Tender Documents. The tender shall be rejected if any or all of the information required for in this document is not submitted/uploaded in the e-procurement portal.

8. COVER–I (PQR BID) PRE-QUALIFYING REQUIREMENTS:

Only following eligible Bidders need to participate in online tender. Both cover-I (PQR Bid) and Cover-II (Price Bid) should be submitted online only. Bidder shall attach scanned copies of all the certificates pertaining to the pre-qualification requirement as mentioned below. Bidders shall furnish the Original certificates/documents to the KPCL authorities whenever required, failing which, the bidder will be disqualified.

The bidder shall upload the following Pre-qualifying requirement scanned copies online.

i. The intended bidder shall have successfully completed the similar work of “Installation of CCTV Cameras” as a prime contractor of value not less than Rs. 6.00 lakhs at least in one similar work in anyone of the preceding two years (2015-16 and 2016-17). Copies of Work order and Performance Certificates issued by the organisation shall be enclosed as documentary proof.

Page No. 9

ii. The bidder should have in the last five years i.e. 2012-13, 2013- 14, 2014-15, 2015-16, 2016-17 achieved in at least two financial years an annual average financial turnover of not less than Rs. 12.00 lakhs. Profit & Loss statements duly certified by Charted Accountant shall be enclosed as a documentary proof.

iii. The bidder should have an active Independent PF Code number. The Bidder should furnish a scanned copy of the allotment letter issued by PF authorities and latest monthly paid PF challans in proof of active PF code is to be furnished.

iv. The bidder should have GSTIN, PAN Card, issued by concerned authorities, and are to be furnished as a proof of above.

The Price Bid of the agencies who do not meet the above qualifying requirements will not be opened.

9. COVER–II (FINANCIAL/PRICE BID):

Tenders must be electronically submitted (through online) through the GOK e-procurement portal www.eproc.karnataka.gov.in only. The Bidder has to quote rates for each item mentioned in the e-procurement portal only. Breakup of the rates shall be furnished whenever sought for by KPCL. The price bid submitted in any other form will not be accepted.

The agency shall quote their rates for each item available in the e- procurement portal taking into consideration of the following work charges/expenses and other factors: 1. The rates for each item quoted shall include supplying of materials inclusive of GST, insurance for the material and other charges if any. 2. Handling, loading, unloading, storage, intra-site transportation of CCTV Camera equipments / components and its accessories on FOR destination basis. 3. Labour/service charges, installation, testing and commissioning of CCTV camera surveillance system and its associated accessories including site preparation, cabling, wiring and connected mechanical/electrical works etc.,

The prices indicated are FIRM. No variation in prices on any account is acceptable once the tender is accepted.

10. PERIOD OF VALIDITY OF BIDS: - 180 DAYS

The Bids shall be valid for a period of 180 days from the date of opening of Price Bids. Bids with short bid validity shall not be considered.

11. For the due fulfillment of the contract, the successful Bidder will be required to execute an agreement on a Karnataka Government Stamp paper of the value of Rs.200/-(Rupees Hundred only). The successful Bidder should furnish a Security Deposit to the extent of 5% of the value of the contract within 15 days from the date of information of acceptance of the tender.

Page No. 10

12. The quantities indicated in the Price Bid are only approximate. If addition/deletion of quantities are found necessary, the Contractor will be bound to carry out said work of such quantities at the accepted rates. Payment will be made on the actual quantity consumed.

13. No representation for enhancement of rates once accepted will be considered during the currency of the contract.

14. Whatever may be the conditions of contract specified as indicated in the tender quotations, it is only the conditions indicated in the work order that will bind the Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar and that if any successful Bidder wishes that some other conditions quoted by him should also be accepted, he shall specifically raise the issue as soon as the work order reaches him and get the same accepted or clarified.

15. In the matter of dispute regarding the work not being in conformity with the approved quality or the performance of the contract, the decision of the Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar Shall be final.

19. The Bidder whose tender is accepted shall attend the office of the Chief Engineer (O&M) Kali, KPCL Ambikanagar Dist: Uttara Kannada on the date fixed by written intimation for executing Contract Agreement and completing other requisite formalities.

20. Failure on the part of the successful Bidder to pay the Security Deposit amount and to execute the Contract Agreement would constitute a breach of the contract and hence he shall be liable for all the consequences resulting there from. Such failure would entail forfeiture of Earnest Money Deposit. Such failure would also entail removal of contractor’s/firm’s name for future works of KPCL.

21. The Bidders who does not accept the conditions contained in the Tender Documents are liable to be rejected.

Chief Engineer (O&M) Kali Karnataka Power Corporation Ltd., Ambikanagar- 581 363

Page No. 11

ANNEXURE- II

GENERAL CONDITIONS OF CONTRACT

1.0 INTRODUCTION

Karnataka Power Corporation Limited is a Government of Karnataka undertaking which is entrusted with investigation, design, engineering, construction, generation and maintenance of power projects in the state.

PROJECT HEAD QUARTERS - AMBIKANAGAR:

Ambikanagar is the project headquarters of Kalinadi Hydro Electric Project in Haliyal Taluk, Uttara Kannada District, Karnataka State, India. Ambikanagar is at a distance of about 100 Kms. from Hubli which is situated on Bangalore-Pune national Highway No.4 in the Indian State of Karnataka. Ambikanagar is at a distance of 16 Kms. from Town. All administrative offices, township, a 200 Line EPABX CGL make exchange is located at Ambikanagar.

It is proposed for Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony through reputed agencies having experience in the same field.

2.00 DEFINITION OF TERMS:

2.01 The expression “work”, “job” or “duty” where used in these conditions shall unless there be something either in the subject or context represent to “Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony”. 2.02 The “Company / Corporation” means KARNATAKA POWER CORPORATION LIMITED (KPCL) a Govt of Karnataka under taking firm having registered office at No. 82, Race Course Road, Banglore-560 001, Karnataka State.

