$1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq...

33
India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-040-27268300 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: [email protected] Web: http://igmhyderabad.spmcil.com GSTIN : 36AAJCS6111J2Z8 PR Number PR Date Indenter Department Not Transferable Security Classification: TENDER DOCUMENT FOR PURCHASE OF: SUPPLY,INSTALLATION AND INTEGRATION OF 09 NOS CCTV CAMERAS AND UPGRADATION AND RENOVATION OF EXISTING CCTV SURVELLIANCE SYSTEM Tender Number: 6000014808/193/SECURITY, Dated: 13.07.2020 This Tender Document Contains__________Pages. Details of Contact person in SPMCIL regarding this tender: Name: HIMANSHU . Designation: Dy.Manager (MM) Address: IGMH (India Government Mint, Hyd) India Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001 T01.1

Transcript of $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq...

Page 1: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

India Government Mint,IDA, Phase-II,Cherlapally,(R.R district), HyderabadPin-500051 IndiaPh. No: 91-040-27268300Fax No: 040-27262951 CIN: U22213DL2006GOI144763E-Mail: [email protected]: http://igmhyderabad.spmcil.comGSTIN : 36AAJCS6111J2Z8

PR Number PR Date Indenter Department

Not Transferable

Security Classification:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY,INSTALLATIONAND INTEGRATION OF 09 NOS CCTV CAMERAS ANDUPGRADATION AND RENOVATION OF EXISTING CCTV

SURVELLIANCE SYSTEM

Tender Number: 6000014808/193/SECURITY, Dated: 13.07.2020

This Tender Document Contains__________Pages.

Details of Contact person in SPMCIL regarding this tender:

Name: HIMANSHU .

Designation: Dy.Manager (MM)

Address: IGMH (India Government Mint, Hyd)India

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001T01.1

Page 2: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section1: Notice Inviting Tender (NIT)6000014808 /193/SECURITY 13.07.2020

(SPMCIL's Tender SI No.) (Date)

1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services:

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Earnest Money(In Rupee)

Remarks

1Supply/install/integra of 9 CCTV

cameras1.000 AU 190000.00INR ONE LAKH

NINETY THOUSAND ONLYQUOTATIONRECEIVED THROUGHE-MAIL OR FAX SHALLNOT BE CONSIDERED.

2Renovation & upgradn Old CCTV

infrastr1.000 AU QUOTATION

RECEIVED THROUGHE-MAIL OR FAX SHALLNOT BE CONSIDERED.

3Tool Kit (For CCTV maintenace)

SPTL0050721.000 EA

4Optical fiber patch chords (SCSC

type)SPEI009082

5.000 nos

5Optical Fibre patch chords(SLLC

type)SPEI009083

5.000 nos

6CAT 6 Patch Chords

SPEI00908410.000 nos

7SM armd OFC cable

SPEI009085250.000mtr

812 volt DC power adapter

SPEL02441820.000 nos

9Media Converters 100 MBS

SPEI00908610.000 nos

Switch power Cords 10.000 nos

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.1

Page 3: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Schd.No.

Brief Descriptionof Goods/services

Quantity(with unit)

Earnest Money(In Rupee)

Remarks

10SPEL024507

11OFC ModulesSPEI009087

5.000 nos

12Spike Chord 6 ports

SPEL02450810.000 nos

Type of Tender (Two Bid/ PQB/ EOI/ RC/ Development/Indigenization/ Disposal of Scrap/ Security Item etc.)

THREE-BIDNational Competetive Bid

Dates of sale of tender documents: From to during office hours.

Place of sale of tender documents

Closing date and time for receipt of tenders 14.08.2020 11:00:00

Place of receipt of tenders INDIA GOVERNMENT MINT, HYDERABAD

Time and date of opening of tenders 14.08.2020 11:30:00

Place of opening of tenders INDIA GOVERNMENT MINT, HYDERABAD

Nominated Person/ Designation to Receive BulkyTenders (Clause 21.21.1 of GIT)

HIMANSHU .Dy.Manager (MM)

2. Interested tenderers may obtain further information about this requirement from the above office selling thedocuments. They may also visit our website mentioned above for further details.

3. Tender documents may be purchased on payment of non-refundable fee of Rs.1180/- (amount) per set in theform of account payee demand draft/ cashier's cheque / certified cheque, drawn on a scheduled commercial bank inIndia, in favour of India Government Mint,(A unit of SPMCIL),payable at Hyderabad.

4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and byinternational air-mail to the foreign tenderers, for which extra expenditure per set will be Rs.500/- for domestic post.The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above.

5. Tenderer may also download the tender documents from the web site http:igmhyderabad.spmcil.com and submitits tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3above.

6.Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructionscontained in the Tender Documents, are dropped in the tender box located at the address given below on or beforethe closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected.

7.In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchaseorganization, the tenders will be sold/ received/ opened on the next working day at the appointed time.

8. The tender documents are not transferable.

9. MSE clause is applicable provided the firm is registered for similar works/goods and the firm needs to provide aproof of current registration which should be valid during the validity of tender. As per the guidelines issued vide

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.2

Page 4: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

office Memorandum No.DPE/7(4)/2007-Fin, dated 06.12.2012 issued by the Ministry of Heavy Industries & PublicEnterprises, D.O.No.21(1)/2011-MA, dated.25.04.2012 and further letter F.No.21(8)/2018-MA, dated.09.11.2018issued by the Ministry of Micro, Small & Medium Enterprises and Letter No. NSIC/HO/BD/66/PPP /1415,dated.23.01.2015 issued by National Small Industries Corporation Ltd as follows;

#Micro & Small Enterprises are eligible to get the benefits under Public Procurement Policy for Micro & SmallEnterprises (MSEs) Order 2012” as notified by the Government of India, Ministry of Micro, Small & MediumEnterprises, New Delhi vide Gazette Notification dated 26.03.2012. The major benefits allowed as under:

a) Issue of Tender Sets free of cost.

b) Exemption from payment of Earnest Money Deposit (EMD).

c) In Tender participating MSEs quoting price within price band of L1 + 15% shall also be allowed to supply aportion of minimum to 25% of requirement by bringing down their price to L1 price where L1 is non-MSEs. Furtherout of this requirement 25% procurement from MSEs, 4% is earmarked for units owned by Schedule Caste /Schedule Tribes and 3% reservation for Women owned MSEs. In case no SC/ST and Women owned MSE is aresponsive tenderer then whole 25% procurement shall be made from responsive MSE fulfilling the abovementioned conditions.

