0 evaluări0% au considerat acest document util (0 voturi)
105 vizualizări19 pagini
Tenders are invited as 'Two Bid System' (Technical and Commercial Bid) Tenderer has to submit Demand Draft of 2000 / - in the name of "Director General of Police, Maharashtra State, Mumbai" in the Technical Bid as a tender fee. If Tenderer fails to submit tender fee in the form of Demand Draft, his offer will be rejected.
Tenders are invited as 'Two Bid System' (Technical and Commercial Bid) Tenderer has to submit Demand Draft of 2000 / - in the name of "Director General of Police, Maharashtra State, Mumbai" in the Technical Bid as a tender fee. If Tenderer fails to submit tender fee in the form of Demand Draft, his offer will be rejected.
Drepturi de autor:
Attribution Non-Commercial (BY-NC)
Formate disponibile
Descărcați ca PDF, TXT sau citiți online pe Scribd
Tenders are invited as 'Two Bid System' (Technical and Commercial Bid) Tenderer has to submit Demand Draft of 2000 / - in the name of "Director General of Police, Maharashtra State, Mumbai" in the Technical Bid as a tender fee. If Tenderer fails to submit tender fee in the form of Demand Draft, his offer will be rejected.
Drepturi de autor:
Attribution Non-Commercial (BY-NC)
Formate disponibile
Descărcați ca PDF, TXT sau citiți online pe Scribd
DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /-
______________________________________________________________________________ Serial No. Price ` 2000/-
TENDER FORM
(To be signed & stamped and to be returned with the Sealed Tender bid to Director General of Police, Maharashtra State, State Police Headquarters,Old Council Hall, Shahid Bhagatsing Marg, Colaba, Mumbai 400 001.)
A) Tender No: - DGP/XVII/6162/Communication 10-11/IP CCTV (90)/2010
B) Last Date & Time of submission of Tender :- 03 rd February 2011 before 1300 hrs
C) Date & Time of opening of Technical Bid :- 03 rd February 2011 at 1400 hrs
D) Validity of Tender :- 120 days from the date of opening of tender
Sr. No. Item Tendered Quantity Tender Form Fee 1 I P Based CCTV Cameras with Video Analytics :- Work includes Supply, Installation and Commissioning AS PER SPECIFICATIONS ATTACHED ALONGWITH 10 + 25 % ` 2000/-
Terms and Conditions :- (Please read carefully) (1) Tenders are invited as Two Bid System (Technical & Commercial Bid) (2) Tenderer can download the tender form and specifications from the websites www.mahapolice.gov.in or www.mumbaipolice.org or www.maharashtra.gov.in. Tenderer has to submit Demand Draft of ` 2000/- in the name of Director General of Police, Maharashtra State, Mumbai in the technical bid as a tender fee. If Tenderer fails to submit tender fee in the form of Demand Draft, his offer will be rejected. The downloaded tender form only will be accepted. The tender fee will not be refunded under any circumstances. (3) Tenderers are requested to submit their bid in two separate envelopes marked as Technical Envelope and Commercial Envelope. Both envelopes should be duly sealed and should be put in one envelope which will bear the name of the Tenderer, Tender Number and date of opening of Tender, as per Government of Maharashtra G.R. No. Bha.kha.san- 1088/(2512)/Udyog -6, dtd.02.01.1992. (4) Tenderer should submit tender in duplicate. TECHNICAL BID (5) The technical bid envelope should contain the following :- (i) Tender form duly stamped and signed (each page) by the Tenderer accepting the terms and conditions of the tender. (ii) An introductory letter on the original letterhead of the tendering firm clearly mentioning the documents attached in technical bid, the Make and Model No. of item offered by the tenderers firm, Profile of Company, Turnover of Company, Name of Proprietors, Directors of the Company, Office Communication, Telephone / Fax Number / Email address, Contact person Name etc. Technical bid not mentioning the offered Make / Model of the tendered item is liable for rejection. Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 2
