CCTV RFP VSP City
CCTV RFP VSP City
For
Visakhapatnam City
Andhra Pradesh
December 2018
Prepared By
Commissioner of Police
Visakhapatnam City-530002
DISCLAIMER
This tender call is issued by City Police Commissioner, Visakhapatnam city and
no part of this document can be reproduced in any form or by any means, disclosed or
distributed to any person without the prior consent of User (Visakhapatnam City Police)
department except to the extent required for submitting bid and no more. The guidelines
referred are indicative, the Service Provider is bound by other appropriate guidelines related
to the subject. This Tender is not an agreement and is neither an offer nor invitation by the
City Police department to the prospective Service Provider or any other person. The purpose
of this Tender is to provide interested parties with information that may be useful to them in
the formulation of their bids pursuant to this Tender. This Tender includes statements, which
reflect various assumptions and assessments arrived at by the supply of service for wings of
Visakhapatnam City Police Commissionerate. Such assumptions, assessments and statements
do not purport to contain all the information that each Solution Provider may require. Each
Service Provider should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments and information contained in this Tender and to obtain independent advice from
appropriate sources
1|P a g e
Contents
2|P a g e
Definitions
3|P a g e
Section – 1.0 - Invitation to Open Competitive Bids
1.1. Introduction
The firms / agencies should have after sales & service facilities at
Visakhapatnam City and should have technical competency in using latest available
technologies.
The empanelment will be for an initial period of ‘1’ year which can be extended
for another one year through mutual consent. Selection of firms/vendors for
empanelment will be based on the proven competence and rate contract established by
lowest rate quoted for each item.
Bidders are advised to study the Tender document and Terms & Conditions
carefully and completely. Submission of Bids shall be deemed to have been done after
careful study of Tender document and examination of Terms & Conditions with full
understanding of its implications.
Technical Bid opening date & time Will be informed to PQ qualified bidder
Commercial bid opening date & time Will be informed to Technically qualified bidder
4|P a g e
1.3. General Information about the Tender
1 BID Security (EMD) Bid Security (EMD): Rs. 1,00,000/- (Rupees One Lakh
Only).
EMD shall be submitted in the name of “The Commisssioner
of Police, Visakhapatnam City”.
The form of DD from Nationalized bank/Schedule Bank
having a Branch at Visakhapatnam City.
2 Bid Validity Period 90 days from the date of opening of bid
3 Bid Security Validity Period Validity period for DD / Bank Guarantee : 3 Months
4 Rate Contract Validity Period ‘1’ year and extendable for 1 year based on the
And performance of the identified agencies.
Empanelment Security for The bidders identified for empanelment should submit an
Rate Contract period. amount of Rs. 1,00,000/- towards empanelment under
Rate Contract . The amount should be paid in the form of
BG in the name of The Commissioner of Police-
Visakhapatnam City
5 Comprehensive Warranty 5 years from date of installation/Go-Live
6 Performance Bank Guarantee 5% of each P.O Value in the name of The Commissioner of
Police- Visakhapatnam city Police Commissionerate to be
(PBG) Value submitted upon issue of work order(LoI)
7 PBG Validity Period 60 months beyond the date of warranty period
8 Period for submission of PBG Within 7 days of receipt of letter of Notification of Award
(NoA)
9 Period of signing contract Within 15 days from the date of receipt of letter of
Notification of Empanelment.
10 Penalty for delay in Refer Penalty & SLA clause
implementation
11 Conditional Bids Not acceptable and liable for rejection
12 Transaction Fee Transaction fee: All the participating bidders who submit
the bids have to pay an amount @ 0.03% of their final bid
value online with a cap of Rs. 10,000/- for quoted value of
purchase up to Rs.50 cr. and Rs.25,000/- if the purchase
value is above Rs.50 cr. & service tax applicable @ 15% as
levied by Govt. of India on transaction fee through cheque
in the name of “The Commissioner of Police, Visakhapatnam
City”. The amount payable is non-refundable.
14 Bid Submission The Tender shall have 3 parts i.e., “Pre-qualification bid”,
Technical bid”, “Commercial bid”. All the three bids should
be submitted in separate envelops duly sealed be put into a
closed master cover duly sealed and shall be dropped in the
Tender box kept at the Stores of the Visakhapatnam City
Police Commissionerate, Suryabagh, Visakhapatnam-530002
before the due date and time.
5|P a g e
changes / amendments issued if any during pre-bid meeting
in their bid.
16 Other Conditions 1. Failure to furnish documents, certificates, will entitle
in rejection of the bid.
2. COMMISSIONER OF POLICE, VISAKHAPATNAM
CITY shall not hold any risk on account of
Delay/Error during bid submission. Similarly, if
any of the certificates, documents, etc.,
furnished by the Bidder are found to be false /
fabricated / bogus, the bidder will be
disqualified, blacklisted, action will be initiated
as deemed fit and the Bid Security will be
forfeited.
3. The Documents, which are submitted, will only be
considered for Bid Evaluation.
1.4. Purpose
6|P a g e
would help in transparency, uniformity on the cost of the System and to provide equal
opportunity to all the empanelled firms in implementation of HD CCTV Surveillance System.
This section provides indicative scope of work for empanelled firms/agencies. However, the
below work is only indicative and would depend upon actual requirements of user
departments:-
7|P a g e
1.6. General Eligibility
i) This invitation for bids is open to all Bidders both from within India, who are eligible
to do business in India under relevant Indian laws as is in force at the time of bidding
subject to meeting the pre qualification criterion.
iii) Bidder debarred/ blacklisted by any Central or State Govt. / Quasi –Govt.
Departments or organizations as on bid calling date for non-satisfactory past
performance, corrupt, fraudulent or any other unethical business practices shall not
be eligible.
iv) Breach of general or specific instructions for bidding, general and special conditions
of contract with VISAKHAPATNAM CITY POLICE COMMISSIONERATE or any of its
user organizations may make a firm ineligible to participate in bidding process.
i) Visakhapatnam City Police shall hold a pre-bid meeting with the prospective bidders.
ii) The Bidders will have to ensure that their queries for Pre-Bid meeting should reach
by email to the mail ids mentioned in Tender schedule
iii) All and any queries related to Scope of work, Payment Terms and mode of selection
will be entertained during Pre-bid clarifications meeting.
iv) Maximum two authorized representatives of each of the bidding firm / agency will be
permitted to attend the meeting.
v) The pre-bid clarifications issued to the queries should be read with reference to the
RFP document.
Bidders may request clarifications with regard to any part of the Tender document
on or before the date indicated in Tender Schedule. Any request for clarifications must
be sent in writing by email to the mail ids mentioned in the tender schedule with a
subject line in email as “Rate Contract for HD CCTV System”. The Bidder is requested to
ensure the subject line is correctly mentioned in the email to get the due consideration
by the Authority.
8|P a g e
Section – 2.0 Schedule of Items of Items & Technical Specifications
9|P a g e
35 50103 Network Rack 42” 9U Nos
36 50104 Network Rack 19” 6U Nos
60000 Network & Power Cables & Accessories
37 60101 Single mode 12 core fiber cable Mtr
38 60102 Single mode 6 core fiber cable Mtr
39 60106 Fiber Optic pigtails Nos
40 60107 Fiber Termination Box Nos
41 60301 CAT 6 STP cable Mtr
42 60302 CAT 6 STP patch cable min. 3 m length Nos
43 60501 UPS 650 W + Battery -As per OEM warranty Nos
44 60502 UPS 1KVA + Battery -As per OEM warranty Nos
45 60503 2C x 2.5 sq. mm flexible cable Mtr
46 60504 3C x 2.5 sq. mm flexible cable Mtr
47 60505 6-socket Spike Nos
48 60506 4-socket spike Nos
49 60507 5 Amps MCB Nos
50 60508 10 KA Power Surge protector Nos
51 60506 Messenger wire for Fiber cable Nos
Additional battery replacement for UPS 1KVA + Battery -As per OEM
52 60510 warranty Nos
53 60511 UPS 5KVA+Battery- As per OEM warranty Nos
54 60701 25mm CPVC conduit Mtr
55 60702 25 mm PVC conduit Mtr
56 60703 25mm MS conduit Mtr
57 60704 25mm GI conduit Mtr
58 60710 6m Pole hot dip galvanized pole Nos
59 60711 Cantilever size of 1.5m Nos
60 60712 Junction Box Nos
61 Splicing Cost Nos
70100 Software
62 70101 NVR SDK Kit Nos
63 70102 Central Management Software (CMS) Nos
Note:
All the above items are indicative.
