STATE BANK OF INDIA THIRUVANANTHAPURAM CIRCLE
Transcript of STATE BANK OF INDIA THIRUVANANTHAPURAM CIRCLE
Page 1 of 192
Seal & Signature of the Tenderer
STATE BANK OF INDIA
THIRUVANANTHAPURAM CIRCLE
NOTICE INVITING TENDER (NIT): LHO TVPM /CSO – 1/20
ANNUAL MAINTENANCE AND SUPPLY, INSTALLATION, TESTING, COMMISSIONING OF
CCTV SYSTEMS, BURGLAR ALARM SYSTEMS AND FIRE ALARM SYSTEMS IN
BRANCHES/OFFICES UNDER SBI LHO THIRUVANANTHAPURAM CIRCLE (KERALA
STATE, UT OF MAHE AND UT OF LAKSHADWEEP)
Page 2 of 192
Seal & Signature of the Tenderer
CONTENTS
Sl
No. Headings Page Nos.
1. Schedule of important events 3 - 4
2. Instructions to Tenderers 5 - 30
3. Technical Specification- Security /Burglar Alarm System- (Annexure - A) 31 - 33
4. Technical Specification – Automatic Fire Detection & Alarm System
(AFD&AS) - (Annexure - B) 34 - 37
5. Technical Specification– Closed Circuit Television System (CCTV
System) - (Annexure - C) 38 - 56
6. Price Bid format for Online Reverse Auction 57
7. Price Bid format for Online Reverse Auction- Security/Burglar Alarm
System - (Annexure – D-1 to Annexure D-6) 58 - 69
8. Price Bid format for Online Reverse Auction- Automatic Fire Detection &
Alarm System (AFD&AS) - (Annexure – E-1 to Annexure E-6) 70 - 81
9. Price Bid format for Online Reverse Auction- Closed Circuit Television
System (CCTV System) - (Annexure – F-1 to Annexure F-6) 82 - 93
10. Online Sealed Bid format 94
11. Online Sealed Bid format- Security /Burglar Alarm System- (Annexure –
G -1 to Annexure G - 6) 95 - 106
12. Online Sealed Bid format- Automatic Fire Detection & Alarm System
(AFD&AS) - (Annexure – H-1 to Annexure H-6) 107 - 118
13. Online Sealed Bid format- Closed Circuit Television System (CCTV
System) - (Annexure I-1 to Annexure I-6) 119 - 142
14. Indicative price bid format 143
15. Indicative price bid format for reverse auction- Security Alarm
System/Burglar Alarm System - (Annexure J-1 to Annexure J-6) 144 - 155
16. Indicative price bid format for reverse auction- Security Alarm
System/Burglar Alarm System - (Annexure K-1 to Annexure K-6 ) 156 - 167
17. Indicative price bid format for reverse auction- Closed Circuit Television
System (CCTV System) - (Annexure L-1 to Annexure L-6) 168 - 179
18. Sample Business Rule Document – Annexure M 180 - 183
19. Performance Bank Guarantee - Annexure N 184 - 186
20. List of Brand Make and Model - BAS- Annexure O 187 - 188
21. List of Brand Make and Model - AFD & AS- Annexure P 189
22. List of Brand Make and Model - CCTV- Annexure Q 190 - 191
23. Abbreviations 192
Page 3 of 192
Seal & Signature of the Tenderer
SCHEDULE OF IMPORTANT DATES
Website For Downloading Technical documents
https:/ /www.sbi.co.in under the link “SBI in the News” Procurement news “Procurement News”
Availabil i ty In Website From 20.02.2021 to 15.03.2021{03:00 PM (IST)}
Tentative Date for Pre Bid meeting
02.03.2021 TIME: 03:00 PM (IST)
Last date for submission of technical bid
15.03.2021 TIME: BEFORE 03:00 PM (IST)
Last date for submission of indicative price bid
15.03.2021
TIME: BEFORE 03:00 PM (IST)
Tentative Date for opening of technical bid
15.03.2021 TIME: 03:30 PM (IST)
Tentative Date for Demonstration of security equipment
19.03.2021 and 20.03.2021
Tentative Date for Finalisation of security equipment/technical parameters
22.03.2021
Sealed Bid - method of submission
ONLINE
Online submission of Sealed Bid
Security Eqpt
Tentative dates
Tentative Time Modules/ AO From To
CCTV 23.03.2021 11:00 AM
04:00 PM Al l
BAS 23.03.2021 11:00 AM
04:00 PM All
FAS 23.03.2021 11:00 AM
04:00 PM All
Price bid - method of submission
ONLINE REVERSE AUCTION
Website for online submission of price bid
https:/ /etender.sbi
Page 4 of 192
Seal & Signature of the Tenderer
Online submission of price bids (Online reverse auction)
Security Eqpt
Tentative dates
Tentative Time Modules/ AO From To
CCTV 24.03.2021
11:00 AM
12:30 PM
a) Kol lam
b) Kottayam
c) Thrissur
14:00 PM
15:30 PM
e)Thiruvananthapuram
f ) Ernakulam
g) Kozhikode
BAS 25.03.2021
11:00 AM
12:30 PM
a) Kol lam
b) Kottayam
c) Thrissur
14:00 PM
15:30 PM
e)Thiruvananthapuram
f ) Ernakulam
g) Kozhikode
FAS 26.03.2021
11:00 AM
12:30 PM
a) Kol lam
b) Kottayam
c) Thrissur
14:00 PM
15:30 PM
e)Thiruvananthapuram
f ) Ernakulam
g) Kozhikode
Online opening of Price Bids (Online reverse auction)
Type of Eqpt: Tentative Date Tentative Time(IST)
CCTV 24.03.2021 05:00 PM
BAS 25.03.2021 05:00 PM
FAS 26.03.2021 05:00 PM
Online opening of Sealed Bids
Type of Eqpt: Tentative Date Tentative Time(IST)
CCTV 24.03.2021 05:00 PM
BAS 25.03.2021 05:00 PM
FAS 26.03.2021 05:00 PM
For any clarif ication please contact
The Circle Security Officer
SBI, LHO, Poojappura, Thiruvananthapuram-695012
e-mail: [email protected],
Ph: 0471-2961026
Page 5 of 192
Seal & Signature of the Tenderer
INSTRUCTIONS TO THE TENDERERS
1. BROAD SCOPE OF WORK
a) The State Bank of India (SBI), a body corporate constituted as per the provisions of
the State Bank of India Act, 1955 having its Corporate Centre at Madame Cama Road,
Mumbai-21 and among others one of its Local Head Office at Poojappura,
Thiruvananthapuram through its Circle Security Department at LHO, Thiruvananthapuram
invite tenders from the interested and eligible persons for annual maintenance and supply,
installation, testing and commissioning of CCTV systems, Burglar alarm systems and Fire
alarm systems in branches/offices under SBI, LHO Thiruvananthapuram.
b) Annual Maintenance of existing security equipments as well as Supply, Installation,
Testing and Commissioning (SITC) of various types of Security Alarm Systems / Burglar
Alarm Systems (including various types of Manual switches, PIR detectors, Auto dialer
System, Vibration detectors, Magnetic sensors, etc), Fire Alarm Systems (including various
types of Smoke/Heat/Thermal detectors, MCP, Hooters, Sirens, Autodialers, etc) and
CCTV systems (including various types of DVRs/NVRs, Cameras, CCTV
hardwares/sofwares, etc) at the branches / offices of SBI in Thiruvananthapuram Circle
(Kerala state, Mahe (UT) and UT of Lakshadweep) as and when it is needed at the
number of branches/offices mentioned below (subject to change), strictly conforming to the
Bank’s technical specifications and conditions specified in different parts of this tender
document.
Sl
No
Name of the
Module/AO &
Lakshadweep
No of Branches (Tentative count)
Security Equipment
installed/purchased
prior to 27th
September 2018
Security Equipment
installed/purchased
after 27th September
2018
Security Equipment
proposed to be
replaced / installed
BAS FAS CCTV BAS FAS CCTV BAS FAS CCTV
1. Thiruvananthapuram 49 57 36 107 108 128 18 20 18
2. Kollam 95 94 73 63 75 96 25 25 23
3. Kottayam 136 153 151 80 65 71 33 32 27
4. Ernakulam 186 153 185 24 57 25 30 32 25
5. Thrissur 166 175 163 46 41 57 30 32 27
6. Kozhikode 147 142 146 100 112 118 27 25 27
7. Lakshadweep 02 02 02 00 00 00 00 00 00
Total 781 776 756 420 458 495 163 166 147
NB: Lakshadweep has two branches now which are under Ernakulam Module.
Page 6 of 192
Seal & Signature of the Tenderer
c) It will include supply, delivery at site, unloading, any other services associated with
the delivery of security equipment, installation, cabling, commissioning, software
optimization/customizations, providing warranty/Post warranty services (i.e. Annual
Maintenance Contract) for the equipment and any other related accessories/services for
the complete installation and commissioning of new as well as existing systems.
2. TERMS AND CONDITIONS
GENERAL
a) The general conditions shall apply in Contracts made by the Bank for the
procurement of Goods. General Specifications given in the tender documents are for
guidance only.
b) The materials supplied under this Contract shall conform to the
standards/prescribed specifications and conditions as mentioned there against the Goods
in the approved bid documents/specific order issued by the Bank, otherwise the material
would be liable for rejection.
c) In case of supply of any defective, substandard or unspecified equipment, the same
will be rejected & it will be the sole responsibility of the supplier for taking back & replacing
the rejected materials at their own cost.
d) In case of non-lifting of such rejected materials within a reasonable time offered by
the office it shall have the right to suitably dispose off the same and forfeit the expenses.
e) The Bidder should furnish the full Specification of the Goods offered in the Tender.
No change shall be permitted after opening of Bids.
f) The equipment offered shall confirm to the specifications as given in tender/order
and shall be guaranteed against defective design, defective quality material supplied,
manufacturing defects etc., for a minimum period of 12 months from the date of supply.
g) The security equipment to be supplied shall be brand new, unused and free from all
defects and faults. The security equipment installed should resist to wind, rainfall,
lightening, hailstorm and other inclement weather conditions.
h) The Vendor shall present a comprehensive description of the proposed security
equipment, identifying salient features and functions that include design, diagram, etc.
i) Any functions or features not specifically mentioned in technical specification of the
product, but which may be necessary for the completeness and efficient performance of
the security equipment as an operating entity, shall be indicated by the Vendor and
explained in detail indicating any price variation. Price of any item or feature not offered by
the Vendor as part of basic configuration shall be indicated separately.
Page 7 of 192
Seal & Signature of the Tenderer
j) The vendor shall clearly indicate the country of origin and the manufacturer of the
security equipment. The vendor shall arrange to provide testing and certification of the
complete system installed.
k) All systems and components proposed by the applicant must be in compliance with
BIS/ISI marked / ERTL or equivalent lab test certificate issued by Govt. of India Electronics
Test Laboratory / UL (Underwriters Laboratories Inc) or CE ("European Conformity")
certified. Enclose the relevant documents. The manufacturer of the equipment must have a
sound and well documented quality framework.
l) The make and type of the products must conform to Bank's requirement and must be
specified by the Company. The quoted camera model should also be listed in the ONVIF
Website. Copy of the BIS/ISI marked / ERTL / UL certification and ONVIF compliant
certificate indicating the make and Model of the Camera offered shall be submitted. The
MAC address of the IP cameras must be registered in the name of OEM supplying the
cameras.
m) The Bank may arrange for the third party inspection of the products/equipment
provided for the system installed for its meeting the entire technical criterion specified by
the Bank. The vendor who wins contract shall provide all the possible assistance in this
process. In case it was found that the equipment/hardware/ software supplied is not as per
given brands / specifications, SBI will take a suitable action as deemed fit.
n) It will be imperative on each of the vendors to fully acquaint themselves with all the
local conditions and factors, which can have any effect on the price of equipment/
components.
o) All security equipment must be connected through Branch UPS. Earthing
arrangements for all the equipments shall be the responsibility of the Vendor and to be
carried out as per standard procedures.
p) The system price should be inclusive of the cost of system and future upgradation if
any required for running of the system should be made without any extra cost to the Bank.
q) The bidders if they so desire are advised to visit the Branches/Offices to understand
more on the requirement before quoting bid in the tender.
r) Deviation of any technical specification or commercial terms and condition will not
be entertained under any circumstances. If any such unapproved deviations are detected,
actions including blacklisting of vendor may also be initiated.
s) Bank is not responsible for accidental injury of any of the operating personnel
involving in the AMC/SITC work in Bank premises.
t) Bank is not responsible for the late receipt of tender documents due to postal delay,
strikes or any other reasons.
Page 8 of 192
Seal & Signature of the Tenderer
u) The requirement of Security equipment may be at any of our
Branches/LHO/Administrative Offices/Regional Business Offices at different locations all
over Kerala as well as UT of Mahe and UT of Lakshadweep.
v) Whenever interstate movement of security equipment are involved, the compliance and completion of statutory formalities including matters relating to transport or other access or tax and delivery of security equipment at the Bank specified premises will be the sole responsibility of and at the cost of vendor only. In case any document is to be signed for the purpose, the same may be obtained by the vendors representative from the specified office/branch of the Bank and the same will be signed and returned by the Bank after due verification.
w) The Bidders will be bound by the details furnished by them to Bank, while
submitting the Tender or at subsequent stage. In case, any of such Documents furnished
by the Vendor is found to be false at any stage, it would be deemed to be a breach of
Terms of Contract making the Vendor liable for legal action besides termination of
Contract.
x) The Bank reserves the right to reject any or all expression of interest without
assigning any reasons whatsoever. The Bank also reserves the right to change or
modify in writing any specification/configuration, on a later date/during the process
of binding/demonstration/actual installation of the system.
SUBMISSION OF BIDS
a. The tender is to be submitted in two separate sealed covers marked I & II and submitted separately. Joint bids will not be accepted by the Bank. The cover (I) is to contain the Technical bid duly signed with supporting documents wherever required. There should not be any mention about the price in any manner in cover I. Cover No. II should contain the Indicative price bid as per the Bill of Quantities (BOQ). Cover I should be super scribed as (Technical Bid for security equipment) and cover II as (Indicative price Bid for security equipment) respectively. All pages should be properly tied and tagged in its order for easy identification during scrutiny. Full address with phone no. of the tender should be written on the sealed covers. No deviations from the tender conditions are acceptable.
b. All pages of the tender document shall be serially page numbered, sealed & signed by authorized signatory and stamped. All Corrections shall be duly signed and stamped. Bids received after the above date/time will not be considered. Please quote separately for each of items according to the Technical specifications in the format given in the tender.
c. Additional charges can be claimed for the AMC & SITC at UT of Lakshadweep due to geographical layout even though Lakshadweep branches are under the Administrative control of Ernakulam Module. Sealed bid in this regard will be collected at the time of online reverse auction.
d. The tenderers must use only the prescribed format to submit the tender documents including the Indicative price bid. The Bills of quantities mentioned in the table given in Clause 1 is only tentative count and are liable to change.
Page 9 of 192
Seal & Signature of the Tenderer
e. Bank reserves the right to reject any or all the offer without assigning reason or what so ever.
f. If any vendor offers any components/parts/equipment of higher capacity than what is specified, will be considered as equivalent and no weightage will be given. The Vendors are however, advised to clarify the higher capacity or specification, if any at the relevant place.
g. The indicative price bid shall be submitted separately as cover II in sealed condition. The indicative price bid will be used for the fixing of start price for reverse auction. L1 Bidder for each category of security equipment i.e. CCTV, BAS and FAS separately will be arrived through online reverse auction on the dates mentioned in the Schedule of important dates.
h. Failure to enclose any / all of the necessary documents and to submit the tender in the required format etc., may disqualify the tender.
i. Bank reserves the right to ask the vendors to divert the ordered security equipment for a particular site to a different location / city / site, if the situation so warrants.
j. In the event of failure or not adhering of tender terms and conditions to execute the order after the award of work to L1 Bidder, the EMD submitted will be forfeited by Bank and the vendor will be blacklisted from participating in future tenders
SPECIAL CONDITIONS
a) The vendor should have a valid digital signature to participate in the online
tendering process.
b) Bidders should take a printout of the “Form of Submission of tender & Process
Compliance Statement” for acceptance of the terms and conditions specified in the Tender
Documents (NIT, BOQ, etc) by duly signing the same in all the pages by the authorised
signatory and by affixing the seal of the bidder and send a scanned copy of these duly
signed letters to M/s. e-Procurement technologies Limited prior to e-price bidding.
3. TERMS AND CONDITIONS OF CONTRACT (TCC)
The Terms and Conditions of Contract (TCC) of the existing contract will be applicable in totality
which covers heading Definitions, The Scope of Work, Security Equipment (Software and
Hardware), Patent Rights/Intellectual Property Rights, Hardware and Software, Inspection and
Quality Control Tests, Delivery/Installation Schedule, Delivery/Installation Documentation,
Acceptance Procedure, Transfer of ownership, Insurance, Guarantee/Warranty (New Installation),
Preventive maintenance, Maintenance and Support, Annual Maintenance Contract (AMC),
Security, Shifting of equipment or additions of Hardware / Software in future, Subcontracting,
Confidentiality, Training, Payment Terms (Payment shall be made in Indian Rupees), Period of
Empanelment and Performance review of the Vendors, Prices of security equipment, Delays in
the Vendor’s Performance, Penalty Clause, Performance Guarantee, Retention money (If any)
(already with Bank), Termination for Default, Force Majeure, Termination for Insolvency ,
Termination for Convenience, Applicable Taxes and Duties, Vendor’s obligations, Right to use
Page 10 of 192
Seal & Signature of the Tenderer
defective product, Contract Amendments, Miscellaneous, Resolution of Disputes, Governing
Language, Applicable Law, Performance Bank Guarantee in lieu of Retention Money.
4. GOVERNING LANGUAGE
The Bid prepared by the Vendor, as well as all correspondence and documents relating to the Bid
exchanged by the Vendor and the Bank and supporting documents and printed literature shall be
submitted in English.