2.03 The “Agency/Contractor” means the Agency to whom this work is awarded on successful Bidder.

2.04 “ENGINEER” means Chief Engineer (O&M) Kali or Nominated Officers of Karnataka Power Corporation Limited, Ambikanagar.

2.05 “Personnel of the agency” mean employees of agency deployed for the said work at KPCL Colony, Ambikanagar.

2.06 Notice in “Writing” or “Writing Notice” shall mean a notice written, typed or printed characters sent (unless delivered personally or otherwise proved to have been received) by registered post to the last known private or business address or registered office of the ordinary course of post it would have been delivered.

Page No. 12

2.07 “Site premises of Company” means, KPCL Colony, Ambikanagar.

2.08 Whenever in this contract the words “Directed”, “Required”, “Ordered”, “Desired” “considered” “Necessary”, or like words are used, it shall be understood that the directions, requirements, permissions, orders, desiring, etc., of the Chief Engineer (O&M) Kali or other authorised Officers. Words “Approved”, “Acceptable”, satisfactory to the Chief Engineer (O&M) Kali or his authorised officers approved by or acceptable or satisfactory to the Chief Engineer (O&M) Kali, unless any other meaning is otherwise intended.

2.09 Month means English calendar referred for the purpose.

2.10 Bidder means any agency or the person who uploads the tender through E- procurement portal.

3.00 SCOPE OF WORK:

The scope of this work covers supply of CCTV surveillance components like Network Video Recorder, CCTV Cameras, LAN Switches, Surveillance Hard Disk, Ultra High Definition Monitor, UPS and other associated accessories & installation, testing and commissioning of the complete CCTV surveillance system at Jamaga checkpost, Helipad checkpost, Garage And important Entries in Ambikanagar Colony. Line diagram of CCTV surveillance system is as per Annexure – X and Schedule of items for the said work is as per Annexure – XI.

The scope of work envisaged is briefly described here under:

1) Supply and installation of 15 Nos. of 4MP Full HD WDR IR Bullet Cameras and all necessary accessories (Electrical cable/Switch board, Clamps, Nut Bolts etc) as per the requirement along with laying of network cables.

2) Supply and installation of 1 No. of 4MP PTZ Out door Camera and all necessary accessories (Electrical cable/Switch board, Clamps, Nut Bolts etc) as per the requirement along with laying of network cables.

3) Supply and installation of 1No. of 32 channel 4K Network Video Recorder and all accessories along with necessary cables/adapters including electrical works.

4) Supply and installation of 6Nos. of 4TB Surveillance Hard Disk for storing the CCTV cameras captured data.

5) Supply and installation of 7Nos. of 8 port Gigabit POE switches along with 2 combo SFP Ports.

6) Supply and installation of 1No. 24 Port Layer-2 fully managed Gigabit POE switch with 4 SFP ports at CE(O&M)Kali office.

Page No. 13

7) Installation of approximately 1500 Mtrs (5 Boxes) of Cat-6 STP Cable as required at various points for connecting cameras to the network/ Network Video Recorder.

8) Supply and installation of 2Nos. of 40 inch LED 4K UHD Monitors with built in Media Player for display (one each at CE(O&M)Kali office and Security Office) along with necessary accessories like cables/adapters including electrical works. Agency has to provide CCTV Display of all Cameras at both locations CE(O&M)Kali office and Security office along with necessary accessories.

9) Supply and erection/installation of 2Nos. of power coated GI Pipe of 60mm diameter, minimum 6 Meter along with necessary accessories like clamps, nut bolts etc for fixing CCTV cameras including digging, concrete refilling etc as per standards.

10) Supply and installation of 7Nos. of 1KVA UPS/Inverter with 150Ah Battery at various points including all necessary electrical works and accessories.

11) Necessary conduit for cable and any other accessories/equipment/LAN components and any electrical components/works required are included in the scope of contractor.

12) Installation, testing and commissioning of the complete CCTV Camera Surveillance system at Jamaga checkpost, Helipad checkpost, Garage And important Entries in Ambikanagar Colony.

The quantities of all the above mentioned materials may vary ±10%. Payments will be made on the actual quantities consumed.

4.0 Safety/Security Rules to be Followed by Agency and their Engineers /Technicians/ Labor:

i. The agency and his personnel shall abide by all security measures imposed by the KPCL or his duly authorized representative from time to time. ii. The Agency’s Engineer/Technician/Labor shall follow all security rules as framed by KPCL from time to time regarding obtaining Security Pass for persons, Gates Pass for materials/spares and all similar matters. iii. The Agency’s Engineer/Technician/Labor shall be deemed to have full knowledge of Safety Precautions. Therefore, necessary training on Safety Precautions shall be provided by the Bidders to their Labors/Technicians/Engineers before deputing to KPCL.

Page No. 14

iv. The Agency’s Engineer/Technician/Labor should know all “Adequate Electrical safety precautions and Fire/ safety precautions” while working at site.

5.0 WARRANTY/GURANTEE:

1. The contractor shall guarantee quality, efficiency and performance standards of the equipment amongst other things as per the latest industry standards.

2. The contractor shall provide on-site comprehensive warranty for a period of One year for all the items in the contract from the date of installation against any manufacturing defects or of poor quality, non-functioning/malfunctioning.

3. In the event of failure of parts/equipment/item during the warranty period, contractor shall be liable to repair/replacement of the defective part at free of cost at site.

4. The provision of this clause including the cost of shipment, transportation, taxes and other incidental if any, shall be implemented at Contractor’s expense.

6.0 COMPREHENSIVE MAINTENANCE:

The contractor shall provide on-site comprehensive maintenance during One year warranty for the work Executed including CCTV Cameras and all the Components installed at site at free of cost.