Bids should be submitted as per the Preferred OEM table for each item provided in this
document
10 | P a g e
2.3. Technical Specification
A. 10101 IP FIXED CAMERA WITH MOTORIZED VARIFOCAL; SD MEMORY SLOT
Specifications
11 | P a g e
B. 10102 IP FIXED CAMERA WITHOUT MOTORIZED VARIFOCAL; WITH SD MEMORY SLOT
12 | P a g e
C. 10106 IP BASED PTZ CAMERA WITH SD MEMORY SLOT
13 | P a g e
D. 20101 64CH NVR Specifications
Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss.
14 | P a g e
Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Network Ethernet 2 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPOE,
DDNS, FTP, Alarm Server, IP Search(Support IP camera, DVR, NVS and
etc.); Support Multicast
USB 2 ports USB2.0; RS232 1 port, For PC
Auxiliary Interface communication & Keyboard;
RS485 1 port, For PTZ control
Power Power Supply AC220V/110V/ATX; Power Consumption 75W(without
HDD) Working Environment -10 ~+55°C / 10~90%RH / 86~106kpa
Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
15 | P a g e
Codec H.264/H.265 Version 3/MJPEG dual codec decoding
Audio / Video 1/1ch Mic in/out; 4ch sync real-time playback; Two-way Talk 1
channel Input, 1 channel Output; HDMI,VGA output up to 1080p,1
BNC output; 8ch alarm in & 4ch relay out,RS485
Storage 8 SATA Extendable to min. SATA and each support up to 6 TB, 2
USB, RJ45(1000M); Max. User Access 20 users Storage; Internal
HDD 8 SATA ports 1 eSATA port
Video Detection & Alarm Video Motion Detection, MD Zones: 396(22×18), Video Loss &
Camera Blank
Playback & Backup Sync Playback 1/4; Search Mode Time/Date, Alarm, MD; Motion
detection with simultaneous search options; Digital Zoom; Backup
Mode USB Device / Network
Network Ethernet 1 RJ-45 port (1000M); Network Function HTTP, TCP/IP,
IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter,
PPPOE, DDNS, FTP, Alarm Server, IP Search(Support IP camera,
DVR, NVS and etc.); Support Multicast
Auxiliary Interface USB 2 ports USB2.0; RS232 1 port, For PC communication &
Keyboard; RS485 1 port, For PTZ control
Power Power Supply AC220V/110V/ATX; Power Consumption
40W(without HDD) Working Environment -10 ~+55°C / 10~90%RH
/ 86~106kpa
Compliant / Certification CE, FCC, EMC & ROHS certification and UL certification for Core
Adaptor are mandatory; and ONVIF Complaint
16 | P a g e
I. 10501 Memory Cards for Camera
Supports Multicast feature 1GMP v1, v2, v3 snooping with 2K IGMP groups
monitoring and port mirroring, PoE+Port compliant with IEEE
802.3af/at
17 | P a g e
P. 30201 Mini GBIC / SFC Module
18 | P a g e
V. 40526 SAN/NAS Storage 16 HDD’s
19 | P a g e
Z. 40711 Specifications for 4 x 4 HDMI Controller for Video wall Processing
AA. 40712 Specifications for 8 x 8 HDMI Controller for Video wall Processing
20 | P a g e
industry standard Conforming to industry standard practices
mounting shelf Equipment mounting shelf with a depth of 600mm and 1U height
21 | P a g e
Charging Time 12 hours for 90% of full Capacity
Operating Temp 0 to 500 C
Low Battery indicator LED Indicators for Low battery
Protection Overload,Output,short-circuits,over/under-voltage protection,
Safety backed with MCB's and fuses
22 | P a g e
SS. 60107 Fiber Termination Box Specifications
WW. Edge Level Switch at Camera Locations (This table should be read
associated with Edge Switches specification provided above in this section)
23 | P a g e
Switch needs to have RS-232/USB/RJ45 console port for
Management management via console terminal or PC
Web GUI, NTP, Syslog for log capturing, and SNMP V1, V2,
V3
Compliance UL/EN/IEC or equivalent
Note:
The bidder has to submit Product Declaration stating that The products quoted should
not be declared as end of life at the time of delivery and OEM should support the products
quoted for at least 5 years. A letter to this extent from OEM to be attached as a
confirmation. The bidder to submit the declaration letter on the letterhead.
24 | P a g e
Section – 3.0 Qualification Criteria & Evaluation Process
A. Pre-qualification Criteria
Bidders should have sufficient experience in the field of implementation of Electronic
video surveillance projects particularly in the city / outdoor environment are invited to
submit proposal in response to this tender request who meet the following Pre-
qualification criteria:
25 | P a g e
Bidder must have executed with a minimum
quantity of 600 IP cameras installations in
outdoor city surveillance / outdoor communities
from FY 2015-16 till Bid submission date for any
Public/PSU/State/Central Govt./Police
departments.
5 Local Presence Self-certified Address on Letter head to be
Bidder should have local office as on date of Submitted
bidding.
26 | P a g e
implementation and maintenance, the commitment of the constituents to the joint and
several liabilities for due performance.
# Evaluation Criteria Measurement Criteria Max.
Score
1 Past Experience Project with combined quantity (Nos) of 10
i) Bidder should have experience in IP cameras from minimum 3 projects:
execution of three projects with a >= 700 Nos & Above – 10 points
combined quantity of 300 Nos IP >= 600 Nos & < 700 Nos – 8 points
cameras installations from FY 2015- >= 500 Nos & < 600 Nos – 6 points
16 till Bid submission date. >= 400 Nos & < 500 Nos – 4 points
Bid is liable for rejection if the evaluation
ii) The combined value of minimum criteria is not met.
three (3) projects should be more Project with combined contract value from
than Rs. 3 crores. minimum 3 projects:
>= 4.5 Cr & Above – 10 points
iii) Each of the project should be
>= 4 Cr & < 4.5 Cr - 8 points
connected to the central control
room through backbone network >= 3.5 Cr & < 4 Cr - 6 points
connectivity. >= 3 Cr & < 3.5 Cr - 4 points
Bid is liable for rejection if the evaluation
criteria is not met.
Bidder must have executed with a >=2 projects and combined qty of 10
minimum quantity of 300 IP cameras cameras >= 250 – 10 points
installations in outdoor city surveillance / 1 project & >= 200 cameras – 5 points
outdoor communities from FY 2015-16 Bid is liable for rejection if the evaluation
till Bid submission date for any criteria is not met.
Public/PSU/State/Central Govt./Police
departments.
3 Empanelled with any PSU/Govt. Documentary Proof to be submitted 10
departments/Law enforcement agencies
for CCTV Surveillance System and
executed projects in the last one year.
4 Technical Presentation CCTV System architecture 30
Technical Presentation on features & Network Designs & Cable
functionalities of equipment and Project Management (considerations Local /
implementation Plan / Methodology.
Global)
Support documents for compliance of Project implementation &
technical specifications need to be Management process
submitted. Quality Management
Support & Maintenance approach
Risk Mitigation Plan
Training to Departmental staff
Exit Management Plan
Technical POC – Demonstration of Use End-to-end CCTV System features 30
cases & other scenarios regarding Camera features
Switch Features
Recording & Replay features
Network Design & Connectivity features
CMS/VMS features (where applicable)
TOTAL MAXIMUM SCORE
The technical criteria will be subject to minimum passing score (cut-off) of 70 to qualify for
the next phase of opening of commercial Bid.
Note: Bidder should provide un-prized BOQ with make & model for technical verification
in TQ bid. The bidder should quote in commercial bid for all the items as per the technical
specifications furnished in Technical bid, otherwise the bid will be rejected.
27 | P a g e
Technical PoC Setup
The Bidder should also arrange the following components as quoted in the proposal for the
PoC setup to showcase the features as per evaluation criteria in addition to committee
requirement. The make & model should be same as per the bid proposal unless & otherwise
specified, this means if the model numbers of all components do not meet as per the
proposal, the bid is liable for rejection.
