Quick viewing(Text Mode)

5, Rajpur Road, Delhi – 110054

5, Rajpur Road, Delhi – 110054

OFFICE OF THE DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS: 5, RAJPUR ROAD, – 110054. (FAX NO.011–23993344 & 23974427) (e-mail ID – [email protected])

Tender Notice No.659/CSA/Q-III/DCP/P&L/2020

Digitally signed online e-tenders are invited by the undersigned in two bid system from the PSUs, PSEs, Manufacturers, Authorized distributor/Dealers and firms dealing in the trade for hiring of 04 Mega Pixel and 02 Mega Pixel IP Based CCTV Camera system alongwith its accessories to cover the Arrangements – 2021 and Arangement-2021 in the area of District, North District, Central District, North West District, South-East District and Security Unit for use in Delhi Police. The requirement of CCTV Cameras is as tabulated below:- REPUBLIC DAY-2021. S.No Name of the user Period w.e.f. PTZ FIXED TOTAL 1. New Delhi Distt. 128 -- 128 18.01.2021 to 26.01.2021 2. New Delhi Distt. 46 -- 46 27.01.2021 to 29.01.2021 (Beating Retreat) 3. Security Unit 27 79 106 17.01.2021 to 26.01.2021 (For R. Day) 4. Security Unit 34 43 77 26.01.2021 to 29.01.2021 (For Beating Retreat) 5. Security Unit 04 04 08 17.01.2021 to 26.01.2021 (For KOT main Security Lines) 6. Central Distt. 08 108 116 17.01.2021 to 27.01.2021 7. North Distt. 31 94 125 16.01.2021 to 26.01.2021 8. North West Distt. 09 22 31 20.01.2021 to 25.01.2021 9. South-East Distt. 07 33 40 15.01.2021 to 31.01.2021 TOTAL 677

INDEPENDENCE DAY-2021. S.No Name of the user Period w.e.f. PTZ FIXED TOTAL 1. North Distt. 67 270 337 25.07.2021 to 16.08.2021 2. Central Distt. 07 299 306 25.07.2021 to 15.08.2021 3. Security Unit 14 36 50 08.08.2021 to 15.08.2021 (For Redfort) 4. Security Unit 04 04 08 08.08.2021 to 15.08.2021 (For KOT main Security Lines) 5. Security Unit 06 09 15 22.06.2021 to 07.08.2021 (For preparatory work at Rampart area) 6. North West Distt. 09 22 31 10.08.2021 to 15.08.2021 7. New Delhi District 68 19 87 15.08.2021 8. South-East Distt. 07 33 40 05.08.2021 to 20.08.2021 TOTAL 874

1

Last date for submission of tender is 21/12/2020 upto 1200 Hours, which will be opened on 22/12/2020 at 1200 Hrs. in Committee Hall, P&L Unit, 5, Rajpur Road, Delhi. In case the due date is declared holiday, the tenders will be opened on the next working day at the same time. For more information please log on Central Public Procurement Portal (CPPP): https://eprocure.gov.in/eprocure/app. and the official website of Delhi Police i.e. www.delhipolice.nic.in.

-sd- DY. COMMISSIONER OF POLICE: PROV. & LOGISTICS DELHI

2

OFFICE OF THE DY. COMMISSIONER OF POLICE, PROV. & LOGISTICS, (AN ISO 9001:2008 UNIT) 5, RAJPUR ROAD, DELHI-110054, FAX NO.23993344 & 23974427 Email: [email protected] Tender Notice No. 659/CSA/Q-III/DCP/P&L/2021

CHAPTER – 1 INSTRUCTIONS TO BIDDERS 1. General:

1.1 Digitally signed online e-tenders are invited by the undersigned in two bid system from the PSUs, PSEs, Manufacturers, Authorized distributor/Dealers and firms dealing in the trade for hiring of 04 Mega Pixel and 02 Mega Pixel IP Based CCTV Camera system alongwith its accessories to cover the Republic Day Arrangements – 2021 and Independence Day Arangement-2021 in the area of New Delhi District, North District, Central District, North West District, South-East District and Security Unit for use in Delhi Police. The requirement of CCTV Cameras is as tabulated below:- REPUBLIC DAY - 2021

Sl. Description of work Application No. Fee 1. Hiring of 128 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for New Delhi District for 09 days w.e.f. 18.01.2021 to 26.01.2021. 2. Hiring of 46 Nos. (for Beating Retreat) IP based Mega Pixel CCTV Rs. 500/- Cameras & other accessories for New Delhi District for 03 days w.e.f. 27.01.2021 to 29.01.2021. 3. Hiring of 106 Nos. (for Republic Day) IP based Mega Pixel CCTV Rs. 500/- Cameras & other accessories for Security Unit for 10 days w.e.f. 17.01.2021 to 26.01.2021. 4. Hiring of 77 Nos. (for Beating Retreat) CCTV Cameras & other Rs.500/- accessories for Security Unit for 04 days w.e.f. 26.01.2021 to 29.01.2021. 5. Hiring of 08 Nos. CCTV Cameras & other accessories for KOT main Rs. 500/- Security Lines for 10 days w.e.f. 17.01.2021 to 26.01.2021. 6. Hiring of 116 Nos. CCTV Cameras & other accessories for Central Rs. 500/- District for 11 days w.e.f. 17.01.2021 to 27.01.2021. 7. Hiring of 125 Nos. CCTV Cameras & other accessories for North District Rs. 500/- for 11 days w.e.f. 16.01.2021 to 26.01.2021. 8. Hiring of 31 Nos. CCTV Cameras & other accessories for North-West Rs. 500/- District for 06 days w.e.f. 20.01.2021 to 25.01.2020. 9. Hiring of 40 Nos. IP based Mega Pixel CCTV Cameras & other accessories Rs. 500/- for South-East District for 17 days i.e. 15.01.2021 to 31.01.2021.

INDEPENDENCE DAY – 2021

Sl. Description of work Application No. Fee 1. Hiring of 337 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for North District for 23 days w.e.f. 25.07.2021 to 16.08.2021. 2. Hiring of 306 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for Central District for 22 days w.e.f. 25.07.2021 to 15.08.2021. 3. Hiring of 50 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for Security Unit (for Redfort) for 08 days w.e.f. 08.08.2021 to 15.08.2021. 4. Hiring of 08 Nos. CCTV Cameras & other accessories for KOT main Rs. 500/- Security Lines for 08 days w.e.f. 08.08.2021 to 15.08.2021. 3

5. Hiring of 15 Nos. CCTV Cameras & other accessories for Security Unit Rs. 500/- (for preparatory work at Rampart area) for 47 days w.e.f. 22.06.2021 to 07.08.2021. 6. Hiring of 31 Nos. CCTV Cameras & other accessories for North-West Rs. 500/- District for 06 days w.e.f. 10.08.2021 to 15.08.2021. 7. Hiring of 87 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for New Delhi District for 01 day i.e. 15.08.2021 to 15.08.2021. 8. Hiring of 40 Nos. IP based Mega Pixel CCTV Cameras & other Rs. 500/- accessories for South East District for 16 days i.e. 05.08.2021 to 20.08.2021.

NOTE: - SEPARATE DEMAND DRAFT OF RS. 500/- AS APPLICATION FEE FOR EACH & EVERY LOCATION SHALL BE SUBMITTED BY THE TENDER FIRM

IMPORTANT

Out of total requirement, 80% CCTV Cameras of IP based 02 Mega Pixel and 20% CCTV Cameras of IP based 04 Mega Pixel will be installed at each and every venue (i.e. New Delhi District, North District, South- East, Central District, Security Unit and North West District). These 20% CCTV Cameras of IP based 04 Mega Pixel will be installed at the strategic locations which will be intimated by DCsP concerned at the time of installation and the rest 80% locations will be covered by IP based 02 Mega Pixel CCTV Cameras. 1.2 Bidders are advised to study the tender document carefully and thoroughly. Online submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications.

1.3 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors, which would have any effect on the performance of the contract and cost of the Stores. No request for the change of price or time schedule of delivery of Stores shall be entertained, on account of any local condition or factor once the offer is accepted by the Purchaser.

1.4 The Purchase committee with the approval of competent authority reserves the right to relax any terms & conditions in the Govt. interest with the approval of competent authority.

1.5 Bidders shall not be permitted to alter or modify their bids after expiry of the deadline for receipt of Bids.

1.6 In cases where manufacturer has submitted bid, bids of its authorized distributors will not be entertained. In case of dispute, all the infringing bids will be rejected.

1.7 In case of any issue of clarification on the interpretation of clause(s) arises, then the decision/interpretation of department (Delhi Police) shall be final and binding on the bidding firms. No further request in this regard will be entertained.

2. Schedule of Tender:

2.1 The tender document can be downloaded from Central Public Procurement Portal website: https://eprocure.gov.in/eprocure/app. Bid submission will be closed at 1200 Hours on 21/12/2020.

2.2 The Scan copy of application fee of Rs.500/- (Rupees Five Hundred only) separately for each and every location in the form of a Demand Draft/Pay Order/Bankers Cheque drawn in favour of Dy. Commissioner of Police (Prov. & Logistics), 5, Rajpur Road, Delhi-54 shall be attached in the prescribed column alongwith the Technical Bid of Tender. The application fee is non refundable. Failure to do so will

4

result in rejection of the bid. The original DD/Pay Order/Bankers Cheque shall be submitted by the bidder at the time of tender opening failure to do so will result in rejection of the bid. 2.3 As per instructions of the Govt., the tender document has been published on the Central Public Procurement Portal: http://eprocure.gov.in. The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates before the stipulated date & time. 2.4 The online Technical bids will be opened at 1200 Hours on 22/12/2020 in the Committee Room, Prov. & Logistics, 5, Rajpur Road, Delhi. The bidders or their authorized representatives may be present, if they so desire.

2.5 The representatives (Employee, Manager, Owner, Partner, Director) of the firms participating in the tender meetings including Technical Evaluation Committee meetings etc. must carry authorization letters from the firm concerned.

2.6 Technical Demonstration for technical Evaluation:- The participating firms, who will be declared qualified on the basis of documents, will have to demonstrate minimum 04 IP Based Mega Pixel CCTV Cameras (01 Fixed & 01 PTZ of 02 Mega Pixel) and (01 Fixed & 01 PTZ of 04 Mega Pixel) & accessories alongwith live viewing and recording facility of their proposed system, before the Technical Committee, at to by installing Cameras, one at India Gate, two front side and one back side of Saluting Base before the Technical Committee. The bidders have to record 48 hours of Day/Night recording of the Camera before the date of demonstration/evaluation. The date and time for demonstration of equipments will be informed to the bidders well in advance. No request to assign another date for demonstration will be entertained.

2.7 After evaluation of the Technical bids, the short-listed Bidders will be asked to demonstrate their system before the Technical Evaluation Committee whose decision shall be final and not be open for discussion.

2.8 The Commercial bids of the short-listed Bidders will be opened in the Committee Room at 5, Rajpur Road, Delhi and such short-listed bidders will be intimated about the date and time accordingly. The short-listed bidders or their authorized representatives may present, if they so desire.

3. Purchaser’s Right to vary quantities at the time of placement of Supply Order/signing of Contract: The Purchaser reserves the right to increase or decrease the quantity of Cameras by 25%.

4. The quantity and period (number of days) for hiring of the IP based Mega Pixel CCTV Cameras mentioned in the tender document can be increased or decreased at any stage till the completion of contract.

5. Purchaser’s right to accept any Bid and to reject any or all bids: The Purchaser reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/ signing of contract, without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the Purchaser’s action.

6. Bidder Qualification: The “Bidder” as used in the tender document shall mean the one who has signed the Bid Form. The Bidder may be either the manufacturer of the Stores for which prices are quoted on the Price Schedule (Chapter–5) or his duly authorized distributors. The bidders shall submit a manufacturer’s certificate issued by any Govt. Agency or authorized distributorship/dealership certificate from a manufacturer/principal registered with any Govt. Department.

7. Bid Security (Earnest Money):

5

7.1 The bidders registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME)/NSIC or Start ups as recognized by Department of Industrial Policy & Promotion (DIPP) exclusively for providing of IP based Mega Pixel CCTV Camera system alongwith its accessories, on hiring basis, shall be exempted from Application Fee. However the bidders have to submit scanned copy of the valid Registration Certificate with the technical bid of the tender to avail this exemption. The original document projected for application exemption can be verified/checked. 7.2 The bidders except those who registered with Micro and Small Enterprises (MSEs) as defined in MSE procurement policy and issued by Department of Micro, Small and Medium Enterprises (MSME)/NSIC or Start ups, in place of a Bid Security, will submit a Bid Security Declaration accepting that if they withdraw or modify their Bids during the period of validity, or if they are awarded the contract and they fail to sign the contract, or to submit a performance security before the deadline defined in the request for bids document, they will be suspended for a minimum period of 01 year from being eligible to submit Bids for contracts with Delhi Police.

8. Period of Validity of Bids: Bids shall remain valid for 12 (Twelve) calendar months from the date of Bid opening. A bid valid for a shorter period may be rejected by the Purchaser as non-responsive.

9. REGISTRATION WITH G.S.T. DEPARTMENT:

(i) The bidders should be registered with the G.S.T. Department and they shall furnish scanned copies of the registration certificate with their Technical Bid. (ii) The bidders shall also furnish a copy of latest GST deposit receipt/challan/return with their Technical Bid.

10 Terms and conditions of Tendering Firms:

10.1 Printed terms and conditions of Bidder shall not be considered as forming part of their Bids.

10.2 Bidder must state categorically whether or not his offer conforms to all the tender terms and conditions. If there is a variation in any of the terms and conditions, the extent of variation and the reasons thereof shall be clearly mentioned in the technical bid.

10.3 Bidder must state categorically whether or not his offer conforms to the specifications given in Chapter 4, specify clearly deviation if any of the tender. Bidder is free to quote better version or to add any better configuration in line with technical specification of Chapter 4.

11. Bid Requirements:

11.1 The Bidder quote price venue wise for hiring of IP based Mega Pixel CCTV Cameras as listed under the Schedule of Requirements (Chapter – 3) and also for any other equipment/component/ services required for the successful installation & commissioning of CCTV Cameras in the Price Schedule format (Chapter-5). Nothing over and above the quoted price shall be payable on any account. The L1 firm will be decided venue wise on the basis of lowest price.

11.2 The participating firms must upload a scanned copy of undertaking mentioning therein the entire details (like make/model, technical specifications) alongwith brochures of the product which are to be demonstrated/used for the purpose (i.e. CCTV Cameras PTZ/Fixed, Monitors, NVR/DVR, UPS alongwith associate accessories etc.).

11.3 The Successful Bidder(s) shall be required to furnish Contract Performance Security for 3 % of the value of the Contract Price, at the time of award of Contract as per the prescribed proforma (Clause 2 of

6

Chapter - 2). Performance Security (Security Deposit) has to be deposited by successful bidder in the form of Account Payee Demand Draft, Fixed Deposit receipts, Bank guarantee from a commercial bank in an acceptable form, irrespective of its registration status and shall be valid for a period of 60 days beyond the date of completion of all contractual obligation of the supplier including guarantee/warranty obligations. The performance Security shall bear no interest.

11.4 In case successful bidder fails to deposit the Security Money within 14 days from the date of receipt of letter, the action will be initiated to debar/blacklist the firm.

11.5 The bidders participating in the Tender must submit a scanned copy of list of their owners, partners, etc. and a certificate to the effect that the firm is neither blacklisted by any Government Department nor any Criminal Case is registered against the firm or its owner or partners or directors anywhere in India.

11.6 Bids not accompanied the scanned copies of Tender Fee (where applicable) will be rejected.

11.7 Conditional bids, optional, Telex/Fax bids and incomplete bids will be summarily rejected. No physical bids will be accepted. Only online bids will be accepted.

11.8 The tender will be rejected straightway without assigning any reasons if the firm founds to be involved in any criminal cases, declared black listed by any Govt./Semi govt. department/agencies etc. at any stage of procurement process of the tender.

12. BID PRICES:

12.1 The Bidder shall fill-up the rates on the Price Schedule in excel sheet, Chapter–5 attached to these documents the Unit Prices and total Prices for hiring of CCTV Cameras under this tender in the following manner:- i. Per Camera/Per day Price in Indian Rupees (inclusive incidental charges & other Govt. levies, if any) ii GST in Indian Rupees. Iii Total Unit Price including all Taxes, Duties & other Charges, in Indian Rupees. iv Total Extended Price FOR destination including all taxes, duties and other charges, in Indian Rupees.