5. TECHNICAL SPECIFICATIONS
a) The technical specifications for Security equipment are given as under:
BAS - As per Annexure ‘A’
FAS - As per Annexure ‘B’
CCTV- As per Annexure ‘C’
b) All necessary hardware and software required to make the solution work strictly as
per technical specifications. The specifications, technical parameters, etc, are furnished by
way of basic or minimum requirement by the Bank. Vendors can quote higher technical
specifications to meet the Bank’s requirements. However no weightage would be given for
higher configurations. However in no case the Vendor should quote any lower or inferior
specifications.
c) The tenderer shall be solely responsible for the manufacturers’ design/
specification, safety aspects of the entire BAS/FAS/CCTV systems and related works as
detailed in the tender notwithstanding the specifications furnished hereunder.
d) The items mentioned above shall be manufactured, tested at factory for its quality
and performance. Such units shall be supplied, installed and commissioned at site. Test
certificates from the factory shall be submitted to the Branch.
e) Once the model is approved by the Bank, the bidders will install the approved
models only in the branches/offices.
f) If any model is changed due to any reason by the OEM, the bidder shall supply the
model having superior specification than the approved one from the same OEM and Brand
at the same rate earlier approved for the sample model.
6. EQUIPMENT STANDARD AND PATENT RIGHTS
The goods supplied under the contract shall conform to the standards mentioned in the Technical Specifications. The Vendor shall indemnify, hold harmless and defend the Bank against all third party actions/claims/suits/proceedings on account of any actual/alleged/infringement, any patent rights or trademark or trade secret or industrial design or copyright or other intellectual property right in any country resulting from any purchase or use of goods or any part thereof as per the tender process.
Page 11 of 192
Seal & Signature of the Tenderer
7. STATUTORY REQUIREMENTS
a) Vendor should comply with all the labour Laws, Rules and Regulation of State and Central Government.
b) The applicant should furnish their PAN No, GSTIN/UIN, Registration details of firm with PIN Code., TAN no, TIN No. etc. as applicable.
8. TRAINING
Periodical training should be provided by the manufacturer at site to the concerned department officers/staff of the Bank regarding the operation and trouble shooting of security equipment. Operator level training should be provided by the Vendor.
9. WORK ORDER
a) Work order will be placed by respective Branch/Offices/RBO/AO/LHO to the successful Vendor(s) after getting approval from the RBO/AO/LHO. The Vendor(s) will execute the work orders placed to them within 15 days. If the work is not executed within the mentioned time period, then Bank may engage other Vendors to complete the work.
b) Supply of new security equipment or replacement of any existing equipment other than which is covered under warranty or Comprehensive AMC will be carried out by Vendor only after getting approval from the RBO/AO/LHO and respective Module Security Department. Otherwise Bank reserves its right to reject the supplied equipment and stop payment. This will also invite penalty and/or change of Vendor and/or even depanel/blacklisting the vendor.
c) If rates of any components are not available in the Rate contract, then sufficient sealed quotations should be obtained from the available empanelled vendors for fixing the rates before commencing the work.
d) The Bank shall have a right to cause a technical examination and audit of works and the final bills of the Vendor including all supporting vouchers, abstracts etc. to be made at the time of payment of the final bills.
e) At the time of actual purchase of any equipment, if any latest version or advanced model of such equipment is available in the market, the Bank reserve the right to call for fresh quotes from all the engaged/empanelled Vendors and the L1 so arrived and rates so finalised will be binding on all empanelled Vendors.
f) If the equipment has completed the shell life of five (5) years and cannot be repaired economically, service reports of such equipment are to be forwarded to the concerned RBO. The mode of repair/maintenance/replacement of such equipment will be decided by RBO.
g) The Brands/Makes mentioned in the Indicative Price Bid/ Price Bid / Sealed Price Bid are proposed for new SITC.
h) The replacement for security equipment covered under Comprehensive AMC shall be of the same Brand/Make having equal or superior specifications than the existing one. In case of non availability of the existing Brand/Make, then the Brands/makes specified in SITC with equal or higher specification of the existing shall be used for replacement.
Page 12 of 192
Seal & Signature of the Tenderer
i) Comprehensive AMC is applicable for all the Branches in “as is where is” condition.
10. PERIODICITY OF AMC VISITS
a) During the AMC period, the vendor will depute his technical persons to carry out the preventive maintenance of the system once in three months (quarterly) with a minimum gap of 70 days between each service visits.
b) Any number of visits made to attend to emergency/SoS/fault/repair calls will not be treated as quarterly visit with any extra cost to the Bank. Record of visits and repairs will be maintained at the branches concerned.
c) The maintenance particulars including dates will also be indicated on a sticker to be placed on the system control panel.
d) The vendor should submit a service record sheet with the details of the fault (if any), details of the checks, repairs carried out and the details of the replaced spares in case of any replacements.
e) Replacements of security equipment, if any must be carried out only after the approval from respective RBO/AO/LHO. Otherwise Bank will take strict action against the concerned Vendor including rejection of the supplied equipment and stop payment and/or invoke penalty and/or change of Vendor and/or even depanel/blacklisting the vendor.
11. INSPECTION AND TESTS
a) The materials, workmanship and manufacture shall be of the highest grade and perform in full conformity with the specifications, drawings and in accordance with the tender documents. The vendor shall be responsible for any defects that may arise due to faulty materials, design or workmanship such as corrosion of the equipment, inadequate contact protection, deficiencies in circuit design. They shall rectify such defects at his own cost when called upon to do so by the Bank.
b) The Bank or its representatives or ultimate client shall have the right to inspect and test the goods for their conformity to the specifications. The Bank may also appoint an agency for this purpose.
12. SPARE PARTS AVAILABILITY AND COMPLAINT MANAGEMENT SYSTEM
a) The selected Vendors shall provide the Bank/office a customer complaint management system with level of escalation for registering the complaints and for further follow-up till rectification. The call log details and date of rectification of faults will be furnished to the RBO/AO as and when demanded.
b) All repairs and maintenance services shall be performed by qualified and experienced technicians of unbeaten integrity only, who would be in possession of company given Photo identity card and authorisation letter from the vendor.
c) The vendor should inform the Branch Manager in advance the details of their technical personnel who would be visiting the branch for maintaining the system, due to security reasons.
d) The successful vendors should ensure adequate stock/supply of spares for all the make and type of security equipment (Burglar Alarm, Fire Alarm & CCTV systems) placed
Page 13 of 192
Seal & Signature of the Tenderer
under their Comprehensive AMC in their warehouse or with OEM or dealer or distributors or local market for a minimum period of three years from the date of award of tender to facilitate other vendors for uninterrupted delivery of service to our Branches/Offices. To this effect the successful Vendor must submit a declaration certificate obtained from the OEM that the product quoted shall not be declared end of life at the time of delivery and would receive support for the product atleast for three years from the date of award of tender. The Vendor should submit a declaration in their letter head with seal/stamp.
13. WARRANTY
a) Onsite comprehensive warranty for all the components including free replacement of spares, parts, kits during Defect Liability period of 12 Months from the date of completion of SITC.
b) The warranty would be on-site and comprehensive in nature and back to back support from the OEM. The vendor will warrant all the hardware and software against defects arising out of faulty design, materials and media workmanship etc. during Defect Liability period of 12 Months from the date of completion of SITC.
c) During the warranty the vendor will depute his technical persons to service the system once in three months (quarterly) with a minimum gap of 70 days between each service visits without claiming any additional cost including AMC charges to the Bank.
d) Replacement under warranty clause shall be made by the bidder free of all charges at site including freight, installation, insurance and incidental charges. If it becomes necessary for the vendor to replace or renew any defective portion/portions of the equipment under this clause, the provisions of the clause shall apply to the portion/portions of equipment’s replaced or renewed. If any defect is not remedied within a reasonable time, the Bank may proceed to get the work done at the Vendor’s risk and expenses, but without prejudice to any other rights which the Bank may have against the Vendor in respect of such defects.
e) The entire system should be covered under onsite comprehensive warranty (covering both preventive as well as corrective maintenance) from any defects in material and workmanship for a period of one year commencing immediately upon the satisfactory commissioning.
14. REPLACEMENT OF SUB STANDARD/DEFECTIVE EQUIPMENT
If any equipment or any part thereof, is found defective or fails to meet the requirements of the contract the Vendor shall forthwith arrange to set right the defective equipment or replace the same by the good one to make it comply with the requirements of the contract within a period not exceeding one month from the date of the initial report pointing out the defects. The replacement or rectification shall be made at site by the Supplier free of cost.
15. INSURANCE
Before commencing the work, the Vendor shall without limiting his obligations and responsibilities under this condition, insure against any loss of life or injury to any personnel in the employment of Vendor. For this purpose, insurance shall be taken by the Vendor. Such insurance shall be taken to include both employees/workmen covered by the Employees Compensation Act 1923, as well those employees/workmen not covered by the said Act. Separate insurance policies may
Page 14 of 192
Seal & Signature of the Tenderer
be taken for employees/workmen covered by Employees Compensation Act 1923, and employees workmen not covered by the said Act. All the premiums shall be paid by the Vendor.
16. PENALTY CLAUSE
a) Delivery and installation of new equipment will be completed by the vendors within 15 days from the date of issue of the purchase order. Liquidated damage at the rate of 0.5% per week will be deducted from the bill amount for the delay in installation of the equipment, subject to a maximum of 5% of the work order value.
b) The Bank, reserves the right of getting the systems/ equipment attended by any-other agency, if the complaints are not rectified to the satisfaction of Bank, within 72 hours from the time of fault report. The cost of such repairs etc. shall be at the risk and cost of the AMC/SITC Vendor.
c) In case the fault cannot be rectified at the premises and the system/equipment needs to be taken out of the premises, vendor within 48 hours shall provide a standby system/equipment of similar/equivalent configuration till the original system / equipment is replaced after rectification. Transportation charges, Labourer, charges for standby system, if any shall be borne by the vendor.
d) Apart from the above, Bank reserves the right to depanel/blacklist the vendor in case of unsatisfactory performance during the warranty/AMC period, in which case intimation thereon will be furnished to Bank’s other LHOs and also IBA for their information. Bank also may opt for legal recourse in the event of any security breach occurred at any of the branches/offices due to the negligence and/or failure on the part of the vendor to keep the system in good working condition.
e) Any losses sustained by Branch/Office due to negligence of vendor’s service in the form of loss/damage of Bank’s property will be recovered from the vendor as estimated by the Bank. The decision of the Bank in this regard will be final and binding on the vendor/firm.
f) The vendor shall ensure that the full configuration of the BAS & FAS are available to the Bank in proper working condition, minimum 99% (Ninety nine percent) up time in every quarter.
g) All the complaints will be attended to by the vendor within two working days in the Circle. Penalty thereafter will be levied on the vendor for non-functioning of the systems at the following rates for BAS & FAS:-
Beyond two to five working days – Rs.500/-per day.
After five working days – Rs 1000/- per day
Beyond 10 working days - Contract liable to be terminated
h) Without prejudice to any of Bank’s other rights and remedies, for every 1% drop in System uptime from the guaranteed 100% during a quarter, VENDOR shall reimburse to the Bank towards penalty, 1% of the value of the AMC contract amount, which will keep increasing limited to 20%, this will be recovered from the AMC charges payable/ Performance Guarantee / Retention Money Deposit held by the Bank and the same will
Page 15 of 192
Seal & Signature of the Tenderer
also otherwise recoverable from the Vendor. Availability will be calculated on a quarterly basis.
i) In the event of deficiency being such that the 25% penalty ceiling is breached, the vendor shall become liable for further penal actions to the extent of termination of his contract with forfeiture of EMD/RMD or invocation of Performance Bank Guarantee as deemed fit and reasonable by the Bank.
j) However, this penalty shall also not apply in case of delays in restoration of system caused by the so called acts of God, War, Earthquake, Tsunamis, Riots, Bandhs, Civil Disturbances, any of which affect either the vendors nearest service centre or the site of installation.
k) If the Bank is satisfied that the delay in supply was caused by the circumstances beyond the Control of the Vendor, they may grant him in writing extension of time which may be extended on case to case basis.
l) Appropriate penalties will be recovered from the quarterly payment if the vendor is not able to achieve required service levels as mentioned below:
Sl. No SLA Target Penalties
(i)
Availability / Uptime of CCTV
System consisting of CCTV
camera / DVR /Display panel
100.00%
100.00 % = NIL
99.00% to 98.99%= 1 % of AMC amount
98.00% to 98.99 %= 2%
97.00% to 97.99% =3%
96.00% to 96.99% = 4%
95.00% to 95.99% = 6%
Less than 95 % = 20%
(ii) Poor picture quality or Face
recognition System Rs.1000/- per instance
(iii) Adequate number of days
recording not available Rs. 100/- for each day < 90
(iv) Complaint resolution
Within time limit as per RFP – Nil
Delay of each day in complaint resolution – Rs.
100/- / day
(v) Not carrying out AMC as per
schedule Rs. 500/- for every week of delay
(vi) Penalty, once the maximum
penalty reached
Bank may terminate the contract and forfeit the
PBG
(vii) Not keeping required
manpower as per SLA Rs.1000/- per technician, at every instance
m) The VENDOR, if he chooses, may install his own standby system of identical specification, if such systems are acceptable to Bank. The period of use of such systems shall be deducted from downtime for all purposes.
Page 16 of 192
Seal & Signature of the Tenderer
17. TERMINATION ON DEFAULT
The Bank may, without prejudice to any other remedy for breach of Contract, by written
Notice of default, sent to the Vendor, terminate this Contract in whole or in part, if
a) The Vendor fails to deliver any or all the Goods/items within the time period (s)
specified in the Purchase Orders, or any extension thereof granted by the Bank;
b) The Vendor fails to perform any other obligation(s) under the Contract;
c) The Vendor, in either of the above circumstances, does not remedy his failure within
a period of 15 days (or such longer period as the Bank may authorize in writing) after
receipt of the default Notice from the Bank.
d) Supply of defective Goods not conforming to Samples, poor Quality, Design, Brand,
etc,.
Note: In the event the Bank terminates the Contract in whole or in part, the Bank may
procure, upon such terms and in such manner as it deems appropriate, Goods similar to
those undelivered and the Vendor shall be liable to the Bank for any excess cost for such
similar Goods. However the Vendor shall continue the Performance of the Contract to the
extent not terminated. The Bank is free to procure the undelivered / delayed/defective
supply from other source at the risk and cost of the Vendor.
18. TERMINATION FOR INSOLVENCY
The Bank may at any time terminate the Contract by giving written Notice to the Vendor, without
compensation to the Vendor, if the Vendor becomes Bankrupt or otherwise insolvent as declared
by the Competent Court provided that such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue thereafter to the Bank.
19. ADD ON/REPEAT ORDER/QUANTITY VARIATION
a) Bank, reserves the right to place Add on / Repeat order for additional quantity at the same rate and terms & conditions of the contract within three years or expiry of contract whichever is earlier.
b) Bank may delete the number of systems/equipment during the contract period and the charges shall be reduced accordingly, based on the unit price quoted by the Vendor.
20. PAYMENT TERMS AND CONDITIONS
a) The work orders will be issued by the Branch/Office/Regions/AOs/LHO. Since timely execution of works is of paramount importance, requests for extension of time shall not be entertained. No interest shall be paid in case of any delay in the payment.
b) The Bank will pay AMC charges and SITC charges (If any) within reasonable period (Within 30 days) after submission of valid invoices and verifying the actual measurements and quantity of work at the site by Bank’s representatives. All payments shall be made as under:-
Page 17 of 192
Seal & Signature of the Tenderer
i. Payment of AMC charges will be made directly by the respective Branch/ Office/ RBO/AO/LHO at quarterly interval in arrears after deducting applicable penalties, if any subject to receipt of GST invoice along with satisfactory service reports for the quarter.
ii. Payment of SITC charges (If any) will be made directly by the respective Branch/ Office/ RBO/AO/LHO within reasonable period after submission of valid GST invoices along with satisfactory commissioning report and verifying the actual measurements and quantity of work at the site by Bank’s representatives and deducting applicable penalties, if any, after satisfactory completion of SITC.
Note: - Vendors to get the AMC certificate signed by respective Branch Manager/ authorized official at the time of visit.
iii. AMC charges quoted by the Vendor shall include all charges applicable.
iv. Payment for retrieval of CCTV footage and copy it on CD/DVD/ Pen drive will be paid extra (to be decided through bidding process)
v. Expenses, stamp duty and other charges/ expenses in connection with execution of this Agreement shall be borne by vendor.
vi. No advance payment will be made.
vii. The Bank may withhold payment of bills, for deficiency in service or otherwise, and may set – off penalty amount and any other amount which vendor owes to the Bank against charges payable to vendor under this agreement.
21. TAXES AND DUTIES
The tenderer must include in their tender prices quoted, all duties, royalties and sales tax, or any other taxes or local charges if applicable except GST. No extra claim on this account will in any case be entertained Except GST. Any subsequent addition/reduction in taxes/levies etc. shall be borne/recovered by the Bank.
22. RETENTION MONEY
a) When new systems are installed satisfactorily, the respective
Branches/Offices/RBOs will make a payment of 90% of the value of work for installation of
equipment. 10% of the invoice value will be retained by the Branches/Offices/RBOs
concerned as Retention money for a period of three years from the date of commissioning
and handing over of the system as stated in the payment terms and conditions.
b) Retention money will be returned to the Vendor after three years after successful
completion of work and attending to all complaints/defects during the period.
c) In case Vendor fails to complete the work in time or as per tender specification or
leave the job incomplete, the Bank will be at liberty to recover the dues from Retention
money as the case may be within its sole discretion.
d) No interest shall be paid to the amount retained by the Bank as Retention money.
Page 18 of 192
Seal & Signature of the Tenderer
e) Performance Bank Guarantee (PBG) in a format approved by the Bank issued by a
Scheduled Commercial Bank will be accepted by Bank for release of Retention Money or
in lieu of EMD. A draft format of PBG is given as Annexure ‘N’.
23. RESPONSE TIME FOR REPAIRS & MAINTENANCE
a) The time period for attending the complaint shall be reckoned from the complaint
commencing from 1st call on mobile or the time of 1st e-mail sent to the service
centre/vendor/Vendor/Vendor in this regard.
b) Time frame for a complaint to be attended till it is resolved is as under:
Sl No Branch/Office Location Max Time Limit
1 Metro/Urban 24 hrs
2 Semi Urban 36 hrs
3 Rural 48 hrs
4 Difficult Centre (Lakshadweep)
120 hours
Extension on special grounds as
decided by the concerned RBO/AO
24. SUBCONTRACTING a) In no circumstances, the Firm shall appoint any Sub-Vendor or Sub-Lease the Contract.
b) Vendor shall not permit anyone other than vendor’s qualified personnel to perform any of the work, services or the performance required of vendor under this agreement without the prior written consent of the Bank.
c) If it is found that the Vendor has violated these conditions, the Order will be
terminated forthwith without any Notice and Performance Guarantee/Retention
money/EMD will be invoked or forfeited as the case may be.