10. Any Security Breach of Contract leads to Termination of Contract, Payment of damages.

(Himanshu)Deputy Manager (MM)TEL.NO.040 27268300(Extension: 109/122/117)

..........................................

..........................................(Name Designation, Adress telephone number etcof the officer signing the document)

For and on behalf of...........................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec01.3

Page 5: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section II: General Instructions to Tenderers (GIT)Part 1: General Instructions Applicable to all type of Tenderers

Part. I & Part II.Refer to our Website: http://www.spmcil.com/spmcil/uploaddocument/git.pdf

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.1

Page 6: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec02.2

Page 7: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section III: Specific Instructions to Tenderers (SIT)The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. Thecorresponding GIT clause numbers have also been indicated in the text below:In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shallprevail.(Clauses of GIT listed below include a possibility for variation in their provisions through SIT. There could be otherclauses in SIT as deemed fit.)

Sr No GIT ClauseNo.

Topic SIT Provision

04 11.2 Tender Currency Supplier is requested to quote price within 2Decimal place.Quotation with price quote beyond2 decimal place is ignored.

07 19 Tender Validity 180 days from the date of Opening of PQB.

08 20.4 Number of Copies of Tenders to besubmitted

One.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec03.1

Page 8: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section IV: General Conditions of Contract (GCC)

Part IRefer to our Website: http://www.spmcil.com/spmcil/uploaddocument/GCC.pdf

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec04.1

Page 9: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section V: Special Conditions of Contract (SCC)The following Special Conditions of Contract (SCC) will apply for this purchase. The corresponding clauses ofGeneral Conditions of Contract (GCC) relating to the SCC stipulations have also been incorporated below. TheseSpecial Conditions will modify/ substitute/ supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in theSCC shall prevail.(Clauses of GCC listed below include a possibility for variation in their provisions through SCC. There could be otherclauses in SCC as deemed fit)

Sl.No.

GCC ClauseNo.

Topic SCC Provision

01 8.2 Packing and Marking At Supplier Cost.

02 11.2 Transportation of Domestic Goods At Supplier Cost.

06 16.2, 16.4 Warrantee Clause Refer section VI: List of the requirements in thistender.

07 19.3 Option Clause Mint reserves the right to increase the orderedquantity by 25% at any time, till final delivery dateof the contract, by giving reasonable notice eventhough the quantity ordered initially has beensupplied in full before the last date of deliveryperiod

09 21.2 Taxes and Duties As Applicable.

10 22, 22.1, 22.2,22.4, 22.3,22.6

Terms and Mode of payments 80% cost of equipment(including accessories) willbe paid within 30 days after receiving of theequipment at Mint stores and balance 20% ofequipment cost & 100% Cost of Installation will bepaid after acceptance and issue of FAC.

11 24.1 Quantum of LD 0.5% of delivered price of the delayedservices/goods for each week of delay or partthereof to a maximum of 10% of delayedservice/goods.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec05.1

Page 10: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section VI: List of Requirements

ScheduleNo.

Breif Description of goodsand services (RelatedSpecifications etc.are inSection-VII)

Accounting Unit Quantity Amount ofEarnestMoney

Remark

1 Supply/install/integra of 9CCTV cameras

AU 1.000 190000.00INR ONE LAKHNINETYTHOUSANDONLY

QUOTATIONRECEIVEDTHROUGH E-MAILOR FAX SHALLNOT BECONSIDERED.

2 Renovation & upgradn OldCCTV infrastr

AU 1.000 QUOTATIONRECEIVEDTHROUGH E-MAILOR FAX SHALLNOT BECONSIDERED.

3 SPTL005072 Tool Kit (ForCCTV maintenace)

EA 1.000

4 SPEI009082 Optical fiberpatch chords (SCSC type)

nos 5.000

5 SPEI009083 Optical Fibrepatch chords(SLLC type)

nos 5.000

6 SPEI009084 CAT 6 PatchChords

nos 10.000

7 SPEI009085 SM armd OFCcable

mtr 250.000

8 SPEL024418 12 volt DCpower adapter

nos 20.000

9 SPEI009086 MediaConverters 100 MBS

nos 10.000

10 SPEL024507 Switch powerCords

nos 10.000

11 SPEI009087 OFC Modules nos 5.000

12 SPEL024508 Spike Chord 6ports

nos 10.000

Terms and Conditions relating to Tender: -

1.Quotation may be submitted on or before scheduled time as mentioned in NIT, with signed Tender Copy in asealed cover duly super scribing the Tender No and due Date of Opening.

a) Tender should contain three separate sealed envelopes containing:

i) Envelope 1: Duly super scribing: Part -1 Pre-qualification bid should contain Tender Fee, Signed Tenderdocument, DD/FDR towards EMD (Earnest Money), supporting document as per Section IX (Qualification/Eligibilitycriteria).

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.1

Page 11: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

ii) Envelope 2: Duly super scribing: Part -2 Techno-Commercial Bid and should contain supporting documentpertains to Technical specifications, other technical information of machinery, and acceptance of Delivery period,payment terms, warranty, L.D etc.

iii) Envelope 3: Duly super scribing: Part-III Price Bid and should contain only Price Bid as per section XI (PriceSchedule)

b) The above 3 sealed envelopes should be kept in One single sealed cover duly super-scribing the tender No. anddue date of opening.

c) No price should be revealed in PQB or Techno-commercial bid.

d) DD towards Tender Fee & DD/FDR towards EMD (Earnest Money) should be enclosed in PQB bid only.

2. Techno-commercial bid will be considered of those firm who will qualify in the Pre-qualification bid. The openingdate of the Techno-commercial bid will be intimated accordingly to those firms who have qualified in Pre-qualificationbid.

3. Price bid will be considered of those firms who will qualify in the Techno-commercial bid. The opening date of thePrice bid will be intimated accordingly to those firms who have qualified in Techno-commercial bid.

4. Authorized representative of the bidder, who wishes to attend the bid opening, need to submit the authorizationform which is available with the tender document while attending the tender opening.