NOTE:
a) The place & date of PoC shall be intimated to the bidders at least 3 days in advance
so as to make necessary arrangements.
b) The Bidder responsibility to arrange the necessary equipment / components that are
required for the completion of POC. The above quantity of items for demo is only
indicative; however bidder should provide minimum quantities required for PoC.
c) The proposed solution should include the quality aspects like user friendliness, secure,
interoperability, modifiability, integrity and extensibility, maintainability, scalability and
modularity etc.,
d) The bidder responsibility to handover the recorded video stream of complete Demo
to the Authority at the end of POC.
e) The Evaluation Committee may provide use cases to the qualified bidders at the time
of PoC, in addition to the bidder’s use cases.
The Commercial bids of the TQ qualified bidders shall be opened and evaluation of rates
quoted for each item will be determined for Rate Contract as mentioned below:-
1. Financial bids will be evaluated on the basis of unit price item-wise, i.e., inclusive all
taxes. Bidders shall indicate their rates in clear / visible figures as well as in words. In
case of a mismatch, the rates written in words will prevail.
2. The bidders have to submit quote for all the items mentioned in the schedule and In
case the bidders failed to quote for all items mentioned in Section will be rejected
and EMD will forfeited.
3. Lowest rates (L1) quoted for each item will be finalized, accepted and be established
for all empanelment of vendors / firms. The bidder will accept the price for the same
make & model item as quoted by the item. This means only the rate will change and
the model & make remain as per the bid.
28 | P a g e
4. Uniform price for all the RC items proposed will be arrived based on the L1 price
received per item. After determining the L1 price of each item, the other bidders will
be asked to match the L1 price for each time in entire schedule to qualify themselves
to get empanelled for Rate contract. If any bidder does not accept to match the
price, the next in the line bidder as per the price quote received will be asked to
match the L1 price and thereon to arrive at a list of bidders in the same sequence of
priority.
If any vendor fails to accept the individual unit rates rationalized as per the above
procedure, his bid will be rejected and EMD will be returned.
5. Any bidder who offers discounts/ benefits suo-moto after opening of commercial
bid(s) will be automatically disqualified from the current bidding process without any
prior notification and also may be disqualified for future bidding processes in
Visakhapatnam City Police.
6. The bidder who is qualified in commercial bid phase and accepts to undertake work
at the finalized L1 rates for entire schedule will be empanelled and rate contracted
as per terms & conditions mentioned in the RFP.
29 | P a g e
Section – 4.0 Tender Submission Process
4.1 Procedure for Submission of Bids
Bidders are advised to study the Bid Document carefully. Submission
of the Bid will be deemed to have been done after careful study and examination of
all instructions, eligibility norms, terms and requirement specifications in the tender
document with full understanding of its implications. Bids not complying with all the
given clauses in this tender document are liable to be rejected. Failure to furnish all
information required in the tender document or submission of a bid not substantially
responsive to the tender document in all respects will be at the vendor’s risk and
may result in the rejection of the bid.
All the bids must be valid for a period of 90 days from the date of
tender opening of Bids. If necessary, User will seek extension in the bid validity
period. The vendors, not agreeing for such extensions will be allowed to withdraw
their bids without forfeiture of their EMD.
i. The Bidders are requested to submit the originals of DD/BG towards EMD, bid
processing fee to the Tender Inviting Authority as per the tender schedule. The
department shall not take any responsibility for any delay for non-receipt. If any of
the documents furnished by the Bidders are found to be false / fabricated / bogus,
such Bidders are liable for blacklisting, forfeiture of the EMD, cancellation of work
and criminal prosecution.
ii. The Bidders are requested to download the Tender Document and read all the terms
and conditions mentioned in the Tender Document and seek clarification, if any,
from the Tender Inviting Authority. The Bidders have to keep track of any changes by
viewing the Addenda / Corrigenda issued by the Tender inviting Authority from time-
to-time. The Department calling for Tenders shall not be responsible for any claims /
problems arising out of this.
iii. The Bidders shall complete all the processes and steps required for Bid submission.
The Bidders are requested to get a confirmed acknowledgement from the Tender
Inviting Authority as a proof of submission of Hardcopies to avoid any discrepancy.
iv. The bidder shall submit (3) proposals – Pre-Qualification Proposal, Technical Proposal
and Financial Proposal as per format given in Appendixes on e-procurement portal.
30 | P a g e
v. Earnest Money Deposit shall be submitted by the Bidding Firm and any deviation to
this will result in rejection of bid.
vi. The original proposal all Pre-qualification, Technical and Financial shall contain no
interlineations or overwriting, except as necessary to correct the errors made by the
bidders themselves. The same authorized representative who has signed the
proposal shall initial the corrections.
vii. An authorized representative of the bidders shall initial all the pages of the original
Pre-qualification, Technical and Financial Bids. The authorization shall be in the form
of written power of attorney accompanying the proposal and supported by any
evidence that the representative has been duly authorized to sign.
viii. One copy of the documents necessary for Pre-Qualification, Technical and
Commercial Bids as per the format given in Tender shall be submitted if asked by the
tender agency-VISAKHAPATNAM CITY POLICE COMMISSIONERATE. An authorized
representative of the bidders shall initial all pages of Pre-Qualification, Technical &
Commercial Bid documents submitted.
ix. Vendors shall indicate their rates in clear/visible figures as well as in words. In case
of a mismatch, the rates written in words will prevail.
x. Bids should be submitted as per the formats given by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, otherwise bids will be rejected.
xi. Un-signed & un-stamped bid shall not be accepted.
xii. All pages of the bid being submitted must be signed and sequentially numbered by
the vendor irrespective of the nature of content of the documents.
xiii. If the bidder is not having local presence, it has to open a local office within 15 days
from the date of issue of LOI and an under taking must be given in this regard to
Visakhapatnam City Police Commissionerate.
xiv. Visakhapatnam City Police Commissionerate will not be responsible for any delay on
the part of the vendor in obtaining the terms and conditions of the tender notice or
submission of the tender bids.
xv. No deviation from the tender specifications and terms & conditions will be accepted.
xvi. In case, the day of bid submission is declared Holiday by Govt. of Andhra Pradesh,
the next working day will be treated as day for submission of bids. There will be no
change in the timings.
Visakhapatnam City Police may, at its own discretion, extend the date for
submission of bids. In such a case all rights and obligations of Visakhapatnam City
Police Commissionerate will be applicable to the extended time frame.
4) The Earnest Money Deposit (EMD), without any interest accrued will be refunded in any
of the following eventual situations:-
i. In the case of those Bidders who fail to qualify in Pre-qualification, or whose
technical bids do not qualify, the Earnest Money Deposit (EMD) will be
refunded without any interest accrued within one month after finalisation
of Bids.
31 | P a g e
ii. In case of those Bidders who are not selected, the EMD will be refunded
without any interest accrued within one month of finalisation of Bids.
iii. In case of those Bidders whose tender bid is accepted for empanelment, EMD
will be refunded on receipt of Security Deposit as per empanelment clause.
Evaluation Committee will evaluate bids (complete in all respect) received along
with Demand Draft of EMD (Physically) will be opened as mentioned in Tender schedule
in presence of vendor’s representative. Bid received without EMD will be rejected
straight way. The overall evaluation shall be L1 based.
The evaluation will be 3 stages i.e., Pre-qualification, Technical Proposal & Commercial
proposals submitted by the bidders.
Pre-qualification bids (Eligibility Criteria) and Technical bids of only those vendors,
whose EMD instruments are found to be in order, will be opened afterwards in the
same bid opening session, in the presence of the vendor’s representatives.
The bidders who qualify in Pre-qualification evaluation will be eligible for opening of
Technical Evaluation & also bidder should arrange for Technical presentation on the
features & technical functionalities of the proposed equipment/system.
All technically qualified bidders will be short listed for next phase of the evaluation.
Financial bids of only those vendors, whose bids are found technically qualified, will be
opened in the presence of the vendor’s representatives, subsequently for financial
evaluation.
L1 Rates quoted for each item will be finalized and established for empanelment.
All shortlisted bidders need to accept the individual unit rates rationalized as per the
above procedure for execution of works, otherwise their bid will be rejected and EMD
will be returned.
32 | P a g e
4.6 Evaluation of Commercial/Financial Bids
a) The Financial Bids of only those bidders short listed from the Technical Bids, will be
opened in the presence of their representatives on a specified date & time to be
intimated to the respective bidders, and the same will be evaluated.
b) If the Evaluation Committee considers necessary, Revised Financial Bids could be called
for from the technically short-listed bidders, before recommending the final
empanelment.
c) In the event of revised financial bids being called for, the revised bids should not be
higher than the original bids, otherwise the bid shall be rejected and EMD forfeited.
d) There will be NO NEGOTIATION regarding the financial bid by the bidders. However, if
Evaluation Committee finds the L1 rates unreasonably higher than the market rates, it
may call for price justification of the rates quoted and may negotiate for the best price
with the L1 bidder only.