Note: Optional rates shall not be considered and the bid shall be rejected

12.2 The price should be quoted strictly in line with the price schedule leaving no column blank whatsoever to avoid any ambiguity. In case the firm failed to mention the amount of taxes i.e. GST and govt. levies etc. in the relevant column of price bid and claimed/mentioned the same in the technical bid document in any form (percentage or as applicable), the bid will be treated as conditional and it shall be summarily rejected.

12.3 Any new Government levies/taxes imposed or increased in taxes after the contract date shall be paid as per actual against submission of documentary evidence and in case of decrease thereof, the same shall be adjusted by the contractor as per revised slabs. In case, the tax rates are reduced after release of payment the same shall be adjusted against future bills or from the performance security of the contractor.

12.4 The bidder should ensure that all columns of the price schedule (Chapter-5) may be duly filled. After opening of the price bid, no clarifications whatsoever shall be entertained by the Purchase Committee.

12.5 The Purchaser will make all payments, under this contract, in Indian rupees.

7

13 Fall Clause : The bidder shall undertake that the price charged/finalized for the store/services supplied under the tender shall in no event exceed the lowest price at which the bidder offer the store/services identical description to the other organization during the currency of contract. If at any point of time during the period, the seller reduces the sale price, sells or offer to sell such store/service to any other organization including the Buyer at a price lower than the price chargeable under the present tender, he shall notify such reduction within 7 (Seven) days and the price payable under the contract shall stand correspondingly reduced. An undertaking shall be submitted by the bidder in this regard with the technical bid.

14 Contents of Bid: The Online Bids prepared by the Bidder shall comprise of the following two Components:-

a) Technical Bid comprising of the following scanned documents and to be filled on the format sheets provided in each Tender Document. This is mandatory: i. Application Fee as prescribed. ii. Bid Security Declaration as per Clause 7.2 of Chapter-1 (Annexure C-8) iii. Certificate regarding registration with NSIC/MSME/Start-ups, if claim for Application Fee, EMD exemption. iv. GST registration certificate. v. Latest GST deposit receipt/challan. vi. A list of their owners/ partners etc. vii. A Certificate to the effect that the firm is neither blacklisted by any Govt. Department nor any Criminal Case is registered against the firm or its owner or partners anywhere in India. viii. Undertaking mentioning therein the entire details (like make/model, technical specifications and brochures) of the product which are to be demonstrated/used for the purpose (i.e. CCTV Cameras PTZ/Fixed, Monitors, NVR/DVR, UPS alongwith associate accessories etc.) ix. Duly filled Schedule of Requirement (Chapter-3) x. Compliance of Technical Specifications of the Stores (Chapter 4) xi. Bidders Particulars (Annexure C-1, Chapter 7) xii. Bid Form (Annexure C 2, Chapter 7) xiii. Bid Letter (Annexure C-4, Chapter 7) xiv. Check List of Technical Bid (Annexure C3, Chapter 7) xv. Tender acceptance letter (Annexure C-5, Chapter 7) xvi. Undertaking as per Annexure C-6, Chapter 7 xvii. Undertakin g regarding % of local content as per Make in India Police (Clause No. 15, Chapter- 1) xviii. Proforma as per Annexure C-7, Chapter 7 xix. Other documents. b) Commercial Bid to be filled in accordance with the format provided in the Tender Document:

i) Price Schedule (Chapter-5). The Price Schedule will be filled in excel sheet provided with the tender documents.

15. PREFERENCE TO MAKE IN INDIA

Preference to make in India products (for bids less than 200 Crore): preference shall be given to class 1 local supplier as defined in public procurement (preference to make in India) order 2017 as amended from time to time and its subsequent orders/notification issued by concerned Nodal Ministry for specific Goods/Products. The minimum local content to qualify as a class 1 local supplier is denoted in the tender

8

documents 50%. If the bidder wants to avail the purchase preference, the bidder must upload a certificate from the OEM regarding the percentage of local content and the details of locations at which the local value addition is made alongwith their technical bid, failing which no purchase preference shall be granted. In case tender value is more than 10 Crore, the declaration relating to percentage of local content shall be certified by a practicing cost accountant or a charted accountant for OEMs other than companies as per the public procurement (preference to make in India order 2017 amendment issued vide No. P-45021/2/2017-PP(BE-II) dated 04.06.2020. Only class 1 and class II local suppliers as per make in India order dated 04.06.2020 will be eligible to bid in this tender. Non local supplier as per make in India order dated 04.06.2020 are not eligible to participate in this tender.

16. The following provision under rule 144 (xi) of the GFR-2017 amendment issued by Ministry of Finance, Department of Expenditure, Public Procurement Division vide Office Memorandum F. No. 6/18/2019- PPD dated 23.6.2020 shall be complied:-

i. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority.

ii. “Bidder” (including the term “tenderer” means any person or firm or company, including any member of Joint venture (that is an association of firms or companies), every artificial juridical person not failing in any of the descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such person, participating in a procurement process.

iii. “Bidder from a country which shares a land border with India” for the purpose of this order means:- a. An entity incorporated, established or registered in such a country; or b. A subsidiary of an entity incorporated, established or registered in such a country; or c. An entity substantially controlled through entities incorporated, established or registered in such a country; or d. An entity whose beneficial owner is situated in such a country; or e. An Indian (or other) agent of such an entity; or f. A natural person who is a citizen of such a country; or g. A consortium or joint venture where any member of the consortium or joint venture fall under any of the above.

iv. The beneficial owner for the purpose of (iii) above will be as under :-

1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s) who, whether acting alone or together, or through one or more juridical person, has a controlling ownership interest or who exercises control through other means. Explanation______a “Controlling ownership interest” means ownership of or entitlement to more than twenty-five percent of shares or capital or profits of the company; b “Control shall include the right to appoint majority of the directors or to control the management or policy decisions including by virtue of their shareholding or management rights or shareholders agreements or voting agreements; 2. In case of a partnership firm, the beneficial owner is the natural persons(s) who, whether acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership; 3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical

9

person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals. 4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant natural person who holds the position of senior managing official; 5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership. (v) An agent is a person employed to do any act for another, or to represent another in dealings with third person. In view of the above, the bidder shall have to submit a certificate/undertaking (duly sealed and signed) as per proforma mentioned at Annexure- C6

17 Instructions for Online Bid Submission: As per the directives of Department of Expenditure, this tender document has been published on the Central Public Procurement Portal (URL: http://eprocure.gov.in). The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

REGISTRATION 1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal: https://eprocure.gov.in/eprocure/app by clicking on the link “Click here to Enroll” on the CPP Portal is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) issued by any Certifying Authority recognized by CCA India (e.g. Sify / TCS / nCode / eMudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to ensure that they do not lend their DSC’s to others which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID / password and the password of the DSC / e-Token.

SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, organization name, location, date, value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as organization name, form of contract, location, date, other keywords etc. to search for a tender published on the CPP Portal. 2) Once the bidders have selected the tenders they are interested in, they may download the required documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This

10

would enable the CPP Portal to intimate the bidders through SMS / e-mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender document carefully to understand the documents required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 3) Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF formats. Bid documents may be scanned with 100 dpi with black and white option. SUBMISSION OF BIDS 1) Bidder should log into the site well in advance for bid submission so that he/she upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidder has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidder should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the Tender Processing Section, latest by the last date of bid submission/before opening of tender. The details of the DD/any other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) A standard Price Schedule provided with tender document (excel sheet) format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the Price Schedule provided with tender document (excel sheet) file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Price Schedule provided with tender document (excel sheet) file is found to be modified by the bidder, the bid will be rejected. 6) The serve time (which is displayed on the bidders’ dashboard) will be considered as the standard time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission. 7) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. 8) The uploaded tender documents become readable only after the tender opening by the authorized bid openers.

11

9) Upon the successful and timely submission of bids, the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 10) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk. The contact number for the helpdesk is 1800 3070 2232.

-sd- DY. COMMISSIONER OF POLICE PROV. & LOGISTICS: DELHI

12

CHAPTER – 2

CONDITIONS OF CONTRACT

1. Award of Contract:

1.1 Prior to the expiry of the period of bid validity, the Purchaser will notify the finally selected Bidder and place the supply order within 7 days thereafter. If a need for extension of the bid validity period arises, it should be extended by mutual agreement. The notification of award/placement of supply order will constitute the formation of the Contract.

1.2 The tenderer shall not, without the purchaser’s prior written consent, disclose the contract or any provision thereof or any specifications, plan, drawing pattern, sample or information furnished by or on behalf of the purchaser in connection therewith, to any person other than a person employed by the tenderer in the performance of the contract.

2. Contract Performance Bank Guarantee:

2.1 The Successful Bidder(s) shall be required to furnish Contract Performance Security for 3 % (Three percent) of the value of the Contract Price, at the time of award of Contract within 14 days. Performance Security (Security Deposit) has to be deposited by successful bidder in the form of Account Payee Demand Draft, Fixed Deposit receipts, Bank guarantee from a commercial bank in an acceptable form, irrespective of its registration status and shall be valid for a period of 60 days beyond the date of completion of all contractual obligation of the supplier including warranty obligations. The performance Security shall bear no interest.

2.2 The Contract Performance Security will be in the name of the Deputy Commissioner of Police (Prov. & Logistics), Delhi Police, 5, Rajpur Road, Delhi-110054.

2.3 The Contract Performance Security should be valid for a period of 60 days beyond the completion of all contractual obligations by the bidder. This will be released after the successful completion of work.

3. Payment Schedule : The standard payment terms subject to recoveries, if any, under the Liquidated Damages clause will be as follows :-

3.1 Delivery : The Contractual firm will complete the installation of IP Based Mega Pixel CCTV Cameras at the designated site and made the system operational at least one day in advance from the date mentioned against each location. After completion of Republic Day Arrangement-2021 and Independence Day Arrangement-2021, the firm shall have to deposit one set of CDs/DVDs containing complete footage (i.e. from the installation to the date of dismantling of CCTV Cameras) to the respective user and also submit an acknowledgement of user to this effect with their bills for claiming payment.

3.2 The payment will be made depending upon the availability/release of funds by the Govt. and the agencies/contractors shall have no claim in case of delayed payment and no interest will be paid for the delay.

3.3 The payment will be made for the actual numbers of IP Based Mega Pixel CCTV Camera system installed and after receipt of the satisfactory reports from the user units after completion of Contract successfully.

3.4 No advance payment shall be made.

13

4 Supply, Installation and Commissioning: Supply, installation, testing and commissioning of the System at Delhi Police premises shall be completed by the Supplier atleast one day in advance from the required date.

5 Inspection:

5.1 The Purchaser shall have the right to inspect and/or test the goods for conformity to the Contract Specification.

5.2 Should any inspected or tested Stores fail to conform to the specifications, the Purchaser may reject them and the Supplier shall either replace the rejected Stores or make all alterations necessary to meet specification requirements free of cost to the Purchaser.

5.3 The Supplier shall provide installation and standard test procedures for the individual equipment and for the complete System offered.

5.4 The Supplier shall test individual equipment and the complete System after installation at site. The Supplier shall submit complete documentation of all the measurements conducted during installation period for future reference of the Purchaser.

6. Delay in the Suppliers performance

Delivery of the Goods and performance of Services shall be made by the Supplier in accordance with the time schedule specified by the Purchaser. Delay by the Supplier in the performance of its Delivery or Service obligations shall render the Supplier liable to imposition of Liquidated Damages in accordance with Clause-9 below and thereafter, upon reaching the maximum deduction set out therein, to termination for default in accordance with Clause-17 below accompanied by forfeiture of Performance Security.

7. If the bidder fails to complete the work within the stipulated period, the Purchaser reserves the right to get the work completed from open market and difference of bill, if any, will be recovered from the bills of the bidder.

8. Liquidated Damages : If the Supplier fails to install and make the IP Based Mega Pixel CCTV Cameras System operational by scheduled date and time as mentioned in the tender, L.D. Charges @ 10% per day of contract value of the site cost will be recovered from the bills of the firm besides action will be initiated for forfeiture of Security Money and blacklisting the firm. . 9. Force Majeure: The Contractor shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond the control of the Contractor and not involving the Contractor’s fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.

10. Patent Indemnification: The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent, copyright, trademark, license or industrial design rights, software piracy arising from use of the goods or any part thereof in the Purchaser’s country.

11. Waiver: Failure or delay on the part of the Supplier or the Purchaser to exercise right or power hereunder shall not operate as a waiver thereof.

14

12. Assignability : Neither this Contract nor any rights under it may be assigned by either Party without the express prior written consent of the other Party. However, upon assignment of the assignor’s interest in this Contract, the assignor shall be released and discharged from its obligations hereunder only to the extent that such obligations are assumed by the assignee.

13. Severability: If any portion of this Contract or any of the Contract Documents hereto is held to be invalid, such provision shall be considered severable, and the remainder of this Contract hereof shall not be affected.

14. Governing Law: This Contract including the Contract Documents shall be governed by and construed in accordance with the laws of India and the Delhi Courts shall have jurisdiction in this regard.

15. Instructions/order/amendment issued by Government of India time to time, with regard to provisions of the Procurement Policy, General Financial Rules (GFR), DFPR etc. shall be strictly adhered and bidders are bound to comply/accept the same.

16. Termination for Default

16.1 The Purchaser may without prejudice to any other remedy for breach of Contract upon the Supplier’s failure and neglect to propose and/or execute any corrective action to cure the default, terminate this Contract in whole or in part:-

i) If the Supplier fails to install the requisite CCTV Camera system within the time period(s) specified in the Contract; or ii) If the Supplier fails to perform any other obligation(s) under the Contract.

16.2 On termination of the Contract for default, the security deposit of the Supplier will be forfeited.

16.3 On termination of the Contract for default, action will be taken to debar/black list the Supplier.

17 Termination for Insolvency: The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the Supplier, if the Supplier becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

18 Termination for Convenience:

18.1 The Purchaser shall have the right to terminate the Contract in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the contract is terminated and the date upon which such termination becomes effective.

18.2 Competent authority reserves the right to terminate or recall the tender at any time/stage due to administrative reason.

19 Resolution of Disputes: In the case of dispute or difference arising between the Purchaser and the Supplier relating to any matter connected with this contract, the same shall be settled through amicable negotiations between a maximum of Two (2) officers nominated by the Competent Authority of Delhi Police and Two (2) employees nominated by the Supplier, failing which, the dispute shall be submitted to arbitration in accordance with the provisions of the Arbitration and Conciliation Act, and the Arbitrator’s decision shall be final & binding. The language of arbitration shall be English. The venue of the conciliation and/or arbitration proceedings shall be in Delhi, India.

-sd- DY. COMMISSIONER OF POLICE PROV. & LOGISTICS : DELHI

15

CHAPTER – 3

SCHEDULE OF REQUIREMENT AS MENTIONED IN THE TENDER DOCUMENT.

Sl. Name of the Equipment Make & Model offered by the firm No. (to be filled by the bidder) 1. 4 Mega Pixel Full HD PTZ Camera

2. 4 Mega Pixel Full HD Fixed Camera

3. 2 Mega Pixel Full HD IP PTZ Color Camera

4. 2 Mega Pixel Full HD IP PTZ Color Camera

5. IP Joystick 6. 42” Digital Color High Resolution LED Panel of reputed make like Sony, Samsung, LG, Panasonic etc. 7. PC Workstation with VMS client license 8. 16 Channels Network Video Recorder (NVR)

(with at least 15 days recording capacity) 9. Giga bit Network layer - 2 Switch of reputed make 10. Online UPS with One hour back up through SMF batteries for entire system 11. RJ 45 Connector 12. Ethernet to Fiber Media Convertor 13. CAT-6 Cable 14. Multimode Fiber Cable 15. PVC pipes/conduit surface mounted with clips for LAN cables 16. Power Cable/Control Cable with fixing and installation per meter 17. Pipe/Pole/Mast with mounted brackets and necessary earthing for installation of PTZ Camera and Fixed Out Door Camera as per details attached at 18. Installation Charges per Out Door Cameras for IP Fixed Camera & PTZ Camera as per details attached at

NOTE: Any other item/cable (electrical & data)/software/service required for the successful installation of CCTV Cameras shall be provided by the finally selected bidder within the quoted rates.