5. Earnest Money Deposit (EMD), if required, to be submitted as a DD, drawn in favor of India Government Mint,(Aunit of SPMCIL)- collection A/C payable at Hyderabad.

6. EMD of a bidder will be forfeited, if the bidder withdraws or amends its tender or impairs or derogates from thetender in any respect with in the period of validity of its tender. Future, if the successful bidder fails to furnish therequired performance security with in the specified period, its EMD will be forfeited.

7. Security deposit: If order value exceeds Rs.1,50,000/- the bidder has to submit Security Deposit(SD) i.e. Anamount equal to 10% of the order value prior to release of PO for faithful execution of the order. The same will bereturned within 60 days, beyond the date of completion of all contractual obligations including warranty. Failure inpart of the bidder to comply with the PO obligations will lead to forfeiture of SD.

8. Delivery period: The delivery period has been indicated as 16 weeks from the date of receipt of purchase order forcomplete supply including installation, integration of new CCTV cameras and up gradation & renovation of old CCTVcameras at MINT.

9. Warranty: The seller should warrant that the goods supplied under the contract are new, unused, of the mostrecent or current models and incorporate all recent improvements in design and materials unless provided otherwisein the contract.

In addition, goods supplied under this contract shall be covered under the standard original equipmentmanufacturing (OEM) warranty or 1 year whichever is maximum from the date of final acceptance certificate (FAC)which shall include repairing and replacing of defective parts of system. Further, the firm has to quote AMC chargesfor next 2 years post warrantee period. Also firm shall commit to provide AMC at the same rates for next 4 Yearsbeyond initial AMC of 2 Year.

10. The Chief General Manager, India Government Mint, Hyderabad reserves the right to reject all or any of thetenders and also short close / cancel the Purchase Orders.

11. Income tax will be recovered at source as per rules.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.2

Page 12: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

12. Please mention your PAN No.

13. The bidders should mention whether they come under the Micro and Small Enterprise category & submit therequired Certificate. Firms under MSE 2012 Policy will be exempted from any kind of Tender Fee & Earnest MoneyDeposit (EMD) and also will be entitled to other benefits such as award of at least 25% qty etc., as per policyguidelines or any further directions from MSME as applicable.

14. No revised quotation will be permitted during the validity of the tender.

15.Acceptance of material is subject to our approval and if the item supplied is in volume, length & weight etc., atolerance of plus or minus (+/-) 5% is applicable.

16. No conditional tender shall be accepted.

17. The bidders have to give quotations on their letter head address for correspondence along with TelephoneNumbers and also their E-mails.

18. Please provide your GST number also provide material HSN (Harmonized System Nomenclature)number/Service Accounting Codes (SAC) number for referred material/services in your quotation.

19. Firms are requested to mention their bank details so that EMD of unsuccessful bidder may be returned throughNEFT.

Deputy Manager (MM)For General ManagerIndia Government MintHyderabad

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec06.3

Page 13: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section VII: Technical Specifications1. Supply/Installation/Integration of 9 CCTV cameras........ 1AUScope of supply/work- Bullet Cameras with channel licenses- 9 nos- L2-Switch- 16 Port 10/100/1000 Mbps POE enable with provision for 2 SFP Module of 1 Gig- 2 nos- SFP Fiber Module 1 Gig - 4 nos- Fully Loaded 12 Port LIU - 2 nos- Works station with Graphics Card- 2 nos- OFC Patch Cords - 4 nos- Cat 6 Cable - 500 mtrs- 6 Core Armoured OFC cable - 500 mtrs- 3 Core 1.5 Sqmm Power Cable - 150 mtrs- PVC conduit - 150 mtrs- 50 mm HDPE Pipe - 100 mtrs- Soil trenching - 150 mtrs

Tentative Assessment of the number of additional new cameras with locations is as follows1) Inside the Canteen: 2 nos Fixed (one relocation from canteen roof)2) Coining + Packaging (1 each): 2 nos Fixed3) At the Turnstile system of Main gate: 1 no fixed (one relocation from admin roof)4) In DRC: 1 no Fixed5) Camera exclusively for Township gate: 1 no Fixed6) Inside the Die section: 1 no Fixed (inside room-where dies are issued)7) At the main gate of IGMH: 1 no Fixed (facing towards left side road)8) Watch Tower I: 1 no Fixed9) Inside the ground floor of R&D building: 1 no fixed (located before canteen).

(Note: Installation locations of CCTV Cameras are indicative, exact location will be finalized at the time of installationbased on site conditions/requirement)

2. Renovation & upgrading old CCTV infrastacture.............1AUScope of supply/work- Bullet Cameras (HD & night vision) - 33 nos- PTZ Camera - 6 nos- L2-Switch - 16 Port 10/100/1000 Mbps POE enable with provision for 2 SFP Module of 1 Gig- 2 nos- SFP Fiber Module 1 Gig- 4 nos- 6U Wall Mount Rack- 2 nos- Fully Loaded 12 Port LIU - 2 nos- 46'' Thin Bezel LED display - 2 nos- Renovation for Control Room - 1 set/AU

1) Removing of old 33 PTZ cameras and installation with HD Night vision new fixed cameras.2) Removing of old 06 PTZ cameras and installation with new PTZ cameras, i.e. 2 Nos. in Coining, 2 Nos. inexamining & packing, 1 No. each in Die and Medal section.3)* Supply and installation of L2-Switches -16 Port POE in required locations i.e. One number in Assay building, Infront of stores or at desired places.4) Supply and installation of 02 numbers of Workstations with min. 2 GB Graphics card,5) Supply and installation of 46"Thin brizel display in CCTV control room of quantity 2 numbers.6) Extra storage is envisaged for the extra proposed cameras for 90 days and is a part of scope of supply.7) Control Room Renovation: Renovation of the existing CCTV control room with Gypsum Fall ceiling with ceilingmounted modular LED light’s & Vinyl carpet for the flooring. One side of the wall with smooth flattened to mountLED screens.