25. SECURITY
VENDOR agrees that it and its personnel will at all times comply with all security regulations in effect from time to time at the Banks premises and externally for materials belonging to the Bank.
26. CONFIDENTIALITY
Vendor acknowledges that all material and information which has or will come into its possession or knowledge in connection with this agreement or in performance hereof, consists of confidential and proprietary data, whose disclosure to or use by third parties will be damaging or cause loss to the Bank. Vendor agrees to hold such material and information in strictest confidence, not to make use thereof other than for the performance of this agreement to release it only to vendor’s employees requiring such information, and not to release or disclose it to any third party. Vendor
Page 19 of 192
Seal & Signature of the Tenderer
agrees to take appropriate steps/action with respect to its employees to ensure that the obligations of non- use and non- disclosure of confidential information under this agreement are fully satisfied.
27. METHOD OF TENDERING
The bidding process shall be conducted online in Two Bid System through our e- Tendering
Service Provider viz., M/s. e-procurement technologies Ahmedabad, Ltd.
BID DOCUMENTS: - The work has to be carried out strictly according to the conditions stipulated
in Bid consisting of the following documents and in the most workmen like manner,
Notice Inviting Tender (NIT)
General Conditions of Contract
Price Bid
The above documents shall be taken as complementary and mutually explanatory of one another
but in case of ambiguities or discrepancies, shall take precedence in the order given below:
Complete set of Bid documents are available at the Bank’s website https://www.sbi.co.in under
the link “SBI in the News” Procurement news “Procurement News” during the period
mentioned in the Notice Inviting Tender.
Sample Business Rule Document given as Annexure ‘M’.
28. PERIOD OF VALIDITY OF BIDS
The tenders submitted shall remain valid for acceptance for a period of 120 days from the last date for submission of PRICE BID. Should any tenderer withdraw his tender before the expiry of the said period or makes any modifications to his tender, their EMD will be forfeited.
29. CLARIFICATION /AMENDMENTS AND CORRIGENDUM
a) Bidder requiring any clarification of the bidding document may notify us in writing at the address/ by e-mail given in the Notice Inviting Tender within the date/time mentioned.
b) The clarifications to the queries received or amendments in the tender, if any will be posted on the Bank’s website https://www.sbi.co.in as a corrigendum/ Addendum. No individual communication will be conveyed to the Bidders. The interested parties/Bidders are advised to check the above website regularly till the date of submission of Bid document and ensure that clarifications / amendments issued, if any, have been taken into consideration before submitting the Bid. Such amendments/clarifications, if any, issued by the Bank will be binding on the participating Bidders. SBI will not take any responsibility for any such omissions by the Bidder. SBI, at its own discretion, may extend the deadline for submission of Bids in order to allow prospective Bidders a reasonable time to prepare the Bid taking into account the amendments.
c) Depending upon the Bank’s requirements, a pre bid meeting, if required, will be
held on the date and time specified in the tender which may be attended by the interested
Bidders or their representatives and get their queries clarified. The Tenderer or their
Page 20 of 192
Seal & Signature of the Tenderer
authorised representative is requested to be present during the opening of the bids. This is
optional.
d) SBI reserves the right to amend, rescind or reissue the tender, at any time prior to
the deadline for submission of Bids.
e) No request for change in commercial/ legal terms and conditions, other than what
has been mentioned in the tender or any addenda/ corrigenda or clarifications issued in
connection thereto, will be entertained and queries in this regard therefore will not be
entertained.
f) Any Queries received after the scheduled date and time will not be responded/
acted upon.
30. PRICE BID
a) The rates should be quoted in Indian Rupees only in words as well as figures. GST as applicable should be quoted separately.
b) For indicative price bid, only one price should be quoted for each item and if more than one price is quoted under different options the rate quoted by him in the first option only will be considered for evaluation.
c) Rates/Prices quoted by the Vendor shall remain fixed during the entire period of Contract including any extension of period by the Bank. No claim for compensation or loss due to fluctuations or any other reasons/causes will be entertained.
d) A Bid with an adjustable price quotation will be treated as nonresponsive and will be rejected.
e) The Bank reserves the right to call for fresh quotes any time during the validity period, if considered necessary.
31. PRICES FOR ALL ITEMS
a) The Vendor should quote for complete solution proposed/listed in this Bid. In case,
prices are not quoted by any Vendor for any specific product and / or service, for the
purpose of evaluation, the highest of the prices quoted by other Vendors participating in
the bidding process will be reckoned as the notional price for that service, for that Vendor.
However, if selected, at the time of award of Contract, the lowest of the price(s) quoted by
other Vendors (whose Price Bids are also opened) for that service will be reckoned. This
shall be binding on all the Vendors. However, the Bank reserves the right to reject all such
incomplete bids.
b) The commercial bid shall include the complete cost of the project, implementation
cost i.e. all cost involved till the time of testing and satisfactory handing over the complete
system to the Bank i.e. the State Bank of India.
Page 21 of 192
Seal & Signature of the Tenderer
32. MODE OF EVALUATION
a) ONLINE REVERVE AUCTION (ANNEXURE D-1 TO ANNEXURE D-6)
i. The start price and decrement value will be fixed by SBI. The price bids (Indicative price bids) submitted by the vendors will be opened in presence of committee before reverse auction for fixing the start price.
ii. The Vendor should quote for the entire package on a single responsibility basis for hardware / software / Services it proposes to supply/provide..
iii. The bids will be evaluated as a package from individual vendors and not on the basis of lowest rates of individual items across the vendors. The rates quoted by the L1 Bidder for the package as well as the individual items will be taken as L1, even though rates of some of the items may happen to be higher than quoted by other bidders.
iv. The L1 Bidder will be selected on the basis of total package cost to the Bank after online reverse auction
v. The successful vendor is required to provide price breakup in BOQ given in Annexure and under no circumstance price of individual items should be quoted above its MRP and market price.
vi. Prices quoted should be all inclusive excluding GST. If these levies are included in the price quoted without giving the break up details such Bids will summarily be rejected.
vii. The final rates of the items will have to be calculated in ratio of total amount quoted by the lowest bidder through reverse auction process and the amount quoted in indicative price bid.
viii. The L1 Bidder should submit the detailed break up as per the BOQ format within 48 hours of the reverse auction. The price breakup should contain not only the rates but also the value of each item of work entered in a separate column and all the items as per the Banks BOQ format totaled up in order to show the L1 aggregate value of the amount. Please note that tenderer has to quote for the individual items mentioned in the tender.
ix. L1 Bidder, immediately on completion of the reverse auction activity, has to provide the unit-wise prices of all the items in the tender. These prices will be advised to all our Branches/Offices in Kerala and UT of Mahe and UT of Lakshadweep.
b) SEALED BID (ITEMS NOT COVERED IN ONLINE REVERSE AUCTION)
(ANNEXURE G-1 TO ANNEXURE G-6)
i. In addition to online price bid, the Vendor has to submit online sealed quotations for certain other security equipment which is not mentioned in the entire package and its break up before the start of the online reverse auction.
ii. The sealed quotations will be opened after the online reverse auction and the L1 rates for each individual item will be derived by comparing the bids. The
Page 22 of 192
Seal & Signature of the Tenderer
successful Vendors must accept for the L1 rates of these items and SITC of these equipments whenever warranted. If any Vendor is not accepting the rates, then SITC of those items will be given to the L2 Bidder or L3 Bidder upon their choice
33. Bidding Example: The final rates of the items will have to be calculated in ratio of total
amount quoted by the lowest bidder through reverse auction process and the amount quoted in
indicative price bid.
Example:
Indicative Price Bid submitted by vendor:
Item Rate (R) (Rs) Quantity Amount (Rs)
A 100.00 2 200.00
B 200.00 3 600.00
C 300.00 4 1200.00
Total amount in
Indicative Price bid 2000.00
The total amount mentioned in indicative price bid is Rs.2,000/- but the final L-1 amount quoted
by the vendor through E-reverse auction is Rs.1,600/- then the K factor for L-1 vendor will be
calculated as under:
Ratio K = (Total amount quoted by the lowest bidder through reverse auction process) / (The
amount quoted in indicative price bid). K = 1600 /2000 = 0.8
The item wise final price to be confirmed by the vendor shall be as under:
Item Final Rate (Rs)
R * K Quantity Amount (Rs)
A 100X0.8 2 160.00
B 200X0.8 3 480.00
C 300X0.8 4 960.00
Total amount worked
out after online
reverse Auction
1600.00
34. DOCUMENTARY EVIDENCE ESTABLISHING ELIGIBILITY OF PRODUCTS OFFERED
AND ITS CONFORMITY TO THE TECHNICAL SPECIFICATION
The L1 Bidder shall submit point by point compliance to the technical specifications of the product
offered is as per the Banks given specification. Any deviations from specifications should be
clearly advised to the Bank.
Page 23 of 192
Seal & Signature of the Tenderer
35. SIGNING OF THE BIDS
a) The Bidder has to authenticate with his Digital Signature Certificate (DSC) and upload the required Bid owning responsibility for their correctness/authenticating documents one by one as indicated in the Tender Document.
b) The required documents for the Tender should be properly paged and indexed and the requisite information should be highlighted also.
36. AWARD OF CONTRACT
The Contract shall be awarded with the approval of the Competent Authority to the Bidder whose Bid has been determined to be eligible and to be substantially responsive to the Bid Documents and who has offered the lowest evaluated Bid. The items mentioned in the bids are to be supplied to the branches/offices spread over Kerala, UT of Mahe and UT of Lakshadweep. Bank reserves the right to make any changes in the list of locations.
37. TIME FOR COMMENCEMENT OF WORK
a) AMC/SITC work must immediately commence after awarding of contract by the
Bank.
b) Any new SITC work given to the Vendor should be completed within 15 days from
the date of work/purchase order.
38. DEFECT REPORTING
The defects, if any observed in the Security Equipment will be reported telephonically and/or by email and/or through other means of communication by any Bank staff (Including Contractual staff) from the Branch/Office/RBO/AO/LHO. The Vendor is expected to develop a mechanism so that the Bank staffs are able to contact the Vendor 24 x 7 for reporting of defects, if any. The Vendor must maintain adequate means of communication, including landlines, mobiles, fax, emails, etc in their office within 10 days from signing the contract.
39. EXECUTION OF WORK
a) The Installation should happen during and after office hours and during holidays without creating any disturbance to the occupants.
b) Necessary security permissions need to be taken from the respective Branch/Office.
c) As part of the execution of the above work the vendor should clear the debris then and there. If it is not done, the Bank will arrange for removal and recover the cost from the Bidder.
d) The Vendor should arrange with his own labour to put in place any furniture/ workstations/chairs or any other item which was disturbed / moved for executing the above contract.
e) The technicians engaged by the bidder shall be well mannered. The vendor is responsible for the conduct of the technicians and any other employees/persons of the Vendor inside Bank’s premises.
Page 24 of 192
Seal & Signature of the Tenderer
f) The cable laying in the Bank’s premises shall be through the ducts, pipes etc. No road cutting, grooves in the walls, floors will be permitted. Any damages to the Bank’s property on account of the above will be suitably recovered from the bills of the vendor.
g) The cables/wires shall be laid through PVC conduits/existing cable tray and fixed in ceiling or wall saddle at minimum 450 mm centre to centre or as directed.
40. AGREEMENT
a) The tenderer whose tender is accepted is bound to execute a formal agreement with the Bank on a stamp paper of appropriate value within 15 days from the receipt of intimation of acceptance of his Bid by SBI and this agreement will include the duly completed form of tender, specifications conditions, other papers therein, special conditions, all drawings etc., but his liability will commence from the date of the written acceptance of the tender whether the formal agreement is drawn or not.
b) Master agreement will be done at each Administrative Offices of SBI and regional
agreement with the allotted RBOs. Copy of each Master agreement should be submitted
to CSO Dept, LHO, Thiruvananthapuram for record purpose by the respective successful
bidders.
c) Until a formal agreement on stamp paper is prepared and signed, this offer document along with the correspondence shall constitute a binding contract between the tenderer and the Bank.
d) The Vendor shall bear all expenses in connection with the execution of the said agreement including fees for stamps and registration of documents as required.
e) Format of the agreement will be shared with the successful Vendors along with the work order.
41. ANNULMENT OF THE AWARD
a) Failure of the Successful Bidder to comply with any of the requirements shall
constitute sufficient ground for the annulment of Award and forfeiture of the Bid Security in
which event the Bank may make the award to any other Bidder at the discretion of the
Bank or call for New Bids.
b) Bank reserves the right to disqualify the Vendor for a suitable period who fails to
supply the item and execute the work in time. Further, the Vendors whose items do not
perform satisfactorily or the quality of which is not satisfactory may also be disqualified for
a suitable period as decided by the Bank.
c) Bank reserves the right to Blacklist a Bidder for a suitable period in case he fails to
honour his Bid without sufficient grounds.
42. RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
a) SBI does not bind itself to accept the lowest tender and reserves to itself the right to reject any or all the tenders received without assigning of reasons thereof. Further, the SBI reserves the right to award any portion of the work to different tenderers or to award the
Page 25 of 192
Seal & Signature of the Tenderer
entire work to one tenderer. SBI reserve the right to cancel the Bidding process and reject all Bids at any time prior to award of the contract, without incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the SBI’s action.
b) The acceptance of a tender rests with the Competent Authority, who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of the tenders received, without assigning any reasons. All tenders in which any of the prescribed conditions are not fulfilled, or are incomplete in any respect are liable to be rejected.
c) The notification of award will constitute the formation of the Contract. The selected Bidder should convey acceptance of the award of contract by returning duly signed and stamped duplicate copy of the Purchase Order (PO) within 15 days from the date of issue of work order and to enter into an agreement with the Bank.
d) The compensation or other sums of money payable by the Vendor to the Bank under the terms of contract may be deducted from his EMD/ SD if the amount so permits and the Vendor shall unless such deposits become otherwise payable within ten days, after such deductions, make good in cash the amount so deducted.
e) The work shall be carried out under the directions and supervision of and subject to the approval in all respects by the Branch/Office/RBO/AO.
f) In case of renovation of branches - The work has to be done inside a functioning office. The Vendor shall carryout work without causing inconvenience to the officials working in the premises. Necessary safety precautions shall be arranged by the Vendor at his own cost before commencement of the work. No separate payment shall be made for dismantling and re-arrangement of existing security equipment other than shifting charges as applicable for temporary functioning of the branch.
43. MANUFACTURER’S AUTHORIZATION FORM (MAF)
a) The selected vendor(s) should have Manufacturer’s Authorization Form (MAF) in
original with clear validity date. The vendor(s) should produce back-to-back agreement
with each of the equipment Manufacturer, to give direct support for maintenance, spares
and upgrades for a minimum period of 5 years (including warranty period).
b) The products proposed by the vendor should be from OEM which should be
BIS/ISI marked / ERTL or equivalent lab test certificate issued by Govt. of India Electronics
Test Laboratory / UL (Underwriters Laboratories Inc) or CE ("European Conformity")
certified. Enclose the relevant documents. The make and type of the products must
conform to Bank's requirement and must be specified by the Company. The manufacturer
of the equipment must have a sound and well documented quality framework. A proof of
the same is required to be provided by the vendor.
c) Product Literature: Technical Specifications/ Brochure of the product should be
there with the offered product.
Page 26 of 192
Seal & Signature of the Tenderer
44. COST OF BIDDING
The Vendor shall bear all costs associated with the preparation and submission of its Bid, and the
Bank will in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the Bidding process.
45. PRODUCT MODEL/SAMPLE DEMO
The tentative dates for Product Model/Sample demo for finalisation of Brands and its Models is
given in the Technical Bid -Schedule.
46. DOCUMENTS COMPRISING THE BID
a) Manufactures/ Producers Authorization Form.
b) All submitted documents should be complied in accordance with the clauses in the
BID and duly signed by the authorized representative of the Vendor and stamped with the
official stamp of the Vendor on each page.
c) The Price bid (Indicative and e-reverse auction) should be submitted online.
d) If the envelope is not properly sealed and marked, the bid will be rejected.
47. LATE BIDS
Any Technical Bid / Indicative Price Bid received after the deadline for submission of indicative
price Bids prescribed, will be rejected and returned unopened to the vendor.
48. E-REVERSE AUCTION PRICE BIDS
The tentative dates for submission of price bids, conducting and opening of e-reverse auction are
as given in the Technical Bid - Schedule.
49. PENALTY FOR NOT PARTICIPATING IN THE BID
The EMD and Performance Guarantee/Retention money (If any) of empanelled vendor will be
forfeited and he will not be allowed to participate in any tender for next three years if a Vendor
does not participate in the reverse auction or offline commercial bid.
50. CONTACTING THE BANK
a) No Vendor shall contact the Bank on any matter relating to its Bid other than those
which are specifically advised herein, from the time of opening of Price Bid to the time the
Contract is awarded.
b) Any effort by a Vendor to influence the Bank in its decisions on Bid evaluation, Bid
comparison or contract award may result in the rejection of the Vendor’s Bid.
51. AWARD CRITERIA
a) The entire work of each AOs will be distributed amongst L1, L2 and L3 Bidders with
lowest evaluated Bid i.e L1 after e-reverse auction by the Bank in the ratio 50:30:20 or
Page 27 of 192
Seal & Signature of the Tenderer
such other ratio, as may be decided by the Bank. The work orders will be issued by the
Branch/Office/Regions/AOs/LHO. Since timely execution of works is of paramount
importance, requests for extension of time shall not be entertained. No interest shall be
paid in case of any delay in the payment.
b) In case L1 shows unwillingness to work, the Bank reserve the right to accept L2 as
L1, provided L2 agree with the L1 rate. If the same is not feasible, the Bank may again go
for fresh commercial bidding (Online /Offline) and the L1 will not be eligible to participate in
the said process. The L1 Bidder who after bidding showed unwillingness to do work,
his/her security money/EMD with Bank will be forfeited. The Vendor will be depanelled
from the Bank and will not be allowed to participate in future online reverse auction and
tender process for five years.
c) If the L1 Bidder shows unwillingness to accept the rate contract of online sealed bid
items, his/her EMD with Bank will be forfeited and tenders will be re-invited. The Bidder
will be depanelled from the Bank and will not be allowed to participate in future online
reverse auction and tender process for five years.
d) For the purpose of sharing of the work with L2 and L3 stated in clause (a) above, in
case L2 or L3 refuse to accept L1 rate, the next bidder such as L4 or L5 will be given
opportunity to accept L1 rate.