******

16

CHAPTER -4

TECHNICAL SPECIFICATIONS FOR 04 MEGA PIXEL IP BASED CCTV SYSTEM TO BE USED DURING THE REPUBLIC DAY AND INDEPENDENCE DAY ARRANGEMENT-2021

S.No. Description Technical Specifications 1. 4 Mega Pixel Full HD Minimum Resolution (Body Type Zoom Color)-Full HD PTZ Camera (4 Mega Pixel), Type of camera: Color, Uses: Outdoor

(equivalent or better) Image device: 1/3” CMOS or better Effective Pixels: 2592 x 1520, 4 Megapixels Scanning System: Progressive Electronic Shutter Speed: 1/1s ~ 1/30,000s Minimum Illumination: Color: [email protected]; [email protected](IR on) S/N Ratio : 50dB or Higher IR Distance : Minimum upto 100m Focal Length: 4.5mm~135mm Lens Type (as applicable): 30x Optical Zoom or better Angle of View: H: 60° ~ 2.2° Pan/Tilt Range: Pan: 0° ~ 360° endless; Tilt: -15° ~ 90°,auto flip 180° Manual Control Speed: Pan: 0.1° ~300° /s; Tilt: 0.1° ~200° /s Preset Speed: Pan: 400° /s; Tilt: 300° /s Auto Tracking: Support Edge Analytics: Tripwire, Intrusion, Abandoned/ Missing object, Face Detection Video Compression: H.265+/H.265/H.264+/H.264 Frame Rate : 4M (1~25/30fps) Backlight Compensation: BLC / HLC / WDR (120dB) Noise Reduction: Ultra Digital Noise Reduction (2D/3D) Motion Detection: Support Region of Interest: Support Simultaneously connections – 5 users or more Electronic Image Stabilization (EIS) : Support Defog : Support Audio Compression: G.711a/G.711Mu/AAC/G.722 / G.726/G.729 Ethernet : RJ-45 (10Base-T/100Base-TX) Protocol : IPv4/IPv6, HTTP, HTTPS, SSL, TCP/IP, UDP, UPnP, ICMP, IGMP, SNMP, RTSP, RTP, SMTP, NTP,DHCP, DNS, PPPOE, DDNS, FTP, IP Filter, QoS, Bonjour, 802.1x, ONVIF, PSIA, CGI Audio: 1/1 I/O Alarm : 1/1 I/O Power Supply: AC24V/3A(±10%), PoE+(802.3at) Power Consumption: upto 13W, 23W (IR on) Operating Conditions: -10°C ~ 70°C Less than 95% RH Ingress Protection : IP66 Certification: CE, FCC, RoHS, UL or Indian equivalent certification EN/IEC/IS or any Indian Standard Certificates are acceptable. Image Sensor : 1/3”- 4Megapixel progressive scan Electronic Shutter Speed: Auto/Manual, 1/3~1/100000s Minimum Illumination: 0.03Lux/F1.4 (Color,1/3s, 30IRE), 0Lux/F1.4(IR on) 2. 4 Mega Pixel Full HD IR Distance: Minimum up to 50m Fixed Camera Focal Length: 2.8mm~12mm Motorized/ Auto Iris(DC) Angle of View: H: 100°~35°, V:54°~20° (equivalent or better) Edge Analytics: Tripwire, Intrusion, Object Abandoned/Missing, Face Detection Video Compression: H.265+/H.265/H.264+/H.264 Streaming: Triple Frame Rate: 4M (1~25/30fps) 17

BLC Mode: BLC / HLC / WDR(120dB) Region of Interest: Off / On (4 Zone) Motion Detection: Off / On (4 Zone, Rectangle) Audio Compression: G.711a/ G.711Mu/ AAC/ G.726 Ethernet: RJ-45 (10/100Base-T) Protocol: HTTP; HTTPs; TCP; ARP; RTSP; RTP; UDP; SMTP; FTP; DHCP; DNS; DDNS; PPPOE; IPv4/v6; QoS; UPnP; NTP; Bonjour; 802.1x; Multicast; ICMP; IGMP; SNMP; ONVIF, PSIA, CGI Edge Storage: Mirco SD card 128GB Video Interface: 1 Port Simultaneous Connection – 5 users or more. Audio Interface: 1/1 channel In/Out Alarm: 1/1 In/Out Power Supply: DC12V, PoE (802.3af)(Class 0) Power Consumption: <12W Operating Conditions: 0° C ~ 60° C or better Ingress Protection: IP66 Certification: CE, FCC, RoHS, UL or Indian equivalent certification EN/IEC/IS or any Indian Standard Certificates are acceptable. Keyboard Key panel: Electromechanical 3. IP Joystick Joystick: 3-axis, vector-solving, with twisting, return to-center head Keyboard Connector: RJ-45, RS232, RS485, RS422, USB Direct Mode Interface: RS232/RS485 Display: LCD Joystick Control: 3 Dimensional of PTZ Functions Preset Position: Auto Scan, Auto Pan, Auto Tour & Pattern Control: Full HD 1080P live view Support: HDMI & VGA sync output On-Screen Menu & User Operation Procedure Tips Size: 42”, Industrial grade Resolution: Full HD Backlight: LED Brightness: 400 NITS min. Contrast: 1200 ratio 1 or better Power supply: 230V ±10 %, 50 Hz 4. 42” Digital Color High Resolution LED Panel of Intel core i7 Processor dual core, 8 MB cache, 3.6 GHz, 7th reputed make like Sony, generation Intel core processor, RAM 16 GB or better, HDD 1TB, 1GB Samsung, LG, NVIDIA Graphics card, form factor: Tower Panasonic etc. 5. PC Workstation with Processor: Quad-core Embedded VMS client license 6. 16 Channels Network Operating system: Embedded Linux Video Recorder (NVR) IP camera input: 16 channel Two-way talk: 1 channel input, 1 channel output (with at least 15 days Video output: 2 HDMI, 1 VGA recording capacity) Video compression: H.265/H.264/MJPEG Video resolution: 3840× 2160, 1920× 1080, 1280× 1024, 1280× 720, 1024× 768 Motion detection: Motion Detection zones: 396(22×18). Video loss: support Hard disk: 8 SATA ports, up to 64TB 1 eSATA port HDD management: RAID 0/1/5/6/10 Trigger events: recording, PTZ, tour, alarm, video push, email, FTP, spot, buzzer & screen tips Recording mode: manual, schedule: regular(continuous), Motion detection, alarm), stop Search mode: time/date, alarm, Motion Detection & exact search 18

(accurate to second), smart search Playback: play, pause, stop, rewind, fast play, slow play, next file, previous file, next camera, previous camera, full screen, repeat, shuffle, backup selection, digital zoom Backup mode: USB device / internal SATA burner/ network/ eSATA device Interface ports: 1 RS485, 1 RS232 USB: 2 Rear USB 3.0, 2 front USB 2.0 Ethernet: 2 RJ-45 port (10/100/1000MBPS), Protocols: HTTP, TCP/IP, IPV4/IPV6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP FILTER,PPPOE, DDNS, FTP, alarm server, ONVIF version 2.4 Power supply: single, AC 100~240V, 50/60 HZ Power consumption: <18w (without HDD) Working temperature: -10 ~ +55°C / 10 ~ 90%RH Certification: CE, FCC, RoHS, UL or Indian equivalent certification EN/IEC/IS or any Indian Standard Certificates are acceptable. Sharing of data on real-time basis for face recognition server as per user requirement in the same premises of CCTV control room. As per requirement 7. Giga bit Network layer - Commensurate capacity online UPS of reputed make like Microtek, APC, 2 Switch of reputed Tata-libert, Emerson, Luminious etc. with one hour back up on full load make through SMF batteries

Output -230 V (Pure sine wave) 8. Online UPS with One Unit in pieces as per requirement hour back up through SMF batteriesfor entire system 9. RJ 45 Connector Unit as per requirement 10. Ethernet to Fiber Media As per requirement Convertor 11. CAT-6 Cable As per requirement 12. Multimode Fiber Cable As per requirement 13. PVC pipes/conduit As per requirement surface mounted with clips for LAN cables 14. Power Cable/Control As per requirement Cable with fixing and installation per meter 15. Pipe/Pole/Mast with As per requirement mounted brackets and necessary earthing for installation of PTZ Camera and Fixed Out Door Camera as per details attached at 16. Installation Charges per Out Door Cameras for IP Fixed Camera & PTZ Camera as per details attached at

19

TECHNICAL SPECIFICATIONS FOR 02 MEGA PIXEL IP BASED CCTV SYSTEM TO BE USED DURING THE REPUBLIC DAY AND INDEPENDENCE DAY ARRANGEMENT-2021

S.NO. DESCRIPTION TECHNICAL SPECIFICATIONS

1. 2 Mega Pixel Full HD Image Sensor- 1/3” type CMOS sensor of 2 Mega pixel resolutions having IP PTZ Color True day/night capability. Camera Effective picture elements- 2 mega pixel or better Horizontal Resolution- Full HD Resolution Housing- vandal resistant (Equivalent or Aluminium enclosure with IP66 better) Zoom- The camera shall incorporate a built-in 30X optical, auto-focus zoom lens, and shall have 12X digital zoom capability IR- The camera should have inbuilt IR and cover distance up to 150mtr. or above Signal to Noise Ratio-50 db or higher Auto Exposure- Automatic Level Control/Electronic Level Control Minimum illumination- Colour 0.05 lux (F 1.6, AGC on) 0 Lux with IR Signal Process- Digital Signal Process Auto Gain Control- Yes Wide Dynamic Range- OFF/BLC/WDR (100 dB) Electronic Shutter- 1/50-1/1000 or better White Balance- Automatic Privacy Zones- 8 privacy zones Iris Control- Automatic with manual override Alarm Output- Minimum 1 Alarm Input- Minimum 1 Focus Mode- Auto/Zooming/One Push/Manual Panning Range and Speed- 0 deg to 360 deg, max 240 deg per second Tilting Range and Speed- 0 to 5 deg above horizontal to 90 deg down, max 120 deg per second Presets- 256 presets or higher Dome ID- 256 Minimum Group Touring- Minimum 9 Groups Frame Rate- 25 FPS in all resolutions Compression- H.265, H.264, MJPEG support Streaming -triple stream Pre/Post Alarm buffer- Yes ID/Password- Multi level user ID/Password Encryption- HTTP (SSL/TSL) Physical Layer- 10/100 base Tx Ethernet Protocol- Minimum TCP/IP, 10/100 Tx Auto sensing (half/full duplex), 802.3af PoE , IPv4/v6, UDP unicast, multicast, SNMP, IGMP, DHCP, RTP, RSTP, HTTP, DHCP, IEEE 802.1x, SMTP, FTP, ICMP IP Support- Static/dynamic or both Remote Administration- Remote configuration and status using web based tool System Update- Remote system update over Network using web client. PC Client- PC application client with a channel Web Client- Viewer through HTTP(min.) System Configuration Setting/Streaming Simultaneous Connection- 5 users or more

20

Operating Temperature- 0 to 60 degree Operating Humidity- 20 to 80% RH non- condensing Power Source- Suitable adaptor to make the equipment work on 230V± 10%, 50Hz Camera IVS- Face detection, people movement counting, Tripwire, Audio detection, Intrusion, defocus, Abandoned/missing object. Regulatory Approvals- FCC PART 15 subpart B, CE, RoHS, IEC/EN/UL 60950, EN 55022 class A/B 2. 2 Mega Pixel Full HD Image sensor- 1/3” type CMOS sensor of 2 Mega pixel resolutions having IP Fixed Color True day/night capability. Camera Effective pixel- 1920 x 1080 or better Resolution- Minimum 1920 (H) x 1080(V) or better (Equivalent or Signal System- PAL better) Frame Rate- 25 FPS (Minimum) in all resolutions Compression- MPEG4/H.264/MJPEG support, H.265 Streaming- triple Audio- Full Duplex, Audio Input/Output 1 Ch Alarm- 1 digital input and 1 Relay output Audio Compression- G.726 or G.711 or A-law or u-law or better Pre/Post Alarm buffer- Yes ID/Password ID/Password Encryption- HTTP (SSL/TSL) Physical Layer- 10/100 base Tx Ethernet Protocol- Minimum TCP/IP, 10/100 Tx Auto sensing (half/full duplex), 802.3af PoE , IPv4/v6, UDP unicast, multicast, SNMP, IGMP, DHCP, RTP, RSTP, HTTP, DHCP, IEEE 802.1x, SMTP, FTP, ICMP IP Support- Static/dynamic or both Remote Administration- Remote configuration and status using web based tool System Update- Remote system update over Network using web client. PC Client- PC application client with a channel recording feature support Web Client- Viewer through HTTP(min.) System Configuration Setting/Streaming Simultaneous Connection- 5 users or more Lens Type- 2.8~12mm motorized lens Signal to Noise Ratio- 50 db or higher Wide Dynamic Range- OFF/BLC/WDR (100 dB) Auto Exposure- Automatic Level Control/Electronic Level Control Minimum illumination- Colour 0.05 lux (F 1.6, AGC on) Signal Process-Digital Signal Process Motion Detection Zones- 3 or higher privacy zones Camera IVS- Face detection, people movement detection, Tripwire, Audio detection, Intrusion, defocus, Abandoned/missing object. Auto Gain Control- Yes Back Light Compensation-Yes Electronic Shutter-1/50-1/1000 or better(necessary CCD document/leaflet in support of this feature shall be furnished if the same cannot be demonstrated) White Balance- Automatic Day and Night- Yes Iris Control-Yes for Varifocal lens 21

Operating Temperature-0 to 50 degree. (Suitable for Delhi environment) Operating Humidity- 20 to 80% RH non- condensing (Suitable for Delhi environment) Power Source- DC 12 V or AC 24 V and Power over Ethernet (POE 802.3 af) On Screen Display on Monitor- Yes in English Display Unit 3. IP Joystick Keyboard Key panel: Electromechanical with Pan, Tilt and Joystick: 3-axis, vector-solving, with twisting, return to-center head Zoom Control Keyboard Connector: RJ-45, RS232, RS485, RS422, USB Direct Mode Interface: RS232/RS485 Display: LED Joystick Control: 3 Dimensional of PTZ Functions Preset Position: Auto Scan, Auto Pan, Auto Tour & Pattern Control: Full HD 1080P live view Support: HDMI & VGA sync output On-Screen Menu & User Operation Procedure Tips 4. 42” Digital Color Size-42” High Resolution Resolution-Full HD LED Panel of Backlight-LED reputed make like Brightness-400 NITS min. Sony, Samsung, LG, Contrast-1200 ratio 1 or better Panasonic etc. Power supply-230V ±10 %, 50 Hz)

5. PC Workstation with PC workstation- Intel core i7 Processor VMS client license dual core 8 MB cache 3.6 GHz 7th generation Intel core tm processor RAM 16 GB HDD 1TB 1GB NVIDIA Graphic card

6. Network Video Max Channel-16 Channel Recorder (NVR) 16 Channel Division-4x4 Channels Full Screen-Full Screen in the Client S/w ( with at least 15 Page-Multi Monitor Support, Video Window and Electronic Map on two days recording capacity) separate monitors through software OSD Text-Yes PTZ Control-PTZ Control using mouse and GUI Video Network-H.265, H.264 Audio-Two-way Audio (G.711/G.726) Multiple camera search-Multiple camera search at the same time Search-Date and Time and Event and Log Play-Forward/Backward/adjustable playback speed Total Management-Group add/delete/edit, Group management Camera-Add/Edit/Delete Use Master account/Specific account Schedule-Recording schedule support Camera Notification-Spot (POP up Window) on Event Configuration-Configuration (Remote Server Setup) Still image-JPEG Disk Interface-SCSI/SAS/SATAII Internal Storage Capacity-Minimum usable space of 48 TB SATA each NVR, having 8 slots of 8TB each. (Capacity should be sufficient to cover the entire arrangement).