(* Note: locations are indicative, exact location will be finalized at the time of installation based on site

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.1

Page 14: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

conditions/requirement)

3. Tool kit (for CCTV maintenance).................1EAA tool kit consisting of Clamp multimeter, spanner set, LAN tester, Normal tester, CAT 6 patch cord four meter,blower, drill machine, alenki set etc.- All hardware’s should be of reputed make- Preferably ISI mark

4. Optical fiber Patch Chords (SCSC type)................. 5Nos- Preferably D-Link makes or make of the OFC being supplied for CCTV network

5. Optical fiber Patch Chords (SLLC type).................. 5NosOptical fiber patch chords (SCLC type)- Preferably D-Link makes or make of the OFC being supplied for CCTV network

6. CAT 6 Patch Chords................................ 10Nos4 Pair Cable, 23 AWG Copper with integral cross -member pair separator for uniform characteristic impedance.Standardization ISO/IEC 11801 2nd Ed.; IEC 61156-5 2nd Ed.; EN 50173-1; EN 50288-6-1EIA/TIA 568B.2.1Cable overall diameter: Ψ 6.3 mm.Should have tensile strength of 100N.The cable should have 100ohm impedance and data transmission frequencies up to 250MHz. It should be certifiedby independent test labs like 3P/Delta to meet Cat -6 Standards. The cable should be supplied in 500m reel.

7. SM ormd OFC cable................................. 250mtrType: Single modeSpecification: IEC 60793-2-50, ITU G.652Construction: Multi-fiber loose tube jelly filledNumber of fibers: 6Number of loose tubes: 1Laying: Direct burial in trenchesOverall sheath: PolyetheleneAttenuation at 1310 nm: 0.38 db/ kmAttenuation at 1550 nm: 0.25 db/ kmFibre cut-off wave: >=1150, <1320 nmPolarization mode: <=0.5 ps/ #kmMicro bending loss at <=0.05

8. 12 Volt DC power adapter ........................... 20Nos- Power adaptors to be of same make as camera and alternate power supply (in addition to POE) to be provided.

9. Media converters 100 MBS............................. 10NosMedia converter SM Fiber Converter with UTP Port-10/100/1000 base T, auto negotiation of duplex mode on twistedpair port with power adaptor

10. Switch power cords................................... 10Nos

11. OFC Modules........................................... 5NosSingle mode - Media TypeWave length- 1310 nmDistance support - Min 10 KmConnector LC TypeMin. operating temperature range: 0 Degree C to 70 Degree CFO Module should be MSA compliant

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.2

Page 15: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Min operating humidity 5-85%Min. Data rate 1 GbpsShould have digital diagnostic mechanism

12. Spike Chord 6 ports................................... 10NosSpike guard/ cords 6 ports- With ISI Mark of reputed brand- Wire length min 3 mtrs

TECHNICAL SPECIFICATIONS:

5 MP Bullet Cameras:Image Sensor: 1/2.8 type CMOS image sensorEffective Pixels: Approx 5 MPScanning Mode: ProgressiveMinimum Illumination: Color - 0.07 lux (F1.3, Maximum shutter: Off (1/30s), AGC: 11), B/W - 0.0 lux (with IR LED on)Day & Night: IR Cut filter RemovalDynamic Range: 120 dB typ. (Super Dynamic: On)Built-in IR illumination: YesIrradiation distance: Approx. 40m (131feet)Vari-Focal Length: 2.9 ~ 9mm (1/8 ~ 11/32 inches)Max. Aperture Ratio: 1: 1.3 (WIDE) ~ 1 : 2.5 (TELE)Angular Field of View: H: 34° (TELE) - 106° (WIDE)Focus adjustment: Auto Back Focus (ABF) / ManualCompression Format: H.265, H.264, JPEGImage Resolution: 3,072 x 1,728 / 2560 x 1440 /1,920 x 1,080 / 1,280 x 720 / 640 x 360 /Wide Dynamic range: 120dBVideo Compression supported: H.265Transmission Mode: Constant bit rate, VBR, Frame rate, Best effortFrame Rate: 1 / 3 / 5 / 7.5 / 10 / 12 / 15 / 20 / 30 fpsBit Rate/Client: 64 / 128 / 256 / 384 / 512 / 768 / 1,024 / 1,536 / 2,048 / 3,072 / 4,096 / 6,144 / 8,192 / 10,240 /12,288 / 14,336 / 16,384 / 20,480 / 24,576 kbpsTransmission type: Unicast, MulticastAdvanced image transmission to reduce bandwidth: RequiredGOP Control: YesAudio Compression: G.726 (ADPCM) 32kbps / 16kbps, G.711 64kbps,Audio Mode: OFF / Mic(Line) input / Audio output / Interactive (Half duplex) / Interactive (Full duplex)Intelligent function: Optimize image depending on scene in form of camera by adjusting wdr, contrast, and shutterspeed.Fog compensation: On / Off (Only when Intelligent Auto is off.)Black light compensation: YesHigh light compensation: YesAGC : The level can be set in the range of 0 to 11.Shutter Speed: 1/30 to 1/10000Day & Night: Off/ On (IR Light Off)/ On(IR Light On)/ Auto1(IR Light Off)Digital Noise Reduction: The level can be set in the range of 0 to 255.Video Motion Detection: On / Off, 4 areas, Sensitivity: 15 steps, Detection size: 10 stepsPrivacy Zone: On / Off, Up to 8 zonesCamera Title (OSD): Up to 20 charactersDigital Zoom: 4XNetwork Interface: 10Base-T / 100Base-TX, RJ-45 connectorIP : IPv6, IPv4, IPv6Supported Protocols: TCP/IP, UDP/IP, HTTP, HTTPS, RTP, FTP, SMTP, DNS, NTP, SMTP, DHCP, DNS, DDNS,

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.3

Page 16: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

NTP, SNMP, UPnP, IGMP, ICMP, ARP, IEEE 802.1X, DiffServMax. User access: Up to 14 usersMonitor Output: VBS: 1.0 V [p-p] / 75 ohm, NTSC / PAL composite, Pin jackMicrophone input / Line input: YesAudio Output: YesExternal I/O Terminals: 2 IN, 1 OUTSD memory card slot: 1 slot, SD/SDHC/SDXCPower Source: DC 12V, PoEPower Consumption: less than 12 WCertification : UL (UL60950-1), C-UL (CAN/CSA C22.2 No.60950-1), CE, IEC60950-1, FCC (Part15 Class A),ICES003 Class A, EN55032 Class B, EN55024Outdoor Product: IP66, IEC60529 measuring standard compatible, Type 4X (UL50),Vandal Resistance: Compliant with IEC 62262 IK10Operating Temperature: (-) 40 °C ~ +50 °COperating Humidity: 10 % ~ 100 % (without condensation)Preferable Makes: BOSCH, PELCO, PANASONIC, AXIS, SONY