(iii) Earnest Money Deposit: - 3% of the value of the item tendered subject to maximum of ` 5,000/- by way of Demand Draft or Treasury Challan in the name of The Director General of Police, Maharashtra State, Mumbai only. Cheques will not be accepted. If the tenderer is exempted from submitting the EMD, it should be mentioned on the original letterhead along with the copies of G.R. / Govt. order. The exemption must be for the tendered item i.e. the firm must have been registered as Manufacturer of the tendered item with C.S.P.O. / D.G.S.& D. /NSIC / SSI unit for the tendered item. (iv) Registration Certificate of C.S.P.O. / D.G.S.& D. / NSIC / SSI with clearly mentioning the validity of registration. (v) Value Added Tax Clearance Certificate from the competent authority showing the VAT paid upto 31 st December 2009. OR If VAT clearance certificate cannot be submitted, acknowledgement of application made to the VAT competent authority for such clearance certificate should be enclosed with technical bid. However VAT clearance certificate must be produced before the opening of the commercial envelope, otherwise the tender shall be treated as invalid & commercial envelop of such bidder cannot be opened. Also, last Income Tax clearance certificate from the competent authority should be attached. Provided that the tenderer from the States where VAT is not levied should provide the clearance certificate of the Sales Tax or any other equivalent Tax levied. (vi) The tenderer should be an authorized distributor / dealer and he should furnish current year valid Authorization Letter / Dealerships certificates from the Original Equipment Manufacturer (OEM). Xerox copy of Authorization letter should be attested with valid dates. (Original authorization letter should be submitted for verification at the time of commercial tender opening). (vii) The tenderer should obtain a letter from the manufacturer that the Model quoted in the tender should conform to the specifications of products manufactured as on date and latest and should not be of old Model & service be provided up to Three years from the date of Acceptance of Tender awarded and date of installation. Also a letter showing that he is an authorized distributor / dealer for a period of next Three year with manufacturer. (viii) Power of Attorney in favour of person signing the bids to be given in Technical envelope (if applicable) (ix) Product Brochures clearly mentioning the features Make / Model No etc. If Brochure is not available then photograph of the tendered product should be submitted. (x) The tenderer should be in a position to supply and install equipment, strictly conforming to Qualitative Requirements mentioned in Specifications hereunder, within stipulated period mentioned in purchase order. A brochure and the model number, make etc. must be enclosed in the Technical Tender with specifications. Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 3
(xi) Latest test report along with letter of the tenderer giving technical specification to the Laboratory asking for latest report of the tendered item should be submitted. (xii) The tenderer should submit a copy of test report which should be latest i.e. on or after January 2009. (xiii) Tenderer should submit Comparative chart in the following format for each item. Sr. No. Specification of tendered item Specification of item offered by the tenderer
* Special / Additional feature if any should be mentioned below this comparative chart. (xiii)List of clients to whom the tenderer has supplied the tendered item mentioning the quantity and date of supply. Copies of supply orders should be attached. Note: - The tenderer should submit all above mentioned compulsory documents in specified format from Sr.1 to 5(xiii). If the tenderer fails to submit any single document in the technical envelope the tender shall be treated as invalid / rejected. COMMERICAL BID (6) Tenderers should submit separate Commercial bid for each item and Commercial bid must be on original letterhead of the firm duly signed ( Name of signing authority should be mentioned below signature ) and in the following format clearly mentioning each and every details of the price bid :- Sr. No. Name of the item (Make & Model No. of the item Basic Price Transport / Freight CST/ VAT Insurance Education Cess Forwarding / Handling Packing Custom Duty Excise Duty Installation charges Training charges Other charges (please specify) Final price including of all these charges
(i) The price must be in figures and in words (ii) The price quoted must be inclusive of supplying the item anywhere in Maharashtra. No request of extra payment of transportation charges will be entertained afterwards. (iii) The warranty period should be mentioned in Commercial envelope. (iv) Comprehensive and Non-Comprehensive A.M.C. rates (if applicable) must be mentioned after lapse of warranty period in Commercial envelope. (v) It may be noted by the tenderers that not more than two alternative offers can be made against each item. If there are more than two offers, only lowest of two offers will be taken into consideration while scrutinizing the quotations. (vi) Conditional offers and offers qualified by such vague and indefinite expression such as "Subject to immediate acceptance, "Subject to prior sale" etc. will not be considered.