22

Redundancy Option-RAID 5 or better Recording Setting-Event Triggered, Schedule Triggered Power supply- Suitable adaptor work on 230V+ or - 10%, 50Hz. Sharing of data on real-time basis for face recognition server as per user requirement in the same premises of CCTV control room. 7. Giga bit Network As per requirement layer - 2 Switch of reputed make 8. Online UPS with One Commensurate capacity online UPS of reputed make like Microtek, APC, hour back up Tata-libert, Emerson, Luminious etc. with one hour back up on full load through SMF through SMF batteries batteries for entire

system Output -230 V (Pure sine wave) 9. RJ 45 Connector Unit in pieces as per requirement

10. Ethernet to Fiber Unit as per requirement Media Convertor 11. CAT-6 Cable As per requirement 12. Multimode Fiber As per requirement Cable

13. PVC pipes/conduit As per requirement surface mounted with clips for LAN cables

14. Power As per requiremeopnt Cable/Control Cable with fixing and installation per meter 15. Pipe/Pole/Mast with As per requirement mounted brackets and necessary earthing for installation of PTZ Camera and Fixed Out Door Camera as per details attached at 16. Installation Charges As per requirement per Out Door Cameras for IP Fixed Camera & PTZ Camera as per details attached at

23

LOCATIONS OF CCTV CAMERAS TO BE INSTALLED

NEW DELHI DISTRICT REPUBLIC DAY (128 PTZ CAMERAS)

S.NO. LOCATION NO. OF CAMERAS

1. ON MAR NEAR MEA GATE 01

2. ON MAR TOWARDS VIGYAN BHAWAN 01

3. MAULANA AZAD RD. X-ING 01

4. ENTRY IN ZONE 6 FROM JANPATH 01

5. ZONE NO.6 (BEHIND ENCLOSURE & ENTRY TO ENCLOSURE) 01

6. B/W ZONE 6 & 8 ON JANPATH 01

7. RAJPATH JANPATH X- ING 01

8. R/A MAAN SINGH TOWARDS RAJPATH 01

9. R/A MAAN SINGH TOWARDS AKBAR ROAD 01

10. R/A MAAN SINGH TOWARDS HTEL TAJ MAAN SINGH 01

11. R/A MAAN SINGH TOWARDS C-HEXAGON 01

12. R/A RAJENDER PRASAD TOWARDS R.P. ROAD 01

13. R/A RAJENDER PRASAD TOWARDS JANPATH 01

14. ENTRY IN ZONE NO.5 FROM JANPATH 01

15. ON JANPATH B/W ZONE NOS. 5 & 7 01

16. ENTRY IN ZONE NO.7 01

17. PARKING IN ZONE NOS. 7 01

18. JASWANT SINGH R/A TOWARDS JASWANT SINGH RD. 01

19. JASWANT SINGH R/A TOWARDS R.P. ROAD. 01

20. JASWANT SINGH R/A TOWARDS ASHOKA ROAD 01

21. R/A JASWANT SINGH TOWARDS RAJPATH 01

22. PARK AREA, NORTH OF RAJPATH B/W RAFI MARG & RAJPATH MARG 01

23. PARK AREA, SOUTH OF RAJPATH B/W RAFI MARG & RAJPATH MARG 01

24. NEAR RAIL BHAWAN TOWARDS RAFI MARG 01

25. BEHIND KRISHI BHAWAN PARK, NEAR BOATING POINT 01

26. NEAR LE-MERIDIEN HOTEL TOWARDS JANPATH ROAD 01

27. AT TH ROOF OF SANGRILLA 01

24

28. NORTH SIDE PARK AREA B/W JANPATH AND RAFI MARG 01

29. NORTH SIDE PARK ARE TOWARDS ENCLOSURES B/W JANPATH AND 01 RAFI MARG.

30. OUT GATE OF LE-MERIDIEN 01

31. NEAR LE-MERIDIEN ENTRY 01

32. LE-MERIDIEN CIRCLE TOWARDS JANPATH (C.P.) 01

33. LE-MERIDIEN CIRCLE TOWARDS RAJPATH 01

34. TOWARDS ASHOKA ROAD R/A LE-MERIDIEN 01

35. TOWARDS FIROZ SHAH ROAD R/A LE-MERIDIEN 01

36. TOWARDS R/A LE-MERIDIEN 01

37. DR. AMBEDKAR INST. GATE NOS. 3 ON JANPATH 01

38. BEHIND UDYOG BHAWAN ZONE NO.3 01

39. ENTRY IN ZONE NO.3 RAFI MARG. 01

40. OPPOSITE VAYU BHAWAN ON RAFI MARG 01

41. B/W MAULANA AZAD ROAD & MLN ROAD 01

42. ON MOTILAL NEHRU MARG TOWARDS SUNEHRI BAGH 01

43. GATE NO.3 OF METRO STATION CS 01

44. RAIL BHAWAN OUT GATE 01

45. KRISHI BHAWAN ON RAFI MARG 01

46. MLN ROAD TOWARDS SUNEHRI MASJID 01

47. AT W POINT SIKANDRA ROAD SIDE 01

48. AT W POINT MATHURA ROAD SIDE 01

49. AT W POINT RED LIGHT ON TILAK MARG 01

50. AT LALIT KALA COLLEGE OF ART 01

51. NEAR TRAFFIC BOOTH BHAGWAN DAS ROAD 01

52. NEAR RED LIGHT BHAGWAN DAS ROAD ( SUPREME COURT SIDE) 01

53. NEAR KOTHI NO. 10, TILAK MARG 01

54. FRONT OF POLICE STATION TILAK MARG 01

55. AT SAGAR APARTMENT 01

56. ENTRY ZONE NO. 8 FROM JANPATH 01

57. BEHIND VIGYAN BHAWAN 01

58. PARKING IN ZONE NO. 8 01

59. PARKING BEHIND VIGYAN BHAWAN 01

25

60. BEHIND ANNEXE 01

61. NEAR ENTRY TOWARDS V-I 01

62. PARKING ZONE NO. 10 01

63. BEHIND VP HOUSE 01

64. PARKING AND ENTRY TOWARDS ENCLOSURE 15 & 16 01

65. ENTRY IN ZONE NO. 10 FROM MAAN SINGH ROAD 01

66. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 15,16, 17 01

67. ENTRY IN ZONE NO. 10 FROM MAAN SINGH BEHIND ENCLOSURE NO.17 01

68. BETWEEN ZONE NO. 10 AND 12 ON MAAN SINGH 01

69. ENTRY IN ZONE NO. 12 FROM MAAN SINGH 01

70. PARKING IN ZONE NO. 12 01

71. PARKING IN ZONE NO. 12 01

72. BETWEEN MAAN SINGH AND INDIA GATE ON RAJPATH 01

73. ON RAJPATH NEAR ENCLOSURE NO. 15 01

74. ON RAJPATH NEAR ENCLOSURE NO. 12 01

75. NATIONAL CENTRE OF ART NEAR BOUNDARY WALL 01

76. INDIRA GANDHI NATIONA L CENTRE OF ART NEAR BOUNDARY WALL 01 SOUTH SIDE

77. NEAR MAJAR IN ZONE NO. 9 01

78. PARKING IN ZONE NO. 9 01

79. ENTRY IN ZONE NO. 9 FROM MAAN SINGH 01

80. ON MAAN SINGH BETWEEN ZONE NO. 9 & 11 01

81. ENTRY IN ZONE NO. 11 FROM MAAN SINGH 01

82. PARKING IN ZONE NO. 11 01

83. ENTRY IN ZONE NO. 11 FORM C-HEXAGON 01

84. ON RAJPATH BETWEEN MAAN SINGH AND INDIA GATE NORTH SIDE 01

85. NEAR ENCLOSURE NO. 21 01

86. ON RAJPATH NEAR ENCLOSURE 25 01

87. PEDESTRIAN ENTRY FROM MAAN SINGH IN ZONE NO. 10 01

88. PEDESTRIAN ENTRY FORM RAJPATH SIDE IN ZONE NO. 10 01

89. MAIN ENTRY IN ZONE NO. 10 01

90. ON WATER CHANNER ENTRY TOWARDS ENCLOSURES 17 01

91. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 16 01

26

92. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 15 01

93. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 14 01

94. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 15/16 01

95. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 12 01

96. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 11 01

97. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 10 01

98. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 09 01

99. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 08 01

100. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 07 01

101. PEDESTRIAN ENTRY FROM JANPATH IN ZONE NO. 8 01

102. PEDESTRIAN ENTRY FROM RAJPATH SIDE IN ZONE NO. 8 01

103. PEDESTRIAN ENTRY FROM JANPATH IN ZONE NO. 7 01

104. PEDESTRIAN ENTRY FROM RAJPATH SIDE IN ZONE NO. 7 01

105. MAIN ENTRY IN ZONE NO. 7 01

106. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 29 01

107. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 28 01

108. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 27 01

109. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 26 01

110. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 21 01

111. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 20 01

112. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 19 01

113. ON WATER CHANNEL ENTRY TOWARDS ENCLOSURES 18 01

114. MAIN ENTRY IN ZONE NO. 9 01

115. PEDESTRIAN ENTRY FROM MAAN SINGH IN ZONE NO. 9 01

116. PEDESTRIAN ENTRY FROM RAJPATH SIDE IN ZONE NO. 9 01

117. WATER CHANNEL LEADING TO ENCLOSURE 30 02

118. WATER CHANNEL LEADING TO ENCLOSURE 31 02

119. WATER CHANNEL LEADING TO ENCLOSURE 32 02

120. WATER CHANNEL LEADING TO ENCLOSURE 33 02

121. WATER CHANNEL LEADING TO ENCLOSURE 34 02

122. WATER CHANNEL LEADING TO ENCLOSURE 35 02

TOTAL 128

27

NEW DELHI DISTT (BEATING RETREAT) (46 PTZ CAMERAS) S.NO. LOCATION NO. OF CAMERAS

1. ON MAR NEAR MEA GATE 01

2. ON MAR TOWARDS VIGYAN BHAWAN 01

3. MAULANA AZAD RD. X-ING 01

4. ENTRY IN ZONE 6 FROM JANPATH 01

5. ZONE NO.6 (BEHIND ENCLOSURE & ENTRY TO ENCLOSURE) 01

6. B/W ZONE 6 & 8 ON JANPATH 01

7. RAJPATH JANPATH X-ING 01

8. R/A MAAN SINGH TOWARDS RAJPATH 01

9. R/A MAAN SINGH TOWARDS AKBAR ROAD 01

10. R/A MAAN SINGH TOWARDS HTEL TAJ MAAN SINGH 01

11. R/A MAAN SINGH TOWARDS C-HEXAGON 01

12. R/A RAJENDER PRASAD TOWARDS R.P. ROAD 01

13. R/A RAJENDER PRASAD TOWARDS JANPATH 01

14. ENTRY IN ZONE NO.5 FROM JANPATH 01

15. ON JANPATH B/W ZONE NOS. 5 & 7 01

16. ENTRY IN ZONE NO.7 01

17. PARKING IN ZONE NOS. 7 01

18. JASWANT SINGH R/A TOWARDS JASWANT SINGH RD. 01

19. JASWANT SINGH R/A TOWARDS R.P. ROAD. 01

20. JASWANT SINGH R/A TOWARDS ASHOKA ROAD 01

21. R/A JASWANT SINGH TOWARDS RAJPATH 01

22. PARK AREA, NORTH OF RAJPATH B/W RAFI MARG & RAJPATH MARG 01

23. PARK AREA, SOUTH OF RAJPATH B/W RAFI MARG & RAJPATH MARG 01

24. NEAR RAIL BHAWAN TOWARDS RAFI MARG 01

25. BEHIND KRISHI BHAWAN PARK, NEAR BOATING POINT 01

26. NEAR LE-MERIDIEN HOTEL TOWARDS JANPATH ROAD 01

27. AT TH ROOF OF SANGRILLA 01

28. NORTH SIDE PARK AREA B/W JANPATH AND RAFI MARG 01

29. NORTH SIDE PARK ARE TOWARDS ENCLOSURES B/W JANPATH AND RAFI 01

28

MARG.

30. OUT GATE OF LE-MERIDIEN 01

31. NEAR LE-MERIDIEN ENTRY 01

32. LE-MERIDIEN CIRCLE TOWARDS JANPATH (C.P.) 01

33. LE-MERIDIEN CIRCLE TOWARDS RAJPATH 01

34. TOWARDS ASHOKA ROAD R/A LE-MERIDIEN 01

35. TOWARDS FIROZ SHAH ROAD R/A LE-MERIDIEN 01

36. TOWARDS RAISINA HILL R/A LE-MERIDIEN 01

37. DR. AMBEDKAR INST. GATE NOS. 3 ON JANPATH 01

38. BEHIND UDYOG BHAWAN ZONE NO.3 01

39. ENTRY IN ZONE NO.3 RAFI MARG. 01

40. OPPOSITE VAYU BHAWAN ON RAFI MARG 01

41. B/W MAULANA AZAD ROAD & MLN ROAD 01

42. ON MOTILAL NEHRU MARG TOWARDS SUNEHRI BAGH 01

43. GATE NO.3 OF METRO STATION CS 01

44. RAIL BHAWAN OUT GATE 01

45. KRISHI BHAWAN ON RAFI MARG 01

46. MLN ROAD TOWARDS SUNEHRI MASJID 01

TOTAL 46

29

CENTRAL DISTRICT: REPUBLIC DAY ( PTZ-08, Fixed- 108) S. No. CAMERA LOCATION Qty. 1 DELHI GATE CHOWK FIXED 2 PTZ 1 2 SLIP ROAD ASAF AI ROAD FIXED 2 3 MOTHER DAIRY FIXED 1 4 KUCHA LAL MAN CUT FIXED 1 5 SABLOK CLINIC FIXED 1 6 HAKIM WALI GALI FIXED 1 7 CHANGI CHICKEN CUT FIXED 1 8 PRATAP STREE CUT FIXED 1 9 GOLCHA CINEMA FIXED 1 10 POST OFFICE CUT FIXED 2 , PTZ 1 11 RAJDHANI RESTAURANT FIXED 1 12 GALI QAZI WALI FIXED 1 13 SABJI MANDI FIXED 1 14 MOTIMAHAL RESTAURANT FIXED 1

15 KUCHA DHAKNI RAJ FIXED 1 16 KUCHA PARMAMAND FIXED 1 17 NUKKAD FAIZ BAZAR CUT FIXED 2, PTZ 1 18 DARYAGANJ ROAD CUT FIXED 2 19 USMAN TAILOR FIXED 1 20 CAPITAL SURGICAL FIXED 1

21 HONDA SHOWROOM FIXED 1 22 SEA FISH ACQUARIUM FIXED 1 23 CUT NS MARG FIXED 2, PTZ 1 24 HINDUSTAN REFRIGERATION FIXED 1 25 NUKKAD FAIZ BAZAR CHOWK FIXED 16 PTZ 1 26 NS MARG NISHAD RAJ MARG T POINT FIXED 2, PTZ 1 27 DENA BANK CUT FIXED 1 28 DR. SUBHASH BHARGAVA MARG CUT FIXED 1 29 PS DARYAGANJ CUT FIXED 1 30 DCP OFFICE FIXED 2 31 DELHI GATE U TURN TOWARDS ASAF ALI ROAD FIXED 2 32 JAGAT CINEMA CUT FIXED 1 33 MAIN GATE KASTURBA HOSPITAL FIXED 2 34 NUKKAR FAIZ BAZAR FIXED 1 35 CHOWK FAIZ BAZAR FIXED 1 36 SUBHASH PARK BUS STAND FIXED 1 37 PATRI SUBHASH PARK FIXED 1 38 MAIN GATE SUBHASH PARK FIXED 1 39 T POINT NISHAD RAJ CUT FIXED 2, PTZ 1 40 DANGAL GROUND FIXED 1 41 KABOOTER MARKET FIXED 1