No enquiry shall be made by the bidder(s) during the course of evaluation of the
tender, after opening of bid, till final decision is conveyed to the successful bidder(s).
However, the Committee/its authorized representative and office of Commissioner of
Police, Visakhapatnam can make any enquiry/seek clarification from the bidder(s), which
the bidder(s) must furnish within the stipulated time else bid of such defaulting bidder(s)
will be rejected.
33 | P a g e
Section – 5.0 Award of Contract for EMPANELMENT and
Other Conditions
a. The empanelment and rate contract agreement will be executed between the
Authority and the successful bidders / empanelled bidders. VISAKHAPATNAM CITY
POLICE COMMISSIONERATE is responsible for floating & finalization of Tender for
empanelment & Rate contract.
b. Validity of the selection/empanelment will be for an initial period of ‘1’ year which
can be extended for another one year through mutual consent. However, the
evaluation Committee/VISAKHAPATNAM CITY POLICE COMMISSIONERATE has the
right to review the selection/empanelment at regular intervals on the basis of
satisfactory performance in the previous period.
c. The price quoted obtained for the empanelled items shall be valid for a period of one
year and the price quote should not be higher than the prevailing market price or the
price at which sold for the previous order. If found to be higher, the bidder is liable
for termination of RC (Rate Contract), legal proceedings & penalties.
d. The quality of the items being supplied by the bidder must adhere to the
specifications mentioned and the bidder should submit a compliance statement
declaring the matching of the specifications
e. Offer from companies whose business activities are limited to procuring items from
manufacturers, both Indian and foreign and supplying the same to Authority having
no after sales service back up will not be entertained.
f. Bidders should disclose the name and full address (along with telephone/Fax No.) of
the place where the stores will be manufactured and offer for inspection. In case the
Company is registered, they should clarify whether they are registered as a
Manufacturing unit or in any other capacity. In case the registration is as a
Manufacturer, they should indicate the registration number & place of registration
with full address/phone no. of their manufacturing facility.
g. Bidders are advised to attach a letter from an authorized signatory of the company
owning the patent of the technology being offered clearly detailing the deliverables /
ownerships & rights for implementation, service, warrant and post-sales support.
h. In the event the Bidding Company or the concerned division of the Company is taken
over/ bought over by another company, all the obligations and execution
responsibilities under the agreement with Authority, should be passed on for
compliance by the new company in the negotiation for their transfer.
i. Selected/empanelled bidders has to agree for honoring all tender conditions and
adherence to all aspects of fair trade practices in executing the Work Orders placed
by User Department (Visakhapatnam City Police).
j. The vendor should not assign or sublet the empanelment & projects or any part of it
to any other vendor in any form. Any such attempt shall result in termination of
empanelment.
34 | P a g e
prejudice or affect any right of action or remedy which has accrued or will accrue
thereafter to Authority/VISAKHAPATNAM CITY POLICE COMMISSIONERATE.
n. The selected vendor shall submit Security Deposit of Rs. 3,00,000 (Rupees Three
Lakh) for empanelment in the form of Bank Guarantee from any Nationalised /
Scheduled Banks for the duration of the selection or extended period, if any, in favor
of the Commissioner of Police, Visakhapatnam Police Commissionerate,
Visakhapatnam. On receipt of bank guarantee towards security deposit, the EMD of
the selected vendor will be returned without any interest. VISAKHAPATNAM CITY
POLICE COMMISSIONERATE/ Authority will have the right to invoke the security
deposit without assigning any reasons if performance of the empanelled vendor is
not found up to the mark.
35 | P a g e
However, it is the discretion of the User Department
o To engage any empanelled vendor for all or part of the Services as per Rate
Contract based on their past performance, local environmental conditions,
quantum of past projects carried out etc.,
o To drop one or more items from the scope at the time of engagement of
vendor.
i. Payment will be made in Indian Rupees. Payment will be made only after satisfactory
completion of work as determined by User Department.
ii. For each project assignment , payment will be made as per Payment Terms
mentioned in Rate Contract, after satisfactory completion of work, submission of
Work completion report, Delivery Challans, work completed images, Installation
Reports, Test reports, Final acceptance reports, Abstract of Property Register,
installation of sign & inauguration Boards etc by User Department.
iii. Payments shall be subject to deductions of any amount for which the Vendor is liable
as per the penalty clause of this tender document / Rate Contract. Further, all
payments shall be made subject to deduction of TDS (Tax deduction at Source ) as
per the income - Tax Act,1961 and any other taxes.
iv. Payment terms are furnished in RFP. Since Purchase Order / Work Orders will be
issued by User Department, Payment will be made by User Department.
v. The vendor shall also submit a staggered bank guarantee equal to 5% (Five percent)
of the Order value towards warranty maintenance of complete CCTV Surveillance
Systems valid for five years, from the date of acceptance of the assigned project /
Go-live, drawn in the name of the competent authority of User Department.
i. The empanelled vendors shall render the services strictly adhering to the time
schedules mentioned in the Work order. Any un-excused delay by the vendor, in the
performance of its obligations, shall attract Penalty at the rate of 1.5% of the total
value of the work order per week of delay subject to a maximum of 10% of the work
order value. Beyond five weeks User Department will have the option of getting the
work done through alternate sources at the cost and risk of the defaulting vendor.
ii. For three recurrences of default in the discharge of service obligations, User Department
would forfeit the defaulting vendor’s security deposit, revocation of Bank Guarantees
(including the ones submitted for other Work Orders) and/or termination of the
empanelment for default.
iii. If at any time during performance of the work order, the vendors encounter
conditions impeding timely performance of the ordered services, the vendor shall
promptly notify User Department in writing of the fact of the delay, it’s likely duration
and it’s cause(s).
36 | P a g e
Section – 6.0 Instructions to Bidders
6.1 No Consortium is allowed for this Project. Firms cannot be part of multiple bids, unless
they are participating solely as OEMs.
i) Bidders are advised to study all instructions, forms, requirements and other
information in the Tender document carefully. Submission of the bid shall be
deemed to have been done after careful study and examination of the Tender
document with full understanding of its implications.
ii) The response to this Tender should be full and complete in all respects. Failure
to furnish all information required by the Tender documents or submission of a
proposal not substantially responsive to this document will be at the Bidder's
risk and may result in rejection of its Proposal.
i) The bidder is responsible for all costs incurred in connection with participation
in this process, including, but not limited to, costs incurred in conduct of
informative and other diligence activities, participation in
meetings/discussions/presentations, preparation of proposal, in providing any
additional information required by facilitating the evaluation process.
ii) Will in no case be responsible or liable for those costs, regardless of the conduct
or outcome of bidding process.
iii) This Tender does not commit to award a contract or to engage in negotiations.
Further, no reimbursable cost may be incurred in anticipation of award or for
preparing this Tender.
37 | P a g e
ii) This Tender does not constitute an offer by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE. The bidder's participation in this process may result in
empanelment of the bidders and establishing Rate Contract.
i) Bids shall remain valid for the days or duration specified in the bid document,
after the date of the financial bid opening prescribed by VISAKHAPATNAM CITY
POLICE COMMISSIONERATE. A bid valid for a shorter period shall be rejected as
non-responsive.
ii) In exceptional circumstances, the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE may solicit the bidders’ consent to an extension of the
period of bid & EMD validity. The request and the responses there to shall be
made in writing. The bid security shall also be suitably extended.
A bidder granting the request will not be permitted to modify its bid.
i) The entire proposal shall be strictly as per the formats specified in this Tender
document and any deviation may result in the rejection of the proposal.
ii) The documents to be submitted in Pre-Qualification bid are:
a) Bid Letter Form – PQ#1
b) Bidder’s Profile – Form PQ#2
c) Financial Turnover details – Form PQ#3
d) Past Project Experience – Form PQ#4
e) Declaration regarding Clean Track Record on Company’s Letter Head – Form
PQ#5
f) Manufacturer Authorization Form (MAF) – Form PQ#6
g) Bid Security (EMD).