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 4
(7) Warranty period of the equipment / item will be three years from date of receipt of equipment / item. (8) Every page of tendered document should be signed and stamped by the tenderer. (9) The Tenderer who qualifies in technical bid will have to give demonstration of the tendered item, before a committee of officials selected by DGP, M.S., within Four days positively from opening of technical tender and should be in a position to supply equipments within stipulated period mentioned in purchase order. If tenderer fails to show the demonstration within given period, his offer will be liable to disqualify. (10) The tenderer shall give an undertaking for supply of spares / parts or batteries during the life span of the tendered item. (11) Quantity of tendered item may vary subject to the final availability of funds. (12) The selected vendor should be in position to supply the equipment within Sixty days or earlier from the date of placing of the order / custom duty exemption certificate / license copy etc. (13) Octroi Exemption Certificate, if required, will be provided from this office on the requirement and intimation by the tenderer. (14) The commercial envelopes of only those participants will be opened who have passed in demonstration/laboratory testing. (15) Though any vendor can participate in the tender, the DGP, M.S., reserves the right to select the vendor who has a manufacturing or servicing center/repair workshop in Maharashtra. (16) Due weightage will be given to the capability of the participants for providing After Sales Service (17) The DGP, M.S., reserves the right to inspect the manufacturing unit where ever found necessary, while considering the tender. (18) The DGP, M.S., reserves the right to select any vendor on the grounds of his experience, the clients, the service centers, the capacity or turnover of the vendor which can infuse confidence that selected vendor can complete the work within given time. (19) If AMC is not signed then the tenderers should not charge for the one time inspection charges of tendered item, if it goes defective after the warranty period. (20) It is responsibility of the vender to take back Earnest Money Deposit (EMD) after finalization of the tender. No interest will be paid at any cost on Earnest Money Deposit (21) The Director General of Police, M.S., reserves the right to reject any, or all tenders without assigning any reason. (22) The conditions in Purchase Procedure Rules and Purchase Manual of Govt. of Maharashtra, and instructions as per Government of Maharashtra G.R. No. Bha.kha.sa- 1088/(2512)/Udyog -6, dtd.02.01.1992 and recent amendments thereof will be applicable. (23) The right to ignore any tender which fails to comply with the above instruction is reserved. Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 5
(24) Tenderers are at liberty to remain present or to authorize their representative at the opening of technical or commercial tender at the time and date specified. Dates quoted for opening of technical and commercial tender are subject to changes in case there is any holiday abruptly declared by the Government. (25) The Director General & Inspector General of Police, MS., Mumbai does not pledge himself to accept the lowest or any tender and reserves to himself the right of accepting the whole or any part of the tender or portion of the quantity offered against any item and tenderer should supply the same at the rate quoted. (26) In the event of the order being placed against any of the tenderers and if such tenderers fails to supply any stores according to the terms and conditions of Acceptance of Tender or fails to replace any stores rejected by the Director General & Inspector General of Police, MS, Mumbai. or by any person on his behalf within such time as may be stipulated, the Director General & Inspector General of Police, MS, Mumbai, shall be entitled to purchase such stores from any other sources and at such price as the Director General & Inspector General of Police, MS, Mumbai shall in his sole discretions thinks fit. If action as stipulated above is taken (i) The offer of the defaulting contractor will not be considered. (ii) The defaulting contractor will be penalized to the extent of the differences in the rates or 10% of the value of the earliest orders whichever is higher. (iii) If the defaulting contractor fails to pay the penalty he will be permanently de-listed from the list of approved contractors of the Director General & Inspector General of Police, MS, Mumbai and the registration deposit of the contractors will be forfeited to Government . (27) In case of no delivery and /or delayed delivery against an order placed after Acceptance of Tender the Director General & Inspector General of Police, MS, Mumbai reserves to himself the right to impose such penalty in his sole discretion as he thinks fit. (a) Successful Tenderer will be required to pay security deposit as fixed by the Director General & Inspector General of Police, MS, Mumbai and enter into an agreement for the performance of the contract. (b) Tendereres convicted of any criminal offence shall be considered ineligible for awarding contract. (28) As soon as is apparent that contract dates cannot be adhered to, an application shall be sent to the Director General & Inspector General of Police, MS, Mumbai. (29) Without prejudice to the foregoing rights, if such failure to delivery in proper time as aforesaid shall have arisen from any cause, which the Director General & Inspector General of Police, MS, Mumbai may admit as a reasonable ground for an extension of the time (and his decision shall be final), he may allow such additional time as he considered to be justified by the circumstances of the case. Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 6
(30) Provided always that any failure or delay on the part of sub-contractors through their employment that may have been sanctioned shall not be admitted as a reasonable ground for any extension of time or for exempting the tenderer from liability for any such loss of damage, as aforesaid and provided further that no extension shall be allowed unless applied for, if shall, in the opinion of the Director General & Inspector General of Police, MS, Mumbai. (Which shall be final) have been made and in his opinion, is justified. (31) Any statutory increases or decreases as an Act of State of the Central Government relating to sales and other taxes shall be to the account of the contractor. (32) Tenderers should state the place of inspection of the stores offered, if the goods are offered for inspection outside Maharashtra State, the tenderer will have to bear all expenditure of inspection carried out by this office. (33) Goods should be dispatched at carriers risk failing which they should be properly covered by transit insurance with Government Insurance Fund, Mumbai -400032. However, the supplier will be responsible till the entire Stores contracted for arrive in good condition at destination. (34) The tenderer should specifically mention whether they are licensed under Industries Development and Regulation (IDR) ACT 1951 for the production of the item in quotation and if not, how prescribed and from whom they proposed to procure the material and what arrangements are proposed for assembly to supply. I agree with all the above terms and conditions.