30

42 T POINT PARED GROUND FIXED 1 43 CHOWK PAIWALAN FIXED 1 44 NEAR KABOOTER MARKET FIXED 1 45 FAIZ BAZAR CUT FIXED 1 46 METRO GATE 4 JAMA MASJID FIXED 1 47 FOOTPATH NUUKAR BAZAR FIXED 1 48 MCD PARKING LNJP FIXED 1 49 CUT LNJP HOSPITAL DELHI GATE FIXED 2 50 VISHKARMA CHOWK FIXED 1 51 U TURN ASAF ALI ROAD FIXED 1 53 GATE 5 LNJP HOSPITAL FIXED 1 54 METRO GATE 2 DELHI GATE FIXED 1 55 GATE No. 4 FIXED 2, PTZ 1 56 OPPOSITE SHIV MANDIR FIXED 1 57 BHURI BHATIYARI MASJID FIXED 1 58 METRO STATION GATE No. 3 ITO FIXED 1 59 A POINT TOWARDS VIKAS MARG FIXED 1 60 CUT IP PARK SHAHID PARK FIXED 1 61 FSK VIP ENTRY FIXED 1 62 PETROL PUMP FIXED 1 63 COCA COLA BOOTH FIXED 1 64 RED LIGHT INDIAN EXPRESS FIXED 1 65 INDIAN EXPRESS CUT FIXED 1 66 MILAP BHAVAN CUT FIXED 1 67 PRATAP BHAWAN CUT FIXED 1 68 ISI CUT FIXED 1 69 PHQ OLD FIXED 2, PTZ 1 70 TOWARDS DELHI GATE ITO FIXED 2, PTZ 1 71 DOLL MUSIUM FIXED 1 72 PYARELAL BHAWAN FIXED 1 73 A POINT MAIN RED LIGHT FIXED 2 , PTZ 1 74 A POINT TOWARDS DDU MARG FIXED 2, PTZ 1 75 FOREIGN POST OFFICE SUBWAY FIXED 1 76 DELHI GATE REDLIGHT FIXED 2, PTZ 1 77 PARSI REST HOUSE FIXED 1 78 KHOONI DARWAJA FIXED 1 79 KOTLA ROAD T POINT FIXED 2, PTZ 1 80 INSA INSA CUT TOWARDS UGC FIXED 1 81 ANNA NAGAR CUT FIXED 1 82 HANS BHAVAN CUT FIXED 1

31

NORTH DISTRICT

Republic Day ( PTZ-20, Fixed- 91)

SL. LOCATION OF CCTV TYPE & NO. OF CCTV NO. CAMERS PTZ FIXED 1. T-POINT SUBHASH MARG AT CENTRE VERGAE 1 2 2. NEW DARIYA GANJ ROAD, NEAR TRAFFIC POLICE BOOTH 0 1 3. NEW DARIYA GANJ ROAD, NEAR SUNEHERI MASJID 1 0 4. NEW DARIYA GANJ ROAD, NEAR HAPPY SCHOOL CUT 0 2 5. NEW DARIYA GANJ ROAD, NEAR GOs MESS 0 2 6. SHANTIVAN CHOWK 0 3 7. M.G MARG, OPP CENTRAL GATE DILLI CHALO PARK 0 2 8. M.G. MARG NEAR Y. POINT 0 2 9. M.G. MARG, NEAR MONKEY BRIDGE 0 2 10. DILLI CHALO PARK NORTH SIDE 0 1 11. DILLI CHALO PARK CENTRE 0 2 12. DILLI CHALO PARK SOUTH SIDE 0 1 13. SMALL PARK BEHIND SUNEHRI MASJID 1 0 14. BUS STOP JAMA MASZID UPPER SUBHASH MARG 0 2 15. KHAS ROAD CUT 1 0 16. METRO GATE NO.3 JAMA MASJID 0 1 17. METRO GATE NO.4 JAMA MASJID 0 1 18. UPPER SUBHASH MARG OPP. COAT MARKET JAMA MASZID 0 2 19. T POINT PARADE GROUN 0 3 20. PARKING GATE PARADE GROUND 1 0 21. PARKING GATES NO. 1,2&3 PARADE GROUND 3 22. LINK ROAD CORNER, UPPER SUBHASH MARG 0 2 23. CHOWK 1 3 24. MAIN ROAD OPP GAURI SHANKAR 1 0 TEMPLE 25. METRO GATE NO. 1,2,3&4 0 4 26. OLD LAJPAT RAI MARKET, NEAR DIGGING WORK METRO 0 1 SITE 27. CENTRAL VERGE NETA JI SUBHASH MARG IN BETWEEN 1 2 METRO GATE NO. 1 & 2 28. OPPOSITE PRESENTATION CONVENT SCHOOL, SUBHASH 1 2 MARG 29. CHHATTA RAIL CHOWK 1 3 30. NAGPAL DAIRY CUT S.P.M MARG 0 1 31. NEAR CALCUTTIA GATE SPM MARG 0 2 32. TIKONA PARK ANGOORI BAGH 1 0 33. ANGOORI BAGH ROAD OPP MADHAV DAS PARK 0 2 34. ANGOORI BAGH ROAD NEAR HANUMAN TEMPLE 1 0 35. ANGOORI BAGH MCD SCHOOL CUT 0 1 36. ANGOORU BAGH ROAD NEAR KABARI SHOPS 0 2 37. DFMD AT HATHI KHANA CHOWK 1 2 38. DFMD AT LINK ROAD/ESPLANDE ROAD 1 2 39. DFMD AT MAIN CHANDNI CHOWK, NEAR DIWAN HALL 1 2 ROAD 40. DFMD AT SUBHASH MARG, NEAR ANGOORI BAGH CUT 1 2 41. DFMD AT ANGOORI BAGH CUT 1 0 42. SOUTHERN SIDE OF RAMPART 0 1 43. NORTHERN SIDE OF RAMPART 0 1 44. INSIDE LAHORI GATE, NEAR MEENA BAZAR 0 2 45. DELHI GATE 1 1 32

46. OPP. PUBLICATION BUILDING INSIDE RED FORT 0 1 47. OPP. POWER HOUSE INSIDE RED FORT 0 1 48. T-5 PARKING OUT GATE OPP. SUNEHRI MASJID 0 1 49. T-5 PARKING IN GATE OPP. SUNHERI MASJID PARK 0 1 50. MOAT ROAD, NEAR SMALL GATE, AUGUST 15 PARK 0 1 51. MOAT ROAD, NEAR GATE BHURA SHAH MAZAR 0 1 52. AUGUST 15 PARK SOUTHERN SIDE OPP. BHURE SHAH MAZAR 0 1 53. AUGUST 15 PARK NEAR FOUNTAIN 0 2 54. AUGUST 15 PARK NORTHERN SIDE 0 1

55. MADHAV DAS PARK SOUTHERN SIDE 0 1

56. MADHAV DAS PARK NEAR FOUNTAIN 0 2

57. MADHAV DAS PARK NORTHERN SIDE 0 1

58. SMALL GATE TIKONA PARK NEAR MOAT 0 1 59. MAIN CHANDNI CHOWK ROAD OPP POLICE BOOTH CYCLE 0 1 MARKET 60. ESPLANADE ROAD NEAR POLICE BOOTH CYCLE MARKET 1 1 61. MAIN CHANDNI CHOWK ROAD NEAR DRIBA KALAN 0 2 62. FOUNTAIN CHOWK 1 2 Total 20 91

CCTV CAMERAS FOR INSTALLATION AT ROOP TOP :- ( PTZ- 11, Fixed= 03)

SL. NO. LOCATION OF CCTV TYPE & NO. OF CCTV CAMERS PTZ FIXED 1. Jain Mandir EAST SIDE - 1 2. JAIN MANDIR WESTERN SIDE 0 1 3. GAURI SANKAR MANDIR 1 0 4. PYARE LAL BUILDING, DEEWAN HALL ROAD CORNER 1 0 5. JONA PHOTO STUDIO, CHANDNI CHOWK 1 0 6. 411, KUCHA BULAKI BEGUM, CHANDNI CHOWK 1 0 7. TARA HOTEL ESPLANADE ROAD, CHANDNI CHOWK 1 0 8. SBI BUILDING, MAIN CHANDNI CHOWK 1 0 9. GURUWARA SISGANJ, CHANDNI CHOWK 1 0 10. SINDOOR SAREE, FOUNTAIN CHOWK 1 0 11. DEEWAN HALL, BHAGIRATH PLACE, CHANDNI CHOWK 1 0 12. JAGAN NATH MANDIR, BACK SIDE MCD OFFICE SHANTI 0 1 VAN CHOWK 13. SHOP NO. 473, OLD LAJPAT RAI MARKET, CHANDNI 1 0 CHOWK 14. MANDIR, ANGOORI BAGH, RED FORT 1 0 Total 11 3

33

NORTH – WEST DISTT. (CHHATRASAL STADIUM)

REPUBLIC DAY AND INDEPENDENCE DAY ( PTZ= 09, Fixed= 22)

Sl. No. Point of installation of Cameras Type & Numbers of CCTV Cameras

PTZ Fixed

1. Basement Parking 01 --

2. Gate No. 4 A inside 1 -- 01

3. Gate No. 4 B outside -- 01

4. Gate No. 3 inside -- 01

5. Grill near Gate No. 3 inside -- 01

6. Grill near Gate No. 2 inside -- 01

7. Gate No. 4 A inside 2 -- 01

8. Gate No. 3 Ground 01 --

9. Red Light 01 --

10. Basket Ball Ground -- 01

11. Near Gate No. 4 B 01 --

12. Nursery Camera No.1 -- 01

13. Gujawalan Town Red Light near Gate No. 1 01 --

14. Near Gate No.3 -- 01

15. Stage -- 05

16. Near Gate No.1 -- 01

17. Stage 01 --

18. Nursery Camera No.2 -- 01

19. Main Hall Entry -- 01

20. Stage Opposite 01 --

21. VIP Parking 1 -- 02

22. VIP Parking 2 -- 01

23. Gate No. 4C outside -- 01

24. Near CNG Pump 01 --

25. Basket Ball Ground 01 --

26. CNG Pump Parking -- 01

Total 09 22

34

SOUTH-EAST DISTT. REPUBLIC DAY AND INDEPENDENCE DAY ( PTZ= 07, Fixed= 33)

Sl. No. Point of installation of Cameras Type & Numbers of CCTV Cameras

PTZ Fixed

1. Pushpa Market -- 01

2. Pushpa Market Near Nainital Bank -- 01

3. Opposite Sethi Chowk 01 --

4. Opposite Jack & Jil Shop -- 01

5. Opposite Juneja Chowk -- 01

6. Near 24 x 7 -- 01

7. Laboratory Block-1 -- 01

8. Police Booth 01 --

9. J Block Park -- 01

10. Home Saaz Cut -- 01

11. Bus Stand Near Hemu Kalani School -- 01

12. Lal Sai Market Chowk 01 --

13. Opposite Sita Fabric -- 01

14. Park near Pappy Tea Stall -- 01

15. Opposite Rama Place VS Marg -- 01

16. Roxy Chowk -- 01

17. Veer Sawarkar Marg-1 01 --

18. Opposite Ritu Wear Shop -- 01

19. Opposite Shop No. 108, Central Market -- 01

20. Opposite Guru Nanak Dryfruits -- 01

21. Opposite Near National Bhandar -- 01

22. Veer Sawarkar Marg-2 -- 01

23. Opposite Rax Shop -- 01

24. Opposite Old Bikaner Chowk -- 01

25. Rubina Chowk near KFC -- 01

26. Old Bikaner Chowk -- 01

27. Opposite Chunmun Shop 01 --

28. Laboratory Block-II -- 01

35

29. Labroatory Block-III -- 01

30. Laboratory Block-IV -- 01

31. FG Marg Stretch 01 04

32. Veer Sawarkar Marg Stretch 01 04

07 33

36

NORTH DISTRICT,

A. Independence Day (TOTAL: PTZ-47, FIXED-145 = 192)

SN CAMERA LOCATION TYPE

1 Lower Subhash Marg entry Gate No.-1 Fixed 2 Lower SubhashMarg entry Gate No.-1 Fixed 3 Lower Subhash Marg entry Gate No.-2 Fixed 4 Lower Subhash Marg entry Gate No.-2 Fixed 5 Public Enclosure August 15 Park PTZ 6 Parking 4 August 15 Park PTZ 7 Parking 4A August 15 Park PTZ 8 Parade Ground upper SubhashMarg(Traffic from Darya Ganj) Fixed 9 Parade Ground upper SubhashMarg(Traffic towards Parade Ground Gate) Fixed Chowk) 10 Parade Ground Upper Subhash Marg (Traffic towards Red Fort Chowk) Fixed 11 T –Point SubhashMarg Chowk PTZ 12 T –Point SubhashMarg Crossing Fixed 13 T –Point SubhashMarg(Traffic from Darya Ganj) Fixed 14 Khas cut entry towards Delhi Gate Fixed 15 Khas Cut towards lower Subhash Marg Fixed 16 Khas Road Cut on Subhash Marg and Delhi Gate of Red Fort one Fixed 17 Khas Road Cut on Subhash Marg and Delhi Gate of Red Fort two Fixed 18 Lower SubhashMarg (near Khas Cut Metro Gate No. 3) PTZ 19 Suneheri Maszid Chowk PTZ 20 SuneheriMaszid Picket(Entry gate towards Delhi Gate) Fixed 21 Opposite Petrol Pump Nishad Marg ( -) Fixed 22 Delhi Gate Round about towards Sunheri Masjid Fixed 23 Delhi Gate Round about towards Moat Road Fixed 24 DFMD Moat Road, Near Delhi Gate Fixed 25 Moat Road near Check Point Fixed 26 Upper SubhashMarg –(Near Bus Stand) PTZ 27 Lower Subhash Marg, Parking entry gate No. 1(-) PTZ 28 Lower Subhash Marg, Parking entry gate No. 2(-) Fixed 29 Lower Subhash Marg, New Bus Stop Fixed 30 Link Road Cycle Market-1 Upper SubhashMarg Fixed 31 Link Road Cycle Market-2 Upper SubhashMarg Fixed 37

SN CAMERA LOCATION TYPE

32 Link Road Cycle Market-3 Upper SubhashMarg Fixed 33 Service Road near Jain Mandir Gali Fixed 34 Gauri Shankar Mandir Roof Top PTZ 35 Haathi Khana Chowk PTZ 36 Haathi Khana Chowk toward Jama Masjid Fixed 37 Haathi Khana Chowk traffic from Parade Ground corner Fixed 38 Haathi Khana Chowk traffic Esplanande Road Fixed 39 Haathi Khana Chowk traffic from Service Road Jama Masjid Fixed 40 Parade Ground Parking Gate No. 1 towards inside Fixed 41 Parade Ground Parking Gate No. 1 towards outside Fixed 42 Parade Ground Parking Gate No. 2 towards inside Fixed 43 Parade Ground Parking Gate No. 2 towards outside Fixed 44 Link Road Esplanade Road ( Cycle Market near DFMD point) PTZ 45 Main Chandni chowk Road(At esplanade road cut) PTZ 46 Inside Parade Ground Parking PTZ 47 Main Chandani Chowk Road, Opposite Cycle Market towards Red Fort Chowk Fixed 48 Main Chandani Chowk Road, towards Fixed 49 Diwan Hall Road(Towards MorSarai Road) Fixed 50 Diwan Hall Roof Top PTZ 51 Near DurgaMandir Old LajpatRai Market parking Metro Site Fixed 52 Near Shiv Shakti Mandir, Old Lajpat Rai market Fixed 53 Abhishek Cinema Bhagirath Palace Fixed 54 Diwan Hall Building entry to Bhagirath Palace Fixed 55 Diwan Hall Road near CGHS Dispensary Fixed 56 Diwan Hall Road Morsarai Cut Fixed 57 Moresarai Road Old Lajpat Rai Market Fixed 58 Near Police Booth Bhagirath Palace PTZ 59 Bhagirath Palace towards Diwan Hall Road Fixed 60 Bhagirath Palace towards Surgical Market Fixed 61 Mangal Building 1682 Exit Bhagirath Palace Fixed 62 SPM argo pp Presentation Convent School towards Chhatha Rail Chowk Fixed 63 SPM argo pp Presentation Convent School towards Kodiya Pul Fixed 64 Koriya Pull Red Light HC Sen Marg PTZ 65 Pole near Bus U turn H.C. Sen Marg PTZ 66 Pole opp. PS Kotwali Cut. PTZ 38

SN CAMERA LOCATION TYPE

67 H.C. Sen Marg opposite Yes Bank near DFMD Point Fixed 68 H.C. Sen Marg opposite Rain Basara near DFMD Point Fixed 69 Bhai Mati Dass Chowk towards Sikh Museum Fixed 70 H.C. Sen Marg dustbin near Yes Bank Fixed 71 Chatta Rail Chowk PTZ 72 Chhata Rail Chowk (Traffic Railway Station) Fixed 73 Chhata Rail Chowk (Traffice towards & from Jamna Bazar) Fixed 74 Chhata Rail Chowk-Picket Fixed 75 Chhatta Rail Chowk(Traffic towards & From GPO) Fixed 76 Rly Track Angoori Bagh Pol No. 38, Near Old Gas Factory PTZ