7.00 DUTIES, RESPONSIBILITIES AND OBLIGATION OF CONTRACTOR:

7.01 The Bidder shall inspect the Site, examine and obtain all information required and satisfy himself regarding matters and things such as access to Site, communication, transport, right of way, the type and number of equipment and facilities required for the satisfactory completion of work, the availability of local labour, availability and rates of materials, local working conditions, uncertainties of weather, obstructions and hindrances that may arise, etc., which may affect the work or cost thereof, before submission of Bid. The CORPORATION as a basis for any claim shall not accept ignorance of site conditions. The submission of Bid by the Bidder will be construed as evidence that such an examination was made and any later claims/disputes in regard to rates quoted shall not be entertained or considered by the CORPORATION.

7.02 All the work shall be carried out under direction and satisfaction of the Engineer. Not with-standing the fact that clearance or approval has been given by the Engineer; the bidder shall be responsible for the correction of positions, dimensions and the quality of workmanship.

7.03 The Contractor shall have at the Site accredited and qualified Engineers,

Page No. 15

foremen / supervisors with adequate number of years of experience in execution of similar type of works and operators of machinery and equipment, for satisfactory progress and timely completion of the work.

7.04 In the event of occurrence of any accidents at/near the site of work or in connection with execution of the work, a report shall be submitted by the Contractor immediately to the Engineer giving full details of the accident. He shall also report such accidents to all competent authorities wherever such reports are required by them. Since the work will be executed inside project site, Safety norms as per factory act shall be followed.

7.05 Instruction may be issued from time to time during progress of the work, for removal and re-execution of any work which is not, in the opinion of the Engineer, in accordance with the specification.

8.00 ACCESS TO SITE & WORK ON SITE:

8.01 The bidder shall arrange on his own all the necessary consumables, tools, tackles and equipment’s such as mobile crane, derrick required to carry out the work. 8.02 The bidder shall furnish list of supervisors and workers who will be given permits to work at site. Other personnel who are brought by the bidder will not be permitted except by special permit, which will be given on specific request 8.03 The bidder shall make his own arrangements for lighting and safeguarding his equipment’s and tools. 8.04 The contractor has to make his own arrangement for transportation and for site office and storage yard etc., if required, at his own cost.

9.00 RIGHTS OF KPCL: a. KPCL reserves its right to seek for any additional details / documents required at any point of time during and after the process of bidding. If the agency fails to furnish such details their offer is liable for rejection. b. To reserves its right to modify, change, cancel any or all the bids without giving any reason thereof. c. Final acceptance of bid rests with KPCL. KPCL reserves the right to accept or reject any or all bid without assigning any reason thereof. d. The Schedule/scope of works is liable to alteration by way of deletions or additions at the discretion of the corporation. e. KPCL or authorized Officers of the Corporation shall have the power, from time to time, in the execution of the work, to issue notice in writing and to instruct/direct the Contractor to make alterations / variations in the work. f. If the Agency fails to carry out the assigned works satisfactorily during the currency of the Contract, the Corporation shall have the power to enter upon and take possession of the works and to engage any other person, firm or agency to complete the work at the risk and cost of the purchaser. Any extra cost incurred by the Corporation due to such failure on the part of the Contractor shall be recovered / deducted from the contract.

Page No. 16 g. To prevent disputes and litigations, it shall be accepted as an inseparable part of this contract that in matters regarding work, interpretation of contract, mode of procedure and carrying out the work, the decision of KPCL shall be final and binding on the Contractor. h. KPCL reserves the right to extend or short close the contract depending upon the satisfactory execution of the work or otherwise by the Contractor, as the case may be, and the Contractor shall carry out works on the same terms and conditions of the contract during the extended period subject to a maximum of six month in the event of any extension given. i. KPCL reserves right to award work to more than one agency if it is advantage to KPCL. j. Any loss or damages caused to the corporation by non-compliance of obligation under this agreement by the contractor, the contractor is liable to make good such losses and the corporation shall be entitled to recover the same from the contractor.

10.00 STATUTORY RULES AND REGULATIONS:

i) The bidder shall register under the Contract Labour Act or any other Labour Acts as may be applicable from time to time. The bidder shall follow all the provisions of Labour laws and other laws including the Payment of Wages Act, Minimum Wages Act, Factory act, Child Labour act, Workman Compensation Act and other Local Laws and rules framed there under from time to time. Any amount payable to the employees of the Bidder under any of the law by the Bidder, if demanded from the Corporation being a Principal Employer, same shall be recovered from the Bills of the Bidder. The bidder shall maintain all registers and records as required under the various laws and regulations made there under from time to time. ii) In the event of any accident / injury / fatal to the Bidder’s employee during the course of his employment in pursuance of the present contract, the Bidder shall be responsible to pay the compensation or any sum payable to such employee under the provisions of Law or Regulations made there under including the provisions of Workman Compensation Act. The contractor shall arrange for treatment, medical facility and dealing with statutory /legal other all responsibility are rest upon contractor.

11.00 OTHER TERMS AND CONDITIONS:

i) The contractor shall employ only employees above the age of 14 years for the work. The contractor shall not engage any workmen without the knowledge of the Engineer in charge. ii) The contractor shall be responsible for his employees observing all the security and safety regulations as per IE rules, highest order of discipline, decorum and instructions as may be issued by KPCL from time to time. iii) In case, KPCL suffers any loss etc., of whatever nature on account of the contractor or the employees of the contractor

Page No. 17

not following the security/safety regulations/instructions, the contractor shall be liable to bear all such losses as may be determined by KPCL at its sole discretion and KPCL shall have the right to recover all such losses from the contractor.