Date and Place (Name, Signature and Rubber seal of Bidder)
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 7
Specifications of Items for I P Based CCTV Cameras with Video Analytics
Sr. No. Features Specification / Qualitative Requirement 1. IP / NETWORK FIXED CS MOUNT CAMERA + LENS + HOUSING + WALL MOUNT : Fixed CS Mount Camera :
Imager Type CMOS Imager readout Progressive Scan
Resolution 800 x 600 Sensitivity Color(33ms): 0.50 Lux, color SENS (500ms) :0.12 Lux Mono(33ms): 0.25 Lux, Mono SENS (500ms) :0.03 Lux Video Output 1 Vp p, 75 (BNC Plug) Signal to Noise Ratio 50 dB Main Functions : Local Storage Should be available on camera with Min SD Card Auto iris Lens type DC / Video Drive Electronic Shutter Control Selectable Electronic Shutter Range 1 Sec ~ 1/ 10000 Sec WDR 60 dB Auto White Balance Selectable Auto White Balance Range 2000 deg to 10000 deg K Auto Back Focus Shall be available Video Setup Jack Shall be available Motion Detection Shall be part of features available on camera Audio With the help of external Audio accessory Network Video Video Encoding H. 264 base profile, MPEG 4, MJPEG Video Streams Upto 2 simultaneous streams, second stream variable based on set up of primary stream Frame Rates Shall be possible in following configuration 1.2.2,5,4,5,6,7.5,6,10.12,12.5,15,24,25
Available Resolution Shall be able to offer 25 fps at 0.5 MP (800 x 600) in 4:3 aspect ratio Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 8
Sr. No. Features Specification / Qualitative Requirement Additional Resolutions Up to 4 CIF Protocols Shall support TCP/IP, UDP/IP(UNICAST, MULTICAST IGMP), UPnP, DHCP, DNS,RTP,RTSP,NTP,IPv4,SNMP, QoS,HTTP,HTTPS, LDAP(CLIENT),SSH,SSL,SMTP,FTP, MDNS(BONJOUR) Users Upto 20 Simultaneous User (Unicast),Unlimited users ( Multicast) IN H.264,MPEG-4 Security Access Password protected Interface Web Browser View & setup ,upto 16 cameras Minimum System Requirement : Processor Intel Pentium 4 microprocessor Operating System Microsoft Windows XP,Windows Vista or Mac OS 10.4 or later Memory 512 MB RAM Network Interface Card 100 Mbits or greater Web Browser Inetrnet Explorer 7.0 or later,Mizilla Firefox 3.0 or later Media Player Quicktime 7.55 or later General Power Requirements 24VAC or PoE (IEEE802.3af class 3) Power consumption <6 W Operating temperature -10 deg to 50 deg C Storage temprature -10 deg to 70 deg C Storage Humidity 20% to 90% ,non condensing
Warranty
Certification CE, FCC, UL Listed Auto iris Lens
Mount CS Mount
Focal length 2.8-12 mm
Spot Filter Shall be available Zoom Ratio 4.3X
Relative Aperture (F) 1.4-360 Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 9
Sr. No. Features Specification / Qualitative Requirement
Iris Auto ( Direct drive)
Focus Manual
Zoom Manual Angle of View-Horizontal 24.1 deg-97.4 deg Angle of View-Vertical 18.1 deg-72.5 deg
Back focal length 8.6 m.m
Warranty
Certification CE Outdoor Housing
Camera Mounting Single Slot for adjustable camera Positioning or Snap in Camera Sled
Viewing Window 0.118 inch ( 3 mm thick) Scratch resistant Lexan
Cable Entry Shall come with 2 compression glands at bottom
Cable Entry Holes
Heater/Blower/Sun Shroud Shall be available & Factory fitted with 24 VAC Camera Power Supply Water Resistance IP66 Nema Type4X Construction High reliability Die Cast Construction aluminium
Finish Alodine with Grey Polyster powder coat
Warranty 1 Year
Environment -23 deg to 49 deg C Certification CE, UL Listed Mount
Wall mount with feedthrough Shall be available
Approved Makes Pelco, American Dynamics,Dedicated Micros, Infinova or any reputed brand which is CE FCC, UL, Listed
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 10
Sr. No. Features Specification / Qualitative Requirement 2. IP/NETWORK PTZ Outdoor Speed Dome Camera-35X Optical,12X digital