IP IR PTZ Camera with mounting bracket

Sensor: Minimum 1/2.8'' or 1/3'' progressive CMOS/MOSScan Mode: Progressive ScanOptical Zoom: Minimum 30 X or betterDigital Zoom: Minimum 4 X or betterResolution: Minimum 1920 X 1080 @ 60 fps or betterMinimum Sensitivity: 0.2 Lux in color and 0 lux in B/wLens: 4.5 - 135 mm or betterVideo Compression: H.265, H.264, MJpegWide Dynamic Range: 100db and aboveMulti Streaming: Camera should support Multi streaming. Min 2 streams of H265/ H264 and 1 M JpegSupported Protocols: UDP, TCP, HTTP, FTP, DHCP, SNMP, NTP, RTSP, RTP, FTP, SMTP, UPnPNetwork Interface: 10/100 BASE- TX Fast Ethernet RJ45 or better.PAN Range: Pan: 360°Tilt Range: Total movement of 180 degree when mounted downwardPower: High PoE & 24VACTemperature: (-) 5 dec C to 55 deg CHumidity: 0 to 90% (Non - Condensing)Ingress Protection: IP66 or better.IP Version: IPV4 and IPV6 Compatible.Certification: UL, FCC & CEIntegrated IR Range: Minimum 150 meters or higherONVIF: Camera should be ONVIF CompiledMemory Card slot / Inbuilt Storage: Min 64 GB or aboveWeb Browser: Shall support Internet explorer 7.0 or aboveAccessories: Camera housing/ enclosure, Power adaptor, and other accessories as required.Mounting Bracket: The Bracket and camera should be of same OEM.Preferable Makes: BOSCH, PELCO, PANASONIC, AXIS, SONY

COMMERCIAL L2 SWITCH - 16 PORT WITH 2 SFP PORT -

Managed Switch with 16x10/100/1000 Base-T PoE ports and additional 2x1G SFP ports. Minimum PoE powerbudget 247Watt or more.Should have Minimum 36Gbps switching bandwidth and Min. 26Mpps Switch- forwarding rate. The switch should

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.4

Page 17: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

work Wire speed forwarding from day 1.Layer 2 Features: Should support STP, RSTP, MSTP, IGMP v1/v2/v3 snooping, loop protection, STP root guard,Voice VLAN, MLD snooping (MLDv1 and v2), 16K MAC Table or more, PVST+ compatibility mode, VLAN Mirroring(RSPAN), Support IEEE 802.1Q (4000 VLAN IDs), VLAN classification by protocol and port, VLAN tagging.Resiliency: Should support IEEE 802.17/equivalent for sub 50ms ring protection in following scenario: single, dualfibre cuts in ring, Control Plane Prioritization (CPP), Loop Detection and Loop protection.Security: Should support ACL, DHCPv4 and DHCPv6client, IP Source guard, DAI, Private VLAN, AAA,Authentication (MAC, Web and IEEE 802.3x), BPDU Protection, sflow or equivalent, SSLv2 and SSLv3, TACACS+Qos: Policy-based QoS based classifying traffic based on MAC, Port, VLAN, Protocol, Tail drop for queuecongestion control, strict priority/ weighted round robin.Switch should support static routing and RIP from day 1.Management: CLI, GUI, USB or equivalent memory slot for taking backup of software release files configurations,DDM #Optical digital diagnostic monitoring, UDLD or equivalent, Time Domain Reflectometry /equivalent, RMON 4groups, SNMPv3, LLDP-MED, IEEE 802.3az, SNMPv6, Telnetv6, SSHv6 and Syslogv6 and NTPv6 Client andServer.The switch should support ping pooling and trace route for IPv4 and IPv6Switch should have IPv6 ready logo from Day 1.Should inherently support operating temperature range of 0°C to 50°CSwitch Should Be RoHS compliant and Certifications: UL, cUL, EN, FCCSwitch should be quoted with 5 years replacement warranty. All the switches and FO module should be from thesame OEM for easy integration.OEM should be in Gartner's Magic quadrant in the latest Gartner report for Wired and wireless LAN. (Report shouldbe attached along with the Bid)Approved Makes: Cisco, HP, Juniper, Garretcom, Allied Telesis, Ruggedcom

SF FIBRE MODULE 1GIG

Single mode - Media TypeWave length- 1310 nmDistance support - Min 10 KmConnector LC TypeHot swap architectureMin. operating temperature range: 0 Degree C to 70 Degree CFO Module should be MSA compliantMin operating humidity 5-85%Min. Data rate 1 GbpsShould have digital diagnostic mechanism

6 U Racks

Frame System: Steel frameMaximum load bearing capacity: VTS (Vendor to specify)Capacity: 19" mounting capacityPower Strips: 6 Amp; Vertical or Rack mountUTP Patch Panel: 24 Port UTP Patch PanelVertical Mounting Rails: Should be availableCable Management Hardware: Should be availableDimensions (H x W x D): VTS (Vendor to specify)

LIU- 12/24 Port -

Form Factor: Panel/Rack MountNumber of ports: 6/12/24

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.5

Page 18: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Splice trays: Complete Aluminum body Provision for 6/12/24 fibre splices. Cushioned splice holder. Flame retardantplastic. Two halves spool design.Cable spools: Flame retardant plastic. Two halves spool designEnclosure: Aluminum/ powder coated housingMake & model: Vendor to specify

Client Workstation

Processor: Intel core i7 processorSpeed: 3.2 GhzFSB: 1.333 MhzLevel 2 Cache: 6 MBMemory: 16 GB DDR3 SDRAMHard Drive: 1TB HDD, SATA 3.0 GB/sOptical Drive: Single drive: DVD +/-RW+CD-ROMGraphics: 2 GB dual Display Graphic Card NVIDEA or ATI Radeon for 4 Nos WorkstationKeyboard: Wireless / USB keyboardPower Supply: 230VAC/50HzMouse: Wireless / USB Optical mouseCabinet: TowerNIC: 2x10/100/1000Expansion Slots: 2xPCIe/PCIxOS: Microsoft Windows 7 ProfessionalPorts: Minimum 4 Nos USB portsMake: reputed brand

CAT 6 - UTP

4 Pair Cable, 23 AWG Copper with integral cross -member pair separator for uniform characteristic impedance.Standardization ISO/IEC 11801 2nd Ed.; IEC 61156-5 2nd Ed.; EN 50173-1; EN 50288-6-1EIA/TIA 568B.2.1Cable overall diameter: Ψ 6.3 mm.Should have tensile strength of 100N.The cable should have 100ohm impedance and data transmission frequencies up to 250MHz. It should be certifiedby independent test labs like 3P/Delta to meet Cat -6 Standards. The cable should be supplied in 500m reel.