38 | P a g e
6.9 Venue and Deadline for submission
The original and all copies of the bid shall be typed or written in indelible ink. The
original/copies shall be signed by the Bidder or a person or persons duly authorized
to bind the Bidder to the contract. A letter of authorization shall be supported by a
written power of attorney accompanying the bid. All pages of the bid, except for un-
amended printed literature, shall be signed and stamped by the person or persons
signing the bid.
39 | P a g e
6.13 Bid Submission Format
The entire proposal shall be strictly as per the format specified in this Tender. Bids
with deviation from this format shall be rejected.
40 | P a g e
viii) No escalation of prices will be considered under any circumstances during the
contract period.
All empanelled Firms / Agencies shall execute a Rate Contract with Authority to
comply with all the provisions in this Tender. VISAKHAPATNAM CITY POLICE
COMMISSIONERATE also intends to utilize the rates of items (Rate Contract)
obtained through this tender for the requirements of other State / Central
Government Departments / Agencies (PSUs).
6.19 Definitions
i) Tender call or invitation for bids means the detailed notification seeking a set of
solution(s), service(s), materials or any combination of them.
ii) Specification means the functional and technical specifications or statement of
work, as the case may be.
iii) Firm means a Company, Authority, Society, or any other Organization
incorporated under appropriate statute as is applicable in the country of
incorporation.
iv) Bidder means any firm offering the solution(s), service(s) and/or materials
required in the tender call. The word Bidder/bidder when used in the pre award
period shall be synonymous with bidder and when used after award of the
contract shall mean the successful bidder with whom User Department signs the
contract for rendering of goods and services.
v) Pre- qualification and Technical bid means that part of the offer that provides
information to facilitate assessment by VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, professional, technical and financial standing of the bidder,
conformity to specifications etc.
vi) Financial Bid means that part of the offer, that provides price schedule, total
project costs etc.
vii) Three part Bid means the Pre-qualification bid, Technical and Financial bids
submitted in Sealed Cover.
viii) Goods and services mean the solution(s), service(s), materials or a combination
of them in the context of the tender call and specifications.
ix) The word goods when used singly shall mean the hardware, firmware
component of the goods and services.
i) Wherever a specific form is prescribed in the bid document, the bidder shall use
the form to provide relevant information. If the form does not provide space for
any required information, space at the end of the form or additional sheets shall
be used to convey the said information.
ii) For all other cases the bidder shall design a form to hold the required
information.
41 | P a g e
6.21 Cost of bidding
i) The bidder shall bear all costs associated with the preparation and submission of
its bid, and VISAKHAPATNAM CITY POLICE COMMISSIONERATE will in no case be
responsible for those costs, regardless of the conduct or outcome of the bidding
process.
ii) Bidder is expected to examine all instructions, forms, terms, and specifications
in the bidding documents. Failure to furnish all information required by the
bidding documents or to submit a bid not substantially responsive to the bidding
documents in every respect will be at the bidder’s risk and may result in the
rejection of its bid.
iii) The participating bidder should purchase the document and enclose a receipt of
the same with the bid document.
i) At any time prior to the deadline for submission of bids, VISAKHAPATNAM CITY
POLICE COMMISSIONERATE, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective bidder, may modify the
bidding documents by amendment.
ii) All prospective bidders those have received the bidding documents will be
notified of the amendment and such modification will be binding on all bidders.
iii) In order to allow prospective bidders reasonable time in which to take the
amendment into account in preparing their bids, the VISAKHAPATNAM CITY
POLICE COMMISSIONERATE, at its discretion, may extend the deadline for the
submission of bids.
42 | P a g e
6.25 Suspension of Work
i) The Bidder shall not be liable for forfeiture of its performance security, liquidated
damages, or termination for default if and to the extent that its delay in performance or
other failure to perform its obligations under the Contract is the result of an event of
Force Majeure.
ii) For purposes of this clause, “Force Majeure” means an event beyond the control of the
OEM/bidder and not involving the Supplier’s fault or negligence and not foreseeable.
Such events may include, but are not restricted to, acts of the State Government in its
sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes.
iii) If a Force Majeure situation arises, the Bidder/bidder shall promptly notify the
VISAKHAPATNAM CITY POLICE COMMISSIONERATE in writing of such condition and the
cause thereof. Unless otherwise directed by the VISAKHAPATNAM CITY POLICE
COMMISSIONERATE / User Dept. in writing, the Bidder/bidder shall continue to
perform its obligations under the Contract as far as is reasonably practical, and shall
seek all reasonable alternative means for performance not prevented by the Force
Majeure event.
i) Retain such amounts from the payment due and payable by User Dept to the Bidder as
may be required to offset any losses caused to User Dept as a result of such event of
default and the Bidder shall compensate User Dept for any such loss, damages or other
costs, incurred by User Dept in this regard. Nothing herein shall effect the continued
obligation of the Bidder / other members of its Team to perform all their obligations
and responsibilities under this Contract in an identical manner as were being performed
before the occurrence of the default.
ii) Invoke the Performance Bank Guarantee and other Guarantees furnished hereunder,
enforce the Deed of Indemnity, recover such other costs/losses and other amounts
from the Bidder may have resulted from such default and pursue such other rights
and/or remedies that may be available to User Dept under law.
6.28 Termination
User Department may terminate this contract in whole or in part by giving the
Bidder prior and written notice indicating it’s intention to terminate the Contract
under the following circumstances -
i) Where it comes to User Department attention that the Bidder (or the
implementation agency’s Team) is in a position of actual conflict of interest with
the interests of User Department in relation to any of terms of the
implementation agency’s bid, the tender or this Contract
ii) Where the Bidder ability to survive as an independent corporate entity is
threatened or is lost owing to any reason whatsoever including inter alia the
filing of any bankruptcy proceedings against the implementation agency, any
43 | P a g e
failure by the Bidder to pay any of its dues to its creditors, the institution of any
winding up proceedings against the Bidder or the happening of any such events
that are adverse to the commercial viability of the implementation agency. In
the event of the happening of any events of the above nature, User Department
shall reserve the right to take any steps as are necessary to ensure the effective
transition of the project to a successor implementation agency/Bidder, and to
ensure business continuity.
iii) Termination for Default: User Department may at any time terminate the
contract by giving 30 days written notice to the Identified Bidder without
compensation to the Identified Bidder in the event of default on the part of the
Bidder, which may include failure on the part of the Bidder to respect any of its
Commitment with regard to any part of its obligations under its bid, the tender
or under this contract.
i) The User Department may terminate the Contract at any time by giving 30 days
written notice to the Bidder in whole or in part, for its convenience. The notice
of termination shall specify that termination is for the User
Department/Purchaser’s convenience, the extent to which performance of the
Bidder under the contract is terminated, and the date upon which such
termination becomes effective.
ii) The entire infrastructure of CCTV Surveillance System including software
procured & used for the project will be taken over by the User Department from
the date of service termination & any delay in handing over these equipment’s
will not be acceptable & will be viewed severely for appropriate action.
iii) The client may in the following events after giving a prior notice and conducting
investigations if required, terminate the contract forfeiting the bid security and
any sums due for payment to the Vendor:-
If the value of the penalty for different services together exceeds 10% of
the contract amount for 1 year.
If the Bidder becomes Bankrupt or financially insolvent during currency of
the contract.
If it is found that the bidder has been convicted for any unlawful activities.
If it is found that bidder has made gross misconduct or involved in practices
injurious to the image and interest of the client or has failed in performing
his duties as per contract.
If the Identified Bidder fails to deliver Services or install any or all of the systems or
if any of the services fail to gain Acceptance within the period(s) specified in the
Contract, the Client shall, without prejudice to its other remedies under the
Contract, deduct from the performance security, as liquidated damages, a sum
equivalent to the percentage of the Contract price specified in SCC. Once the
maximum is reached, the Client may consider termination of the Contract. If
delivered or installed goods and/or Services cannot be put to use without the
undelivered goods/Services, the damages will be calculated using the total price of
the goods/services that cannot be put to use.
44 | P a g e
6.32 Application of LD
Bidder shall at his own expense adopt suitable Risk Management methodology to
mitigate all risks assumed under this Tender. The Bidder shall underwrite all the risk
related to its personnel deputed under this project as well as equipment and
components and any other belongings or their personnel during the entire period of
their engagement in connection with this project and take all essential steps to reduce
and mitigate the risk. User Department / VISAKHAPATNAM CITY POLICE
COMMISSIONERATE will have no liability on this account.