1 Pick-up device 1/4-inch EXview HAD 2 Effective Pixels 752 (H) X 582 (V) 3 Scanning Mode 2:1 Interlace 4 Resolution Horizontal : 540 TVL 5 Minimum Illumination 0.015 lux at 1/1.5 sec (color) / 0.00015 lux at 1/1.5 sec- B&W 6 Dynamic Range-WDR 128X 7 Video Output 1 Vp-p, 75O (BNC plug) 8 Signal-to-Noise Ratio >50 dB 9 Synchronization Internal/AC line lock, phase adjustable using remote control, V-Sync Lens 10 Zoom ratio 35X Optical, 12X Digital 11 Focal length 3.4~119 mm 12 Iris Range F1.4-360, Automatic iris control with manual override Main Functions 13 Interface 14 Control Functions Pan and Tilt, zoom and focus, 256 preset positions, home position, patrol 15 AGC Automatic/OFF 16 Title(ID) ON, OFF(preset ID, camera ID, area title:16 alphanumeric characters) 17 Zoom speed 3.2/4.6/6.6 seconds 18 Zoom limit over 35x is optical zoom 19 Auto Focus 2 Autofocus, High Resolution Integrated Camera/Optics Packages; Multiple Back Box Models 20 Iris ALC (Adjustable OPEN/CLOSE output target level)/MANUAL 21 Shutter 1/1.5 ~1/30,000 22 Alarm Input/output 7 Alarm Inputs, 1 Auxiliary (Form C) Relay Output and 1 Open Collector Auxiliary Output 23 Privacy Zone 8 masking zones Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 11
Sr. No. Features Specification / Qualitative Requirement 24 On Screen Compass & Tilt Display Shall Be available 25 Freez Frame during Presets Shall be available 26 Integrated Passive UTP Circuit Shall be available Video
Video Encoding H.264 base profile,MPEG-4,MJPEG
Video Streams Upto 2 simultaneous streams,second stream variable based on set up of primary stream
Frame Rates Shall be possible in following configuration 1.2.,3,4,5,6,7.5,8,10.12,12.5,15,24,25
Available Resolutions Shall be able to offer 25 fps at 704x576 in MJPEG,MPEG- 4,H.264 Base Profile
Users Upto 20 Simultaneous User (Unicast),Unlimited users ( Multicast) IN H.264,MPEG-4
Security Access Password protected
Interface Web Browser View & setup ,upto 16 cameras Minimum System Requirement
Processor Intel Pentium 4 microprocessor,1.6 GHz
Operating System Microsoft Windows XP,Windows Vista or Mac OS 10.4 or later Memory 512 MB RAM
Network Interface Card 100 Mbits or greater
Web Browser Inetrnet Explorer 7.0 or later,Mozilla Firefox 3.0 or later
Media Player Quicktime 7.6.5 or later for Windows Vista or Windows XP, Quicktime version 7.6.4 for Mac OS10.4
Integrated Passive UTP Circuit Shall be available PAN / TILT 27 Panning Range 360 continuous 28 Panning speed Manual : 0.1 to 80/sec, 150/sec Turbo Preset Speed: 400/sec 29 Tilting Range Unobstructed +2 to -92 Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 12
Sr. No. Features Specification / Qualitative Requirement 30 Tilting Modes Manual, manual position, sequential position 31 Tilting speed Manual : 0.1 to 40/sec Preset Speed : 200/sec 32 Presets 256 33 Preset Accuracy +/- 0.1 Deg General 34 Power Requirements 18 to 32 VAC; 24 VAC nominal 22 to 27 VDC; 24 VDC nominal 35 Power consumption 24 VAC 23 VA nominal 24 VDC 0.7 A nominal 36 Operating temperature ( Absolute Maximum) -51 Deg C to +60 Deg C ( For Outdoor Environmnetal Options) 37 Surge & Limited Lightning protection Shall be built-in 38 Password Protection Shall be present 39 Auto Image stabilizer Integrated/Selectable 40 Image Enhancement Integrated/Selectable 41 Auto Flip or E-Flip 180 Deg 42 Cooling fan / Heater Shall be available & Integrated with Camera 43 Water Resistance IP66 Nema Type4X
General The Speed dome camera should have Integrated unit consisting of Camera,Lense,Recievr/driver unit & IP66 hosuing in one unit & from the same make or Brand
Finish Pendant : Aluminum Construction Dome Drive : Aluminum,
Certification CE, FCC, UL Listed, C tick
Mounting Shall be Mounted on a Self- Support/ Guy Wire Tower of 40 feet height as specified in the tender
Warranty 3 yrs
Approved makes Pelco,American Dynamics,Dedicated Micros, Infinova or any reputed brand which is CE FCC, UL, Listed Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 13
Sr. No. Features Specification / Qualitative Requirement 3. Intelligent Video Operation, Control, Management Recording & Processing Software: Video management soft ware to be loaded in the NVR for functioning:
1 The Workstation with advanced Software : It Should be a highly scalable, enterprise level software solution. It must offer a complete Video Surveillance solution that will be scalable. It must support for unlimited no. of cameras and should work on DHCP protocol.