OFC- 6 Cores:

Type: Single modeSpecification: IEC 60793-2-50, ITU G.652Construction: Multi-fiber loose tube jelly filledNumber of fibers: 6Number of loose tubes: 1Laying: Direct burial in trenchesOverall sheath: PolyethyleneArmor: Steel armoredAttenuation at 1310 nm: 0.38 db/ kmAttenuation at 1550 nm: 0.25 db/ kmFiber cut-off wave: >1150, #1320 nmPolarization mode: #0.5 ps/ #kmMicro bending loss at #0.05Proof stress level: #).7 Gpa

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.6

Page 19: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Make & model: Vendor to specify

Power Cable- 3 Core 2.5 sq mm

Model: 3 Core 2.5 Sq.mm ArmouredVoltage Grade: 1100 VoltsType of Conductor: CopperNo of cores: 3No. of strands/core: 7(multi)Core insulation: XLPE 0.7mm thickColour code: Red/Yellow/BlueInner sheath: Extruded PVC type ST2Armoured Material: Galvanized steel wireOuter sheath: FRLS PVC type ST2

PVC Conduits

Diameter: 25 mmThickness: Minimum 1.4mmCertification: ISIMaterial: PVC

LED Display

Size: Minimum 42" LEDDisplay Resolution: Full HD1920 x 1080 pixelsBacklight Module: LED backlight panelVideo Signal: 480/60i, 480/60p,1080/60i, 1080/50p (HDMI)Bezel to Bezel thickness: Less than 10 mmViewing Angle (H/V): 178:178Mounting: Wall MountingPreferred make: Sony, Panasonic, LG or equivalent

Existing system Description:

IG Mint intends to extend the existing IP Closed Circuit Television (CCTV) system; the scope shall include thecomplete Design, Supply, Installation, Testing Commissioning & integration with existing IP CCTV SurveillanceSystem.

IG Mint Hyderabad has main Video Command Centre at CISF Control Room where the entire operation ofmonitoring and controlling the cameras is been carried out. PTZ cameras along with Box Cameras are installed atIGMH. Automatic License Plate Recognition System with Driver image capturing facility is installed at Main Gate.Existing Video Surveillance Control and Monitoring Software of Godrej IQ Vision make utilizing all the functions ofthe Software. HP servers are used to record the live cameras feeds and PC to control and view live / recordedimages. The existing recording system has 90 days storage capacity.

SCOPE of Work:

The images of the proposed new additional cameras shall be displayed on the new two nos. screens connected withexisting Server and NAS (Network Attached Storage). Also, the recorded images of all the cameras (existing / new)should be played on both the existing PC workstations.

The existing recording system has 158 TB of storage, catering to existing setup of installed cameras for 90 days of

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.7

Page 20: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

recording and need of extra storage is envisaged for the extra proposed cameras. Bidder to do a detailed study andinclude the required storage considering 10% spare capacity for both existing and new cameras in their proposal.

The CCTV system should be networked through OFC wired network

1. Bidders are requested to conduct feasibility study of System Integration with the existing system. All queries withrespect to the system shall be understood and resolved during the feasibility study itself. No deviations will beentertained.

2. Vendor has the option of choosing the existing infrastructure for commissioning the proposed additional Cameras.

3. The proposed new cameras shall be integrated with the existing Video Surveillance Control and MonitoringSoftware of Godrej IQ Vision make utilizing all the functions of the Software.

4. The additional cameras shall be seamlessly integrated with the existing control center recording software. TheCameras images shall be recorded in the existing NVR Server. No separate NVR for video recording shall beprovided. If New Server is required, then the cost of the same to be included in the offer and no separate paymentwill be made.

General Requirement:

1. The vendor should provide Integration plan with existing CCTV system with detailed line diagram2. The vendor should ensure that the existing CCTV system’s performance shall be in no way affected by theinstallation of the new proposed PTZ cameras.3. Supply, installation and commissioning of hardware’s like pole, cables, conduits, connectors and clamps etc. forinstallation of the various units of the surveillance system is in scope of the vendor. Foundation/structure forinstallation including self-support and other fixtures/clamps is in scope of vendor.

Pre-Sales Guarantee

1. The bidder should be authorized by the manufacturer (tender specific) to quote / supply / install the said productsto IG Mint.2. The bidder shall attach Authorization certificate from the OEM of the Hardware and software used in this job forthe authenticity, authorized representation and service and after sales support. The bidder should be authorized bythe manufacturer to quote / supply / install the said products without authorization certificate; the tender is liable torejection.

Areas of Surveillance:1. Camera locations are indicative, exact locations will be finalized based on site conditions maximum area & noblind spot/area etc. Based on the bandwidth requirement per camera, the no. of cameras per loop shall be finalizedincluding consideration of 20% bandwidth for future.

Annual Maintenance Contract:1. Existing old CCTV cameras & infrastructure is under annual maintenance contract with M/s Godrej & Boyce Mfg.Co. Ltd, newly installed cameras are in warranty period.2. Post the installation of new cameras, AMC has to be taken up by the selected vendor for all the existing system.

Site Preparation1. The contractor shall provide site plan and equipment layout plan for the System.2. Installation of the equipment and cabling work will be done with due diligence and care, so as not to damage oralter the basic structure and aesthetics of the factory. Colour code of the cameras, conduits and cables must meshinto and conform to the background and colour of the buildings. Damage to structure, if inevitable, shall be done only

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.8

Page 21: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

after taking due clearance from the IGMH representative. Restoration of damages to its original shape shall be doneimmediately thereafter at the cost of the contractor.