12.00 SECURITY AND REGULATIONS:

The KPCL Colony, Ambikanagar and surrounding area being a prohibited area, the bidder shall provide the details of the employees intended to be employed by him at the work site and obtain necessary clearance from the concerned competent authority of KPCL. The bidder and his employees shall abide and follow the rules of security and instructions of the security officer at Ambikanagar.

13.00 DISCIPLINE:

The Bidder shall ensure that he and his employees maintain proper discipline and decorum at KPCL Colony, Ambikanagar while dealing and executing the contract. If any of the employees of the contractor is found unsuitable by the Engineer-in-Charge, then on demand by KPCL, such employee shall be removed

Chief Engineer (O&M) Kali Karnataka Power Corporation Ltd., Ambikanagar- 581 363

Page No. 18

ANNEXURE - III

COMMERCIAL CONDITIONS OF THE CONTRACT

1.0 PRICES :

The Bidder has to quote rates for each item mentioned in the e-procurement portal only. Breakup of the rates shall be furnished whenever sought for by KPCL. The price bid submitted in any other form will not be accepted.

The agency shall quote their rates for each item available in the e-procurement portal taking into consideration of the following work charges/expenses and other factors: 1. The rates for each item quoted shall include supplying of materials inclusive of GST, insurance for the material and other charges if any. 2. Handling, loading, unloading, storage, intra-site transportation of CCTV Camera equipments / components and its accessories on FOR destination basis. 3. Labour/service charges, installation, testing and commissioning of CCTV camera surveillance system and its associated accessories including site preparation, cabling, wiring and connected mechanical/electrical works etc.,

The prices indicated are FIRM. No variation in prices on any account is acceptable once the tender is accepted.

1.1 The prices shall be valid even if the quantities are varied upward/downwards. The quantities indicated in the Price-Bid are only approximate. If deletion/addition of quantities are found necessary the Contractor will be bound to carry out work of such quantities at the accepted rates.

2.0 WORK COMPLETION PERIOD: Total period for completion of the said work will be 3 Months from the date of issue of Work Order.

3.0 PAYMENT:

3.1 The following terms of payment shall be applicable to the works under this contract.

3.2 On completion of the works, the bidder shall submit bills to the Chief Engineer (O&M) Kali, KPCL Ambikanagar as per actual quantity consumed for the said work, who in turn inspect the works, verifies the bills, certifies and arrange the payment after observing KPCL payment procedures. Payment to bidder shall be made by cheque. Final bill shall be made after completion of work in all respect and installation / commissioning / testing of the said work.

Page No. 19

3.3 Quantities indicated in Price Bid are approximate. Payment will be made on actual quantities consumed for the said work.

4.0 DEDUCTION OF INCOME TAX, AND OTHER APPLICABLE TAXES AND DUTIES ETC:

4.1 Bidder shall provide PAN/GIR Number to KPCL. Income-tax and other applicable taxes if any shall be deducted at source at the prescribed rates from the bills of Bidder as per the statutory levies / taxes in force at the time of payment of the bills. Necessary certificates of tax deducted at source shall be issued / furnished by KPCL to the agency.

4.2 All compensations or other sums of money payable by the Contractor under the terms of this contract may be deducted from his security deposit or from any sums that may be due, or may become due to the Contractor by the Corporation on any account whatsoever and in the event of security deposit being reduced by reason of any such deduction, the Contractor shall, within 10 days thereafter make good the shortfall in the security deposit referred to above.

5.0 PAYING AUTHORITY: The authority authorizing payment for said contract would be the “Chief Engineer (O&M) Kali, Karnataka Power Corporation Limited, Ambikanagar” or his authorized nominee. The Payment would be made by the Asst. General Manager (Finance)A, KPC Ltd., Ambikanagar.

6.0 COMPLETION PERIOD/PENALTY:

6.1 The agency shall complete the supply, installation, testing and commissioning works within 3 Months from the date of Work Order. Failure may leads to levy of penalty at the rate of ½ % of the contract value per week.

7.0 SECURITY DEPOSIT:

7.1 Immediately after receipt of Letter of Intent/Award, the Contractor shall furnish Security Deposit in the form of Bank Guarantee to the extent of 5% value of the Contract for the due and faithful performance of the contract. The BG furnished shall be through a Nationalized/Scheduled Bank on Rs. 200/- stamp paper. The BG shall be furnished strictly as per the KPCL format enclosed. The B.G. shall be valid for entire period of contract/warranty and any extension thereof.

7.2 The Security Deposit will be refunded to the contractor only after the corporation is fully satisfied regarding satisfactory completion and maintenance of the CCTV Camera surveillance system during the contract/warranty period or any extensions thereof.

7.3 The contractor shall extend the BG towards Security Deposit beyond the stipulated contract period if necessary.

Page No. 20

7.4 The Security Deposit/Bank Guarantee shall be forfeited:

i. If the contract is terminated by KPCL due to poor quality of said work or negligence /misbehavior/bad act of the contractor/ his personnel or non-observing the provisions stipulated in the contract during the contract period. OR

ii. If the contractor is found violating any law/rule related to Safety/Security and report in this regard is received from the competent authority.

iii. In case any Statements/ Undertaking of Bidder/ false PQR documents/ forged PQR document/s is/are found at any stage of during the contract period.

8.0 CONTRACT AGREEMENT: An agreement shall be entered into between the contractor and the corporation for the proper fulfillment of the contract. The Agreement shall be executed by the contractor on Rs. 200/- stamp paper purchased in Karnataka State as per the format prescribed by the KPCL enclosed immediately after receipt of Detailed Work Order. The Contractor shall provide Six Nos. of additional copies of Contract Agreement.

9.0 TERMINATION OF THE CONTRACT: KPCL reserves the right to terminate the Order if the contractor neglects to execute the work with due diligence and expedition or does not comply with the instruction given, the Corporation reserves the right to terminate the contract by giving 21 days’ notice.