2 The software MUST come as one unit and not multiple loadable units. If it comes as multiple loaded units then price of all hardware and software should be included in price of this unit only.
3 It should provide full access to operation and administration through graphical user interface 4 The system shall have Microsoft windows Vista Oeprating System 5 The software should have the capability of unrestricted scalability upto 10,000 devices simultaneously
There should be optional mapping facility for editing alarm management/monitoring tools The system should have support for Standard resolution & High Definition cameras 6 VMS software should have min following features: a. Support for MPEG4,H,264 base,main & High profile codecs b. Audio Streaming & playback c. Zone of interest feature to support independent view management of specified areas within a camera;s field of view in live or playback views d. Syncronised playback of multiple cameras e. Digital zoom in Live or playback views f. Tear off option to customize display g. It should have the capability of supporting native resolution while supporting 4:3 or 16:9 aspect ratio h. It should have capability of upto 16 simultaneous 4CIF resolution,25 fps,MPEG4 decode,2 H.264 4 CIF/25 fps H,264 baseline decode or 2 full 1080p i. It should have powerfull script engine to support virtual matriax capability j. On screen PTZ control k. Camera call up & PTZ control from Keyboard l. Advanced search capabilities including motion,alarm,event & camera m. Export images/video in multiple formats like PEF,MPEG-4 ,AVI,PNG,BMP,JPG n. It should be supported by a technology that allows to manage the CPU Processing laod & network bandwidth requirement by automatically seeking out & displaying a lower resultion ,secondary stream or reducing the refresh rate to ensure system stabilization 7 The software should support screen configuration in single image,2x2,3x3, 4x4, 1+5 , 1+12 & 2+8 for 4:3 aspect ratio displays and adds 3x2 and 4x3 for 16:9 aspect ratio
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 14
Sr. No. Features Specification / Qualitative Requirement 8 Workstation Hardware specification: Processor: Intel core 2 Quad Internal Memory: 4 GB RAM Operating System:Windows Bista Business SP1,32-Bit version Video System: Graphics Card with 512 MB Video RAM, 2560x1600 display rsolution capable ,true color 2 dual link DVI Outputs Video: XVGA (2560x1600),75 Hz capability Video coding:MPEG4,H.264 Base,Main,High Profile Video Display speed: 400fps ( PAL) in each workspace Video display modes: 1 image, 2x2,3x3,4x4,1+5,2+8,1+12, Supported video decoding:MPEG4,ASP,H.264 Base,main,High profile Decoding Performance:16x real time MPEG4 streams at 704x480 12x realtime H.264 baseline profile streams at 1080p
Video Outputs: 2 DVI or VGA outputs Audio: Audio decoding: G.711 speech codec Audio bit rate:64 kbps Audio inputs:microphone & line in Audio Outputs: Speaker or line out PTZ Control: PTZ Interface: on-screen Auxiliary Interface: 7 USB 2.0 ports DVD+/- R/W/CD-RW drive CD read/write speed:min 24x CD rewrite speed:min 24x DVD read/write speed: min 8x Power Input: 100 to 240 VAC,50/60 Hz autosensing Power consumption: 100VAC:129W,440 BTU/H 115VAC:128W,437BTU/H 220VAC:127W,433 BTU/H Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 15
Sr. No. Features Specification / Qualitative Requirement Environmental: Operating temprature: Storage temprature: Operating Humidity: Operating Vibration:0.25 G at 3 Hz to 200 Hz at a sweep rate of 0.5 octave/minute The system should have the Support for UPnP architecture The entire system should have the provision of DHCP Services The System management device should have the capability of management of distributed administration of multiple devices on the network
The System manager should have the capability of working as default time system time server using industry standard NTP protocol or it can be redirected at an external NTP time server for syncronisation The system manager should have the capability of replicating data toa backup system manager: Failover mechanism