77 Rly Track near Gas Factory Fixed 78 Gyan Pats left side of singing Children Fixed 79 Gyan Pats right side of singing Children Fixed 80 Lower Subhash Marg near Children Gate ( towards outside) PTZ 81 Near Paggal Baba Mandir PTZ 82 Red Fort Chowk Red Light PTZ 83 Red Fort Chowk towards Chandani Chowk Fixed 84 Red Fort Chowk towards entry gate Gyan Pats Fixed 85 Red Fort Chowk towards Metro Station Red Fort Fixed 86 Red Fort Chowk towards Parade Ground Fixed 87 Sector-8, DFMD, Subhash Marg Fixed 88 Sector-8, DFMD, Subhash Marg Fixed 89 Metro Gate No. 1, Red Fort Fixed 90 Metro Gate No. 2, Red Fort Fixed 91 Metro Gate No. 3, Red Fort Fixed 92 Metro Gate No. 4, Red Fort Fixed 93 Chhata Rail Chowk, Lower Subhash Marg (at DFMD point) Fixed 94 Chhata Rail Chowk, Upper Subhash Marg (at DFMD point) Fixed 95 DFMD entry at Red Fort Fixed 96 Children Enclosure DaraSikoh Park PTZ 97 Children Enclosure Gate No.1 SubhashMarg Fixed 98 Children Enclosure Gate No.-2 SubhashMarg Fixed 99 Madhav Das Park near fountain PTZ 100 Towards entry of Red Fort from ticket window Fixed 101 Camera on Doordarshan tower towards Children sitting area Fixed 39

SN CAMERA LOCATION TYPE

102 Angoori Bagh Cut and lower subhash Marg Fixed 103 Near Angoori Bagh Cut lower SubhashMarg Fixed 104 Near Shani Mandir, Angoori Bagh Police No. 6 near Moat Red Fort Fixed 105 Near J – 73, Angoori Bagh, Near Moat Street Light PTZ 106 Near Bala Ji Hanuman Mandir Pole No. 22, Angoori Bagh Fixed 107 North side of Wall Red Fort to cover the area of Railway Track Fixed 108 Prabha Dharm Shala Bagichi Madho Das Fixed 109 J – 25 wall infront of school Ground Angoori Bagh PTZ 110 J – 94 Angoori Bagh (House of Sh. Subhash) Fixed 111 J – 87 Angoori Bagh, police No. 29 Fixed 112 Shop No. 57 Backside Masjid Angoori Bagh, PTZ 113 Shop No. 7 Rajdhani Cargo Angoori Bagh PTZ 114 Sarvodya Mohalla, Near Wall of Red fort (left side) Fixed 115 Sarvodya Mohalla, Near Scrap Shops for way near Red Fort Fixed 116 Sarvodya Mohalla, Near Masjid entry from Railwary Track Fixed 116 Tikona Park near Sarvodaya Mohalla Fixed 118 Parking inside Tikona Park Fixed 119 Outside Parking Gate towards entry of Tikona Park Parking Fixed 120 At Delhi Gate(Inside) Fixed 121 At Delhi Gate(Inside) Fixed 122 Dewan-e-Aam Fixed 123 3-A, Parking behind Commandant office, CISF PTZ 124 Hira Mahal PTZ 125 Hockey ground parking PTZ 126 Inside road after entering Delhi Gate Fixed 127 Naubat Khana inside Red Fort PTZ

128 Lawn Area backside Naubat Khana Fixed 129 Rly Track Salim garh fort towards iron bridge Fixed 130 Salim Garh Gate opposite Neeli Chhatri Mandir Fixed 131 Rly Track Salim garh fort towards old Delhi Railway Station Fixed 132 Salim Garh footover bridge Fixed 133 Salim Garh near Supply depot Fixed 134 Red Fort last Burj toward Ring Road side from Delhi Gate PTZ 135 Delhi Chalo Park (Control at Rang Mahal) PTZ 136 Inside Red Fort back side of Museum ( Left side) Fixed 40

SN CAMERA LOCATION TYPE

137 Inside Red Fort back side of Museum ( Right side) Fixed 138 Pole opposite Happy Public School towards Sunheri Masjid Fixed 139 Pole opposite Happy Public School towards Shanti Van Chowk Fixed 140 SuneheriMaszid (Traffic from Shanti Van Red Light) Fixed 141 SuneheriMaszid (Traffic from T-Point SubhashMarg) Fixed 142 Back side of Ramesh Publication House towards Delhi Chalo Park Fixed 143 Wall towards back side of Red Fort, behind Ramesh Publication Fixed 144 Slum area towards back side wall of Red Light, behind Ramesh Publication Fixed 145 Nalla/drain behind Ramesh Publication Fixed 146 Shanti Van Chowk (Traffic from & towards-T point SubhashMarg) Fixed 147 Ring Road opposite Vijay Ghat PTZ 148 Salim Garh Picket Fixed 149 Service Road at Shanti Van Chowk Fixed 150 Shanti Van Chowk Fixed 151 Shanti Van Chowk PTZ 152 Shanti Van Chowk Fixed 153 Shanti Van Chowk (Traffic from Rajghat) Fixed 154 At a distance of 500 Mtr. on Geeta Colony Flyover from Shanti Van Chowk Fixed 154 Shanti Van Chowk towards Geeta Cly Flyover PTZ 155 At a distance of 500 Mtr. on Geeta Colony Flyover,from Shanti Van Chowk. Fixed 156 Service Road Smriti Sthal Gate Fixed 157 Opposite Sadav Atal Samadhi Gate Fixed 158 Opposite Vijay Ghat Gate Fixed 159 Under pass of Vijay Ghat East Side Fixed 160 Under pass of Vijay Ghat West Side Fixed 161 Traffic Below Bridge between Salim Garh and Red Fort (Left side) Fixed 162 Traffic Below Bridge between Salim Garh and Red Fort (Right side) Fixed 163 Geeta Colony Flyover PTZ 164 Geeta Colony Flyover ( River) PTZ 165 Pole near Jhil Cut Fixed 166 Service Road near Jhil Cut towards Khadar (-) Fixed 167 Near Geeta Colony loop South Side Fixed 168 Near Geeta Colony loop North Side Fixed 169 Iron Bridge PTZ 170 Geeta Colony loop adjacent to Rohli Marg West Side Fixed 41

SN CAMERA LOCATION TYPE

171 Geeta Colony loop adjacent to Rohli Marg East Side Fixed 172 Service Road near Bus Stand Golden Jublee Park PTZ 173 Kela Ghat Cut Fixed 174 GPO Lothiya Road PTZ 175 Motor Hemilton Road Fixed 176 Below Bridge near Hanuman Mandir merging traffic Fixed 177 Parking near Hanuman Mandir Fixed 178 Main Chandani Chowk Opposite Haldiram near DFMD Point Fixed 179 Main Chandani Chowk Opposite Haldiram near DFMD Point Fixed 180 Natraj Gali Main Chandani Chowk Fixed 181 , Main Chandani Chowk Road PTZ 182 Moti Bazar Cut, Main Chandani Chowk Road Fixed 183 Main Chandani Chowk Road, Near Hanuman Mandir, Near Katra Dulia Fixed 184 Kucha Mahajani Cut Fixed 185 Main Chandani Chowk Road, Town Hall near ACP Office cut PTZ 186 Main Chandani Chowk Road, Town Hall near ACP Office cut Fixed 187 Main Chandani Chowk Road, Opposite Town Hall Fixed 188 Bankhandi Mandir PTZ 189 Labour Chowk, Company Bagh PTZ 190 Balli Maran Chowk PTZ 191 Fatehpuri Chowk PTZ

192 Town Hall Nai Sarak Fixed

B. LIST OF CCTV CAMERAS ON CONTIGENCY ROUTE (TOTAL: PTZ-20, FIXED-48 = 68)

SL. PLACE OF LOCATION OF CCTV CAMERA NO OF CCTV CAMERAS NO. PTZ FIXED

1. Electric Pole near Ticket Window 01 02

2. Electric pole near refreshment Pandal 01 01

3. AngooriBagh Cut on SubhashMarg 01 01

4. Pole No .2 Towards Chhatta Rail Chowk - 01

5. Pole No. 4, near Defence Pension office Gate, towards Chhatta Rail - 01 Chowk

6. Chhatta Rail Chowk S.P.M. Marg Pole No. 33 01 02

42

7. Pole No. 36, Opp. Nagpal Dairy 01 01

8. Pole No 38 near Calcuttia Gate upto the height of Rly line 01 01

9. Pole No. 40 opposite Ashoka Travel near Hanuman Mandir 01 01

10. Pole near Machan Hanuman Mandir - 02

11. Pole No. 129 near under pass Hanuman Mandir - 01

12. Pole No. 128 near Signage Board Outer Ring Road 01 01

13. Electric Pole No. 127 Outer Ring Road 01 01

14. Electric Pole No. 125 Outer Ring Road - 02

15. Electric Pole No. 124 Outer Ring Road 01 01

16. Electric Pole No. 121 Outer Ring Road - 01

17. NilliChhatriMandir Outer Ring Road 01 -

18. Pole No. 118 Outer Ring Road 01 01

19. Pole opposite Electric Pole No. 118 Outer Ring Road, 01 01

20. Electric Pole No. 113, Outer Ring Road 01 01

21. Electric Pole No. 110, Outer Ring Road, - 01

22. Electric Pole No. 107, Outer Ring Road 01 02

23. Electric Pole No. 103,Outer Ring Road 01 02

24. Electric Pole No. 100 Outer Ring Road -- 02

25. Electric Pole No. 99 Outer Ring Road -- 02

26. Electric Pole No. 96 Outer Ring Road 01 02

27. Electric Pole No. 93 Outer Ring Road 01 02

28. Electric Pole No. 90 Outer Ring Road - 02

29. Electric Pole No. 87 Outer Ring Road - 02

30. Electric Pole No. 85 Outer Ring Road -- 02

31. Electric Pole No. 84 Outer Ring Road 01 02

32. Electric Pole No. 82 Outer Ring Road (To cover the height of Geeta 01 02 Colony Fly over)

33. Electric Pole No. 79 Outer Ring Road - 02

Total 20 48

C) CCTV CAMERAS FOR INSTALLATION AT ROOP TOP ( Fixed-30)

S.NO. Locations Type 1. Jain Mandir East Side Fixed 43

2. Jain Mandir Western Side Fixed 3. Gauri Sankar Mandir Fixed 4. Pyare Lal Building, Deewan Hall Road Corner Fixed 5. Jona Photo Studio, Chandni Chowk Fixed 6. 411, Kucha Bulaki Begum,Chandni Chowk Fixed 7. Tara Hotel Esplanade Road, Chandni Chowk Fixed 8. Amar Market, Dariba Kalan , Chandni Chowk Fixed 9. SBI Building, Main Chandni Chowk Fixed 10. Guruwara Sisganj, Chandni Chowk Fixed 11. Sindoor Saree, Fountain Chowk Fixed 12. Yes Building, Fountain Chowk Fixed 13. 1801, Bhagirath Palace, Chandni Chowk Fixed 14. 2287,More Sarai, Chandni Chowk Fixed 15. Mahavir Jain Bhawan, Near Haldiram, Chandni Chowk Fixed 16. Deewan Hall, Bhagirath Place, Chandni Chowk Fixed 17. Jindal Jewellers Opp. Moti Bazar, Main Chandni Chowk Fixed 18. Presentation School Building, SPM Marg Fixed 19. Jagat Nath Mandir, Back Side MCD Office Shanti Van Chowk Fixed 20. 1626,Bansal Jewellers, Kucha Jatmal, Chandni Chowk Fixed 21. Shop No. 473, Old Lajpat Rai Market, Chandni Chowk Fixed 22. 2106, Dhobiwara, Kinari Bazar, Chandni Chowk Fixed 23. 2859,Chahal Puri, Kinari Bazar, Chandni Chowk Fixed 24. Water Tank More Sarai, Chandni Chowk Fixed 25. GPO Building, Kashmere Gate Fixed 26. Mandir , Angoori Bagh, Red Fort Fixed 27. Tiwari Brothers , Chandni Chowk Fixed 28. Ashoka Tailors, Ballimaran Chowk, Chandni Chowk Fixed 29. Fateh Puri Masjid, Fateh Puri, Chandni Chowk Fixed 30. Dena Bank, Town Hall Chowk, Chandni Chowk Fixed

D) IP BASED CCTV CAMERAS INSTALLATION ON THE STRATEGIC LOCATIONS =22

S.NO. Locations 1. Shanti Van Chowk 2. Fountain Chowk 3. Delhi Gate 4. Angoori Bagh cut 5. Chhatta Rail Chowk 6. Cycle Market 44

7. Subhash Market T- Point 8. Hathi Khana Chowk 9. Parda Bagh Cut 10. Near Subway Lower Subhash Marg 11. Red Fort Chowk 12. Nagpal Dairy, SPM Marg 13. General Post Office 14. Kela Ghat Cut, Ring Road 15. Monkey Bridge 16. Red Fort Burj (Right ) 17. Red Fort Burj (Left) 18. Ticket Window Red Fort Forthcoming 19. Facing Railway Track 20. Koriya Pul 21. On the roof of Rani Sati Temple. 22. Salimgarh Backside Mandir H. No. 40/117.

E Cameras ( 25 Fixed)

1. Smriti Sthal Area 05 Fixed 2. Sadav Atal Samadhi Area 10 Fixed 3. Vijay Ghat Area 05 Fixed 4. Service Lane 05 Fixed 5. Total 25 Fixed

45

CENTRAL DISTRICT: INDEPENDENCE DAY Fixed=299 PTZ=07 GRAND TOTAL= 306

LOCATIONS IDENTIFIED WHERE CCTVs ARE TO BE SET UP TO COVER THE INDEPENDENCE DAY ARRANGEMENTS

1. A- ROUTE: MAHATMA GANDHI MARG FROM RAILWAY CROSSING - RAJGHAT CHOWK .

S. N. Location Type 1. Railway Crossing on MG Marg Fixed-2 2. Footpath on MG Marg infront of CNG Pump Station Fixed-2 3. Footpath on MG Marg infront of Sai Temple near I.P. Depot Fixed-2 4. Footpath on MG Marg under Metro Bridge Fixed-2 5. Way towards Anna Nagar between WHO and Ganda Nala on MG Marg Fixed-2 6. Footpath on MG Marg infront of IN Gate of WHO Building Fixed-2 7. Cut between International Institute of Adult & Life Long Education Fixed-1 Building and Bharat Scout and Guides School 8. Footpath on MG Marg infront of The Aeronautical Society of India Fixed-2 9. Footpath(Eastern Side) facing slip road leading from Secretariat and Fixed-1 joining on MG Marg at the base of IP Flyover 10. Cut towards Azad Bhawan near Parsheela Bhawan Fixed-1 11. Descending loop road which merges in to Vikas Marg on I.P. Flyover Fixed-1 12. Facing ascending loop to IP Fly over on Vikas Marg Fixed-1 13. Ascending loop road which merges into MG Marg on I.P. Flyover Fixed-1 14. Footpath on IP flyover (both sides) near electricity pole No.42. Fixed-2 15. Footpath on I.P. Flyover in front of IIPA Fixed-2 16. Cut in front of Gate No. 22 & 23 of IG Sports complex which merges into Fixed-1 Gate No.20 on MG Marg (Eastern Side) 17. Service Road emerging from MG Marg near IG Sports Complex. PTZ-1 18. Slip road near New Cemetery for Mohamden’s (Western side) leading to Fixed-1 Sales Tax Building from MG Marg 19. Infront of Gate No. 21of IG Sports complex (Eastern Side) Fixed-1 20. U Turn to Vikas Marg on MG Marg Fixed-2 21. Footpath near Beginning of Salim Garh Flyover Fixed-1 22. T-Point, Northern Vellodrome Road and MG Marg Fixed-1 23. Rajghat Crossing Fixed-4 PTZ-1 TOTAL FIXED-37,PTZ- 02

2. B ROUTE NO.2 TILAK BRIDGE TO A- POINT ON BSZ MARG IP MARG FROM A-POINT TO IP FLY OVER 1. Footpath near Anna Nagar cut on BSZ Marg Fixed-2 2. Slip road near Hans Bhawan Fixed-1 3. ITO Chowk Fixed-4,PTZ-1

4. Slip Road between Chartered Accountants Building and Central Fixed-4 Revenue Building near CA Building in front of IN Gate of PHQ 46