9.1 If the services of the Agency in KPCL found not satisfactory and if any of the conditions of the contract agreement is violated, KPCL reserves the right to terminate the contract prematurely without any compensation on any kind of loss.

9.2 The firm shall be bound by the performance clause except under force Majeure conditions as envisaged in Clause – 9.3.

9.3 FORCE MAJEURE : Force Majeure is herein defined as any cause which is beyond the control of the SUPPLIER/SERVICE PROVIDER or the CORPORATION, as the case may be, which they could not foresee or with a reasonable amount of diligence could not have foreseen and which substantially affects the performance of the Contract, such as :

a) Natural Phenomena, including but not limited to floods, droughts, earthquakes, lightning, thunder and epidemics. b) Acts of any Government, domestic or foreign, including but not limited to war, declared or undeclared priorities, quarantines, embargoes. c) Accidents and disruptions including but not limited to fire, explosions, break downs of essential machinery or equipment and power shortages. d) Transportation delay due to force Majeure or accidents. e) Strike, lockouts and sabotage. f) Riots and civil commotion.

Page No. 21

10.0 SUIT OF PROCEEDINGS: Any suit or proceedings arising out of this contract shall be instituted in court of law at Haliyal.

11.0 ARBITRATION: Any dispute or difference or claim arising out of, or in connection with, or relating to the present contract or the breach, termination or invalidity thereof, shall be referred and settled under the Arbitration Centre - Karnataka (Domestic & international) Rules 2012, by one or more arbitrators appointed in accordance with its rules.

Chief Engineer (O&M) Kali Karnataka Power Corporation Ltd., Ambikanagar- 581 363

Page No. 22

ANNEXURE - IV

TECHNICAL SPECIFICATIONS

1.0 INTRODUCTION :

Karnataka Power Corporation Limited is a Government of Karnataka undertaking which is entrusted with investigation, design, engineering, construction, generation and maintenance of power projects in the state.

PROJECT HEAD QUARTERS - AMBIKANAGAR:

Ambikanagar is the project headquarters of Kalinadi Hydro Electric Project in Haliyal Taluk, Uttara Kannada District, Karnataka State, India. Ambikanagar is at a distance of about 100 Kms. from Hubli which is situated on Bangalore-Pune national Highway No.4 in the Indian State of Karnataka. Ambikanagar is at a distance of 16 Kms. from Dandeli Town. All administrative offices, township, a 200 Line EPABX CGL make exchange is located at Ambikanagar.

It is proposed for “Installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony” through reputed agencies having experience in the same field.

2.0 DETAILED TECHNICAL SPECIFICATIONS. 2.01 32 Channel H.265 4K Network Video Recorder:

FEATURES:  Up to 32 channel IP camera input.  Up to 12Mp resolution preview and playback.  Max 384Mbps incoming bandwidth.  Support 8 SATA HDDs up to 48TB, 4 USB(2 USB3.0), 1 eSATA port.  Support iSCSI to expand storage space.  2 HDMI / 1 VGA simultaneous video output.  Support Multi-brand network cameras.  Support RAID 0/1/5/6/10/50/60.  ONVIF Version 2.4 conformance.  Mobile Software: iCMOB, gCMOB, wCMOB.  CMS Software: KVMS, KVMS Pro.

Make: PANASONIC, CP PLUS, HONEYWELL, BOSCH.

2.02 4MP Full HD WDR IR Bullet Camera – 50Mtr:

FEATURES:  1/3’’ 4MP PS CMOS Image Sensor.  Max 25/30fps@4Mp(2688x1520).  H.265 and H.264 triple-stream encoding.  WDR(120dB), Day/Night (ICR), 3DNR, AWB, AGC, BLC.  2.7-12mm Motorized Lens.  IR Range of 50 Mtrs, Micro SD, IP67, PoE.

Page No. 23

 Mobile Software: iCMOB, gCMOB.  CMS Software: KVMS Pro, vOptimus Pro.

Make: PANASONIC, CP PLUS, HONEYWELL, BOSCH.

2.03 4MP PTZ Out door camera:

FEATURES:  1/3” 4MP CMOS Image sensor.  Max. 25/30fps@4M, 50/60fps@1080P resolution.  Powerful 30x Optical and 16x Digital zoom.  H.265 and H.264 Encoding, Ultra-low bit rate transmission.  WDR (120dB), Day/Night (ICR), 3D DNR, Auto iris, Auto focus.  Up to 300 Presets, 8 Tour, 5 Pattern, 8 Auto scan, 8 Auto pan.  Max 400o/s pan speed, 360o endless pan rotation.  Built-in 2/1 alarm in/out, IP66, PoE+, Micro SD, 100Mtr.IR.  Mobile Software: iCMOB, gCMOB.  CMS Software: KVMS Pro, vOptimus Pro.

Make: PANASONIC, CP PLUS, HONEYWELL, BOSCH.

2.04 PoE Gigabit Switch 8 Port 1000mbps along with 2 combo SFP Ports – Web Smart Switch:

FEATURES:  Link Status detection.  Access Control List.  Auto Surveillance VLAN.  Loopback detection and automatically disabling a port when a loop is detected.  Network Ports – 8 X 10/100/1000 Mbps PoE ports.  2 Gigabit SFP ports.  Network protocol and Standards Compatibility: IEEE 802.3at PoE IEEE 802.1Q VLAN IEEE 802.3 10BASE-T IEEE 802.3u 100BASE-T IEEE 802.3ab 1000BASE-T IEEE 802.3x Flow control

Make: NETGEAR, D-LINK, HP, CISCO.

2.05 4TB Surveillance Hard Disk:

FEATURES:  Capacity 4TB.  Interface SATA 6 Gb/s.  Cache 64MB.  Drive bays supported 8+.  Tarnish Resistant – Yes.  Load/Unload Cycles 300,000.  Warranty, Limited (Years) – 3.