6.35 Publicity
The Bidder shall not make or permit to be made a public announcement or media
release about any aspect of this Contract unless the User Department first gives the
Bidder its written consent.
6.36 Resolution of Disputes
i) The User Department and the bidder shall make every effort to resolve amicably
by direct informal negotiation any disagreement or dispute arising between
them under or in connection with the contract.
ii) If, after thirty (30) days from the commencement of such informal negotiations,
the User Department and the Bidder have been unable to resolve amicably a
contract dispute, either party may require that the dispute be referred for
resolution to the formal mechanisms specified here in. These mechanisms may
include, but are not restricted to, conciliation mediated by a third party.
iii) The dispute resolution mechanism shall be as follows:
In case of a dispute or difference arising between the User department and the
Firm /bidder relating to any matter arising out of or connected with this
agreement, such disputes or difference shall be settled in accordance with the
Arbitration and Conciliation Act, of India, 1996. The place of resolution of
disputes shall at Visakhapatnam , Andhra Pradesh State only.
The contract shall be written in English. All correspondence and other documents
pertaining to the contract which are exchanged by the parties shall be written in same
languages.
45 | P a g e
6.38 Applicable law
The contract shall be interpreted in accordance with appropriate Indian Laws.
No interest shall be paid on the earnest money, security deposit and the amount retained
against performance guarantee.
6.40 Notices
i) Any notice given by one party to the other pursuant to this contract shall be sent to
the other party in writing or by Telex, e-mail, Cable or Facsimile and confirmed in
writing to the other party’s address.
ii) A notice shall be effective when delivered or tendered to other party whichever is
earlier.
Delivery of the goods/services shall be made by the vendor in accordance with the
terms specified in the Schedule of requirements. The details of shipping and / or other
documents to be furnished and submitted by the vendor are specified below.
i) Within 24 hours of shipment, the vendor shall notify the User Department and
the Insurance Company by cable or telex or fax full details of the shipment
including contract number, description of goods, quantity, the vessel, the bill of
lading number and date, port of loading, date of shipment, port of discharge, etc.
The vendor shall mail the following documents to the User Department, with a
copy to the Insurance Company.
ii) Four copies of supplier’s invoice showing goods description, quantity, unit price
and total amount;
iii) 4 copies of packing list identifying contents of each package;
iv) Insurance certificate; Manufacturer’s/Supplier’s warranty certificate;
v) Inspection certificate, issued by the nominated inspection agency and the
vi) Supplier’s factory inspection report; and Certificate of origin.
The above documents shall be received by the User Department at least one week
before arrival of Goods at the port or place of arrival and, if not received, the Vendor
will be responsible for any consequent expenses.
Upon delivery of the goods to the user, the vendor shall notify the VISAKHAPATNAM
CITY POLICE COMMISSIONERATE/User Department and mail the following
documents to the VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User
Department:
i) Four copies of the vendor invoice showing goods description, quantity, unit price
total amount;
ii) Delivery note, or acknowledgement of receipt of goods from the user;
iii) Manufacturer’s or Supplier’s warranty certificate;
iv) Inspection Certificate issued by the nominated inspection agency, and the
Supplier’s factory inspection report.
v) Certificate of Origin;
46 | P a g e
vi) Insurance policy;
vii) Excise gate pass Octroi receipts wherever applicable duly sealed indicating
payments made and any of the documents evidencing payment of statutory
taxes.
The above documents shall be received by the User Department before arrival of the
Goods (except deliver note and where it is handed over to the user with all
documents) and if not received, the vendor will be responsible for any consequent
expenses.
6.43 Insurance
i) It is suggested that the goods supplied under the contract shall be fully insured in
a freely convertible currency against loss or damage incidental to manufacture or
acquisition, transportation, storage, and delivery up to user site.
ii) The insurance should be for replacement value from “Warehouse to warehouse
(final destination)” on “All Risks” valid up to 3 months till completion of delivery,
installation and commissioning .
6.44 Transportation
Transport of the goods to the project site(s) shall be arranged by the vendor at their cost.
The Vendor is responsible for all unpacking, assemblies, wiring, installations, cabling
between CCTV Camera units and connecting to power supplies. The vendor will test all
hardware operations and accomplish all adjustments necessary for successful and
continuous operation of the CCTV Surveillance System at all installation sites.
The Vendor may be required to provide any or all the following services, including
additional services -
i) Performance or supervision or maintenance and/or repair of the supplied goods
and services, for a period of time agreed by the parties, provided that this service
shall not relieve the Vendor of any warranty obligations under this Contract, and
ii) Training of user organization personnel, at the Vendor’s site and / or on-site, in
assembly, start-up, operation, maintenance and/or repair of the supplied goods
and services.
iii) Prices charged by the Vendor for the preceding incidental services, if any, should
be indicated separately (if required), and same will be mutually negotiated
separately.
6.48 Arbitration
i) The selected Implementing Agency / Identified Bidder shall indemnify state
against all third party claims arising out of a court order or arbitration award for
infringement of patent, trademark / copy right arising from the use of the
supplied services or any part thereof.
47 | P a g e
ii) In the event of any dispute or differences arising under these conditions or any
special conditions of the contract in connection with this contract, the same shall
be referred to Secretary, Information Technology & Communications, and
Government of Andhra Pradesh for final decision and the same shall be binding
on all parties.
iii) Any other terms and conditions, mutually agreed prior to finalization of the
order / agreement shall be binding on the selected implementing firm.
iv) The Selected Bidder, User Department and VISAKHAPATNAM CITY POLICE
COMMISSIONERATE shall make every effort to resolve amicably by direct
negotiation any disagreement or dispute arising between them under or in
connection with the purchase order. If any dispute shall arise between parties on
aspects not covered by this agreement, or the construction or operation thereof,
or the rights, duties or liabilities under these except as to any matters the
decision of which is specially provided for by the general or the special
conditions, such dispute shall be referred to two arbitrators, one to be appointed
by each party and the said arbitrators shall appoint an umpire in writing before
entering on the reference and the award of the arbitration or umpire, as the case
may be, shall be final and binding on both the parties. The arbitrators or the
umpire as the case may be, with the consent of parties, may modify the
timeframe for making and publishing the award. Such arbitration shall be
governed in all respects by the provision of the Indian Arbitration and
Conciliation Act, 1996 or later and the rules there under and any statutory
modification or re-enactment, thereof. The arbitration proceedings shall be held
in Visakhapatnam, Andhra Pradesh, India.
The whole work included in the Tender shall be executed by the identified vendor
and the vendor shall not directly or indirectly transfer, assign sublet, the contract or
any part thereof or interest therein without the written consent of User
Department/VISAKHAPATNAM CITY POLICE COMMISSIONERATE. In the event of
doing so, it shall result in termination of contract and forfeiture of Security Deposit.
ii) The vendor shall indemnify the purchases against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of
the goods, software package or any part thereof.
i) The vendor shall be entirely responsible for all taxes, duties, license fee, Octroi,
road permits etc. incurred until delivery of the contracted Goods/services at the
site of the user or as per the terms of tender document if specifically mentioned.
ii) If during the period of contract any upward revision of Service Tax/VAT/Octroi is
made by the Central or State government the vendor is entitled to claim the
same subject to production of proof of payment. Similarly in case of any
downward revision of the taxes, the benefit goes to the Authority.
48 | P a g e
6.52 Use of Documents and Information
i) The vendor shall not, without prior written consent from User Department
(Visakhapatnam City Police), disclose/share/use the bid document, contract, or
any provision thereof, or any specification, plan, drawing, pattern, sample or
information furnished by or on behalf of the User Department (Visakhapatnam
City Police) in connection therewith, to any person other than a person
employed by the vendor in the performance of the contract. Disclosure to any
such employed person shall be made in confidence and shall extend only, so far
as may be necessary for purposes of such performance.
ii) The vendor shall not, without prior written consent of User Department
(Visakhapatnam City Police), make use of any document or information made
available for the Implementation Agency, except for purposes of performing the
Contract.
iii) All project related document (including this bid document) issued by
VISAKHAPATNAM CITY POLICE COMMISSIONERATE/User Department
(Visakhapatnam City Police), other than the contract itself, shall remain the
property of the User Department (Visakhapatnam City Police) and shall be
returned (in all copies) to the User Department (Visakhapatnam City Police) on
completion of the vendor’s performance under the contract if so required by the
User Department (Visakhapatnam City Police).