5. Towards I.P. Lane on I.P. Marg Fixed-1 6. Slip road towards Sale Tax Office near OUT Gate of PHQ Fixed-1 7. Slip Road between Vikas Minar and IMA Building Fixed-1 8. Under I.P. Flyover Fixed-4, PTZ-1 9. Slip road from Vikas Marg towards PS I.P. Estate Fixed-1 10. Slip Road between School of Planning & Architect & Indian Institute of Fixed-1 Public Administration Building. 11. Footpath on IP Marg between IP Flyover and Hathi Ghat Fixed-2 TOTAL FIXED-22,PTZ- 02

3. CEREMONIAL ROUTE: BSZ MARG FROM A-POINT TO DELHI GATE

1. DDU Marg/Vishnu Digamber Marg T-Point Fixed-2 2. Kotla Road/Vishnu Digamber Marg T-Point Fixed-2 3. Kotla Road /BSZ Marg T-Point Fixed-2 4. Red Light at Express Cut Fixed-4 5. In gate of MAMC on Western Side on BSZ Marg Fixed-1 6. Slip Road towards gate No.1 of FSK Stadium on BSZ Marg Fixed-1 7. Near Pyare Lal Bhawan Fixed-1 8. Near Sub-Way on BSZ Marg Fixed-1 9. Parsi Guest House Fixed-1 10. Service Road between Shaheedi Park & JPN Park Fixed-1 11. In Gate Ambedkar Stadium on BSZ Marg Fixed-2 TOTAL FIXED-18

4. THE CONTINGENCY ROUTE RING ROAD TO SALIM GARH FLYOVER :-

SL.No. Location of CCTVs Camera type 1. Under Salim Garh Flyover Fixed 1 2. Electric poll near gate No.8 Fixed 1 3. Electricity Pole near water pump Fixed 1 4. Electricity Pole near gate No.7 Fixed 1 5. Electricity Pole opposite side gate No.7 Fixed 1 6. Electricity Pole Near gate No.5 Fixed 1 7. Electric Poll opposite side gate No.5 Fixed 1 8. Electricity Pole near gate No.3 Fixed-1 9. Electricity Pole opposite side gate No.3 Fixed 1 10. Electric Pole near gate No.1 Fixed 1 11. Electricity Pole opposite side gate No.1 Fixed 1 12. Near Delhi Secretariat Fixed-1 13. Opposite Delhi Secretariat Fixed 1 14. Opposite Fire Station Fixed 1 15. Electric Poll Near loop Vikas Marg Fixed 1 16. Under the bridge Vikas Marg Fixed-1 17. Electric Poll near Loop Delhi Secretriat Fixed 1 18. Near water pumping station Fixed 1 19. Near loop Vikas Marg to way Ring Road South side. Fixed 1 20. Near Ring road way to PS IP Estate Fixed-1 TOTAL= Fixed-20

Note :- There will be two camera on alternate Pole on “A” route (M.G.Marg from Railway crossing to Moat Road cut) and also on “B” Route (Tilak Bridge to I.P.Flyover) hereby making a total of 63 Fixed Cameras.

47

PS DARYA GANJ

1. A- Route :- Mahatma Gandhi Marg from Railway Crossing – Shanti Van Chwok T/L Nishad Raj Marg Till Moat Road Cut + Raj Ghat Chowk to Power House on Kisan Ghat Road.

Sl. Location Type No. 1 Raj Ghat Crossing Fixed-4, PTZ-1 2 Kisan Ghat Road VIP Gate of Raj Ghat infront of Gandhi Darshan Fized-2 3 Service road between Raj Ghat and Kisan Ghat on Kisan Ghat road Fixed-1 4 T-Point Kisan Ghat Road and East vellodrome road Fixed-2 5 Footpath on MG Marg inform of public gate of Raj Ghat Fixed-2 6 Footpath on MG Marg infront of Veer Bhoomi Fixed-2 7 Footpath on MG Marg infront of Shakti Sthal Fixed-2 8 Cuts on service road infront of Shakti Sthal Fixed-2 9 T-Point Ghata Masjid Fixed-1 10 Cut facing towards park near Old Times of India Building on MG Marg Fixed-1 11 Cut near Shanti Van Bus Stand on MG Marg Fixed-1 12 Footpath near Red Light of Shanti Van Crossing Fixed-1 13 Infront of GO’s Mess Fixed-1 14 Padam Singh Marg & Nishad Raj Marg T-Point Fixed-1 15 Parda Bagh cut on Nishad Raj Marg Fixed-1 Total Fiexd-24, PTZ-01

2. Contingency Route :- From Border of North/Central District on NS Marg-Delhi Gate Chowk-T/R-JLN Marg-Guru Nanak Chowk T/L-RS Fly over on Ranjit Singh Marg

Sr. Location Type No. 1 T-Point NS Marg and Nishad Raj Marg Fixed-2 2 Red Light near Demolished Iron Bridge Fized-4 PTZ-1 3 Footpath infront of Duke Hotel Fixed-2 4 Footpath infront of Moti Mahal Restaurant Fixed-2 5 Footpath infront of Subzi Mandi Fixed-2 6 Footpath infront of Post Office Fixed-2 7 Footpath infront of Hotel Arina Inn Fixed-2 8 Delhi Gate Crossing Fized-4, PTZ-1 9 Footpath chaman lal marrg in front of VIP Gate of Ram Lila ground Fixed-2 10 Turkman Gate Fixed-4 11 Footpath on Asaf Ali Road near Secondary School Bulbuli Khana Fixed-2 12 Slip Road near Delite Cinema Fixed-2 13 Footpath on Asaf Ali Road near Broadway Hotel Fixed-2 14 Slip road near MTNL Building, Asaf Ali Road Fixed-1 Total Fixed-33 PTZ-02

The Contingency Route B: (Portion of Central Distt. On Salim Garh Flyover by Pass, from Geeta Colony Fly over to Gate No. 21 of IG Sports Complex approx 3.2 K.M.)

SL. Location Type No. 1 Electricity Pole no.1 at the railing at the base of Salim Garh Fly over ascending carriage Fixed 1 way 2 Electricity Pole no.4 at the railing on salim Garh Fly over ascending carriage way Fixed 1 3 Electricity Pole no.8 at the railing on salim Garh Fly over ascending carriage way Fixed 1 48

4 Electricity Pole no.12 at the railing on salim Garh Fly over ascending carriage way Fixed 1 5 ElectricityPole no.16 at the railing on salim Garh Fly over ascending carriage way Fixed 1 6 Merging point of the slip road Raj Ghat side MG MARG AND Salim Garh Fly over near Fixed 3 Pole No.22 7 Electricity Pole no. 20 at railing, both side Salim Garh Fly over. Fixed-3 8 Electricity Pole no. 24 at railing, both side Salim Garh Fly over. Fixed 2 9 Electricity Pole no. 28 at railing, both side Salim Garh Fly over. Fixed 2 10 Electricity Pole no. 32 at railing, both side on Salim Garh Fly over. Fixed 2 11 Electricity Pole no. 37 at railing, both side on Salim Garh Fly over. Fixed 2 12 Electricity Pole no. 42 at railing, both side on Salim Garh Fly over. Fixed 2 13 Electricity Pole no. 46 at railing, both side on Salim Garh Fly over. Fixed 2 14 Gas Godon cut on Salim Garh Fly over Fixed 1 15 Cut at Rajght Terminal near Mandir Fixed 1 16 Bus stop near Rajghat terminal Eastern carriage way Fixed 1 17 Bus stop near Rajghat terminal western carriage way Fixed 1 18 Near Sing Board showing way to ITO on Salim Garh Fly over Fixed 2 19 At the U Turn at Electricity Pole No. 57 at the Footpath, both sides on Salim Garh Fly Fixed 2 over. 20 On the foot path , both carriages ways near the sign board showing way to ISBT near Fixed 2 Electricity Police no 6 21 Electricity Pole no. 63 at the Footpath, both sides on Salin Garh Fly over. Fixed 2 22 Electricity Pole no. 66 at the Footpath, both sides on Salin Garh Fly over. Fixed 2 23 Electricity Pole no. 69 at the Footpath, both sides on Salin Garh Fly over. Fixed 2 24 Electricity Pole no. 72 at the Footpath, both sides on Salin Garh Fly over. Fixed 2 25 Near sign bord showing ways to ISBT and Rajghat, on both sides footpath. Fixed 2 26 Fcing Mool Chand Basti near Electricity Pole No. 112 Fixed 2 27 Near Electricity Pole no. 114facing Pusta Road. Fixed 1 28 Electricity Pole no. 75 at the Footpath, both sides on Salin Garh Fly over. Fixed 2 29 Electricity Pole just in front of Geeta Colony Flyover. Fixed 1 30 Electricity Pole near Merging point of loop road from Geeta Colony Flyover to Salim Fixed 1 Garg Fly over on Western carriage way 31 Near the ascending loop for ITO AND Rajghat, on Fixed 1 Eastern carriage way of Salim Garh Flyover. 32 Merging point of the descending loop from Geeta Colony to Salim Garh Flyover Fixed 1 33 Pole near cut to Bela Estate on Eastern carriage way Fixed 1 34 Cut towards Bela Estate facing Jungle and service Road Fixed 2 35 Electricity Pole near cu towards Bela villsge facing jungle area and service road Fixed 2 Total= Fixed 57

PS JAMA MASJID. SL. Location Type No. 1. Footpath on Netaji subhash Marg near Coat Market Jama Masjid Fixed-1 2. Footpath on Netaji Subhash Marg near slip Road Coat Market Jama Masjid Fixed-1 3. RCC Road leading towards Meena Bazar. Fixed-1 4. Nahar Patri laeds to gate No.2 Jama Masjid near Police Booth Dangal Ground Fixed-1 5. T-point NS Marg and Nishad Raj Marg Fixed-2 Total Fixed-06

49

NEW DELHI DISTRICT

Locations of Cameras to be installed on Route No. 1 in C/W Security Arrangement of Hon’ble Prime Minister of India during Independence Day - 2021 S.NO. LOCATION NO. OF CAMERAS Type of Camera

1. PMO-GKP 2 (Common Points) 2 Mega Pixel

2. GKP-RGH 4 (Common Points) 2 Mega Pixel

3. Moti Lal (R/A) 4 2 Mega Pixel 4. Maan Singh Road (R/A) 4 2 Mega Pixel 5. C-hexagon Akbar Road 1 2 Mega Pixel 6. C-hexagon Rajpath 1 2 Mega Pixel 7. C-hexagon Ashoka Road 1 2 Mega Pixel 8. C-hexagon KG Marg 1 2 Mega Pixel 9. C-hexagon Copernicus Marg 2 2 Mega Pixel 10. Opposite Sagar Apartment 2 2 Mega Pixel 11. Tilak Lane (near Police Station T.Marg) 1 2 Mega Pixel 12. Bhagwan Das Road Tilak Marg Crossing 1 2 Mega Pixel 13. Opposite Art College 1 2 Mega Pixel 14. W-Point 2 2 Mega Pixel 15. C-hexagon Purana Quila Road 1 2 Mega Pixel 16. C-hexagon Zakir Hussain Marg 1 2 Mega Pixel 17. C-hexagon Pandara Road 1 2 Mega Pixel 18. C-hexagon Tilak Marg 1 4 Mega Pixel 19. C-hexagon Marg 1 4 Mega Pixel 20. C-hexagon Shahjahan Road 1 4 Mega Pixel

Total 27

50

NEW DELHI DISTRICT

LOCATIONS OF CAMERAS ARE TO BE INSTALLED ON ROUTE NO. 2 IN C/W SECURITY ARRANGEMENT OF HON’BLE PRIME MINISTER OF INDIA DURING INDEPENDENCE DAY – 2021

SI. Location No. of CCTV Type of Cameras No. Cameras 1. At Rajaji Marg (between R/A GKPO and 02 4 Mega Pixel (Fixed) R/A Raja Marg) 2. Raja Marg to R/A K. Kamraj Marg 04 4 Mega Pixel (01 Fixed and 03 PTZ) 3. R/A K. Kamraj Marg to R/A Krishana 03 4 Mega Pixel (01 Fixed and 02 Menon Marg PTZ) 4. R/A Krishana Menon Marg 05 4 Mega Pixel (02 Fixed and 03 PTZ) 5. Between Krishana Menon Marg and 02 4 Mega Pixel (Fixed) South Fountain 6. R/A Rajendra Prasad Road 04 04 Mega Pixel (02 fixed and 02 PTZ) 7. R/A Windsor Place 06 04 Mega Pixel (04 PTZ and 02 Fixed) 8. At Firozshah Road (Between R/A 10 4 Mega Pixel (06 PTZ and 04 Windsor Place and R/A Mandi House) Fixed) 9. R/A Mandi House 04 4 Mega Pixel (PTZ) 10. At Sikandra Road (Between R/A Mandi 03 4 Mega Pixel (01 Fixed and 02 House and W-Point) PTZ) 11. R/A Windsor Place-Janpath-Tolystoy 13 4 Mega Pixel (04Fixed and 09 Marg-Ranjit Singh Flyover PTZ) 12. Dara Shikoh Road To South Fountain 02 4 Mega Pixel(Fixed andPTZ) 13. South Avenue Road to Dara Shikoh Road 02 4 Mega Pixel (PTZ) Total 60

51

SECURITY UNIT

INDEPENDENCE DAY (PREPATORY WORK AT RED FORT) ( PTZ- 06, FIXED-09)

S. No. Cameras Outside Redfort Inside Redfort Rampart Total

1. PTZ Cameras 02 02 02 06

2 Fixed Cameras 03 03 03 09

Total 05 05 05 15

Note: Locations will be intimated by User Unit (Security).

52

CHAPTER – 5 PROFORMA FOR PRICE SCHEDULE

TENDER FOR HIRING OF CCTV CAMERAS SYSTEM TO COVER THE REPUBLIC DAY ARRANGEMENT – 2021 AND INDEPENDENCE DAY ARRANGEMENT-2021 FOR USE IN DELHI POLICE.

Date of opening...... Time ...... Hrs. We______hereby certify that we are established manufacturers/authorized representatives of M/s ______with factories at______which are fitted with modern equipment and where production methods, quality control and testing of all materials manufactured or used by us are open to inspection by the representative of the purchaser. We hereby offer to supply the following items at the prices indicated below:

S. Description of work Qty Rate Per GST, if any Extended Rate per No. required Camera/Per Camera/Per Day Day offered by the Bidder (inclusive of all taxes and charges etc.) (1) (2) (3) (4) (5) (6) 1. Rates offered by the firm for hiring of 128 128 (4 + 5) Nos. IP CCTV Cameras (PTZ) & other accessories as per technical specifications and tender’s requirement for New Delhi District for 09 days w.e.f. 18.01.2021 to 26.01.2021. (for Republic Day-2021) 2. Rates offered by the firm for hiring of 46 46 Nos. IP CCTV Cameras (PTZ) & other accessories as per technical specifications and tender’s requirement for New Delhi District for 03 days w.e.f. 27.01.2021 to 29.01.2021. (for Beating Retreat-2021) 3. Rates offered by the firm for hiring of 106 Nos. CCTV Cameras & other accessories as 106 per technical specifications and tender’s requirement for Security Unit for 10 days w.e.f. 17.01.2021 to 26.01.2021. (for Republic Day-2021) 4. Rates offered by the firm for hiring of 77 Nos. CCTV Cameras & other accessories as 77 per technical specifications and tender’s requirement for Security Unit for 04 days w.e.f. 26.01.2021 to 29.01.2021. (for Beating Retreat-2021) 5. Rates offered by the firm for hiring of 08 08 Nos. CCTV Cameras & other accessories as per technical specifications and tender’s requirement for Security Unit (for Kot main Security Lines) for 10 days w.e.f. 17.01.2021 to 26.01.2021. (for Republic Day-2021) 53

6. Rates offered by the firm for hiring of 116 Nos. IP CCTV Cameras & other accessories 116 as per technical specifications and tender’s requirement for Central District for 11 days w.e.f. 17.01.2021 to 27.01.2021. (for Republic Day-2021) 7. Rates offered by the firm for hiring of 125 125 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for North District for 11 days w.e.f. 16.01.2021 to 26.01.2021. (for Republic Day-2021) 8. Rates offered by the firm for hiring of 31 31 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for North-West District for 06 days w.e.f. 20.01.2021 to 25.01.2021. (for Republic Day-2021) 9. Rates offered by the firm for hiring of 40 40 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for South-East District for 17 days w.e.f. 15.01.2021 to 31.01.2021. (for Republic Day-2021) 10. Rates offered by the firm for hiring of 87 87 Nos. IP CCTV Cameras (PTZ) & other accessories as per technical specifications and tender’s requirement for New Delhi District for 01 day i.e. 15.08.2021. (for Independence Day-2021) 11. Rates offered by the firm for hiring of 50 50 Nos. CCTV Cameras & other accessories as per technical specifications and tender’s requirement for Security Unit (for Redfort) for 08 days w.e.f. 08.08.2021 to 15.08.2021. (for Independence Day-2021) 12. Rates offered by the firm for hiring of 08 08 Nos. CCTV Cameras & other accessories as per technical specifications and tender’s requirement for Security Unit (for Kot main Security Lines) for 08 days w.e.f. 08.08.2021 to 15.08.2021. (for Independence Day-2021) 13. Rates offered by the firm for hiring of 15 15 Nos. CCTV Cameras & other accessories as per technical specifications and tender’s requirement for Security Unit (for preparatory work at Rampart are) for 47 54

days w.e.f. 22.06.2021 to 07.08.2021. (for Independence Day-2021)

14. Rates offered by the firm for hiring of 306 306 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for Central District for 22 days w.e.f. 25.07.2021 to 15.08.2021. (for Independence Day-2021) 15. Rates offered by the firm for hiring of 337 337 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for North District for 23 days w.e.f. 25.07.2021 to 16.08.2021. (for Independence Day-2021) 16. Rates offered by the firm for hiring of 31 31 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for North-West District for 06 days w.e.f. 10.08.2021 to 15.08.2021. (for Independence Day-2021) 17. Rates offered by the firm for hiring of 40 40 Nos. IP CCTV Cameras & other accessories as per technical specifications and tender’s requirement for South-East District for 16 days w.e.f. 05.08.2021 to 20.08.2021. (for Independence Day-2021)

NOTE:-1. NO CONDITIONS SHOULD BE INSERTED IN THE PRICE BID AS CLARIFIED IN THE TERMS & CONDITIONS.