Special Notes:1. The contractor shall have the single point responsibility for the complete turnkey solution hence evaluation for theL1 firm will be based on the consolidated basis.2. The specifications are indicative and better system (with these parameters) can be offered.3. On account of security consideration, some restrictions may be imposed by the security staff on the working and/movement of men and materials etc. The contractor shall be bound to follow all such restrictions/ instructions and heshall organize his work accordingly.3. Proper packing (with mentioning all the details) of removed CCTV cameras and shifting the same to nearbystore/section yard etc.) all complete as per direction of IGMH Engineer-in-charge is in the scope of work.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec07.9

Page 22: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section VIII: Quality Control Requirements

The quality control requirement shall be in line with section

Vii: Technical specification.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec08.1

Page 23: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section IX: Qualification/Eligibility Criteria

I. Past Performance:Bidder firm should have successfully completed/executed contract for at least 03 Nos. of similar type of CCTVcamera & renovation of at least 12 CCTV cameras in any one year during last five years ending on the previous dayof tender opening date.

II. Capability:The Bidder Firm must have an annual capacity to supply and install at least 03 nos. of CCTV cameras and upgradation and Renovation of at least 12 nos. of CCTV cameras.

III. Financial Standing:a) Average annual turnover of the bidder firm during last three years up to financial year ending on 31.03.2019should be more than Rs.28.5 lakhs (30% of the total estimated cost).

b) Bidder firm should not have suffered any financial loss for more than one year during the last three years up tofinancial year ending on 31.03.2019.

c) The net worth of the firm should not have eroded by more than 30% in the last three years up to financial yearending 31.03.2019.

TEC has also taken note of SPMCIL letter SPMCIL/Mint/88/1640/2728 dated 21.07.2016 regarding relaxation ofTurnover and Past Performance for Startup and MSEs. Hence, it will be indicated in the Tender stating that #Firmswhich comes under Micro & Small Enterprises are exempted from Experience & Past Performance (Point No.1) andFinancial Standing (Point No.3) of qualification and eligibility criteria subject to submission of valid MSE registrationcertificate for the tendered item, which should be valid at least during the validity of tender”.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec09.1

Page 24: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section X: Tender FormDate:

To,India Government Mint, HyderabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hyderabad

Ref: Your Tender document No.6000014808 /193/SECURITY dated 13.07.2020

We, the undersigned have examined the above mentioned tender enquiry document, including amendmentNo............., dated.......... (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver........................................ (Description of goods and services) in conformity with your above referred document forthe sum of _____________ (total tender amount in figures and words), as shown in the price schedule(s), attachedherewith and made part of this tender.If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, inaccordance with the delivery schedule specified in the List of Requirements.We further confirm that, if our tender is accepted, we shall provide you with a performance security of requiredamount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V - 'SpecialConditions of Contract', for due performance of the contract.We agree to keep our tender valid for acceptance for a period up to ................, as required in the GIT clause 19,read with modification, if any in Section-III - 'Special Instructions to Tenderers' or for subsequently extended period,if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and thistender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formalcontract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitutea binding contract between us.We further understand that you are not bound to accept the lowest or any tender you may receive against yourabove-referred tender enquiry.

...................................(Signature with date)

......................................(Name and designation)Duly authorized to sign tender for and on behalf of

...................................................

...................................................

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec10.1

Page 25: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XI: Price Schedule

Price Bid:

The firm should quote separately for equipment's & installation, testing and up gradation etc.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec11.1

Page 26: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XII: QuestionnaireThe tenderer should furnish specific answers to all the questions / issues mentioned below. In case a question /issue does not apply to a tenderer, the same should be answered with the remark "not applicable".Wherever necessary and applicable, the tenderer shall enclose certified copy as documentary proof / evidence tosubstantiate the corresponding statement.In case a tenderer furnishes a wrong or evasive answer against any of the under mentioned question/ issues, itstender will be liable to be ignored.1. Brief description and of goods and services offered:2. Offer is valid for acceptance up to .....................................................3. Your permanent Income Tax A/ C No. as allotted by the Income Tax Authority of Government of India:Please attach certified copy of your latest/ current Income Tax clearance certificate issued by the above authority.4. Status :a) Are you currently registered with the Directorate General of Supplies & Disposals (DGS&D), New Delhi, and / orthe National Small Industries Corporation (NSIC), New Delhi, and / or the present SPMCIL and / or the Directorate ofIndustries of the concerned State Government for the goods quoted ? If so, indicate the date up to which you areregistered and whether there is any monetary limit imposed on your registration.b) Are you currently registered under the Indian Companies Act, 1956 or any other similar Act?Please attach certified copy(s) of your registration status etc. in case your answer(s) to above queries is inaffirmative.5. Please indicate name & full address of your Banker(s) :6. Please state whether business dealings with you currently stand suspended/ banned by any Ministry/ Deptt. ofGovernment of India or by any State Govt.

................................(Signature with date)

..............................

..............................(Full name, designation & address of thePerson duly authorized sign on behalf of the tenderer)For and on behalf of

...............................

................................(Name, address and stamp of the tendering firm)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec12.1

Page 27: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XIV: Manufacturer's Authorization FORMTo,India Government Mint, HyderabadA Unit of Security Printing & MintingCorporation of India Limited(Wholly Owned by Govt. of India)Hyderabad

Dear Sirs,

Ref.: Your Tender document No..................................................... dated..............

We..................................................................... who are proven and reputable manufacturers of................................... (name and description of the goods offered in the tender) having factories at......................................... here by authorize Messrs........................................... (name and address of the agent) tosubmit atender, process the same further and enter into a contract with you against your requirement as contained in theabove referred tender enquiry documents for the above goods manufactured by us.We further confirm that no supplier or firm or individual other than Messrs................................. (name and addressof the above agent) is authorized to submit a tender, process the same further and enter into a contract with youagainst your requirement as contained in the above referred tender enquiry documents for the above goodsmanufactured by us.We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract readwith modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by theabove firm against this tender document.Yours faithfully,

.............................................