The system manager should have the capability of being connected to intelligent UPS .In case of main power failure ,the UPS should send a SMS to system manager provide enough time to shut down the system manager preserving the integrity of data
System manger operating system: Linux
User interface: it should have the capability of remote operation through WS5000
Recording device:
Reccording throughput of upto 250 Mbps for write intensive application It Should have mechanism to avoid single point of failure:It should include redundant fans,redundant Power supplies,RAID6 Storage
It should have active active failover across a storage failover to ensure continued recording It should have storage management ,which can increase storage efficiency by grooming recorded video based on age,priority
It should have capability to serve 32 simultaneous playback streams per storage pools Upto 24 TB recording capacity in single box & effective capability upto 18.1 TB. .Should have fiber channel expansion capability
Operating system: Linux
Network Interface: 2, 1 Gbps etehrnet RJ45 ports
Auxiliary Interface: USB 2.0- 3 Ports
Certifications:
CE,UL,FCC,C Tick Approve Make: Pelco,American Dynamics,Dedicated Micros, Infinova or any reputed brand which is CE FCC, UL, Listed
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 16
Sr. No. Parameter Specification / Qualitative Requirement 4. PC at Control Room 1 Processor Intel core I 3 / 12 MB L2 cache / 1333MHz FSB / Intel D 55 Chipset Mother Board
2 Memory 4 GB DDR3 RAM 1033 MHz 3 HDD 500 GB SATA HDD 10K rpm 4 Monitor 24" Wide TFT / LCD Color monitor 5 Operating System Microsoft Windows XP 64 Professional custom installed with license 6 Keyboard USB standard keyboard 7 Mouse USB optical scroll mouse 8 NIC Integrated 10/100/1000 NIC with additional 10/100/1000 Mbps NIC on PCI express slot
9 DVD Writer 16X DVD +/-RW Dual layer 10 Video System Graphics card with DirectX 9.x or later, 1 GB of dedicated RAM
11 Authorizations : Company should have authorization : Intel (GID), Seagate /Samsung Channel Partner, Microsoft OEM Partners/ For LCD LG or Samsung channel partner.
General Cable Specifications :
Power and Control cables shall be 1100/660 grade. Multi stranded copper conductor, PVC insulated, PVC inner extruded sheathed and PVC outer sheathed confirming to IS 1554 Non FRLS cable.
Power Cable :
Sr. No. Parameter Specification / Qualitative Requirement 1 Type of cable: Copper Cable 2 Voltage Rating: Up to and including 1100 volts 3 Construction: 1.5 sq. mm multi stranded annealed bare electrolytic grade copper conductor. 4 Primary insulation: Extruded PVC compound as per IS 5831 type C 5 Inner Sheath: Extruded PVC compound type ST2 6 Outer Sheath: Extruded PVC compound, type ST2 7 Armour over inner sheath: Galvanized steel wire for UAD less than 13 mm, Galvanized steel strip for UAD greater than 13 mm Dimensions as per table 5 of IS 1554 Part I 8 Core Identification: 9 3 Cores: Red, Yellow & Blue 10 Makes Polycab, Finolex
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 17
Video Cable :
Sr. No. Parameter Specification / Qualitative Requirement 1 Type of Cable RG 11 Center Conductor should be made of copper with 75 ohms impedance 2 Primary Insulation Extruded PVC Compound 3 Inner Sheath Extruded PVC Compound 4 Outer Sheath Extruded PVC Compound (FRLS Type) 5 Armour over inner sheath Galvanized steel wire for UAD less than 13 mm or Galvanized steel strip for UAD greater than 13 mm
6 Makes Polycab, Finolex
Signal / Communication Cable
Sr. No. Parameter Specification / Qualitative Requirement 1 Type of cable Single pair/ Multi-pair shielded copper cable 2 Construction Min. 1.5 mm2, 7/0.53 strand annealed electrolytic copper 3 Primary insulation PVC compound type ST2. Thickness -0.7 mm (minimum) 4 Pair twist Two cores of the pair shall be twisted. Ten number of twist per meter shall be minimum
5 Shield (Individual Pair) Each pair shall be shielded with aluminum backed mylar, tape with 100 % coverage and minimum 25 % overlap.