Make: SEGATE, WESTERN DIGITAL(WD).

Page No. 24

2.06 24 Port Layer-2 fully Managed Gigabit POE Switch with 4 SFP Ports:

FEATURES:  Port based – prioritize traffic by specifying a port and priority level.  VLAN based - Support a minimum 512 VLANs and 4094 VLAN IDs.  16K MAC address table.  Access Control List(ACLs)- should accommodate IPv4/IPv6 port and VLAN based ACLs .  Source-port filtering – allow only specified ports to communicate with each other  Loopback detection and automatically disabling a port when a loop is detected.  Switching capacity – minimum 56 Gbps  CPU Memory – minimum 128 MB DDR3  Flash Memory- minimum 256 MB  Network Ports – 25 X 10/100/1000 Mbps PoE ports  4 fixed Gigabit Ethernet SFP ports  Web based Graphical User Interface(GUI)  Network protocol and Standards Compatibility: IEEE 802.1Q VLANs IEEE 802.1p Priority IEEE 802.3af Power over Ethernet IEEE 802.3at Power over Ethernet Plus IEEE 802.3 10BASE-T IEEE 802.3ab 1000BASE-T IEEE 802.3az Energy Efficient Ethernet IEEE 802.3ad Link Aggregation Control Protocol (LACP) IEEE 802.3x Flow control IEEE 802.3s Multiple Spanning Trees  Security and Network Management: IEEE 802.1X Port based Network Access Control Secure Socket Layer (SSL) RFC 1098 A Simple Network Management Protocol (SNMP) IEEE 802.1AB Link Layer Discovery Protocol (LLDP)  Support connectivity for both IPv4/IPv6 protocols and transition mechanism from IPv4 to IPv6  Lifetime warranty

Make: NETGEAR, D-LINK, HP, CISCO.

2.07 40” LED 4K Ultra High Definition (UHD) Monitor with inbuilt Media Player :

FEATURES:  Minimum 40 inch LED  4K Ultra HD Display, Resolution - 3840X2160 Pixels  Connectivity - 2 USB ports,2 HDMI ports  USB Support – Audio, Video, Image  Ethernet socket for RJ-45 connectivity  Aspect Ratio – 16:9  Video Signals – HDMI, RF, Component

Page No. 25

 Video Formats Support – 3GP, AVI, FLV, MKV, MP4, TS, VOB, WMV  Audio Formats Support – AAC, LPCM, MP3

Make: Samsung, Panasonic, LG, Sony.

2.08 1KVA UPS/Inverter with 150Ah Battery:

FEATURES:  Minimum 1000VA UPS/Inverter  150Ah tubular battery  Output waveform – Pure Sine Wave.  Voltage – 90-290V  Output frequency – 50 Hz

Make: Luminous, Microtek, Switcher, Exide, PowerOne, Numeric.

3.00 HANDING OVER:

The Contractor after commissioning and testing the Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony, he shall furnish completion report for having completed the work as per the approved materials/drawings along with complete details such as Description of equipment, Serial No., Ratings, site test results of the equipment, etc. On meeting the above requirements, the CCTV Cameras and its accessories shall be handed over to purchaser and guarantee period will be reckoned from the date of handing over.

4.00 MAKE AND MODEL OF THE COMPONENTS:

The Bidder should clearly indicate the Make and Model of the components quoted for this work along with specification data sheet in the format specified in ANNEXURE-VI and the same has to be uploaded along with the PQR documents.

Chief Engineer (O&M) Kali Karnataka Power Corporation Ltd., Ambikanagar- 581 363

Page No. 26

ANNEXURE-V

UNDERTAKING

This is to certify that the followings :

1. We are not black listed/our contract is cancelled due to non-performance by any reputed firms/ companies/ Govt. organizations/ public sector units during course of executing the work/contract.

2. We are not connected with any of the defaulting/ blacklisted firms/companies.

3. We have not received any complaints/ non-performance warning letters during maintenance period at reputed firms/ companies/ Govt. organizations/ public sector units.

4. There are no complaints / disciplinary actions against us by any reputed firms/ companies/ Govt. organizations/ public sector units.

5. We have executed all orders received by any reputed firms/ companies/ Govt. organizations/ public sector units without fail.

6. We have not refused any Work Orders placed on us by any reputed firms/ companies/ Govt. organizations/ public sector units.

7. No penalty amount is deducted towards non-performance, from our bills during maintenance by any reputed firms/ companies/ Govt. organizations/ public sector units.

I/We declare that, the information above is true. In case any of above information found to be false, my tender may be rejected and EMD/Security Deposit amount shall be forfeited.

Yours faithfully,

Seal and Signature of the Bidder.

Page No. 27 Page No.

ANNEXURE -VI MAKE AND MODEL OF THE CCTV COMPONENTS QUOTED FOR THIS WORK

ITEM DESCRIPTION MAKE MODEL

32Channel H.265 4K Network Video Recorder (NVR)

4MP Full HD WDR IR Bullet Camera - 50Mtr

4MP PTZ Out door camera.

8 Port Gigabit POE Switch along with 2 combo SFP Ports - Web Smart Switch

4TB Surveillance Hard Disk.

24 Port Layer-2 Fully managed Gigabit POE switch with 4 SFP ports

40" LED 4K Ultra High Definition(UHD) Monitor with inbuilt Media Player for CCTV display 1KVA UPS/Inverter with 150ah Battery

Page No 31 Page No. 28

ANNEXURE- VII

AGREEMENT

The agreement entered into this day of ______between M/s. ______(hereinafter referred to as the “Contractor” which term shall include their successors and legal representatives) and KARNATAKA POWER CORPORATION LIMITED a Company registered under the Companies Act 1956 (hereinafter referred to as the “Corporation” which terms shall include its successors and assigns).