52. NOTIFICATION OF AWARD
a) Prior to expiration of the period of Bid validity, the Bank will notify the successful
Vendor in writing or by e-mail, that his Bid has been accepted.
b) The notification of award will constitute the formation of the Contract. The selected
Vendor should convey acceptance of the award of contract by returning duly signed and
stamped duplicate copy of the award letter within 7 days of receipt of the communication.
c) CAMC rates fixed at the time of contract will be non negotiable and no revision will
be permitted.
53. BANK’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
The Bank reserves the right to accept or reject any Bid in part or in full or to cancel the Bidding
process and reject all Bids at any time prior to contract award, without incurring any liability to the
Vendor or Vendors or any obligation to inform the Vendor or Vendors of the grounds for the
Bank’s action.
54. FREQUENCY OF PURCHASE ORDERS/ DELIVERY
a) Purchase/Work Orders of Security equipment, if any will be issued directly by SBI
Branches/Offices/RBOs/AOs/LHO as and when demand arises. The Delivery has to be
effected within 10 working days or a period even lesser than that owing to exigencies of
the situation on mutually agreed upon date and time between the Bank and the Vendor.
Page 28 of 192
Seal & Signature of the Tenderer
However, Bank reserves the right to get the SITC of security equipment immediately
depending upon the urgent requirement.
b) The contact details including mobile numbers of the service engineer or any nodal
person, who can be contacted at any time, even beyond office hours and on holidays
should be provided to the Bank. In case, the Vendor fails to supply the required quantity
within stipulated period of time from the receipt of Supply Order, the material will be
procured from other Vendors and the difference of cost, if any, will be recovered from
EMD/ Performance Guarantee/ Retention money (If any) and necessary action for
Blacklisting the Vendor may also be taken.
c) The Bank may arrange for the third party to inspect the products/equipment on
receipt to examine whether the products/equipment supplied are in conformity with
requirements/specifications in terms of Make, Model, Quality, Size, Colour, Shade,
Dimensions, etc. In case the inspection team rejects the products/equipment for not
conforming to the required specifications the Vendor has to replace the
products/equipment ensuring conforming to the required specifications within the given
time.
d) Any loss or damage to the Bank due to delayed / defective /damaged / poor quality
supply shall be recovered from the payable dues to the Vendor including Performance
Guarantee / Retention money.
55. TENDER DOCUMENTS
The work has to be carried out strictly according to the specifications and conditions stipulated in
tender consisting the following documents and in a professional manner,
a) Instructions to tenderers
b) General Conditions of Contract
c) Technical Specifications
d) Price Bid
The above documents shall be taken as complementary and mutually explanatory of one another
but in case of ambiguities or discrepancies, shall take precedence in the order given below:
a) Price Bid
b) Technical Specifications
c) General Conditions of Contract
d) Instructions to Tenderers
Complete set of tender documents including relative drawings can be downloaded from
https://www.sbi.co.in under the link “SBI in the News” Procurement news “Procurement
News”. It shall be responsibility of the Vendor to arrange and ensure that all pages of
Page 29 of 192
Seal & Signature of the Tenderer
Technical & Financial Bid are bounded separately. Tenders in loose pages may be
disqualified.
56. SUPPLY IN ORIGINAL PACKING
Items shall be supplied in Original Packing from the Manufacturer clearly indicating
Manufacturing Date, Place and Price. The supply shall be completed as prescribed in Purchase.
57. GUARANTEE/WARRANTEE
a) Minimum Guarantee/Warrantee of the item should be at least one year from the date of delivery.
b) In the event of any Manufacturing defects of item, the Firm/Bidder has to replace the same free of cost.
58. LOCAL LAWS, ACTS, REGULATIONS
The Vendor shall strictly adhere to all prevailing Labour Laws inclusive of Contract Labour
(Regulation and Abolition) Act of 1970 and other safety regulations. The Vendor shall comply with
the provision of all labour legislation including the latest requirements of all the Acts, laws, any
other regulations that are applicable to the execution of the project.
a) Minimum Wages Act, 1948 (Amended)
b) Payment of Wages Act 1936 (Amended)
c) Employees Compensation Act 1923 (Amended)
d) Contract Labour Regulation and Abolition Act 1970 and Central Rules
1971(Amended)
e) Apprentice Act 1961 (Amended)
f) Industrial Employment (Standing Order) Act 1946 (Amended)
g) Personal Injuries (Compensation Insurance) Act 1963 and any other modifications
h) Employees’ Provident Fund and Miscellaneous Provisions Act 1952 and
amendment thereof
i) Shop and Establishment Act
j) Tax/VAT Laws
k) Labour Laws/ Codes
l) Any other applicable Central/State Laws
m) Any other Act or enactment relating thereto and rules framed there under from time
to time.
59. SAFETY CODE
Page 30 of 192
Seal & Signature of the Tenderer
a) Vendors must initiate and maintain safety management programs to protect their employees from hazards through procedures, practices, and regular inspection of the work areas, materials, equipment, information and training necessary for safe work performance.
b) Vendor must adhere to safety practices and avoid hazardous and unsafe working conditions and shall comply with the Government safety rules in force from time to time.
c) The Vendor must ensure safety of men, equipment, material and environment during execution of the work.
d) The Vendor must take adequate precautions to prevent danger from electrical equipment. For electrical on line works, gloves, rubber mats, and rubber shoes shall be used.
e) Safe means of access shall be provided to all working platforms and other working
places.
f) The Vendor must ensure that all necessary personal safety equipment as
considered adequate by the Technician/Service Engineer are kept available for the use of
the persons employed on the Site and maintained in a condition suitable for immediate
use. Vendor should also take adequate steps to ensure proper use of equipment by those
concerned.
g) The Vendor shall take all necessary safety precautions and arrange for appropriate
appliances as per existing direction of Central/State Government.
h) All staff employed by the Vendor must be qualified for the tasks to be carried out, be
medically fit and have up-to-date training.
i) The Vendor shall be held responsible for any violation of statutory regulations of
Local, State or Central Government and SBI instructions that may endanger safety of men,
equipment, material and environment in his scope of work. Cost of damages if any, to life
and property arising out of such violation of statutory regulations and SBI instructions shall
be borne by the Vendor.
j) The Vendors shall be solely responsible for any mischief, violations or any other
unacceptable action or inactions of any personals engaged by the Vendor for discharging
any of obligations as per the tender documents.
60. GOVERNING LAW & JURISDICTION
a) The Laws of India shall be the governing law for any matter connected with the
tender contract thereafter.
b) The Courts at Thiruvananthapuram shall have exclusive jurisdictions to any matter
related to the tender/contract.
The Circle Security Officer
SBI, LHO, Thiruvananthapuram
Page 31 of 192
Seal & Signature of the Tenderer
TECHNICAL SPECIFICATIONS
ANNEXURE –‘A’
SECURITY ALARM SYSTEM/BURGLAR ALARM SYSTEM (As per sample approved by the Bank)
1. Minimum Standard Configuration of Security alarm at all Branches
a) Control Panel with Integrated Auto-dialer (Dual GSM SIM or PSTN Based)
b) Panic Switches
c) PIR Sensors
d) Magnetic Sensors
e) Vibration Sensors
f) Wiring with PVC conduit
g) Hooters – External and Internal
h) Motorised Siren (DC type)
2. Technical Specification for Security Alarm System
Micro - Processor based Control Panel with inbuilt LED indication & with integrated Auto-dialer
(preferably dual GSM sim Based. However, if mobile network is not available, PSTN based)
a) External Body Features –
i. Protected from dust, water, vermin, rust etc.
ii. Acrylonitrile Butadiene Styrene (ABS)/ 18 SWG M S Cabinet, epoxy Coated
iii. Locking of panel by Allen Head screw on sides / internal lock
iv. Bracket mounted
v. Provision for battery compartment inside the panel.
b) Micro - Processor based Control Panel with inbuilt LED indication & push button to
show the status/health of the system (Data Logger System). The panel should indicate the
health of the system (Fault, power failure and battery status indicator).
c) Option to add wireless module having provision for Cordless Switch to activate the
alarm system.
d) Real Time Clock with accuracy of +/- 15 Sec per day.
e) In the event of any zone getting faulty or switch getting isolated, it should give
indication on the LCD display and the system to remain functional.
f) The system should automatically (arming & disarming) change from day to night
mode & Vice-versa as per the real time clock (programmable) and also have option to
Page 32 of 192
Seal & Signature of the Tenderer
change manually with existing key pad.
g) Sounding of hooters gets automatically put off after a period of 3 minutes
(programmable with the help of key pad) and thereafter the entire system should get
reset).
h) The system shall have programmable 0 - 90 Sec time delay to activate the
sounding of hooters for panic switches and entry and exit time delay from 0 to 90 sec for
PIR.
i) The system should have in-built auto-dialer (PSTN based or GSM based).
j) System operating on Mains and battery backup (12V 7Ah) with recharging facility.
k) Should support two external hooters besides the internal one.
l) It should be compatible with PIR Sensors, Magnetic Sensors, Vibration Sensors,
Light Sensors and have one zone for fire detector (smoke sensor) etc. and capable to put
on the lights when activated during night mode.
m) Auto Reset after activation – 03 minutes (Day & Night Mode).
n) Any wire cut should activate the alarm system for 120 seconds and thereafter the
affected switch / zone to get isolated/ bypassed with display / blinking of LCD panel
indicating the defect.
o) ON/OFF function of the system should only be with the help of keypad.
p) In-built Auto Dialer:
i. It should be compatible with GSM / PSTN connection of any service provider
(BSNL, Airtel, Vodafone, Reliance, etc).
ii. Provision for storage and dialing minimum five (05) Telephone / mobile
numbers with recording message up to 20 Seconds duration.
iii. Message should be repeated at least twice before dialing the 2nd number. In
case number not responded, facility to re-dial the number after completing the cycle.
iv. Should have message recording facility at local end (Branch end)
v. In-built GSM auto-dialer should have the ability to generate SMS alerts in
addition to auto-dialing the pre-fed numbers.
vi. Provide signal strength and status indication on display screen.
i) Wiring:
2 Core and 4 Core Multi strand 0.75 sq. mm, flexible, ISI marked (Finolex/ Plaza/Polycab/
RR Cable), PVC insulated copper wire for connection of panic switches and other sensors
respectively.
Page 33 of 192
Seal & Signature of the Tenderer
j) Rigid PVC conduit 2 mm ISI mark. Fixed with metal saddling at every 02 ft distance.
k) PIR Sensor
i. Dual Technology (IR & Microwave)
ii. Detection coverage horizontal angle 110 degrees
iii. Detection Range: Up to minimum 10 Mtrs
iv. Sensitivity range: Low/ Med/ High
v. Wall mounting facility
vi. Pet / rodents immunity
vii. Provision for calibration to adapt changes in ambient temperature due to
various seasons
q) Hooter (Siren and Motorised Siren DC type):
i. Minimum 90 dB for internal and 110 dB for External (CE & UL certification)
ii. 4 wired with tamper loop (Cutting of hooter wire should trigger other hooter)
iii. ABS body
iv. Weather Proof
v. Wall mounting facility
vi. Operates on 12 Volt DC
l) Magnetic Sensor:
i. ABS body
ii. 4 wired with tamper loop (NC circuit )
iii. Operating Gap: 15mm
m) Multi-Function Sensor :
i. Capable of vibration detection, metal cutting and glass breaking
ii. ABS body
iii. Sensitivity range: Low/ Med/ High
r) Panic Switches:
i. Sturdy built
ii. Micro Switch Technology
iii. In-built tamper Switch
Page 34 of 192
Seal & Signature of the Tenderer
ANNEXURE –‘B’
AUTOMATIC FIRE DETECTION & ALARM SYSTEM (AFD&AS) (As per sample approved by the Bank)
1. Minimum Standard Configuration of Fire Detection & Alarm System (AFD&AS) at all
Branches/Offices
a) Control Panel with Integrated Auto-dialer (Dual GSM SIM or PSTN Based)
b) Ionisation Smoke Detector
c) Optical Smoke Detector
d) Heat Detector
e) Response Indicator
f) Manual Call Point (MCP)
g) Electronic Hooter/Sounder (Siren and Motorised Siren DC type)
h) Battery unit
i) Cable as per BIS/IS specification
2. Technical Specifications for Fire Detection & Alarm System (AFD&AS)
a) Main Control Panel
i. Primary Function - The primary function of the control panel shall be to
automatically respond to the operation of one or more detectors to give fire alarm and
to indicate area (zone) from where the devices are activated
ii. Specifications - Minimum 4 (Four) Zone Microprocessor based Control Panel as
per IS-2199- 2008 specifications. UL/EN approved, Approved / tested by ERTL/
ETDC or any Third Party Laboratory/ Test House recognized by Bureau of Indian
Standards for this purpose.
iii. Electrical \ Electronics - Built in power supply arrangement with AC/DC ON,
system ON visual indicators.
iv. Automatic changeover arrangement to standby supply with built–in battery charger,
low battery, charger fail, reverse polarity, AC/DC fail visual indicators.
v. Built-in panel sounder with Acknowledge switch, lamp test and reset switches,
evacuation alarm.
vi. Zone indicators for Fire, Open, Short, Isolate and Test Facility.
vii. On fault i.e., open/short condition, buzzer must sound and indicator lamp (LED)
glow. This audible alarm should be distinct from the Fire Alarm. Trouble reminder.
viii. Built-in Digital Ammeter, Digital Voltmeter, Air Conditioning turn- off relays and
Page 35 of 192
Seal & Signature of the Tenderer
facilities for connecting Auto dialer
b) Power Supply
The fire panel shall operate from a 230 v + / - 10 % 50 Hz mains supply and in case of power failure shall automatically switch over to a built - in sealed maintenance free battery rated at 24V DC10 7 AH with a switch over time of less than 100 ms. Deep discharge arrangement should be there.
c) Power Consumption
Less than 200 mA idle current and 1 –2 Amps on full activation.
d) AC Voltage at Input
Single Phase 50 Hz, 150-260 V. Auto cut-off protections for over and under current / voltage
e) DC Voltage for System 24 Volts
f) Type of indicator lamps - LED (Different colors)
g) Body
i. Type - Wall mounting, plug in modular type
ii. Overall dimensions – Suitable size to accommodate minimum 4 zones,
other control components, and 2 X 12V 7 AH Battery.
iii. Thickness of body and colour
iv. Thickness of body and colour - 16 SWG. Powder coating
v. Opening of the Body/panel - Suitable locking arrangement through Key/Allen
Screws
vi. Cable glands should be provided
h) Additional facilities: It should have the following additional facilities /provision:
Auto dialer should have capacity to register at least 5 (five) telephone numbers, be integrated within Main Control Panel
i) Battery unit
i. Make - Standard ISI make
ii. Type - Sealed, maintenance free
iii. Voltage - 12 Volts: 2 units.
iv. AH Capacity - 7 AH capable of providing minimum 48 hrs stand by supply in
case of AC failure as per IS 2189-2008.
v. Location - Both the batteries will be located within the Main Control Panel
j) Manual Call Point (MCP)
Page 36 of 192
Seal & Signature of the Tenderer
i. Make as per BIS - As per IS 2189-2008. with hammer and chain
ii. Material of body - M.S., Powder coated with approved P.O red
iii. Thickness of body - 1.5 mm.
iv. Material of fragile element - Glass of 2mm thickness
v. Contact making breaking - Breaking for alarm
vi. Dimension - 100 mm x 100mm
vii. Size of fragile element - 70 mm x 70mm
viii. Type of indicator lamp - LED
k) Electronic Hooter/Sounder (Siren and Motorised Siren DC type)
i. Make - As per IS 2189-2008.
ii. Watt/ capacity - 6 Watts (Dual tone) of Min 65 db output
iii. Type of sound emitted - Intermittent / Dual
iv. Material of the body - Fabricated from either spun aluminum or moulded PVC
l) Response Indicator
i. Make - As per IS 2189-2008 or equivalent as per prevalent trade and practice,
acceptable to the Bank
ii. Type of indicator lamps - LED
iii. Material of the body - Fabricated from either spun aluminum or moulded PVC
or MS 16 SWG
m) Cable
i. Make - Standard ISI mark
ii. Specification - IS 1554-Part-1 1976
iii. Type - 2 core, 1.5 sq. Mm/core; Armoured Cable
n) Various Detectors
Ionisation Smoke Detector
i. Operation Principle - Ionization (Apollo 65 and its equivalent other makes as
listed below.
ii. Make – Ravel, Honeywell
iii. Specification - IS 11360-1985/UL-217/EN-54/FM/ LPCB
iv. Voltage range - 24 V DC, 20-30V
Page 37 of 192
Seal & Signature of the Tenderer
v. Type of Indicator lamp - LED
vi. Compatible to work with - Optical and Heat and Multi Sensor
Optical Smoke Detector:
i. Operation Principle - Light Scattering or obscuration. Apollo 65 and its
equivalent other makes as listed below.
ii. Make – Ravel, Honeywell
iii. Specification - IS-11360-1985/UL/BS/FM/LPCB
iv. Type of Indicator lamp - LED
v. Compatible to work with - Ionization and Heat and Multi Sensor
Heat Detector:
i. Operation principle - Rate of rise cum fixed temperature type. Apollo 65 and
its equivalent other makes as listed below.