..............................................[Signature with date, name and designation]

Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by aperson competent and having the power of attorney to legally bind the manufacturer.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec14.1

Page 28: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XV: Bank Guarantee Form for Performance Security....................................................[insert: Bank's Name, and Address of issuing Branch or Office]Beneficiary: .............................. [insert: Name and Address of SPMCIL]Date:.........................PERFORMANCE GUARANTEE No.: ..................................WHEREAS................................................................................... (name and address of the supplier) (hereinaftercalled "the supplier") has undertaken, in pursuance of contract no..................................... dated ..............to supply(description of goods and services) (herein after called "the contract").

AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bankguarantee by a scheduled commercial bank recognized by you for the sum specified therein as security forcompliance with its obligations in accordance with the contract;

AND WHEREAS we have agreed to give the supplier such a bank guarantee;

NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up toa total of .............................................................................. (amount of the guarantee in words and figures), and weundertake to pay you, upon your first written demand declaring the supplier to be in default under the contract andwithout cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without yourneeding to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with thedemand. We further agree that no change or addition to or other modification of the terms of the contract to beperformed thereunder or of any of the contract documents which may be made between you and the supplier shallin any way release us from any liability under this guarantee and we hereby waive notice of any such change,addition or modification.

We undertake to pay SPCMIL up to the above amount upon receipt of its first written demand, without SPMCILhaving to substantiate its demand.

This guarantee will remain in force for a period of forty five days after the currency of this contract and any demandinrespect thereof should reach the bank note later than the above date.

.........................................................................(Signature with date of the authorized officer of the Bank)

.............................................................

.............................................................Name and designation of the officer

.............................................................Seal, name & address of the Bank and address of the Branch

............................................................Name and designation of the officer

............................................................

............................................................Seal name& address of the Bank and address of the Branch

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec15.1

Page 29: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XVI: Contract FormContract No..............dated.............This is in continuation to this office' Notification of Award No................... dated ....................1. Name & address of the Supplier: ..........................................2. SPMCIL's Tender document No........... dated...........and subsequent Amendment No............ dated........... (If any),issued by SPMCIL3. Supplier's Tender No............. dated...........and subsequent communication(s) No.............. dated......... (If any),exchanged between the supplier and SPMCIL in connection with this tender.4. In addition to this Contract Form, the following documents etc, which are included in the documents mentionedunder paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:(i) General Conditions of Contract;(ii) Special Conditions of Contract;(iii) List of Requirements;(iv) Technical Specifications;(v) Quality Control Requirements;(vi) Tender Form furnished by the supplier;(vii) Price Schedule(s) furnished by the supplier in its tender;(viii) Manufacturers' Authorization Form (if applicable for this tender);(ix) SPMCIL's Notification of AwardNote: The words and expressions used in this contract shall have the same meanings as are respectively assignedto them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated underclause 0 of Section - V - 'General Conditions of Contract' of SPMCIL's Tender document shall also apply to thiscontract.5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for readyreference:(i) Brief particulars of the goods and services which shall be supplied/provided by the supplier are as under:(ii) Delivery schedule(iii) Details of Performance Security(iv) Quality Control(a) Mode(s), stage(s) and place(s) of conducting inspections and tests.(b) Designation and address of SPMCIL's inspecting officer(v) Destination and dispatch instructions(vi) Consignee, including port consignee, if any(vii) Warranty clause(viii) Payment terms(ix) Paying authority......................................(Signature, name and address of SPMCIL's authorized official)For and on behalf of..............Received and accepted this contract..................................................(Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier)For and on behalf of...........................................(Name and address of the supplier)..................................(Seal of the supplier)Date:Place:

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec16.1

Page 30: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XVII: Letter of authority for attending a Bid openingThe General Manger,India Government Mint, Hyderabad.

Subject: Authorization for attending bid opening on 14.08.2020 in the Tender of SUPPLY,INSTALLATION ANDINTEGRATION OF 09 NOS CCTV CAMERAS AND UPGRADATION AND RENOVATION OF EXISTING CCTVSURVELLIANCE SYSTEM.

Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of___________________ __________(Bidder) in order of preference given below.

Order of Preference Name Specimen Signatures

1.

1.

Alternate representative

Signatures of bidder or

Officer authorized to sign the bid

Documents on behalf of the bidder.

Note:

1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one,first preference will be allowed. Alternate representative will be permitted when regular representatives are not ableto attend.2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribedabove is not recovered.

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec17.1

Page 31: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Section XIX: Proforma of Bills for Payments(Refer to Clause 22.6 of GCC)

Name and Address of the Firm.................................................................................................Bill No....................................................................Dated.......................................................Purchase order..................................................No...................................Dated......................Name and address of the consignee.........................................................................................

S.No Authority for Purchase Description of Stores No.orqty.

Rate Rs.P.

Priceper Rs.P

Amount

1. G.S.T. Amount and Rate

2. Freight (if applicable)

3. Packing and Forwarding charges (if applicable)

4. Others (Please specify)

5. PVC Amount (with calculation sheet enclosed)

6. (-) deduction/Discount

7. Net amount payable (in words Rs.)

8. GSTIN No.

9. HSN/SAC Code

10. Shipping Address

11. Place of Supply

12. Billing Address

Despatch detail RR No. other proof of despatch...............................................Dated............................................................(enclosed)

Inspection Certificate No............................................Dated..................(enclosed)

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.1

Page 32: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Income Tax Clearance Certificate No...........................Dated..................(enclosed)

Modvat Certificate No...........................................................................(enclosed)

Place and Date

Received Rs..............................(Rupees).........................................................

I hereby certify that the payment being claimed is strictly in terms of the contract and all the obligations on the part ofthe supplier for claiming that payment has been fulfilled as required under the contract.

Revenue stamp Signature and of Stamp Supplier

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.2

Page 33: $1',17(*5$7,212) 126&&79&$0(5$6$1' 83*5$'$7,21$1'5(129 ... · 7hqghu1xpehu 6hfwlrq 1rwlfh,qylwlqj7hqghu 1,7 6(&85,7< 630&,/ v7hqghu6,1r 'dwh 6hdohgwhqghuvduhlqylwhgiurpholjleohdqgtxdolilhgwhqghuhuviruvxsso\riiroorzlqjjrrgv

Tender Number:6000014808

Mailing List (List of Vendors)

S.No. Vendor Number Vendor name Vendor Address

1 104573 The Bidder, The Bidder,

Regd. Office:-16th Floor, Jawahar Vyapar Bhawan, Janpath, New Delhi-110001Sec19.3