WHERE AS

The Contractor submitted his offer dated: ______to the Chief Engineer(O&M)Kali, Karnataka Power Corporation Limited, Ambikanagar(N.K.)- 581363, against the Tender Notification No.LCW4E7/CCTV/2017/______Dated: ___. .2017 for the Work of “Supply and installation of CCTV Cameras at Jamaga checkpost, Helipad checkpost, Garage and important Entries in Ambikanagar Colony” was accepted by the said Chief Engineer, on behalf of Karnataka Power Corporation Limited, subject to the terms and conditions detailed in the said Chief Engineer letter of Intent No. LCW4E7/CCTV/2017/____ dated: ______and Detailed Work Order No. LCW4E7/CCTV/2017/_____ dated: ______and Annexures therein. (hereinafter referred to as order).

The Contractor having accepted the order, was required to execute agreement and to furnish a Bank Guarantee towards the Security Deposit for the due fulfillment of the Agreement.

The contractor has furnished a Bank Guarantee bearing No. _____ dated:______in favor of the Karnataka Power Corporation Limited, for a sum of Rupees ______/- (Rupees ______only) towards the Security Deposit for the due fulfillment of the agreement from the ______(Address of the Bank), and has further agreed to renew it to the extent required to cover the full warranty period under the agreement. Page No. 29

Now, this indenture witnesseth and it is hereby agreed and declared as follows, that is to say, in consideration of the payments to be made to the Contractor by the Corporation as hereinafter mentioned, the Contractor hereby covenants with the Corporation, that the Contractor shall and will duly supply the goods of the quality and description specified and shall do and perform all other works and things covered under the agreement subject to the terms and conditions and stipulations mentioned in the detailed order that is to say Annexures and any other documents annexed to this agreement and deemed to be part of the agreement.

In witness whereof the parties to this agreement have signed this indenture in the presence of the following witnesses.

CONTRACTOR’S SIGNATURE for KARNATAKA POWER CORPORATION LTD.

______Chief Engineer (O&M) Kali

WITNESSES:

1 1.

2 2.

Page No. 30

ANNEXURE – VIII

BG for Security Deposit

(On a legal stamp paper of Rs.200/-)

In consideration of Karnataka Power Corporation Limited (hereafter called “The Corporation”) having agreed to exempt M/s………………………………………..…….. ……………………………………………………..………………., (hereinafter called “the said Contractor(s)”) from the demand, under the terms and conditions of the tender No...... dated…………. for the work of “______” offer of the said contractor's dated ...... including subsequent correspondence which have been accepted by the Corporation vide letter of award No...... dated ...... (hereinafter called the said Agreement”) of Security Deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee for Rs…………… (Rupees………….. …………………………..……………………).

1. We ……………………………..…….Bank Limited, (hereinafter referred to as “The Bank”) do hereby undertake to pay to the Corporation an amount not exceeding Rs………………(Rupees:………………..…………………only), against any loss or damage caused to or suffered or would be caused to or suffered by the Corporation by reason of any breach by the said Contractor(s) of any of the terms and conditions contained in the said Agreement.

2. We………………………….……………Bank Limited, do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Corporation stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Corporation by reason of any breach by the said Contractor of any of the terms or conditions contained in the said agreement or by reason of the Contractor’s failure to perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs………………. (Rupees ………………………………………………………………….…..only).

3. We………………………………………. Bank Limited, further agrees with the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues to the Corporation under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Chief Engineer (O&M)Kali of the Corporation certifies that the terms and conditions of the said Agreement Page No. 31

have been fully and properly carried out by the Contractor(s) and accordingly discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the………………….we shall be discharged from all liability under this guarantee thereafter.

4. We………………………………….… Bank Limited, further agree with the Corporation that the Corporation shall have the fullest liberty without our consent and without affecting in any manner obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor from time to time or to postpone for any time of from time to time any of the powers exercisable by the Corporation against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on the part of Corporation or any indulgence by the Corporation to the said Contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect of so relieving us.

5. We………………………………….……. Bank Limited, lastly undertakes not to revoke this guarantee during its currency except with the previous consent of the Corporation in writing.

Date…………………..day of ……………………………….2017

For…………………………….Bank……………………………………..………….

Page No. 32

ANNEXURE – IX

BRIEF DESCRIPTION OF THE PROJECT

PROJECT HEAD QUARTERS - AMBIKANAGAR:

Ambikanagar is the project headquarters of Kalinadi Hydro Electric Project in Haliyal Taluk, Uttara Kannada District, Karnataka State, India. Ambikanagar is at a distance of about 100 Kms. from Hubli which is situated on Bangalore-Pune National Highway No.4 in the Indian State of Karnataka. Ambikanagar is at a distance of 16 Kms from Dandeli Town. All administrative offices, township, a 200 Line EPABX CGL make exchange is located at Ambikanagar.

NAGJHARI POWER HOUSE:

The Nagjhari Power House is located on downstream of Supa Dam near Ambikanagar and is at a distance of about 8 Kms. from Ambikanagar. The Nagjhari Power House has installed capacity of 900 MW.