ii. Make – Ravel, Honeywell
iii. Specification - IS-11360/UL/BS/FM/LPCB
iv. Type of Indicator lamp - LED
v. Compatible to work with - Ionization and Optical and Multi Sensor
Page 38 of 192
Seal & Signature of the Tenderer
ANNEXURE – ‘C’
CLOSED CIRCUIT TELEVISION SYSTEM (CCTV SYSTEM) (As per sample approved by the
Bank)
1. Minimum Standard Configuration of CCTV Systems at all Branches/Offices
a) NVR/ DVR
b) 4 TB Surveillance Hard Disk
c) HD varifocal IP Bullet Camera/ IR Bullet Camera/ IR Bullet Camera/ 2 Megapixel IP
IR dome camera with motorised lens (IP camera)/High resolution pin hole camera
d) Monitor – minimum 22” diagonal LED
e) Cable- Video
f) Cable – Power
g) PVC Conduits for cabling
h) 6 U Rack – (Wall Mount)
i) I/O Box
j) Network Switch
k) High quality SMPS with Metal case, Power Supply Adaptor for minimum 4 CCTV
Cameras and LED Strip light Lamp
l) High quality wireless Mouse with minimum 5 meter range, Battery with Power
Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel
m) Other accessories
2. Standard Minimum Specifications for CCTV System
a) NVR FOR 4/8/16/32 Channel
Sl No Parameter Specification Remarks
1. Compatibility IP Cameras
2. Main Processor/
Operating System Embedded
3. System Resources
Pentaplex function, recording, play
back, live view, back up, remote
access over IP network
4. Recorder Control
Options
Video Front Panel, IR based
remote control, Keyboard (Both
RS232c and IP), IP network, USB
Mouse
Page 39 of 192
Seal & Signature of the Tenderer
5. IP Camera Input Minimum 4/8/16/32 IP channel/ RJ
45 port (PoE)
6. IP Camera Input
2MP/1080 P (Minimum 4 channel,
exclusive of the other HD Analog
channels)
Should support
upto 8 MP
7. Recorder Video
Output Minimum 1 VGA,1 HDMI
8. Recorder Audio
input Minimum 1 audio channel, RCA
Requisition only if
Audio support in
Camera is being
asked
9. Recorder Audio
Output 1 audio channel, RCA
Requisition only if
Audio support in
camera is being
asked
10. Recorder
Bidirectional talk
1 channel input, BNC,1 channel
output, RCA
Requisition only if
Audio support in
Camera is being
asked
11. Display Screen
Mode 1,4,8,9,16,32 ALL (Window)
12. Camera
Scheduling Supported
13. On screen Display
Date, Time, Camera Title, Video
loss alert, motion detection alert,
recording, camera lock alert,
camera tampering, camera
masking
14. Video/Audio
compression
Minimum H.265 or better/G.711
respectively( One channel) or
higher
15. Image resolution
1080 P (2 MP) or higher, real time
recording @ 25 fps per channel in
all channels with selectable fps
simultaneously
16. Encoding stream
2MP should support 25 fps real
time recording in all channels
simultaneously. Should support
Page 40 of 192
Seal & Signature of the Tenderer
upto 8 MP
17. Video encoding bit
rate IP video: 32~ 4096 Kb/s or higher
18. Image quality 6 levels (VBR) or equivalent
19. Recording Mode
Manual, Schedule, Regular, Motion
detection, Camera blank, Video
loss. Stop recording
FIFO and auto
overwrite facility to
be added
20. Recording priority Manual: Alarm: Motion Detection &
Regular
21. Recording interval Prerecord 1 sec to 30 sec, Post
record 10 sec – 5 minutes
22. Alarm Input Supported Minimum 4
23. Relay Output Supported Minimum 1
24. Water Marking Supported
25. Playback Channel 1,2,4,16,32
26. Recorded Data
Search Mode
Video Time & Data, Exact search
(with Date, Hour, Minute and
Second accuracy), Motion
Detection, Alarm
27. Playback Options
Play, Digital Zoom (any size),
Pause, Rewind, Slow Motion, shift
to next file, shift to previous file,
one click previous camera, one
click next camera, Full Screen
Mode, Replay, Backup selection,
Fast forward, Shuffling
28. Operation Over
Network
Monitor, Playback, File download,
Log information, System setting
29. Hard Drive Storage
Option
For 4 Channel – 2 SATA, 8 Channel
- 2 SATA, 16 Channel – 4 SATA
Should support up to 8 TB per
SATA port
30. USB interface Minimum 2 Ports (one should be
3.0 )
31. Serial interface RJ 45 interface
32. Power supply AC 100 ~ 240 V, 50/60 Hz
33. Working All indoor weather conditions
Page 41 of 192
Seal & Signature of the Tenderer
environment
34. Duplex type
Recorder should be able to
playback recorded footage without
having to stop recording
35. Certificate UL & BIS
36. Compatibility Onvif registered for relevant profiles
37. HDD quality Surveillance (4 TB/ 6 TB/ 8 TB)
b) HD DVR/HVR for 4 / 8 /16 Channel - Specification for 16 Channel DVR with
inbuilt 4TB Hard Disk
Sl
No Parameter Specification Remarks
1. Compatibility
Analog cameras (mandatory), AHD,
CVI, TVI (minimum one out of the
three other than itself)
2. Main Processor /
Operating System Embedded
3. System Resources
Pentaplex function: recording,
playback, live view, backup, remote
access over IP network
Catalogue must be
provided
4. Recorder Control
Options
Video Front panel, IR Based
remote control, Keyboard (Both
RS232c and IP), IP Network, USB
mouse
5. Analog / HD
Camera Input
Minimum 4/8/16 Video channel;
BNC
6. IP Camera Input
1080P; 720P; D1; CIF IP Camera
(Maximum 2 Channel, exclusive of
the other HD Analog Channels)
7. Recorder Video
Output Minimum 1 VGA, 1 HDMI
8. Recorder Audio
Input
Minimum 1 audio channel, BNC or
RCA
Requisition only if
Audio support in
camera is being
asked
9. Recorder Audio
Output 1 audio channel, BNC or RCA
Requisition only if
Audio support in
Page 42 of 192
Seal & Signature of the Tenderer
camera is being
asked
10. Recorder
Bidirectional Talk
1 channel Input, BNC, 1 channel
Output, BNC or RCA
Requisition only if
Audio support in
camera is being
asked
11. Display Screen
Mode 1,4,8,9,16,ALL (Window)
12. Camera
Scheduling Supported
13. On Screen Display
Date, Time , Camera Title, Video
loss alert, motion detection alert,
recording, camera lock alert,
camera tampering, camera
masking.
14. Video/Audio
Compression
H.264/G.711 respectively (One
Channel) or higher
15. Image Resolution
CIF; 2CIF; 4CIF; HD1; D1; 720P or
higher, real-time recording @ 25
fps in all channels with selectable
fps simultaneously.
All channel HD
16. Encoding Stream
CIF; 2CIF; 4CIF; HD1; D1; 720P or
higher, real-time recording @ 25
fps in all channels with selectable
fps
17. Video Encoding Bit
Rate
Analog video: 32~2048Kb/s or
higher, IP video: 32~4096Kb/s or
higher
18. Image Quality 6 levels (VBR)
19. Recording Mode
Manual, Schedule, Regular, Motion
detection, Camera blank, Video
loss. Stop Recording
FIFO and auto
overwrite facility to
be added
20. Recording Priority Manual; Alarm; Motion Detection &
Regular
21. Recording Interval Prerecord: 1sec to 30 sec., Post
record: 10sec ~ 5 minutes
22. Alarm Input Supported Maximum 2
Page 43 of 192
Seal & Signature of the Tenderer
23. Relay Output Supported Maximum 2
24. Water Marking Supported
25. Playback Channel 1,2,4,16
26. Recorded Data
Search Mode
Video Time & Date, Exact search
(with Date, Hour, Minute and
Second accuracy), Motion
Detection, Alarm
27. Playback Options
Play, Digital zoom (any size),
Pause, Rewind, Slow motion, shift
to Next file, shift to Previous file,
one click Previous camera, one
click Next camera, Full screen
mode, Replay, Backup selection,
Fast forward, Shuffling
28. Operation Over
Network
Monitor, Playback, File download,
Log information, System setting,
29. Hard Drive Storage
Option
For 4 Channel – 2 SATA , 8
Channel – 4 SATA , 16 Channel – 8
SATA. Should support up to 6 TB
per SATA port.
30. USB Interface Minimum 2 Ports (one should be
3.0)
31. Serial Interface
1 RJ45 RS-232 interface; 1 RS-485
interface; 1 RS-485 keyboard
interface
32. Power Supply AC 100~240 V, 50/60 Hz
33. Working
Environment All Indoor weather conditions
34. Duplex type
Recorder should be able to
playback recoded footage without
having to stop recording
35. Certificate UL/FCC & CE & ERTL
36. HDD quality Surveillance (1 TB / 2 TB / 4 TB)
Page 44 of 192
Seal & Signature of the Tenderer
c) 2 Megapixel IP IR Dome Camera with Motorised Lens (IP Camera)
Sl
No Feature Specification Remarks
1. Image Scanner 2 Megapixel progressive scan
CMOS or higher
2. Effective pixels 1920(H) x 1080 (V) or higher
3. Electronic Shutter Auto/Manual, 1/3 (4) ~ 1/10000s
4. Video Frame Rate 25 fps @ 2 Mega Pixel
5. Scanning System Progressive
6. Mini Illumination 0.01 Lux/ F 1.4 (Color); 0 Lux/ F1.4
(IR on)
7. S/N ratio More than 50dB
8. Min. IR LEDs
Length 30m
9. Day/Night Auto(ICR)/ Color/ B/W
10. Black Light
compensation
True WDR (Minimum 120 dB or
higher)
11. White Balance Auto/Manual
12. Focal length (lens) 2.8 ~ 12 mm (Motorised)
13. Video compression H.265 or higher
14. Resolution 2MP (1920 x 1080) or higher
15. Frame Rate (Triple
Stream)
All streams 2MP @ 25fps fully
configurable
16. Bit rate H.265H: 401K ~ 8192
17. Network Ethernet RJ-45 (10/100 Base –T)
18. Protocol
IPv4/Ipv6, HTTP, HTTPS, SSL,
TCP/IP, UDP, UpnP, ICMP, IGMP,
SNMP, RTSP, RTP, SMTP, NTP,
DHCP, DNS, PPPOE, DDNS, FTP,
IP Filter, QoS
19. Compatibility ONVIF
20. Power Supply DC 12V, PoE (802.3af)
Page 45 of 192
Seal & Signature of the Tenderer
21. Working
Environment
-30º C ~ +60º C / Less than 95 %
RH (no condensation)
22. Ingress Protection Min IP66
23. Vandalism
Protection IK 10 rated
24. Video Analytics Should support Line crossing and
loitering
25. Certification UL & BIS
26. Memory Card Up to 256 GB
27. Mac ID Should be in the name of OEM
d) High Resolution Pin Hole IP Camera
Sl
No Feature Specification Compliance
1 Image Sensor 2MP CMOS
2 Effective Pixels 1920 X 1080 Pixel (or Above)
3 Resolution 1920 X 1080
4 Sync System Progressive
5 Min. Illumination Colour - 0.01 Lux B/W 0.001 Lux
6 S/N ratio 50 dB
7 Electronic Shutter Auto, 1/50, 1/10,000 sec
8 Lens 3.6 mm (2.8 mm optional)
9 WDR 120 dB or higher
10 BLC On/Off
11 Temper Proof &
Motion Detection Yes
12 White balance Set/Manual/Indoor/Outdoor/Auto
13 AGC Off/Low/Middle/High
14 Day & Night Color/ B/W/ Auto level adjust
15 Video Output RJ 45
16 Power Supply DC 12V
17 Power
Consumption Upto 5 Watts max
18 Certification UL & BIS
e) HD Varifocal IP Bullet Camera
Sl Parameters Specifications Compliance
Page 46 of 192
Seal & Signature of the Tenderer
No
1 Image sensor 2MP progressive Scan CMOS
2 Effective Pixels 1920 (H) * 1080 (V)
3 Min. Illumination 0.01 Lux @ (F1.2, AGC ON), 0 Lux
with IR
4 Shutter Time 1/25 (1/30) s to 1/10,000 s
5 Lens 2.8-12 mm motorised
Angle of view: 80º – 27.2º
6 Sync System Internal
7 White Balance Automatic
8 WDR 120dB or higher
9 Day & Night Automatic
10 Synchronization Internal Synchronization
11 Video Frame Rate 25fps @ 2MP
Video Compression H.265 or higher
12 S/N Ratio More than 50 dB
13
Working
Temperature /
Humidity
-40ºC to – 60ºC (-40ºF to – 140 ºF)
Humidity 90 % or less (non
condensing)
14 Power Supply 12V DC
15 Power consumption 10 Watts max
16 Weather proof
ratings Min IP66
17 Vandalism proof IK 10 rated
18 Mac id Should be in the name of OEM
19 IR range ≥30 mtr
20 Certifications UL & BIS
21 Memory Card Upto 256 GB
22 Compatibility Onvif Registered for relevant
profiles
f) HD Varifocal lens IR Dome Camera
Sl
No Parameters Specification Remarks
28. HD Technology AHD, CVI, TVI
29. Image Sensor 1 /3“ 720P CMOS Sensor /CCD or
better
30. Signal System PAL
Page 47 of 192
Seal & Signature of the Tenderer
31. Effective Pixels 1280 x 720 or higher
32. Mini. Illumination [email protected], AGC ON, 0 Lux
with IR
33. Video Output 720P or higher @ 25 fps
34. Display Resolution 720P or higher @ 25 fps
35. Recording
Resolution 720P or higher @ 25 fps
36. Frame Rate 50Hz:720p or higher @25fps
37. SNR ≥52dB(AGC OFF)
38. Audio Input -
If felt necessary
then a audio chip
can be connected
to the normal
camera since
inbuilt audio input
cameras are quite
expensive.
39. Sync System Internal
40. White Balance Automatic
41. Day & Night Automatic
42. Shutter Automatic
43. Auto Gain Control (
AGC ) Automatic
44. Noise Reduction
(NR) 2D NR
45. IR Range ≥ 20 mtr
46. Lens 2.8-12mm (manual)
47. WDR DWDR (ON/OFF)/ True WDR with
OSD
True DWDR is
only for the
cameras facing the
Entry/Exit, Parking
or those which are
exposed to bright
light (substantial
increase in cost)
48. Input Voltage DC12V±10%
Page 48 of 192
Seal & Signature of the Tenderer
49. IP Rating IP66 (weather proof) / IK 10 (Vandal
Proof)
Not required for
cameras inside the
branch. Discretion
may be used for
either or both
standards for the
cameras to be
placed outside the
branch for parking
etc.
50. Operation Temp 0o to +50o C
51. Storage Humidity 90% or less
52. Certification CE and UL or FCC
g) 1.3 Megapixel IP IR Dome Camera with VF lens (IP Camera)
S.No Feature Specification Remarks
1. Image Sensor 1/3” 1.3Megapixel progressive scan
CMOS or better
2. Effective Pixels 1280(H)x960(V)) or better
3. Electronic Shutter Auto/Manual, 1/3(4)~1/10000s
4. Video Frame Rate 25 /50 fps @ 1.3 Mega Pixel
5. Scanning System Progressive
6. Mini. Illumination 0.01 Lux/F1.4(Color); 0Lux/F1.4(IR
on )
7. S/N Ratio More than 50dB
8. Min. IR LEDs
Length 30 m
9. Day/Night Auto(ICR) / Color / B/W
10. Back Light
Compensation DWDR
11. White Balance Auto/Manual
12. Focal Length (lens) 2.7~12mm or more
13. Video Compression H.264/ H.264H/ MJPEG
14. Resolution
1.3M(1280×960)/720P(1280×
720)/D1(704×576/704 × 480)/CIF
(352 × 288/352× 240)
15. Frame Rate (Dual
Stream)
Main stream (1.3M/720P(1 ~
25/30fps)) & Sub stream : D1/CIF(1
Page 49 of 192
Seal & Signature of the Tenderer
~ 25/30fps)
16. Bit Rate H.264H: 40K ~ 8192Kbps; MJPEG:
40 K~16384Kbps
17. Network Ethernet RJ-45 (10/100Base-T)
18. Protocol
IPv4/IPv6, HTTP, HTTPS, SSL,
TCP/IP, UDP, UPnP, ICMP, IGMP,
SNMP, RTSP, RTP, SMTP, NTP,
DHCP, DNS, PPPOE, DDNS, FTP,
IP Filter, QoS,
19. Compatibility ONVIF, PSIA, CGI
20. Power Supply DC12V, PoE (802.3af)
21. Working
Environment
-30°C~+60°C / Less than 95%RH
(no condensation)
22. Ingress Protection IP66 and IK 10
23. Certification CE, FCC,UL
24. Memory Card 128 GB
h) High resolution pin hole camera
Sl
No Feature Specification Remarks
1. Image Sensor 1/3'' SONY CCD
2. Effective pixels PAL:752*582 (or Above)
3. Resolution Color-700 TVL 720 TVL
4. Sync system Internal
5. Min. illumination Colour-0.01Lux B/W 0.001Lux
6. S/N ratio 52 dB
7. Electronic shutter Auto, 1/50 , 1/100,000 sec
8. Lens 3.7mm Pin Hole (2.8mm optional)
9. D-WDR Off/Indoor/Outdoor
10. BLC On/Off
11. Motion detection Yes
12. Gamma Auto/manual
13. White balance Set/Manual/Indoor/Outdoor/ Auto
14. AGC Off/Low/Middle/High
15. Day & Night Color/B/W/Auto level adjust
16. Video output 1.00V p-p Composite Video Output,
Page 50 of 192
Seal & Signature of the Tenderer
75 Ohm
17. Power supply DC12V
18. Power
consumption 3 Watts max
19. Certification CE, FCC, UL
i) HD Varifocal IR Bullet Camera
Sl
No Parameters Specifications Remarks
1. Image Sensor 1/3" Progressive Scan
CMOS
2. Effective Pixels 1280(H)*720(V)
3. Min. Illumination 0.01 Lux @(F1.2,AGC ON),
0 Lux with IR
4. Shutter Time 1/25(1/30) s to 1/50,000 s
5. Lens 2.8 - 12 mm @ F1.4
Angle of view: 80° - 27.2°
6. Sync System Internal
7. White Balance Automatic
8. WDR DWDR (ON/OFF)/ True WDR with
OSD
True DWDR is
only for the
cameras facing
the Entry/Exit,
Parking or those
which are exposed
to bright light
(substantial
increase in cost)
9. Day & Night Automatic
10. Synchronization Internal synchronization
11. Video Frame Rate 720p@25fps/720p@30fps
12. HD Video Output 1 Turbo HD output
13. S/N Ratio More than 52dB
14. Working
Temperature/
-40 °C - 60 °C (-40 °F - 140
°F)
Page 51 of 192
Seal & Signature of the Tenderer
Humidity Humidity 90% or less (non
condensing)
15. Power Supply 12V DC
16. Power
Consumption Max. 4.5W
17. Weather Proof
Ratings IP66
18. IR Range ≥ 20 mtr
19. Certifications UL,CE,FCC
j) m-DVR up to 4 CCTV cameras
S.No Parameter Specifications Remarks
1. Video Format PAL
2. Number of Video
Inputs 4 Channels
3. Number of Video
Outputs 1
4.
