Sie sind auf Seite 1von 6

TENDER DOCUMENT FOR INSTALLATION OF CCTV

SURVEILLANCE SYSTEM

TENDER NOTICE NO: 2/223 Dated: 23/02/2007

DATE & TIME OF OPENING TENDER: August 25, 2010 at 4.00 p.m

NAME AND ADDRESS OF TENDERER: The Registrar


New Delhi Institute Of Management
New Delhi-1100062.

TENDER PURHCASE DETAILS:

i. In cash: Rs. 500/- (Amount deposited in the Account of Registrar, New Delhi
Institute Of Management) code No. 689345

ii. Rs. 500/- Demand Draft No.


______________________ date______________________ in favor of the
Registrar, New Delhi Institute Of Management, New Delhi

EARNEST MONEY DETAILS:

(i) 2% of price of quoted items by


Demand Draft* No. ____________________ dated ________________.
Name of Bank__________________________________
*In favor of The Registrar, NDIM, New Delhi.
The Registrar
New Delhi Institute Of Management, New Delhi
[Website : www.ndimdelhi.org]

TENDER DOCUMENT FOR INSTALLATION OF CCTV


SURVEILLANCE SYSTEM

LAST DATE FOR RECEIPT OF TENDER: September 01, 2010 at 3.00 p.m.

1.Invitation for Bids

 The university proposes to install the surveillance system at various locations


in New Delhi Institute Of Management. The Institute is looking for vendors
who have experience in supplying and installing the security system.

 Tenderers are advised to study all technical and commercial aspects,


instructions, forms, terms and specifications carefully in the tender document.
Failure to furnish all information required in the Tender Document or
submission of a bid not substantially responsive to the Tender document in
every respect will be at the tenderer’s risk and may result in the rejection of
the bid.

 All bids must be accompanied by a bid security of 2% of price of quoted


items in the form of Bank Draft / Bankers Cheque drawn from a scheduled
bank in favour of the Registrar New Delhi Institute Of Management, New
Delhi, payable at New Delhi.

 This tender document is not transferable.

 A photocopy of the receipt of Earnest Money (The draft must be in a separate


sealed envelope) indicating the amount, tender Notice Number and due date
be enclosed with the prequalification bid.

 The tenderer should clearly indicate the delivery period and validity period of
tender.

 The Tender must be submitted along with the copies of : Latest Income Tax
Clearance Certificate/return

 The Panjab University reserves the right to reject any or alltenders without
assigning any reason whatsoever.
2. Schedule for Invitation to Tender
 Address at which tender is to be submitted:
The Registrar
New Delhi Institute Of Management,
New Delhi.

 Place, Time and Date of opening of Prequalification bids:


Place: Office of Registrar
New Delhi Institute Of Management, New Delhi.

Time & Date: August 25, 2010 at 4.00 p.m.

Date till which the tender is valid:


180 days from the opening of technical bid.
Installation of whole equipment will be within 8 weeks after
the allotment of tender.

3. Language of Bids
The bids prepared by the Tenderer and all correspondence and documents relating
to the bids exchanged by the Tenderer and the Client, shall be written in English
language, provided that any printed literature furnished by the Tenderer may be
written in another language so long as accompanied by an English translation in
which case, for purposes of interpretation of the bid, the English translation shall
govern.

4. Documents comprising the Bids


The Bids prepared by the Tenderers shall comprise of following components: -
a) Prequalification Bid shall consist of the following

(i) Proposal of the company, as per the requirement of the Institute, provided
in section III, in respect of type of instruments/cameras to be installed at
various locations and providing/using the present infrastructure for the
connectivity to places of recording as per the requirement of the Institute.

(ii) The company should clearly provide list/type of cameras with its features
like zooming, day and night capability, resolution, illumination factor,
capability of motion detection, out door all weather housing etc. to be
installed at different locations.

(iii) Type of Recording facility (DVR card or DVR) including servers or any
other instruments to be used with purpose, be clearly stated for each
location keeping in view that university already has LAN on fiber optic on
155 Mbps data transfer rate available at locations .

(iv) The company may have to present its solution in front of the committee.
(v) The company should provide details of satisfied customer in last two year
where it has installed security system.
5. Guarentee/Warranty

 The Bidder shall provide onsite comprehensive Guarantee/Warranty for all


stores/equipment at least for a period of 03 (three) Years from the date of final
acceptance of the equipment and also provide comprehensive Annual
Maintenance of the entire equipment separately for first 2(two years) and
thereafter for 5 (five years) after expiry of the warranty/guarantee period of 03
years considering the total life span of equipment for 10 years.