CLIMATIC CONDITIONS:

The following table furnishes the information regarding the various climatic conditions for the information of the contractor.

a Minimum temperature of air in shade 10 deg. C

b Maximum temperature of air in shade 40 deg. C

c Maximum relative humidity 100%

d Minimum relative humidity 70%

e Average no. of thunder storm days per annum 50 days

f Average no. of dust storm days per annum 4 days

g No. of months of tropical monsoons per annum 4 months

h Average no. of rainy days per annum 140 days

i Average annual rain fall 380 cms.

j maximum wind pressure in Kg/Sq.Cm. 70

k Ambient temperature of cooling water 30 deg. C

l Ambient temperature of air 45 Deg. C

Page No. 33

COMMUNICATION AND TRANSPORT:

The nearest railway station to Ambikanagar is Hubli, which is at a distance of 100 Kms. and is a major city connected by Broad Gauge Railway on the Bangalore-Miraj Section

Dandeli is the nearest town about 16 Kms. from Ambikanagar. Ambikanagar is well connected to major cities / towns by Road via Dandeli. Ambikanagar has a DOT exchange and STD code is 08284. At present BSNL, Vodafone, Airtel mobile coverage is available at Ambikanagar.

ANNEXURE - X LINE DIAGRAM FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV CAMERAS AT JAMAGA CHECK POST, HELIPAD CHECK POST, GARAGE AND IMPORTANT ENTRIES IN AMBIKANAGAR COLONY.

8

Sykes Point Road

Using STP Cat6 1 2 4 5 6

Power Supply OFC CE(O&M) OFC Store OFC OFC OFC OFC Jamaga NPH Road Garage Division Office Security Check Post

OFC OFC OFC

Security Helipad Model School High School Office Check Post

7 3

SL. Layer-2 Gigabit Surveillance IR Bullet 8 Port POE 40" LED 4K 6Mtr GI Pipe LOCATION NVR IR PTZ Cameras UPS/Inverter NO. PoE Switch HDDs Cameras Switch UHD MONITOR for Camera

1 Chief Engineer(O&M) Kali Office 1 No. 1 No. 6 Nos. - - - - 1 Nos. -

2 Store Security - - - 2 Nos. - 1 Nos. 1 Nos. - -

3 Helipad Check Post - - - 2 Nos. - 1 Nos. 1 Nos. - -

4 NPH Road / SC/ST Union Office - - - 2 Nos. - 1 Nos. 1 Nos. - 1 Nos.

5 Garage - - - 5 Nos. - 1 Nos. 1 Nos. - -

6 Jamaga Check Post - - - 2 Nos. - 1 Nos. 1 Nos. - -

7 Security Office - - - 2 Nos. - 1 Nos. 1 Nos. 1 Nos. -

8 Sykes Point Road/ Pwr. Sup. Office - - - 0 Nos. 1 No. 1 Nos. 1 Nos. - 1 Nos. Total : 1 No. 1 No. 6 Nos. 15 Nos. 1 No. 7 Nos. 7 Nos. 2 Nos. 2 Nos.

Page No. 34 ANNEXURE - XI Schedule of items for Supply, Installation and Commissioning of CCTV Camera at Jamaga Check Post, Helipad Check post, Garage and and important entries in Ambikanagar colony. Item Unit of Quantity Rate Amount Item Description Code Measurement 1 Supply of of 32 channel 4K Network Video Recorder and all necessary 1 57,820.00 57,820.00 Nos accessories . 2 Supply of 4MP Full HD WDR IR Bullet Cameras and all necessary accessories . 15 31,271.00 4,69,065.00 Nos

3 Supply of 4MP PTZ Out door Camera and all necessary accessories. 1 73,160.00 73,160.00 Nos

4 Supply of 8 port Gigabit POE switches along with 2 combo SFP Ports. 7 13,981.00 97,867.00 Nos

5 Supply of 4TB Surveillance Hard Disk. 6 14,160.00 84,960.00 Nos

6 Supply of 24 Port Layer-2 Fully managed Gigabit POE switch with 4 SFP ports. 1 32,995.00 32,995.00 Nos

7 Supply of 40" 4K Ultra High Defenition (UHD) LED Monitor with inbuilt Media 2 59,551.00 1,19,102.00 Nos Player for CCTV display . 8 Supply of powder coated GI Pipe of minimum 60mm diameter, minimum 6 2 11,185.00 22,370.00 Meter length along with necessary accessories like clamps, nut bolts etc for Nos fixing CCTV cameras. 9 Supply of 1KVA UPS/Inverter with 150Ah Battery including necessary 7 27,403.00 1,91,821.00 Nos accessories. 10 Supply of 100 Nos. of RJ-45 Connectors. 100 11.00 1,100.00 Nos

11 Installation of NVR+HDD+LED HD Monitors alongwith necessary cables/ adapters 1 4,104.00 4,104.00 including electrical works and all accessories (Electrical cable/switch board etc) Lump sum

12 Installation of all supplied Cameras along with laying of network cables (Cat-6 1 32,832.00 32,832.00 STP) as per requirement, installation of LAN switches including electrical works Lump sum and all necessary accessories (Electrical cable/switch board, Clamps, nut bolts, etc) 13 Installation/erection of all supplied powder coated GI Pipes of 60mm dia, 1 10,260.00 10,260.00 minimum 6Mtr length or as required, including digging as per standards, Lump sum concreting refilling alongwith necessary accessorries clamps, nut bolts., etc for fixing camera 14 Establishing complete CCTV surveillance system including installation, 1 5,544.00 5,544.00 commissioning and testing of all supplied cameras and other equipments viz., NVR, LED Monitors including laying of all necessary cables and any other Lump sum accessories required for the work and applicable taxes . Necessary training for end users has to be provided.

TOTAL :

Note : 1. The above quoted Rates are inclusive of all the Taxes, Duties, Leveis, Labour Charges, Insurance etc., on FOR destination Basis and shall be firm through out cotract period. 2. All above materials supplied will be under warranty of ONE year from the date of completion of the work. 3. The payment will be made as per the actual quantity consumed for the said work. 4. The quoted Rates include Maintenace/Repair of CCTV Components /materials/equipments during warranty period at free of cost at site.

THIS IS ONLY FOR BIDDERS REFERENCE. THE RATES MUST BE QUOTED IN E-PROCUREMENT PORTAL ONLY.