Video
Compression
Standards
Supported
H.264, MPEG-4 and M-JPEG
5.
Audio
Compression
Standards
Supported
G.711 and G.726
6. Number of streams
Dual streams, both streams
independently configurable for
each camera resolution and frame
rate
7. Recording
Resolutions
4CIF/2CIF/CIF/QCIF (can be set
independently for each channel, for
both streams)
8. Video Frame
Recording Rate
1 to 25 fps for all channels at 4CIF
(total 100 fps at 4CIF) – resolution
and frame rate can be set
independently for each camera, for
both streams
Page 52 of 192
Seal & Signature of the Tenderer
9. Alarm Sensors Minimum 4 inputs (NO/NC,
configurable) 2 outputs
10. Storage
1TB, 2.5” SATA Hard Disk Drive or
Solid State Drive with suitable ant
vibration mechanism
11. Recording Modes Normal, Schedule based, Alarm
triggered, Motion detection
12.
Event Based
Recording and
Tagging
Pre-recording – 1 to 15 minutes
Post-recording – 1 to 60 minutes
13. Shut Down Delay Configurable shut down delay after
ignition off – 5 min to 4 hours
14. Power Input 8 to 32 volts, spike/surge
protection
15. Power output Regulated power to CCTV cameras
and Microphones
16. Working
Temperature -10 to 60 degree Celsius
17. Working Humidity 0% to 95% relative humidity non-
condensing
18. Network/Communi
cation LAN – 1 RJ45 interface
19. Interfaces
Wi-Fi – 802.11/b/g/n Built-in 3G/4G
module, supporting both 3G and
4G,Support for SMS, Voice, Data,
GPRS, TCP/IP
20. External Interfaces 1 USB 2.0 ,1 SIM slot
21. Image quality 1 to 5 (configurable )
22. Watermark Tamper-proof Watermark
23. Configurable Video
Overwriting
Video over-writing to be
configurable to support:
(a) Cyclic overwriting (oldest
recording to be overwritten)
(b) Event tagged recording not
to be overwritten for a longer period
(7 to 30 days, configurable)
Page 53 of 192
Seal & Signature of the Tenderer
24. Connections All input and output connections to
be vibration/shock resistant and
locking
Desirable: Aviation Connectors
25. LED Indicators Power, Recording, 3G/ GPRS
Network
26. Vibration
resistance
EN 60068 or equivalent
27. Shock resistance EN 60068 or equivalent
28. Motion Detection Configurable sensitivity levels
Motion Detection zones to be
configurable independently for
each camera
29. RTC (Real time
clock)
Built-in RTC, drift not more than 10
seconds at any time
30. Data Download M - DVR should provide video and
audio download facility for the
desired date/time and duration. It
should be possible to connect a
laptop to m-DVR through network
cable on RJ45 port and open m-
DVR’s user interface in a standard
browser using a standard URL.
31. Data Transfer on
3G and 4G/ GPRS
In case the vehicle moves to an
area where 3G coverage is not
present, the m-DVR will
automatically shift to GPRS (2G)
connectivity to send the health
status data.
Note: In addition m-DVR should have inbuilt GPS Module, capable to provide video
with GPS Co-ordinates
k) Analog Camera for Cash Van
S.No. Parameter Recommended Specs Remarks
1 Type Analog Color Camera
2 Video Format PAL
3 Lens Fixed 3.6mm
Page 54 of 192
Seal & Signature of the Tenderer
4 Camera
Resolution
700 TVL , 752(H) X 582 (V) or
better
5 Image Sensor 1 /3” CCD or better
6 Minimum
Illumination
0.01 Lux at F1.2 with IR Off
0.0 Lux with IR On
7 Shutter Time 1 /50 sec to 1/100,000 sec
8 Infrared Capability Built-in Infrared LEDs with range of
minimum 10 meters Auto Day/Night
9 Camera
Ruggedness
Rugged, vibration, shock and
tamper proof housing. Vibration
resistance as per EN 60068 or
equivalent Shock resistance as per
EN 60068 or Equivalent
10 IP Rating IP66
11 Operating Temp -10 to 60 degree Celsius
12 Operating
Humidity 0 % to 95% RH
13 Audio Built-in Microphone or separate
microphone
14 Image Enhancement
Auto-tracking White Balance
(ATW), Automatic Gain
Control,Wide Dynamic Range
(WDR) and automatic Backlight
Compensation (BLC)
15 Input Power Power from MDVR
16 Motion Detection Automatic Motion Detection
l) Other components of CCTV
Sl No Item Name Specifications
1
Hard Disk Drive (SATA
II or III)
Video Surveillance Series ( Rated for 24/7
operation) 32 ~ 64 MB cache, 3 Mb – 6 Mb per
second data transfer rate, Spindle speed 7200
RPM or more
Capacity 4TB/6TB/8TB (Tera Bytes)
2 MONITOR
Anti-glare Surveillance grade 24X7 working LED
with TCO 03 or higher certification
Screen Size 22” to 40 “ diagonal LED
Page 55 of 192
Seal & Signature of the Tenderer
Warranty 05 years
Resolution (min) Full HD (FHD)
Power Input 12/24 V DC
Viewing angle 140 degree H.,130 degree V
Power consumption NOT EXCEEDING 40 Watts/3 star minimum
3
Cable- Video
Category Category -6 ( Armoured)
Mutual Capacitance @
300 MHz 5.60nF/100 mtrs max.
DC resistance @
300MHz 9.38 ohm/100 mtrs max at 20 deg C
Impedance at 300 MHz 100+/- 15 ohm
Insulation High density Polyethylene
Sheath Fire Retardant PVC compound (FRPVC)
Standards TIA/EIA 568 B.2-1
Acceptable quality Make – Finolex/Polycab/D-link or equivalent
4
Cable – Power
Category 2 core power cable ( Armoured)
Type 2 core 1 Sq.mm each
Acceptable quality ISI marked (IS-694,1990)
Make – Finolex/Polycab/D-Link or equivalent
Insulation PVC Insulated
5
PVC Conduits for
cabling
Specifications IS-9537-1983: Internal Dia 20mm, Wall Thickness-
4.2 - 5mm
Acceptable quality ISI marked. Make –AKG/Polycab/Finolex or
equivalent
Grade Medium
6 6 U Rack – (Wall
Mount)
Dimension: 630 mm X 500 mm depth
Power strip: 6 socket power supply: 1 no.
Equipment Mounting Tray: 1 No Mounting screws
& studs: 1 pack Transparent front door with Lock,
Fan tray with 2 Fans, Provision for cable routing at
the bottom of the rack.
7 I/O Box Per Camera
8
Network Switch
Type Unmanaged (Plug and play type) with PoE
Ports,10/100 Mbps
Page 56 of 192
Seal & Signature of the Tenderer
No. of Input PoE ports 4/8/16/32 RJ 45 (10/100 Mbps)
Uplink Ports 2, RJ 45 (10/100 Mbps)
Network protocol
compliant
IEEE 802.3i, IEEE 802.3u, IEEE 802.3x IEEE
802.3af, IEEE 802.3at, IEEE 802.3az
Led indicators Power ON ( System), Activity/ Link, Speed, Power
fault/ Fail ( Each PoE Port)
Input voltage 230 V AC
Surge Protection 2 KV for Ports and 6 KV for Power supply
Operating Temperature 0° Centigrade to 40° Centigrade
Power Transmission 328 Ft with compatibility for Poe extender
9
Cable – Video (RJ-6) Unarmored
Category Coaxial RG 59
Type Unarmored
Capacitance 53 +/- 3 Ohms
DC resistance inner
conductor 8.5 Ohms /KM
Di- electric strength 10 KVA AC Mains
Di electric material Polythene (PE), 7.1mm dia
Insulation resistance 50 M Ohms/KM
Nominal Impedance 75 Ohms
Minimum bending radius 55 mm
Acceptable Quality Make – Finolex/ Incab/ Polycab or equivalent
10
CAT 6 flexible copper
cable
Acceptable Make D-link / AMP / Systimax or equivalent
11
Power Supply
Power supply 12V DC 10 Amps
Input 100 VAC to 300 VAC,
Voltage variation 11V to 15V
Current limit 10.5 Amps
Circuit Constant current constant voltage (CCCV Circuit)
Free Cloud P2P In-Built, Mobile View (Android and Windows Phone), Can Be Watched
Online Using Cloud P2P
Page 57 of 192
Seal & Signature of the Tenderer
PRICE BID FORMAT FOR ONLINE REVERSE AUCTION
1. BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM (BAS):
Annexure ‘D-1’ - AO Thiruvananthapuram
Annexure ‘D-2’ - AO Kollam
Annexure ‘D-3’ - AO Kottayam
Annexure ‘D-4’ - AO Ernakulam
Annexure ‘D-5’ - AO Thrissur
Annexure ‘D-6’ - AO Kozhikode
2. AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS):
Annexure ‘E-1’ - AO Thiruvananthapuram
Annexure ‘E-2’ - AO Kollam
Annexure ‘E-3’ - AO Kottayam
Annexure ‘E-4’ - AO Ernakulam
Annexure ‘E-5’ - AO Thrissur
Annexure ‘E-6’ - AO Kozhikode
3. CLOSED CIRCUIT TELEVISION (CCTV):
Annexure ‘F-1’ - AO Thiruvananthapuram
Annexure ‘F-2’ - AO Kollam
Annexure ‘F-3’ - AO Kottayam
Annexure ‘F-4’ - AO Ernakulam
Annexure ‘F-5’ - AO Thrissur
Annexure ‘F-6’ - AO Kozhikode
Note: Price Bid will be conducted through online reverse auction separately for each AOs (Total
Six AOs i.e. AO Thiruvananthapuram, AO Kollam, AO Kottayam, AO Ernakulam, AO Thrissur and
AO Kozhikode). Lakshadweep has two branches now which are under AO Ernakulam.
Page 58 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 1’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
49 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
107 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 59 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 60 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 2’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
95 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
63 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 61 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 62 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 3’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
136 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
80 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 63 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 64 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 4’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
188 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
24 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 65 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 66 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 5’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
166 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
46 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 67 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 68 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘D - 6’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
147 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
100 Nos
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/
01 No
Page 69 of 192
Seal & Signature of the Tenderer
Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of supply, transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 70 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 1’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
108 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 71 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 72 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 2’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
94 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
75 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 73 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above
including the Comprehensive AMC charges. ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 74 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 3’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
153 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
65 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 75 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 76 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 4’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
155 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 77 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 78 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 5’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
175 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
41 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 79 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 80 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘E - 6’
AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS) PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
142 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
112 Nos
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
Page 81 of 192
Seal & Signature of the Tenderer
6.
External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Universal)
01 No
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10. Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
Note: i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 82 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 1’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
36 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
128 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7. 16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 83 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 84 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 2’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
73 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
96 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 85 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 86 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 3’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
151 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
71 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 87 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 88 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 4’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
187 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
25 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 89 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 90 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 5’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
163 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 91 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 92 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘F - 6’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Package cost (Amount)
(excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
146 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
118 Nos
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) 01 No
Page 93 of 192
Seal & Signature of the Tenderer
(Make: WD purple, Seagate)
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rate quoted shall be for a total package, which shall include the items as per list given above including the Comprehensive AMC charges.
ii. Rates quoted should be inclusive of transportation, labour and installation charges. iii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iv. Final sample/model will be approved by the Bank after sample/model demo. v. GST, as applicable, will be paid by the Bank.
Page 94 of 192
Seal & Signature of the Tenderer
ONLINE SEALED BID FORMAT
1. BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM (BAS):
Annexure ‘G-1’ - AO Thiruvananthapuram
Annexure ‘G-2’ - AO Kollam
Annexure ‘G-3’ - AO Kottayam
Annexure ‘G-4’ - AO Ernakulam
Annexure ‘G-5’ - AO Thrissur
Annexure ‘G-6’ - AO Kozhikode
2. AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS):
Annexure ‘H-1’ - AO Thiruvananthapuram
Annexure ‘H-2’ - AO Kollam
Annexure ‘H-3’ - AO Kottayam
Annexure ‘H-4’ - AO Ernakulam
Annexure ‘H-5’ - AO Thrissur
Annexure ‘H-6’ - AO Kozhikode
3. CLOSED CIRCUIT TELEVISION (CCTV)
Annexure ‘I-1’ - AO Thiruvananthapuram
Annexure ‘I-2’ - AO Kollam
Annexure ‘I-3’ - AO Kottayam
Annexure ‘I-4’ - AO Ernakulam
Annexure ‘I-5’ - AO Thrissur
Annexure ‘I-6’ - AO Kozhikode
Note: Separate offers should be given for each AOs (Total six AOs i.e. AO Thiruvananthapuram, AO Kollam, AO Kottayam, AO Ernakulam, AO Thrissur and AO Kozhikode) (Maximum 6 offers). Lakshadweep has two branches now which are under AO Ernakulam. The Vendor must mention the Brand and Model details of the security equipment offered by them to the Bank in the list of brand, make and model proposed for security equipment – SITC (BAS- Annexure ‘M’, AFD&AS - Annexure ‘N’ & CCTV - Annexure ‘O’) and submit it along with technical bid.
Page 95 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 1’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANATHAPURAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 96 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 97 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 2’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 98 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 99 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 3’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 100 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 101 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 4’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 102 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 103 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 5’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 104 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 105 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘G - 6’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zone (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
- - -
a) 4 zone expander for BAS panel 01 No
b) 8 zone expander for BAS panel 01 No
c) 4 zone BAS Motherboard 01 No
d) 8 zone BAS Motherboard 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3. 2 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4. 4 core 0.5 sqmm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5. 2 core 1sqmm FRLS copper conductor Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
6. 4 core 1sqmm FRLS copper Cable including PVC conduit (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
7. Thermal sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
8. Shutter sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
9. Panic Switch (Hand operated type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
Page 106 of 192
Seal & Signature of the Tenderer
10. Multi Function Detector (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
01 No
11. Rechargeable maintenance free 6V-4.5AH battery (for old BAS control panels) (Make: Exide/Amron/Bosch)
01 No
12.
Wireless receiver (for remote control facility) (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
13. Wireless Panic Switch (Optional) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
14. Burglar/Security Alarm panel Motherboard (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
15. Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of BAS (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components:
16. Charges for dismantling and reinstallation to alternate site
One time
17. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
18. Buy back of old BAS Panel 01 No
19. Buy back of old sensor 01 No
20. Buy back of old Hooter 01 No
21. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 107 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 1’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANATHAPURAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 108 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 109 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 2’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 110 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 111 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 3’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 112 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 113 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 4’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 114 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 115 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 5’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 116 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 117 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘H - 6’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
SITC of:
1.
Rate of additional zones upto 12 Zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
- - -
a) 6 Zones 01 No
b) 8 Zones 01 No
c) 10 Zones 01 No
d) 12 Zones 01 No
2.
External GSM based Auto Dialer (Dual SIM slot), with 2 Trigger, Instant call/SMS alert, Individual voice available for both trigger, minimum 5 number dialing facility, CMS compatible, Arm/Disarm through password, Minimum memory available to store 10 phone numbers, Playback speaker provision, Support both Burglar and Fire alarm systems, (for up gradation of existing alarms) (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
01 No
3.
3 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
4.
4 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Optional) (Make: Finolex/ Plaza/Polycab/ RR Kable)
400 meters
5.
Heat Detector with base (Fixed Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
6.
Multi smoke cum rate of rise temperature type detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
7. Photo-thermal multi-criteria detector as per specification / certifications (UL - 217 /EN-54 / FM ) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
Page 118 of 192
Seal & Signature of the Tenderer
8.
MS conduit pipe for PVC insulated Copper conductor cable, 2mm thickness, 1” diameter, ISI marked (Make: Finolex/ Plaza/Polycab/ RR Kable)
100 meters
9. 2 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
10. 4 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
11. 8 Zone Fire Alarm panel Motherboard (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
12.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of AFA&DS (Optional) (Reputed & reliable make)
01 No
Charges/Buy back of old components:
13. Charges for dismantling and reinstallation to alternate site
One time
14. Charges for rewiring at same premises per point (per sensor/camera/other security equipment)
One time
15. Cost for Drawing details of the FAS installed including soft copy
01 No
16. Buy back of old FAS Panel 01 No
17. Buy back of old Smoke sensor 01 No
18. Buy back of old Heat sensor 01 No
19. Buy back of old Manual Call Point 01 No
20. Buy back of old Response Indicator 01 No
21. Buy back of old Hooter 01 No
22. Buy back of old Motorised siren 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 119 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 1’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANATHAPURAM
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
Page 120 of 192
Seal & Signature of the Tenderer
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/
01 No
Page 121 of 192
Seal & Signature of the Tenderer
Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
37. PVC conduit 1mm thickness, 0.25 inch diameter, 200
Page 122 of 192
Seal & Signature of the Tenderer
ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 123 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 2’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
Page 124 of 192
Seal & Signature of the Tenderer
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/
01 No
Page 125 of 192
Seal & Signature of the Tenderer
Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
37. PVC conduit 1mm thickness, 0.25 inch diameter, 200
Page 126 of 192
Seal & Signature of the Tenderer
ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 127 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 3’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
Page 128 of 192
Seal & Signature of the Tenderer
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/
01 No
Page 129 of 192
Seal & Signature of the Tenderer
Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
37. PVC conduit 1mm thickness, 0.25 inch diameter, 200
Page 130 of 192
Seal & Signature of the Tenderer
ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 131 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 4’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
Page 132 of 192
Seal & Signature of the Tenderer
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/
01 No
Page 133 of 192
Seal & Signature of the Tenderer
Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
37. PVC conduit 1mm thickness, 0.25 inch diameter, 200
Page 134 of 192
Seal & Signature of the Tenderer
ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 135 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 5’ CLOSED CIRCUIT TELEVISION (CCTV)
PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
Page 136 of 192
Seal & Signature of the Tenderer
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/
01 No
Page 137 of 192
Seal & Signature of the Tenderer
Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
37. PVC conduit 1mm thickness, 0.25 inch diameter, 200
Page 138 of 192
Seal & Signature of the Tenderer
ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 139 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘I - 6’
CLOSED CIRCUIT TELEVISION (CCTV) PRICE BID - BILL OF QUANTITIES (BOQ) FOR ONLINE SEALED BID
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Supply, Installation, Testing, Commissioning and Maintenance of Digital Video Recorder – DVR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
4 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
8 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
3.