6.53 Confidentiality
Please note that the software related activities as specified in the Tender are
confidential. It shall be the repository of the vendor to take all necessary
precautions and measures to maintain utmost confidentiality with regard to each
and every stage of work.
The Bidder’s personnel shall not divulge or disclose to any person, any details of
office, operational process, technical know-how, security arrangements and
administrative / organizational matters as all are of confidential/secret nature that
can attract legal action.
49 | P a g e
Section -7.0 Guidelines to Empanelled Firms for
Implementation of CCTV Surveillance Systems
The User Department shall issue a Purchase / Work Order to the selected
empanelled Firm / Vendor for execution of the proposed works as per Rate Contract.
Identified Bidder shall give confirmation of their acceptance which shall
automatically be considered as part of Agreement.
b) Regularly visit the works spots along with the concerned User Department
Staff (Inspector of Police / local SHO) to ensure that the works are progressing
satisfactorily as per the prescribed specifications and the time schedule.
c) The bidder should supply all necessary accessories along with the devices for
Installation/mounting of the devices at specified location/ places
f) Execute an agreement with the User Department after receipt of the firm
Purchase / Work Order.
Along with the Agreement the Implementing Agency / Identified Bidder shall
furnish 5% of the contract / invoice value as Performance Bank Guarantee
drawn in favour of “the Commissioner of Police, Visakhapatnam City” from any
Nationalised / Scheduled Bank which is valid for warranty period of (60) months.
The performance bank guarantee shall be released to the Implementing Agency
/ Identified Bidder after completion of warranty period, subject to conditions
and recoveries as per agreement, if any.
50 | P a g e
v) Project Timelines
The works shall be commenced within 10 days from the date of issue of firm
Purchase / Work Order. The works should be executed strictly as per Technical
sanctions and completed as per timelines mentioned below without any spill
over.
Timelines: “T” stands for the date of issue of assigning of PO/WO for each of
the community or any project from time to time.
The bidder should ensure that the deliverables are submitted to User Department as
per the timelines in the Tender. The payments shall be released by User Department
as per the deliverables and timelines after due deduction of Penalties /SLAs if any.
c. In case of disputed items, disputed amount shall be withheld and will be paid only
after settlement of the dispute.
d. Advance Payments will not be made.
51 | P a g e
e. Any penalties/liquidated damages, as applicable for delay and non-performance, as
mentioned in this bidding document, will be deducted from the payments for the
respective mile stones.
f. Taxes (work contract tax, service tax, VAT, income tax, etc.), as applicable, will be
deducted at source, from due payments, as per the prevalent rules and regulations.
The payments will be arranged –
i) After achieving the tasks in each Milestone as per timelines
ii) In respect of Service charges will be at the end of project completion after
due verification and approval of performance as per key parameters /
metrics in SLA.
The payment schedule is applicable to the engaged services with vendor at the time of
agreement and accordingly the scheduled payment will be made applicable
52 | P a g e
ii) The manuals and drawings wherever applicable shall be in English.
iii) At least one set of the manuals should be supplied for installation site.
iv) Unless and otherwise agreed, the goods and services shall not be considered to
be completed for the purpose of taking over until such manuals and drawings
have been supplied to the user.
The software mentioned in the Schedules of Requirement will be used in all Police
Wings / Units in Andhra Pradesh State Police Department.
Identified Bidder shall send a final report on completion of work / project duly
including Delivery Challans, Installation Reports, Attested property register extract,
Test & Acceptance Reports, photos of sign boards & Tabloid and other related
documents to the concerned Authority of User Department.
b) Name board of the works shall be erected at the works spots showing the name
of the Organization / Agency, amount spent, year & date of starting and
completion of the works.
The Ownership of the Assets created in terms of CCTV Surveillance System under CSR
initiative of PSUs and MP/MLA funds shall be transferred to the User Department
53 | P a g e
under proper acknowledgment with a formal agreement devolving the responsibility
for the upkeep and utilization of the System.
xviii) Post Implementation tasks for Maintenance of CCTV System Assets
a) The User Department (Visakhapatnam City Police) shall monitor the upkeep and
maintenance of the entire asset of CCTV Surveillance System.
b) Warranty: Post launch of the Project, Identified Bidder shall provide
comprehensive on-site free warranty for complete system (including all spares &
software) for a period of five (5) years from the date of hand over of complete
system and shall ensure 24x7 up & running of the complete system.
c) SLA: Implementing Agency / Identified Bidder shall execute a separate Service
Level Agreement (SLA) with the User Department. As a part of the post
implementation services, the Agency shall provide technical support for
Software, Hardware, Network equipment, other infrastructure provided and
handholding support.
d) In case the vendor seek for any technical service from external agency, it is
mandatory to take prior written permission from the competent authority
allowing them to work on the system. The vendor should furnish necessary
details of external agency, action taken by the technical person with duration.
Further, the vendor is solely responsible for protection of data and information
and not allowing take out of the premise. Any violation in this matter will result
in strict penal action.
xix) Change Request
The successful bidder will also incorporate new requirements that will emerge in
course of time primarily relating to this platform. For these new requirements, which
are not in the nature of maintenance of the solution, the identified bidder and
Department will mutually arrive at the effort based on the extent of changes involved
and a work order will be issued. The following would constitute a Change request
during the Project period:
A. Any work which has not been specifically mentioned in the scope of work.
B. Any changes in the deliverables post approval by the Client/Purchaser.
54 | P a g e
APPENDIX – I
55 | P a g e
Bid Letter
From:
(Registered name and address of the bidder.)
To:
The Commissioner of Police,
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam City – 530002.
Sir,
We, the undersigned vendor, having read and examined in detail the specifications and all
the bidding documents do propose to provide the Services as specified in the bidding
document no. ___________
All the prices mentioned in our proposal are in accordance with the terms as specified in
bidding documents.
All the prices and other terms and conditions of this proposal are valid for a period of 180-
calendar days from the date of opening of the Bids.
We, do hereby confirm that our Bid prices include all taxes, levies, octroi etc.
Earnest Money Deposit (EMD) as indicated in the bid for an amount equal to Rs. /-
(Rupees……………………………………………) is enclosed. We understand and agree that in the
event of our bid being evaluated as successful, we will submit Security Deposit of Rs /-
(Rupees ……………………………………..) valid for the empanelment period.
We have carefully read and understood the terms and conditions of the contract applicable
to the tender and we do hereby undertake Services as per these terms and conditions.
We declare that our prices are as per the technical specifications and bid documents. These
prices are indicated in Annexure(s) attached with our proposal as part of the commercial
bid.
We do hereby undertake that, in the event of acceptance of our bid, the Services shall be
completed as stipulated in the tender document.
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
56 | P a g e
A Company and the person signing the tender is the constituted attorney.
(NOTE: Delete whatever is not applicable. All corrections /deletions should invariably be
duly attested by the person authorized to sign between us.)
We do hereby undertake, that until a contract is prepared and executed, this bid together
with your written acceptance thereof, the tender document and placement of letter of
intent awarding the contract, shall constitute a binding contract between us.
57 | P a g e
Form – PQ#1 - General Information of Bidder
(To be submitted in Pre-qualification Bid)
Date :
58 | P a g e
Form - PQ#2 Financial Turnover Details
Note:
1. Turnover in areas other than mentioned above shall not be considered for
evaluation.
2. Please attach audited Balance Sheets and IT return statements to confirming the
figures mentioned in columns (2).
3. Bidder should submit any of the Audited balance sheet / Profit & Loss statement
/ certificates from CFO of the Company duly audited by the Charted Accountant
and certified by the Company Secretary for all the above stated three financial
years.
59 | P a g e
Form – PQ#3 Past Project Experience
Reference to attached
# Description Details
sheets if any
1 Client Name, Address and
Phone/Mobile
2 Consortium / JV Arrangement and
Partnership Ratio
3 Brief Project Details
4 Period / Date of Contract and Tenure
5 Solution Details (but not limited to):
Equipment Make, Type &
Quantity
Platform & Technology details
Networking Technology details
Software & Tools details
Any other (Specify in details)
6 No. of IP based HD cameras installed
indoor & outdoor in Public/State &
Central Govt./PSU
7 No. of IP based HD cameras installed
in city outdoor & Communities
8 Total Value of the Contract
NOTE:
Necessary documents to support the claim and the certificates must be signed by the
authorized signatory of the organization clearly indicating his/her name, designation and
contact details such as Telephone Number, Fax number, email-id etc.