It is hereby certified that we have understood all the terms and conditions specified in the tender document and are thoroughly aware of the nature of job required to be done and goods/items to be supplied. We agree to abide by all the tender terms and conditions.

We hereby offer to carry out the job and (or) supply the goods/items detailed above or such portion(s) thereof as you specify in the notification of award.

A Standard EXCEL Sheet of Price Schedule format has been provided with the tender document to be filled by all the bidders. Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. Bidders are required to download the EXCEL Sheet of Price Schedule file, open it and complete the white coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the Standard EXCEL Sheet of Price Schedule format file is found to be modified by the bidder, the bid will be rejected.

55

CHAPTER-6

Contract Form

CONTRACT No. ------

This Contract made on the ------day of ------, (hereinafter referred to as the “Contract Date”) between the President of India acting through the Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110054 (hereinafter referred to as the “Purchaser” which term will include its representatives, successors and permitted assignees) of the one part and M/s ------, a Company incorporated under the Companies Act, 1956 and having its office at ------(hereinafter referred to as the “Supplier” which term will include its representatives, successors and permitted assignees) of the other part.

WHEREAS A. The Purchaser is desirous to procure ------(hereinafter referred to as the “Stores”) for Delhi Police and had sought a commercial offer for the supply of the System. B. With respect to the enquiry issued by the Purchaser ------, the Supplier had submitted its Commercial Bid dated ------C. The Purchaser has accepted the Supplier’s Commercial offer read with the clarifications/confirmation (if any) submitted by the Supplier vide letter ------for the supply of the Stores and associated services at a total cost of Indian Rs.------/- (Indian Rupees ------only).

NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties agree as follows:

1. DEFINITIONS OF TERMS: In this Contract, capitalized words will have the same meaning as respectively assigned to them in the conditions of Contract herein.

2. CONTRACT DOCUMENTS: The following documents, (each a “Contract Document” and collectively, the “Contract Documents”) are hereby expressly incorporated into this Contract and shall form and be read and construed as part of this Contract viz: - Exhibit-A: Tender enquiry No.------dated ------Exhibit-B: Supplier’s commercial offer dated ------Exhibit-C: Supplier’s written clarification and confirmation letter dated ------(if any) Exhibit-E: Purchaser’s Letter of Intent No------/ ____/------

2.2 Order of Precedence: In case of conflict between the terms in this Contract and the Contract Documents, the terms of this Contract shall prevail. In case of conflict between the terms in any two Contract Documents, the Contract Document mentioned later in the above list shall prevail.

3. SCOPE OF WORK: The Scope of Work shall include supply, packing, transportation, scheduling of transportation, transit insurance, delivery at site, unloading, storage till delivery of stores at Purchaser’s Delivery Site, any other services associated with the delivery of Stores, providing warranty services for the Stores. All Stores deliverable under this Contract shall be referred to interchangeably as the “Goods” or the “Items” or the “Stores”.

4. CONTRACT PRICE

4.1 The prices for supply of the Stores and other associated services is detailed specifically in the Supplier’s Commercial offer (Exhibit-B) read with Supplier’s written clarification and confirmation letter dated----–------( Exhibit-C). The contract price is Indian Rs.------/- (Indian Rupees ------

56

only). This price excludes existing Central Sales Tax/Service Tax as applicable and any new Government levies/taxes imposed in India after the Contract Date, which the Purchaser shall bear and pay at actual. 4.2 GST @ ------against form-D as applicable on items ------of Exhibit–C of the Contract.

5. CONTRACT PERFORMANCE BANK GUARANTEE 6. PAYMENT SCHEDULE 7. DELIVERY 8. INSPECTION 9. DELAY IN THE SUPPLIER’S PERFORMANCE 10. LIQUIDATED DAMAGES 11. FORCE MAJEURE 12. PATENT INDEMNIFICATION 13. WAIVER 14. ASSIGNABILITY 15. SEVERABILITY 16. GOVERNING LAW 17. TERMINATION FOR DEFAULT 18. TERMINATION FOR INSOLVENCY 19. TERMINATION FOR CONVENIENCE 20. RESOLUTION OF DISPUTES

(The clauses 5 to 20 shall be according to the Conditions of Contract in Chapter-2)

21. ENTIRE CONTRACT: This Contract including the Contract Documents constitute the final expression of agreement between the parties and supersedes all previous agreements and understandings, whether written or oral, relating to the Contract. This Contract may not be altered, amended, or modified except in writing, signed by the duly authorized representatives of both parties.

IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed by their duly authorized representatives as of the last day and year written below:

Signed by: Signed by:

Name: ------Name: ------Title: Title: ------

Date: Date: For and on behalf of The President of India For and on behalf of ------

Witness a) Witness Signature: Signature:

Name: Name: Address: Address: ------Date: Date:

*****

57

CHAPTER - 7

OTHER STANDARD FORMS ______

ANNEXURE-C1

BIDDER PARTICULARS (Enclose with Technical Bid)

1. Name of the Bidder :

2. Address of the Bidder :

3 Name of the Manufacturer(s) :

4. Address of the Manufacturer :

5. Name & address of the person : to whom all references shall be made regarding this tender enquiry.

Telephone : Fax : e-mail :

Witness:

Signature Signature

Name Name

Address Designation

Date Company Seal

Date

58

ANNEXURE-C2

BID FORM (Enclose with Technical Bid)

Date: ___/___/___

The Deputy Commissioner of Police Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sir,

Having examined the Bid Documents of TENDER NO.______We, ______, offer to supply and deliver______(Name of the Firm) ______(Description of Stores and Services) in conformity with the said tender provisions for sums as may be ascertained in accordance with the Schedule of Prices provided in the Commercial Bid.

We undertake, if our bid is accepted, to complete delivery, installation and commissioning of the System as per the schedule specified in the Tender.

We further undertake that, if our bid is accepted, we will obtain the Guarantee of a Scheduled Bank in a sum equivalent to 03% of the Contract Price for the due Performance of the Contract as per terms and conditions of the Tender.

We agree to abide by this bid for a period of 12 calendar months from the date fixed for bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that period. This bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us.

We have noted the contents of Contract Form (Chapter 6) and agree to abide by terms and conditions in the same.

We understand that you are not bound to accept the lowest or any bid you may receive. We also understand that you have the right to vary the quantities and/or split the total order among the Bidders and/or procure the available and compatible items/ equipments under DGS&D Rate Contract.

SIGNATURE AND SEAL OF BIDDER

59

Annexure – C3

CHECK LIST - TECHNICAL BID

(Enclose with Technical Bid)

1. Have you furnished bidder’s particulars Yes/No furnished as per Annexure-C1?

2. Have you furnished Bid Form (Annexure-C2)? Yes/No

3. Have you furnished Bid Letter (Annexure-C4) Yes/No

4. Have you furnished tender fee demand draft? Yes/No

5. Have you furnished Bid Security Declaration (Annexure C-8)? Yes/No

6. Do you fully comply with Technical Specifications? Yes/No 7. Have you enclosed un-priced Schedule of Requirement Yes/No giving details of equipment quoted?

8. Are you offering the goods & services as per Yes/No delivery schedule?

9. Have you enclosed GST registration and latest Yes/No Receipt or challan of deposition of tax?

10. Have you signed and sequentially numbered each page Yes/No of your Bid?

11. Have you submitted tender acceptance letter (annexure-C5) Yes/No

12. Have you filled the BoQ in excel sheet in relevant folder on Yes/No CPP Portal?

13. Have you filled proforma as per Annexure-C-7, Chapter 7 Yes/No

14. Have you filled Undertaking as per Annexure C-6, Chapter 7 Yes/No

15. Undertaking regarding % of local content as per Make in India Police Yes/No

(Clause No. 14, Chapter-1) 16. Have you furnished certificate of Blacklisting/Criminal Case? Yes/No

17. Have you furnished undertaking regarding make/model etc. of Yes/No the product?

18 Have you furnished list of owner/partners etc.? Yes/No

19 Have you submitted duly filled schedule of requirement (Chapter-3) Yes/No

(Signature of the Bidder, with Official Seal)

60

ANNEXURE- C4 BID LETTER To

The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur road, Delhi-110054.

Ref: TENDER FOR HIRING OF CCTV CAMERAS SYSTEM TO COVER THE REPUBLIC DAY ARRANGEMENT – 2021 AND INDEPENDENCE DAY ARRANGEMENT-2021 FOR USE IN DELHI POLICE. Sir, We declare:

1. a) That we are manufacturers / authorized agents/ firm dealing in the trade of hiring of CCTV ______.

2. We hereby offer to supply the Goods at the prices and rates mentioned in the Commercial Bid at Chapter 5. 3. Period of Delivery: We do hereby undertake, that in the event of acceptance of our bid, the supply, installation and commissioning of the equipments shall be completed at site within stipulated period from the date of Award of Contract, and that we shall perform all the incidental services as per contract. 4. Terms of Delivery: The prices quoted are inclusive of all charges up to delivery at all the location (site) to be indicated by Delhi Police. 5. We enclose herewith the complete Commercial Bid as required by you and also enclosed the Check List. 6. We agree to abide by our offer for a period of one year from the date fixed for opening of the Commercial Bids and that we shall remain bound by a communication of acceptance within that time. 7. We have carefully read and understood the terms and conditions of the tender and the conditions of the Contract applicable to the tender and we do hereby undertake to supply as per these terms and conditions. 8. Certified that the Bidder is: a sole proprietorship firm and the person signing the tender is the sole proprietor/constituted attorney of the sole proprietor. or a partnership firm, and the person signing the tender is a partner of the firm and he has authority to refer to arbitration disputes concerning the business of the partnership by virtue of the partnership agreement/by virtue of general power of attorney. or a company and the person signing the tender is the constituted attorney.

NOTE: Delete whatever is not applicable. All corrections/ deletions should be duly attested by the person authorized to sign the tender document.

9. We do hereby undertake, that until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and placement of letter of intent awarding the contract, shall constitute a binding Contract between us. Dated this ______day of______2020. Signature of the Bidder Details of enclosures: Full address: Telephone Fax No. Mobile No. Email address:

61

Annexure – C5 TENDER ACCEPTANCE LETTER (To be given on Company Letter Head) (Enclose with Technical Bid) Date:______

To,

The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ______

Name of Tender / Work: -

TENDER FOR HIRING OF IP BASED MEGA PIXEL CCTV CAMERA SYSTEM TO COVER THE REPUBLIC DAY AT ______AND INDEPENDENCE DAY ARRANGEMENT – 2021 AT ______(NAME OF THE VENUE) FOR USE IN DELHI POLICE

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely: ______as per your advertisement, given in the above mentioned website(s).

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

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

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

5. In case any provisions of this tender are found violated , then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

62

Annexure – C6 UNDERTAKING (Order no. F.No.6/18/2019-PPD, MoF, dated 23.07.2020) (To be given on Company Letter Head) Date:______To, The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sub: Undertaking in regards to order No. F.No.6/18/2019-PPD, Ministry of Finance, Department of Expenditure dated 23.07.2020.

Tender Reference No: ______

Name of Tender / Work: -

TENDER FOR HIRING OF IP BASED MEGA PIXEL CCTV CAMERA SYSTEM TO COVER THE REPUBLIC DAY AT ______AND INDEPENDENCE DAY ARRANGEMENT – 2021 AT ______(NAME OF THE VENUE) FOR USE IN DELHI POLICE

Dear Sir,

I/ We have downloaded / obtained, have read the order No. F.No.6/18/2019-PPD, Ministry of Finance, Department of Expenditure dated 23.07.2020 and accordingly, we hereby declare the following:- “I/We have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with India; I/We certify that our company/firm i.e. ______is not from such a country and I/We hereby certify that our company/firm i.e. ______fulfills all requirements in this regards and is eligible to be considered.

OR

“I/We have read the clause regarding restrictions on procurement from a bidder of a country which shares a land border with India; I/We certify that our company/firm i.e. ______is from ______(Name of Country) and has been registered with the Competent Authority i.e. DPIIT vide no. ______dated ______( copies of valid registration to be attached) and I/We hereby certify that our company/firm i.e. ______fulfills all requirements in this regards and is eligible to be considered.

Yours Faithfully,

(Signature of the Bidder, with Official Seal) 63

Annexure – C7 Proforma (Enclose with Technical Bid)

A. Republic Day-2021

Sl. No. Name of the location for which Detail of Application Fee (i.e. No. of DD/Banker’s tender submitted Cheque/Pay Order)

B. Independence Day-2021

Sl. No. Name of the location for which Detail of Application Fee (i.e. No. of DD/Banker’s tender submitted Cheque/Pay Order)

(Signature of the Bidder, with Official Seal)

64

Annexure – C8 BID SECURITY DECLARATION (O.M. No. F.No.9/4/2020-PPD, MoF, dated 12.11.2020) (To be given on Company Letter Head) (Enclose with Technical Bid)

Date:______To,

The Deputy Commissioner of Police, Prov. & Logistics, 5, Rajpur Road, Delhi-110 054

Sub: Undertaking regarding Bid Security Declaration (O.M. No. F.No.9/4/2020-PPD, GOI, Ministry of Finance, Department of Expenditure dated 12.11.2020).

Tender Reference No: ______

Name of Tender / Work: -

TENDER FOR HIRING OF IP BASED MEGA PIXEL CCTV CAMERA SYSTEM TO COVER THE REPUBLIC DAY-2021 AT ______AND INDEPENDENCE DAY ARRANGEMENT – 2021 AT ______(NAME OF THE VENUE) FOR USE IN DELHI POLICE

Dear Sir,

I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tendor/Work’ from the web site(s) namely: ______as per your advertisement, given in the above mentioned website(s).

I/We hereby certify that I/We have read the entire terms and conditions of the tender documents (including all documents like annexure(s), schedule (s), etc.) which form part of the contract agreement and I/We shall abide hereby by the terms/conditions/clauses contained therein and hereby unconditionally accept the ender conditions of above mentioned tender documents(s)/corrigendum(s) in its totality/entirely.

I/We hereby certify that in case I/We withdraw or modify our bids during the bid validity period i.e. 12 Calendar months from the date of bid opening, or if the contract awarded and I/We fail to sign the contract or submit the performance security before the deadline as defined in request for bids documents, then your department/ organization shall without prejudice to any other right or remedy be at liberty to suspend our firm for a period as defined in tender terms & conditions from being eligible to submit bids for contracts with Delhi Police.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

65