6. Requirements:

The university proposes to have cameras (CCTV and/or IP based cameras) to be


installed at following locations with provision of viewing and recording at its
administrative block and Vice-Chancellors office.

1. All Institute gates (three )


2. Library Entrance
3. Entrances (two, front and back)
4. Near the canteen entrance
5. Student center (to over it maximum are around it)
6. Near Enquiry Desk

Important notes:
• Institute has Internet connectivity through Fibre cable/Copper cable extended
through UTP cable at all the above locations except at the Institute gates.

• Vendors are advised to visit different locations in the Institute and provide best
possible solution keeping in view the economy.

Internal Surveillance of the following buildings with provision of viewing at one of the
locations in the building itself:

1. NDIM library: 50 CCD color camera with 5 video monitors, to beobserved by


library staff.

2. Administrative block: 5 CCD Color Camera with 2 video monitors, DVR card
with TCP/IP connectivity with possibility of extending monitoring at other
location.

Installation of surveillance cameras at the entrance the Institute provision of viewing


at one of the locations in the building itself.
Technical Requirements

S Description of Items Technical Specification Technical


NO. Specification
offered By Tenderer
1. WRD coloured Make: Sony/
day/night camera Panasonic/Sanyo/Bosch
2. Horizontal Resolution 540 TV lines or more
3. Effective Pixels 752(H)x582(v) or more
4. Image Sensor Progressive Scan 1/3” CMOS
5. Lens C-mount Auto Iris IR
6. Video S/N ratio 50db or more
7. Video Output Level 1.0 V
8. Operating -10 degree C to 50 degree C
Temperature
9. Operating Humidity 90% or less
Power Requirement 12V to 15V DC
10.
11. LCD Make:
Sony/Panasonic/Sanyo/Bosch
12. LCD Display 19” active matrix TFT LCD
panel
13. Contract Ratio 1000:1
14. Brightness 30 cd/m2
15. Video Input One VGA input BNC
16. Power Requirement 120 to 230 V AC
17. Power Cable Two Core 1.5 mm2 copper
conduct PVC insulated
shealth 1100V
18. C- Axial Video Cable RG-6 Co-Axial Copper
Conductor Cable with PVC
conduit (25mm,2mm dia)
19. Hard Disk 500 GB, SATA/ID
20. UPS 0.625 KVA double Battery,
ISO 9002

7. FINANCIAL BID
The Financial Bid may be submitted as per the technical bids covering all
possible equipment material required for the installation of the system.

S Description Of Items Approx Rate/ Amount


NO quantity Unit Including
Tax
1. Supply, Installation, Testing and
commissioning of Fixed WDR Camera:- 25
Make Sony/Sanyo/Panasonic/Bosch
2. Supply, Installation, Testing and
commissioning of C-Mount Colored Camera 25
(Outdoor):-
MakeSony/Sanyo/Panasonic/Bosch
3. Supply, Installation, Testing and
commissioning of PC based Digital Video 11
Recorder Card:- 4 channel hardware
compression Make hikvision / Netvision /
Watchnet/ Kamwatch
4. Supply, Installation, Testing and 3
commissioning of LCD with DVR
5. Supply, Installation, Testing and
commissioning of UPS Online:- 0.625 VA with 10
1/2 hour backup Make APC/Liebert
6. Maintenance of existing surveillance system
for 1 year (extendable for another year) Quote
rates for year first year and 2nd year

TERMS AND CONDITIONS

1. The company should adhere with all seriousness to the time schedule
provided by the Institute.
2. The products asked for should be of very high standard and of reputed
company with authorized service provider in New Delhi. Mutual trust and
nature of services provided should motivate the service provider to give more
than what is asked for in the agreement.
3. The Company shall be liable to indemnify the Institute in all respects and meet
and pay off the litigation expenses and all the liabilities including damages,
sums etc. arising out of and as a consequence of the negligence, deficiencies,
mistakes, lapses, delays etc. in the execution of the various jobs and the
services provided.
4. The company should ensure quick back up response in case of equipment
failure which should be replaced if needed within 24 hours of the distress call.
5. There is no provision for making advance payment to the Company as per
Institute rules. However, the running bills for the jobs completed can be
submitted by the company and will be cleared for payment within reasonable
period.

Das könnte Ihnen auch gefallen