32 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of IR CCTV Cameras
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
HD Varifocal lens, 1080P WDR, 180 Degree view Colour IR 360º Dome camera (Fish eye), array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
2.
1080P WDR, Colour Outdoor PTZ Vandal Resistance Dome Camera with Night Vision, with VF lens, -15 to 90° Tilt Range & 30 x Optical Zoom, Supports microSD Cards up to 256GB (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
Supply, Installation, Testing, Commissioning and Maintenance of Other components of CCTV
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. 28’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor
01 No
Page 140 of 192
Seal & Signature of the Tenderer
(Make: LG/ Samsung/ Panasonic/ HP/ Dell)
2. 32’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
3. 40’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
4. 1080P HD AHD Pinhole camera (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. DVR microphone (Amplified) (Reputed & reliable make)
01 No
6. Speaker for DVR (Reputed & reliable make)
01 No
7. Wireless Headphone for DVR (Reputed & reliable make)
01 No
8. 4 Channel DVR with Screen for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
9. CCTV cameras for Mobile cash van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
10. Pin Hole camera for Mobile Cash Van (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony/ Hikvision/ Dahua)
01 No
11. Dummy camera 01 No
12. 6 U Rack – Wall mount with bracket, spike guard, lock and keys (Reputed & reliable make)
01 No
13. 6TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
14. 8TB Hard Disk Surveillance grade (Make: WD purple, Seagate)
01 No
15. Class 10 Micro SD card 128 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
16. Class 10 Micro SD card 256 GB with Adaptor, FHD for IP camera (Make: SanDisk/Transcend/HP/ Samsung)
01 No
17. 4 Port POE switch (Make – Netgear/ D Link/ Cisco)
01 No
18. Network Switch – Unmanaged (Plug and Play type) with PoE ports, 10/100mbps (Make – Netgear/ D Link/ Cisco)
01 No
19. I/O Box (Reputed & reliable make) 01 No
20. Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 5 amps (Make – ERD/MX/
01 No
Page 141 of 192
Seal & Signature of the Tenderer
Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
21.
Power Supply (SMPS) with Over Heat & Voltage Protection, 12 Volt DC 10 amps (Make – ERD/MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
22.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 5 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
23.
Power Supply (SMPS) with Over Heat & Voltage Protection, 24 Volt DC 10 amps (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
24. Video Switcher 4 Input 1 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
25. Video Switcher 1 input 4 Output HDMI (Make – ERD/ MX/ Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
26. TV Tuner (Reputed & reliable make) 01 No
27. Metal adjustable wall mount stand for CCTV monitor (compatible for 18” to 55”)
01 No
28. RG - 6 Coaxial cable, ISI marked (Make – Finolex/Incab/Polycab)
300 meters
29. HDMI Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
30. VGA Cable, ISI marked (Make – ERD/ MX/ Finolex/Incab/Polycab)
10 meters
31. CAT 6 UTP Cable, ISI marked (Make – Finolex/Incab/Polycab/ D link/ Molex)
300 meters
32. USB cable, ISI marked (Reputed & reliable make)
10 meters
33. 3 Core 1sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
34.
2 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
35.
3 Core 1.5 sqmm Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
400 meters
36. Microphone cable, 1sqmm (Make – Finolex/Incab/Polycab/ RR Kable)
50 meters
Page 142 of 192
Seal & Signature of the Tenderer
37. PVC conduit 1mm thickness, 0.25 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
38. PVC conduit 1mm thickness, 0.5 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
39. PVC conduit 1mm thickness, 1 inch diameter, ISI marked (Make – Finolex/Incab/Polycab/ RR Kable)
200 meters
40.
Health Monitoring device with Ethernet cable/ GPRS communication for monitoring health of PC Based/DVR/ HVR/ NVR/ XVR /IP Cameras (Optional) (Reputed & reliable make)
01 No
Charges/ Buy back of old components
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1. Charges for dismantling and reinstallation to alternate site (PC Based/DVR/ HVR/ NVR/ XVR )
One time
2. Charges for rewiring at same premises per point (per sensor/camera/other security equipment) (PC Based/DVR/ HVR/ NVR/ XVR )
One time
3. Charges for retrieving CCTV footage (PC Based/DVR/ HVR/ NVR/ XVR )
One time
4. Buy back of old PC Based CCTV CPU 01 No
5. Buy back of old DVR 4 Channel 01 No
6. Buy back of old DVR 8 Channel 01 No
7. Buy back of old DVR 16 Channel 01 No
8. Buy back of old camera CCD 01 No
9. Buy back of old camera Analog 01 No
10. Buy back of old camera HD 01 No
11. Buy back of old camera IR 01 No
12. Buy back of old camera IP 01 No
13. Buy back of old camera PTZ 01 No
14. Buy back of old CCTV Monitor 01 No
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 143 of 192
Seal & Signature of the Tenderer
INDICATIVE PRICE BID FORMAT FOR ONLINE REVERSE AUCTION
1. BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM (BAS):
Annexure ‘J-1’ - AO Thiruvananthapuram
Annexure ‘J-2’ - AO Kollam
Annexure ‘J-3’ - AO Kottayam
Annexure ‘J-4’ - AO Ernakulam
Annexure ‘J-5’ - AO Thrissur
Annexure ‘J-6’ - AO Kozhikode
2. AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS):
Annexure ‘K-1’ - AO Thiruvananthapuram
Annexure ‘K-2’ - AO Kollam
Annexure ‘K-3’ - AO Kottayam
Annexure ‘K-4’ - AO Ernakulam
Annexure ‘K-5’ - AO Thrissur
Annexure ‘K-6’ - AO Kozhikode
3. CLOSED CIRCUIT TELEVISION SYSTEM (CCTV):
Annexure ‘L-1’ - AO Thiruvananthapuram
Annexure ‘L-2’ - AO Kollam
Annexure ‘L-3’ - AO Kottayam
Annexure ‘L-4’ - AO Ernakulam
Annexure ‘L-5’ - AO Thrissur
Annexure ‘L-6’ - AO Kozhikode
Note: Separate offers should be given for each AOs (Total six AOs i.e. AO Thiruvananthapuram, AO Kollam, AO Kottayam, AO Ernakulam, AO Thrissur and AO Kozhikode) (Maximum 6 offers). Lakshadweep has two branches now which are under AO Ernakulam. The Vendor must mention the Brand and Model details of the security equipment offered by them to the Bank in the list of brand, make and model proposed for security equipment – SITC (BAS- Annexure ‘M’, AFD&AS - Annexure ‘N’ & CCTV - Annexure ‘O’) and submit it along with technical bid.
Page 144 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -1’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
49 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
107 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 145 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 146 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -2’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
95 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
63 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 147 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 148 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -3’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
136 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
80 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 149 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 150 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -4’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
188 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
24 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 151 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 152 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -5’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
166 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
46 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 153 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 154 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘J -6’
BURGLAR ALARM SYSTEM/SECURITY ALARM SYSTEM INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
147 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Burglar Alarm/Security Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
100 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
4.
8 Zone wired micro processor based day & night mode control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, Support external PSTN based Auto Dialer, excluding battery (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
5. Rate of additional 2 zones (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing
01 No
Page 155 of 192
Seal & Signature of the Tenderer
alarms), CMS compatible (Make: Texecom/ DSC Tyco / Menvier/ Trikdis/ Universal)
7. 2 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
8. 4 core 0.75 sq mm FRLS copper conductor Cable including PVC conduit/strips (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Kable)
200 meters
9.
Pet immune type PIR detector with minimum detection range - 12 m, pet tolerant for animals upto 25kg in size, weather-proof, 180 degree wide angle, anti-masking technology (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
02 Nos
10. Vibration sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
12 Nos
11. Magnetic / Door sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
12. Panic Switch (Pedal type) (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
05 Nos
13. Glass-break sensor (Make: Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex)
04 Nos
14. Internal Hooter/Siren (Range – minimum 200m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
15. External Hooter/Siren (Range – minimum 500m radius) (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
16.
External DC Motorised Siren compatible to the panel, Frequency Range - minimum 1km radius (Make: Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/ Ravel/ Agni/Honeywell/Universal)
01 No
17. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal (Make: Exide/Amron/Bosch)
01 No
18. Main transformer/SMPS (Make: MX/ERD/ Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of supply, transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 156 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 1’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
108 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 157 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 158 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 2’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
94 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
75 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 159 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 160 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 3’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
153 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
65 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 161 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 162 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 4’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
155 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 163 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 164 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 5’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
175 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
41 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 165 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 166 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘K - 6’ AUTOMATIC FIRE DETECTION AND ALARM SYSTEM (AFD&AS)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ) FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
142 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the Automatic Fire Alarm systems purchased/installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
112 Nos
SUB TOTAL (A)
SITC of:
3.
4 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
4.
8 Zone Fire Alarm control panel with inbuilt auto-dialer (GSM Based with minimum 5 number dialing facility with 2 Trigger, Instant call/SMS alert) and internal speaker, CMS compatible with standard software, with rechargeable batteries, Battery charger and all other accessories, strictly as per BIS/ISI/UL/ULC/EN/FM norms / ERTL Appd & Certified or higher (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
5. Rate of additional 2 zones (Make: Ravel/ Honeywell/ Bosch/ ASES (Agni) / Siemens/ Eaton)
01 No
6. External PSTN based Auto Dialer with minimum 5 number dialing facility (for up gradation of existing alarms), CMS compatible (Make: Texecom/ DSC Tyco /
01 No
Page 167 of 192
Seal & Signature of the Tenderer
Menvier/ Universal)
7.
2 Core 1.5 sq mm Armoured Cable, Low smoke zero halogen (LSZH), fire/flame retardant, abrasion resistant, copper conductor. (ISI marked) (Make: Finolex/ Plaza/Polycab/ RR Cable)
400 meters
8.
Smoke Detector (Ionization type) with base having 0.9 Micro curies (as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
9. Smoke Detector (Optical/Photoelectric type) with base as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
10 No
10.
Heat Detector with base (Rate of Rising Temperature Type) as per specifications /certifications (UL - 217 /EN-54 / FM) or higher (Make: Apollo 65/ Ravel/Honeywell)
01 No
11. Response Indicator “Twin Indicator type” (Metallic) as per IS:2189 specifications or higher (Make: Apollo 65/ Ravel/Honeywell)
10 Nos
12.
Manual Call Point (Glass Break Type) of resettable type, with “Dual Indicator type”, Metal/Aluminum type (Square) as per IS:2189 specifications or higher (Make: Ravel/ Agni/ Apollo/ Honeywell/ System Sensor/ Eaton)
01 No
13.
Electronic Hooter/Siren in metallic box as per IS:2189 (dual tone) (Range – minimum 200m radius) (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
02 Nos
14.
External DC Motorised Siren compatible to the panel as per IS:2189, Frequency Range - minimum 1km radius (Make: Apollo/ Ravel/ Honeywell/ Agni/ System Sensor/ Eaton)
01 No
15. Rechargeable maintenance free valve regulated sealed battery 12V-7AH with F2 terminal as applicable (Make: Exide/Amron/Bosch)
01 No
16. Main transformer/SMPS (Make: MX/ ERD/ Ravel/ Agni/ Honeywell/ Universal/ Eaton)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note: i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 168 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 1’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THIRUVANANTHAPURAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
36 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
128 Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 169 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 170 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 2’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOLLAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
73 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
96 Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 171 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 172 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 3’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOTTAYAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
151 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
71 Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 173 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 174 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 4’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, ERNAKULAM
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
187 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
25Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 175 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 176 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 5’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, THRISSUR
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
163 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
57 Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 177 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 178 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘L - 6’ CLOSED CIRCUIT TELEVISION (CCTV)
INDICATIVE PRICE BID - BILL OF QUANTITIES (BOQ)
FOR BRANCHES/OFFICES UNDER: AO, KOZHIKODE
Sl. No.
Item Description Tentative Quantity
Unit price (Excluding GST) (Rs)
Amount (Excluding GST) (Rs)
1.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/installed prior to 27th September 2018 (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
146 Nos
2.
AMC charges for making 4 mandatory quarterly visits per year for maintaining the CCTV systems (PC based as well as Standalone 4/8/16/32 Channel DVR/HVR/NVR/XVR based) purchased/ installed on or after 27th September 2018 after post warranty of one year (additional visits has to made to attend emergency breakdown calls. Charges for such visits shall be included in this included in this rate and no additional charges shall be paid for such emergency visits) (Comprehensive)
118 Nos
SUB TOTAL (A)
SITC of:
3. 4 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
4. 8 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
5. 16 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
6. 32 Channel NVR, with minimum 2 SATA, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
7.
16 Channel Penta-Brid (XVR) DVR minimum 1080P, with Specified software, without HDD (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
Page 179 of 192
Seal & Signature of the Tenderer
8. 4TB Hard Disk Drive Surveillance grade (SATA II or III) (Make: WD purple, Seagate)
01 No
9.
Minimum 2 Megapixel, IP Colour IR Dome camera with motorised lens, SD card support and 256 GB Memory Card, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 Nos
10.
Minimum 2 Megapixel, IP Colour IR Bullet camera with HD VF lens, SD card support and 256 GB Memory Card, ONVIF registered for all ports, UL & BIS certified, Mac Id – Should be in the name of OEM (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
07 Nos
11. HD Varifocal lens, 1080P WDR Colour Dome IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
12. HD Varifocal lens, 1080P WDR Colour Bullet IR camera, array LED (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
08 No
13. Minimum 2 Megapixel, CMOS, High Resolution Pin Hole IP camera, UL & BIS certified (Make: Bosch/ Siemens/ Honeywell/ Pelco/ Samsung/ Sony)
01 No
14. 22’’ Anti-glare Surveillance grade 24X7 working LED with TCO 03 or higher certification monitor (Make: LG/ Samsung/ Panasonic/ HP/ Dell)
01 No
15. Video Cable – Category 6 (Armoured), High Density Polyethelene, FRPVC, Standards: TIA/EIA 568 B.2 (Make – Finolex/Polycab/ D-Link/ RR Kable)
500 meters
16. 2 Core 1mm sq Power Cable, Copper conductor, PVC insulated, ISI marked (IS694, 1990) (Make – Finolex/Incab/Polycab/ RR Kable)
100 meters
17. Network Switch – 8 Port PoE switch (Make – Netgear/ D Link)
02 Nos
18.
Wireless Mouse - High quality with minimum 5 meter range, Battery with Power Saving Mode, Precise Cursor Control & Scrolling and Wide Scroll Wheel (Make – HP/ Dell/ Acer)
01 No
SUB TOTAL (B)
GRAND TOTAL (A+B)
Note:
i. Rates quoted should be inclusive of transportation, labour and installation charges. ii. Rates quoted shall be valid for a period of 3 years from the date of contract signed. iii. Final sample/model will be approved by the Bank after sample/model demo. iv. GST, as applicable, will be paid by the Bank.
Page 180 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘M’
SAMPLE BUSINESS RULE DOCUMENT
Online tendering for proposed Annual Maintenance Contract (AMC) and Supply,
Installation, Testing and Commissioning (SITC), Certification and Maintenance of BAS,
FAS and CCTV system in Branches/Offices under SBI LHO Thiruvananthapuram Circle
(Kerala State, UT of Mahe and UT of Lakshadweep).
Business rules for E-tendering:
1. Only State Bank of India, Thiruvananthapuram Circle empanelled vendors for the
captioned work are eligible to participate.
2. SBI will engage the services of an E-tendering service provider who will provide necessary
training and assistance before commencement of online bidding on Internet.
3. In case of e-tendering, SBI will inform the vendor in writing, the details of service provider
to enable them to contact and get trained.
4. Business rules like event date, closing and opening time etc. also will be communicated
through service provider for compliance.
5. Vendors have to send by email, the compliance form in the prescribed format (provided by
service provider), before start of E-tendering. Without this the vendor will not be eligible to
participate in the event.
6. The Vendors will be required to submit the documents in sealed Envelope to the office of
SBI, LHO, Thiruvananthapuram at the address mentioned herein before by the stipulated date.
Vendors not submitting any one or more documents shall not be eligible to participate in the
online price bidding.
7. E-tendering will be conducted on schedule date &time.
The e-tendering will be treated as closed only when the bidding process gets closed in all
respects for the item listed in the tender.
Terms & conditions of E-tendering:
1. SBI shall finalize the Tender through e-tendering mode for which M/s. e-Procurement
Technology, Ahmedabad has been engaged by SBI an authorized service provider.
2. Please go through the guidelines given below and submit your acceptance to the same
along with your Commercial Bid.
3. E-tendering shall be conducted by SBI through M/s. e-Procurement Technology,
Ahmedabad, on pre-specified date. While the Vendors shall be quoting from their own offices /
place of their choice, Internet connectivity and other paraphernalia requirements shall have to be
ensured by Vendors themselves. In the event of failure of their Internet connectivity, (due to any
reason what so ever it may be)it is the bidders’ responsibility. In order to ward-off such contingent
Page 181 of 192
Seal & Signature of the Tenderer
situation bidders are requested to make all the necessary arrangements /alternatives such as
back–up power supply whatever required so that they are able to circumvent such situation and
still be able to participate in the E-tendering successfully. Failure of power at the premises of
Vendors during the E-tendering cannot be the cause for not participating in the E-tendering. On
account of this the time for the E-tendering cannot be extended and SBI is not responsible for
such eventualities.
4. M/s. e-Procurement Technology, Ahmedabad., shall arrange to train your nominated
person(s), without any cost to you. They shall also explain you all the Rules related to the E-
tendering. You are required to give your compliance on it before start of bid process.
Bidding currency and unit of measurement: Bidding will be conducted in Indian currency &
Unit of Measurement will be displayed in Online E-tendering.