6 Shield (Multi-pair) Same as above for individual pair shielding. Also the overall shield shall be of aluminum backed mylar tape with 100 % coverage and minimum 25 % overlap. 7 Shield thickness Min. 0.05 mm for individual and overall shielding 8 Inner Jacket Extruded PVC, type ST2 , Thickness 0.7 mm 9 Outer Jacket Extruded PVC, type ST2, FRLS, Blue colour Thickness 1.4 mm (min) per kit please give
10 Pair identification As per BS:5308 ( Table 11) 11 Rip cord Shall be provided 12 Drain wire 0.5 sq. mm multi-strand bare tinned copper conductor in a continuous contact with aluminum side of the shield shall be provided,
13 Armor Armor over inner jacket shall be of Galvanized steel wire as per IS1554. (Part 1)
14 Electrical characteristics Maximum resistance of the conductor of the complete cable shall not exceed 12.3 ohm/Km at 20-deg. C Mutual capacitance of the adj. cores or pair shall not exceed a max. Of 250 nF/Km at a frequency of 1 kHz. Capacitance between any core and screen shall not exceed 400 pF/m at a frequency of 1 kHz. L/R ratio shall not exceed 40 micro henries per ohm.
15 Makes Polycab, Finolex Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 18
Network Switch :
Sr. No. Parameter Specification / Qualitative Requirement 1. Routing Unicast,Multicast 2. Makes Cisco,HP,Enterasys,Extreme Networks,Garrettocom,Allied Telesyn or any other reputed brand
FHD LCD MONITOR TECHNICAL SPECIFICATIONS GENERAL
A. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturers system. B. All systems and components shall have been thoroughly tested and proven in actual use. C. All systems and components shall be provided with the availability of a toll-free (U.S. and Canada), 24-hour technical assistance program (TAP) from the manufacturer. The TAP shall allow for immediate technical assistance for either the dealer/installer or the end user at no charge for as long as the product is installed. D. All systems and components shall be provided with a one-day turnaround repair express and 24-hour parts replacement. The repair and parts express shall be guaranteed by the manufacturer on warranty and nonwarranty items.
FULL HIGH DEFINITION LCD MONITOR
A. FHD LCD monitor shall the following features: VGA and digital visual interface (DVI) inputs, picture-in-picture (PIP), looping BNC output, and full high definition resolution. B. FHD LCD monitor shall provide a front panel that allows the user to adjust image quality, brightness, size, position, and geometry for optimal viewing. C. FHD LCD monitor shall have improved airflow and thermal reduction allowing for longer component life, ensuring reliability in a 24/7 security installation environment. D. FHD LCD monitor shall be constructed of a lightweight aluminum frame composition for desktop or wall-mount installations. Stationary and tilt wall mounts shall be available. The monitors shall provide built-in hand holds in the rear cover for easy installation and handling. E. FHD LCD monitor shall be compatible with industry-leading megapixel technology, providing a minimum of 1920 x 1080p native resolution that is used with the latest megapixel video security cameras. F. FHD LCD monitor shall meet or exceed the following design and performance specifications.
Serial No. ............. Tender No. DGP/XVII/6162/Communication 10-11/IP CCTV V (90)/2010 Price ` 2000 /- ______________________________________________________________________________ Serial No. Price ` 2000/-
I: \ Tender \ 13.01.2011 \ Tender For m C CTV V 2010-11.doc Page 19
MECHANICAL SPECIFICATIONS of LCD
A. Native Resolution 1920 x 1080p B. Panel Aspect Ratio 16:9 C. Viewing Area 930 x 523 mm D. Pixel Pitch 0.485 x 0.485 mm E. Video Formats 480p, 576p, 720p, 1080i, 1080p F. Brightness 500 cd/m 2
G. Contrast Ratio 5000:1 H. Backlight Type CCFL I. Panel Life 50,000 hours J. Viewing Angle (H/V) 178/178 K. Displayable Colors 16.7 million L. Response Time 5 ms M. PIP Selectable, sizeable, swappable, moveable N. Speakers 2 internal (5 W, 4 ohms x 2) O. Front Panel Controls Menu, source, up/ down, power, and volume +/- P. Indicators LED (power on/off) CERTIFICATIONS A. CE, Class A B. FCC, Class A C. UL/c UL listed D. C-Tick
ELECTRICAL COMPONENTS- Electrical wiring with pipe rate per meter.