Details of each project may be furnished in separate sheets
Project completion certificate / satisfactory performance certificate etc from the client(s)
must be provided as documentary evidence of the projects executed.
60 | P a g e
Form – PQ #4 Declaration Regarding Clean Track Record
To
The Commissioner of Police
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam– 530002.
Sir,
I have carefully gone through the Terms & Conditions contained in the TENDER Document
[No._________________]. I hereby declare that my company has not been debarred/ black
listed as on Bid calling date by any Central or State Government/ Quasi Government
Departments or Organizations in India for non-satisfactory past performance, corrupt,
fraudulent or any other unethical business practices. I further certify that I am competent
officer in my company to make this declaration.
Yours faithfully,
Printed Name
Designation
Seal
Date:
Business Address:
61 | P a g e
Form – PQ #5 Manufacturer Authorization Form
Date: ______________________
To,
The Commissioner of Police,
Visakhapatnam City Police Commissionerate,
Suryabagh, Visakhapatnam – 530002.
Sir,
62 | P a g e
Form PQ#6
CHECKLIST
(To be submitted in Pre-qualification Bid)
63 | P a g e
APPENDIX - II
64 | P a g e
1. General Information
2. Documentation
i) The Bidder shall prepare all necessary documentation for the project, and provide
them to department for review, approval, record, reference etc as mentioned in
this TENDER.
ii) During installation and post installation, the Bidder shall provide As
Built/customized documentation to department. The as built documentation
should consist of all the configuration details, diagrams, Test plans, administration
manuals, setup guides etc as minimum.
iii) Detailed manuals for each appropriate unit of the supplied equipment and services.
iv) The training manuals and administration manuals
v) Inspection and testing procedures manual including QA Policy &framework and
Procedures for the software/hardware equipment
Any other document(s) deemed necessary for implementation, operations and
maintenance of the hardware and network equipment and the overall system
65 | P a g e
Form TQ#1 Understanding of the Project& Implementation Methodology
(To be submitted in Technical Bid)
A Brief technical proposal by the bidder on Project Scope, understanding of the project,
technologies proposed covering the following and other issues related to project:
i) Project Plan.
ii) High level technology design and identification of functional requirements of the
solution
iii) Compliance to standards (International, National Industry & as specified in
Tender)
iv) Project Implementation approach
v) Operations & Management Approach
vi) Tools proposed for the Project (Reporting & Monitoring)
vii) Key staff to Install & handle the technical support
viii) Non Functional Requirements
ix) Exit Management Plan
66 | P a g e
Form TQ#2 Un-priced Technical BoM
(To be submitted in Technical Bid)
67 | P a g e
35 50103 Network Rack 42” 9U Nos
36 50104 Network Rack 19” 6U Nos
60000 Network & Power Cables & Accessories
37 60101 Single mode 12 core fiber cable Mtr
38 60102 Single mode 6 core fiber cable Mtr
39 60106 Fiber Optic pigtails Nos
40 60107 Fiber Termination Box Nos
41 60301 CAT 6 STP cable Mtr
42 60302 CAT 6 STP patch cable min. 3 m length Nos
43 60501 UPS 650 W + Battery -As per OEM warranty Nos
44 60502 UPS 1KVA + Battery -As per OEM warranty Nos
45 60503 2C x 2.5 sq. mm flexible cable Mtr
46 60504 3C x 2.5 sq. mm flexible cable Mtr
47 60505 6-socket Spike Nos
48 60506 4-socket spike Nos
49 60507 5 Amps MCB Nos
50 60508 10 KA Power Surge protector Nos
51 60506 Messenger wire for Fiber cable Nos
Additional battery replacement for UPS 1KVA + Battery -As per OEM
52 60510 warranty Nos
53 60511 UPS 5KVA+Battery- As per OEM warranty Nos
54 60701 25mm CPVC conduit Mtr
55 60702 25 mm PVC conduit Mtr
56 60703 25mm MS conduit Mtr
57 60704 25mm GI conduit Mtr
58 60710 6m Pole hot dip galvanized pole Nos
59 60711 Cantilever size of 1.5m Nos
60 60712 Junction Box Nos
61 Splicing Cost Nos
70100 Software
62 70101 NVR SDK Kit Nos
63 70102 Central Management Software (CMS) Nos
Name of the
project: Place &
Date: Bidder’s signature and seal
68 | P a g e
Form TQ#3 Technical Compliance Sheet
(To be submitted in Technical Bid)
Item Name:
Make & Model Offered:
69 | P a g e
Form TQ #4 STATEMENT OF DEVIATIONS FROM TENDER TERMS & CONDITIONS
(To be submitted in Technical Bid)
70 | P a g e
APPENDIX - III
71 | P a g e
Form – C#1 PRICE – SCHEDULE
72 | P a g e
35 50103 Network Rack 42” 9U Nos
36 50104 Network Rack 19” 6U Nos
60000 Network & Power Cables & Accessories
37 60101 Single mode 12 core fiber cable Mtr
38 60102 Single mode 6 core fiber cable Mtr
39 60106 Fiber Optic pigtails Nos
40 60107 Fiber Termination Box Nos
41 60301 CAT 6 STP cable Mtr
42 60302 CAT 6 STP patch cable min. 3 m length Nos
43 60501 UPS 650 W + Battery -As per OEM warranty Nos
44 60502 UPS 1KV + Battery -As per OEM warranty Nos
45 60503 2C x 2.5 sq. mm flexible cable Mtr
46 60504 3C x 2.5 sq. mm flexible cable Mtr
47 60505 6-socket Spike Nos
48 60506 4-socket spike Nos
49 60507 5 Amps MCB Nos
50 60508 10 KA Power Surge protector Nos
51 60506 Messenger wire for Fiber cable Nos
52 60510 UPS 1KVA + Battery -As per OEM warranty Nos
53 60511 UPS 5KVA + Battery -As per OEM warranty Nos
54 60701 25mm CPVC conduit Mtr
55 60702 25 mm PVC conduit Mtr
56 60703 25mm MS conduit Mtr
57 60704 25mm GI conduit Mtr
58 60710 6m Pole hot dip galvanized pole Nos
59 60711 Cantilever size of 1.5m Nos
60 60712 Junction Box Nos
61 Splicing Cost Nos
70100 Software
62 70101 NVR SDK Kit Nos
63 70102 Central Management Software (CMS) Nos
Note:
1. All items should be quoted as per the suggested OEMs in the section 2.0
2. All items unit quantity is 1.
3. All the items should be inclusive of product on-site comprehensive warranty (including
spares) for a period of Five years from the date of Go-Live.
4. All unit rates indicated in the schedules shall be inclusive of all applicable taxes &
Labour charges for Laying, Digging/ trenching, filling, splicing & terminating and other
media or service component as applicable according to industry norms are part of
supply, installation & commissioning, testing & certification.
5. All other tasks pertinent to the contract even though may not have been mentioned in
the bid document are assumed to have been included in the work.
6. If Basic video analytics are included in the solution, no separate quote is required,
otherwise, mention as separate line item.
Place : Bidder’s signature & seal
Date :
73 | P a g e
Draft Bid Security (EMD) Form
(To be issued by a bank scheduled in India as having at least one branch in Visakhapatnam)
Whereas...................................... (Here in after called “the Bidder”) has submitted its bid
dated ......(Date). For the execution of........................ (Here in after called “the Bid”) KNOW
ALL MEN by these presents that WE ................... of ........................ having our registered
office at........................ (Here in after called the “Bank”) are bound unto the (hereinafter
called “THE COMMISSSIONER OF POLICE, VISAKHAPATNAM CITY POLICE
COMMISSIONERATE, VISAKHAPATNAM CITY”) in the sum of ................ for which payment
well and truly to be made to the said VISAKHAPATNAM CITY POLICE COMMISSIONERATE
itself, its successors and assignees by these presents.
We undertake to pay the above amount upon receipt of its first written demand, without
the VISAKHAPATNAM CITY POLICE COMMISSIONERATE having to substantiate its demand,
provided that in its demand the will note that the amount claimed by it is due to it, owing to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This guarantee of Rs. ----------will remain in force up to…... and any demand in respect
thereof should reach the Bank not later than the above date.
Date :
74 | P a g e
---END OF DOCUMENT---
75 | P a g e