Bid Price: The Bidder has to quote the rate as per the Tender Document provided by SBI.
Validity of Bids: The Bid price shall be firm for a period specified in the tender document and
shall not be subjected to any change whatsoever.
PROCEDURE OF E-TENDERING:
Online E-tendering:
1. The hard copy of the Technical as well as Price Bid is available On the Bank’s website
during the period specified in the NIT.
2. Online e-tendering is open to the empanelled bidders who receive NIT from the Architect
and qualified for participating in the price bidding as provisions mentioned hereinabove through
SBI approved Service Provider.
3. The Price-Bid shall be made available online by the Service Provider wherein the Vendors
will be required to fill-in their Item-wise rates for each item.
4. The Vendors are advised not to wait till the last minute to submit their online item wise
quote in the price bid to avoid complications related with internet connectivity, network problems,
system crash down, power failure, etc.
5. It is mandatory to all the bidders participating in the price bid to quote their rates for each
and every item.
6. In case, Vendor fails to quote their rates for any one or more tender items, their tender
shall be treated as “Incomplete Tender” and shall be liable for rejection.
7. LOG IN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password
by M/s. e-Procurement Technology, Ahmedabad The Bidders are requested to change the
Password after the receipt of initial Password from M/s. e-Procurement Technology,
Ahmedabad All bids made from the Login ID given to the bidder will be deemed to have been
made by the bidder.
Page 182 of 192
Seal & Signature of the Tenderer
8. BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as
specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be bound to
execute the work at the quoted bid price. In case the L-1 Bidder backs out or fail to complete the
work as per the rates quoted, SBI shall at liberty to take action as deemed necessary including
de-paneling such Vendors and forfeiting their EMD.
9. At the end of the E-tendering, SBI will decide up on the winner. SBI decision on award of
Contract shall be final and binding on all the Bidders.
10. SBI shall be at liberty to cancel the E-tendering process/tender at any time, before
ordering, without assigning any reason.
11. SBI shall not have any liability to bidders for any interruption or delay in access to the site
irrespective of the cause.
12. Other terms and conditions shall be as per your techno-commercial offers and other
correspondences till date.
Other Terms & Conditions:
1. The Bidder shall not involve himself or any of his representatives in Price manipulation of
any kind directly or indirectly by communicating with other Vendors/ bidders.
2. The Bidder shall not divulge either his Bids or any other exclusive details of SBI to any
other party.
3. SBI decision on award of Contract shall be final and binding on all the Bidders.
4. SBI reserve their rights to extend, reschedule or cancel any E-tendering within its sole
discretion.
5. SBI or its authorized service provider M/s. e-Procurement Technology, Ahmedabad
shall not have any liability to Bidders for any interruption or delay in access to the site irrespective
of the cause.
6. SBI or its authorized service provider M/s. e-Procurement Technology, Ahmedabad is
not responsible for any damages, including damages that result from, but are not limited to
negligence.
7. SBI or its authorized service provider M/s. e-Procurement Technology, Ahmedabad will
not be held responsible for consequential damages, including but not limited to systems
problems, inability to use the system, loss of electronic information etc.
NB:
All the Bidders are required to submit the Process Compliance Statement (Annexure-II) duly
signed to M/s. e-Procurement Technology, B704, Wall Street 2, Ahmedabad, Gujarat - 380006
All the bidders are requested to ensure that they have a valid digital signature certificate
well in advance to participate in the online event.
Page 183 of 192
Seal & Signature of the Tenderer
PROCESS COMPLIANCE STATEMENT (TO BE ENCLOSED ALONG WITH TECHNICAL BID)
(The bidders are required to print this on their company’s letter head and sign with seal/stamp)
To,
……………….
……………….
Email:
AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THE ONLINE E-TENDERING FOR PROPOSED ANNUAL MAINTENANCE CONTRACT (AMC), SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC), CERTIFICATION AND MAINTENANCE OF BAS, FAS AND CCTV SYSTEM IN BRANCHES/OFFICES UNDER SBI LHO THIRUVANANTHAPURAM CIRCLE (KERALA STATE, UT OF MAHE AND UT OF LAKSHADWEEP).
Dear Sir,
This has reference to the Terms & Conditions for the E-tendering mentioned in the Tender
document
This letter is to confirm that:
1) The undersigned is authorized representative of the company.
2) We have studied the Commercial Terms and the Business rules governing the E-tendering as
mentioned in RFP of SBI as well as this document and confirm our agreement to them.
3) We also confirm that we have taken the training on the E-tendering tool and have understood
the functionality of the same thoroughly.
4) We confirm that SBI and …………………………… shall not be liable & responsible in any
manner whatsoever for my/our failure to access & bid on the e-E-tendering platform due to loss of
internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen
circumstances etc. before or during the E- tendering event.
5) We confirm that we have a valid digital signature certificate issued by a valid Certifying
Authority.
6) We, hereby confirm that we will honour the Bids placed by us during the E-tendering process.
With regards, Date:
Signature with company seal Name:
Company / Organisation:
Designation within Company / Organisation: Address of Company / Organisation:
Date:…………………..
Place:………………….
Page 184 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘N’
Performance Bank Guarantee
To:
State Bank of India
Through The Deputy General Manager (B &O)
AO…………………………………………
Dear Sir,
BANK GUARANTEE IN LIEU OF RETENTION MONEY FOR EARLY RELEASE OF 10%
RETENTION MONEY
AS SET OUT IN THE NOTICE INVITING TENDER (NIT): LHO TVPM /CSO – 1/20
Dated: ………………………….
GUARANTEE NO: _______________
AMOUNT: Rs. ___________________
GUARANTEE COVER FROM _______________ TO _________________
LAST DATE OF LODGEMENT OF CLAIM _________________________
(3 months after expiry of warranty)
Whereas ______________________, a Vendor having its Registered Office at
……………………..……………being successful bidder entered into a contract or agreement
dated _____________ with State Bank of India (SBI) for Annual Maintenance Contract and
Supply, Installation, Testing & Commissioning of the Security Equipment at State Bank of India
site in ______________ (hereinafter referred to as “the said Agreement”) and it has been agreed
that a payment of Rs._____________ (Rupees ________________________ only) will be made
to the Vendor representing balance ___% of the consideration amount against the security of a
Bank Guarantee from a Scheduled Commercial Bank.
2. Now this deed of guarantee witnesseth that in consideration of SBI agreeing to accept
Performance Bank Guarantee in lieu of Retention Money to release a sum of Rs.___________
(Rupees _____________Only) representing balance __% of the consideration amount payable to
the Vendor in terms of, the said Agreement, we _________________________(Bank) having our
head office at _____________________________and amongst other places, a branch at
_____________ (hereinafter referred to as the “Guarantor”) do hereby expressly, irrevocably and
unreservedly agree and undertake that :
a) In the event of Vendor committing breach of any of the undertakings or committing default
in fulfilling any obligation arising out of said Contract/Agreement, we _________________
(Guarantor) shall on demand, pay SBI forthwith without any demur Rs.__________ (Rupees
Page 185 of 192
Seal & Signature of the Tenderer
__________________________ only) and notwithstanding any right the Vendor may have
against SBI or any disputes raised by the Vendor or any suit or proceedings pending in any
competent Court of Law in India or otherwise or before any arbitrator, and SBI's written demand
shall be conclusive evidence to us that such amount is payable by us under the said contract and
shall be binding in all respects on the Guarantor.
3. The Guarantor shall not be discharged or released from the aforesaid undertaking and
guarantee by any agreement, variations made between SBI and the Vendor, indulgence shown to
the Vendor by SBI, with or without the consent and knowledge of the Guarantor or by any
alterations in the obligations of the Vendor by any forbearance whether as to payment, time
performance or otherwise.
4. (a) This guarantee shall remain valid until ……………………………(date should be atleast
one month after the expiry of contract), or until discharged by SBI in writing.
(b) This guarantee shall be a continuing guarantee and shall not be revocable except with
the previous written consent of SBI and save as aforesaid it will be in force until the
Vendor complies with its obligations hereunder.
(c) This Guarantee shall not be affected by any change in your constitution or the Vendor
by absorption with any other body or corporation or dissolution or otherwise and this
guarantee will be available to or enforceable against such body or corporation.
5. In order to give effect to this guarantee, SBI will be entitled to act as if the Guarantor were
the principal debtor and the Guarantor hereby waives all and any of its rights of suretyship.
6. This guarantee shall continue to be in force notwithstanding the discharge of the Vendor
by operation of law and shall cease only on payment of the full amount by the Guarantor to SBI of
the amount hereby secured.
7. This Guarantee shall be in addition to and not in substitution for any other guarantee or
security for the Vendor given or to be given to SBI in respect of the said Agreement.
8. These presents shall be governed by and construed in accordance with Indian Law and
the Court in Thiruvananthapuram, India alone shall have the jurisdiction to try & entertain any
dispute arising out of this guarantee.
Notwithstanding anything contained herein:
a) Our liability under this Bank Guarantee shall not exceed Rs.________ (Rupees
___________________________ only)
Page 186 of 192
Seal & Signature of the Tenderer
b) This Bank Guarantee shall be valid up to ………………………… (date should be
atleast one month after the expiry of contract), and
c) We are liable to pay the guaranteed amount or any part thereof under this Bank
Guarantee only and only if you serve upon us a written claim or demand on or before
______________ (Not less than one year after the date of expiry of guarantee).
d) The Guarantor has under its constitution powers to give this guarantee and Shri
__________ (signatories) Officials / Managers of the Bank who has/have signed this
guarantee has/have powers to do so.
Dated this ............. day of....................... 20…… at...........................................................
For and on behalf of........................................................................... (Bank).
Authorised Signatory ............................................................................. in favour of the Bank
Designation......................
Page 187 of 192
Seal & Signature of the Tenderer
LIST OF BRAND, MAKE AND MODEL PROPOSED FOR SECURITY EQUIPMENT - SITC
The Vendor should duly fill in the below given details and submit it along with the Technical Bid and Indicative Price Bid. The Brands/Make and Models must comply with the Bank’s minimum specification given in the Technical Specifications (Annexure ‘A’, Annexure ‘B’ and Annexure ‘C’).
ANNEXURE ‘O’
BURGLAR/SECURITY ALARM SYSTEM
SL
NO EQUIPMENT
BRAND/MAKE
PROPOSED BY
BANK
MAKE(S) & MODEL(S) QUOTED BY THE
VENDOR (FROM THE MAKE & MODEL
PROPOSED BY THE BANK)
BRAND/MAKE MODEL DETAILS
1.
Micro processor based
day & night mode
control panel with inbuilt
auto-dialer (GSM
Based)
Honeywell/ Texecom/
DSC Tyco / Menvier/
Trikdis/ Universal
2. External PSTN based
Auto Dialer
Honeywell/ Texecom/
DSC Tyco / Menvier/
Trikdis/ Universal
3. Pet immune type (PIR) detector
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC Elettronica/
Takex
4. Vibration sensor
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC Elettronica/
Takex
5. Magnetic / Door sensor
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC Elettronica/
Takex
6. Panic Switch (Pedal
type)
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC Elettronica/
Takex
7. Glass-break sensor
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC Elettronica/
Takex
8. Internal Hooter/Siren
Texecom/ DSC Tyco/
Trikdis/ AMC
Elettronica/ Ravel/
Agni/ Honeywell/
Page 188 of 192
Seal & Signature of the Tenderer
Universal)
9. External Hooter/Siren
Texecom/ DSC Tyco/
Trikdis/ AMC
Elettronica/ Ravel/
Agni/ Honeywell/
Universal
10. External DC Motorised
Siren
Texecom/ DSC Tyco/
Trikdis/ AMC
Elettronica/ Ravel/
Agni/ Honeywell/
Universal
11. Main transformer/SMPS
MX/ERD/ Honeywell/
Texecom/ DSC Tyco/
Trikdis/ AMC
Elettronica
12. Thermal sensor
Honeywell/ Texecom/ DSC Tyco/ Trikdis/ AMC Elettronica/Takex
13. Shutter sensor
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC
Elettronica/Takex
14. Panic Switch (Hand
operated type)
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC
Elettronica/Takex
15. Multi Function Detector
Honeywell/ Texecom/
DSC Tyco/ Trikdis/
AMC
Elettronica/Takex
Page 189 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘P’
AUTOMATIC FIRE DETECTION & ALARM SYSTEM (AFD&AS)
SL
NO EQUIPMENT
BRAND/MAKE
PROPOSED BY
BANK
MAKE(S) & MODEL(S) QUOTED BY THE
VENDOR (FROM THE MAKE & MODEL
PROPOSED BY THE BANK)
BRAND/MAKE MODEL DETAILS
1. Fire Alarm control panel
with inbuilt auto-dialer
(GSM Based)
Ravel/ Honeywell/
Bosch/ ASES (Agni) /
Siemens/ Eaton
2. External PSTN based
Auto Dialer
Texecom/ DSC Tyco
/ Menvier/ Universal
3. Smoke Detector (Optical/ Photoelectric type)
Apollo 65/ Ravel/
Honeywell
4. Heat Detector with base (Rate of Rising Temperature Type)
Apollo 65/ Ravel/
Honeywell
5. Response Indicator
“Twin Indicator type”
(Metallic)
Apollo 65/ Ravel/
Honeywell
6. Manual Call Point
(Glass Break Type)
Ravel/ Agni/ Apollo/
Honeywell/ System
Sensor/ Eaton
7. Electronic Hooter/Siren
Apollo/ Ravel/
Honeywell/ Agni/
System Sensor/
Eaton
8. External DC Motorised
Siren
Apollo/ Ravel/
Honeywell/ Agni/
System Sensor/
Eaton
9. Main transformer/SMPS
MX/ ERD/ Ravel/
Agni/ Honeywell/
Universal/ Eaton
10. Heat Detector with base
(Fixed Temperature
Type)
Apollo 65/ Ravel/ Honeywell
11. Multi smoke cum rate of
rise temperature type
detector
Apollo 65/
Ravel/Honeywell
12. Photo-thermal multi-
criteria detector
Apollo 65/
Ravel/Honeywell
Page 190 of 192
Seal & Signature of the Tenderer
ANNEXURE ‘Q’
CLOSED CIRCUIT TELEVISION (CCTV)
SL
NO EQUIPMENT
BRAND/MAKE
PROPOSED BY
BANK
MAKE(S) & MODEL(S) QUOTED BY THE
VENDOR (FROM THE MAKE & MODEL
PROPOSED BY THE BANK)
BRAND/MAKE MODEL DETAILS
1. 4 Channel NVR, with
minimum 2 SATA, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
2. 8 Channel NVR, with
minimum 2 SATA, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
3. 16 Channel NVR, with
minimum 2 SATA, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
4. 32 Channel NVR, with
minimum 2 SATA, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
5.
16 Channel Penta-Brid
(XVR) DVR minimum 1080P,
with Specified software,
without HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
6.
4 Channel Penta-Brid (XVR)
DVR minimum 1080P, with
Specified software, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony/
Hikvision/ Dahua
7.
8 Channel Penta-Brid (XVR)
DVR minimum 1080P, with
Specified software, without
HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony/
Hikvision/ Dahua
8.
32 Channel Penta-Brid
(XVR) DVR minimum 1080P,
with Specified software,
without HDD
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony/
Hikvision/ Dahua
9.
Minimum 2 Megapixel, IP
Colour IR Dome camera with
motorised lens, SD card
support and 256 GB Memory
Card, UL & BIS certified, Mac
Id – Should be in the name of
OEM
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
Page 191 of 192
Seal & Signature of the Tenderer
10.
Minimum 2 Megapixel, IP
Colour IR Bullet camera with
HD VF lens, SD card support
and 256 GB Memory Card,
ONVIF registered for all ports,
UL & BIS certified, Mac Id –
Should be in the name of
OEM
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
11. HD Varifocal lens, 1080P
WDR Colour Dome IR
camera, array LED
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
12. HD Varifocal lens, 1080P
WDR Colour Bullet IR
camera, array LED
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
13.
Minimum 2 Megapixel,
CMOS, High Resolution Pin
Hole IP camera, UL & BIS
certified
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
14.
HD Varifocal lens, 1080P
WDR, 180 Degree view
Colour IR 360º Dome camera
(Fish eye), array LED
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony/
Hikvision/ Dahua
15.
1080P WDR, Colour Outdoor
PTZ Vandal Resistance
Dome Camera with Night
Vision, with VF lens, -15 to
90° Tilt Range & 30 x Optical
Zoom, Supports microSD
Cards up to 256GB
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony/
Hikvision/ Dahua
16. 1080P HD AHD Pinhole
camera
Bosch/ Siemens/
Honeywell/ Pelco/
Samsung/ Sony
17. Power Supply (SMPS) with
Over Heat & Voltage
Protection
ERD/MX/ Bosch/
Siemens/
Honeywell/ Pelco/
Samsung/ Sony
18.
Anti-glare Surveillance grade
24X7 working LED with TCO
03 or higher certification
monitor
LG/ Samsung/
Panasonic/ HP/
Dell
Page 192 of 192
Seal & Signature of the Tenderer
Abbreviations
AFD&AS - Automatic Fire Detection and Alarm System
AMC – Annual Maintenance Contract
AO – Administrative Office
BAS – Burglar Alarm System
BIS – Bureau of Indian Standard
BOQ – Bill of Quantity
BPR – Business Process Reengineering
CAMC – Comprehensive Annual Maintenance Contract
CB – Cash Balance
CC - Currency Chest
CCTV – Closed Circuit Television
CE - Conformite Europeenne (European Conformity)
CPC – Centralised Processing Cells
DVR – Digital Video Recorder
EMD - Earnest Money Deposit
EOI - Expression of Interest
ERTL - Electronics Regional Test Laboratory
FAS – Fire Alarm System
FCC – Federal Communications Commission
HVR – Hybrid Video Recorder
ISI - Indian Standards Institute
ISO - International Organisation for Standardization
LHO – Local Head Office
MCP - Manual Call Point
NVR – Network Video Recorder
OEM – Original Equipment Manufacturer
PBG – Performance Bank Guarantee
PIR – Passive Infrared
PO – Purchase Order
RBO – Regional Business Office
RFP – Request for Proposal
SBI – State Bank of India
SD – Security Deposit
SITC – Supply, Installation, Testing and Commissioning
SO – Supply Oder
UL - Underwriters Laboratories
UT – Union Territory