Bank of Baroda...BRANCHES/OFFICE OF BANK INNEW DELHI ZONE. The General Manager, Bank of Baroda, New...
Transcript of Bank of Baroda...BRANCHES/OFFICE OF BANK INNEW DELHI ZONE. The General Manager, Bank of Baroda, New...
Seal & Signature of Bidder Page 1 of 38
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) THROUGH E- TENDERING FOR ENGAGEMENT OFSYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF CCTV SYSTEM AT DIFFERENT
BRANCHES/OFFICES OF BANK IN NEW DELHI ZONE.
Bank of Baroda,
Security Deptt. Ground Floor,
Bank Of Baroda Building, 16, Parliament Street,
New Delhi -110001.
RFP Reference:- ZO:NDZ:SEC:2019:01
Seal & Signature of Bidder Page 2 of 38
CONTENTS:
SECTIONS Description
Section -A Introduction
Section- B Schedule of e-tendering
Section-C Special condition of contract
Section -D Evaluation
Section- E Terms and Conditions
Section -F Covenants of successful bidders
Annexure – I Letters to be given to Bank by System Integrator
Annexure - II Suppliers Profile
Annexure - III Certificate by OEM
Annexure - IV Details of agreement in FI’s
Annexure - V Compliance CCTV System
Price bid Performa has been provided separately.
Seal & Signature of Bidder Page 3 of 38
NOTICE INVITING REQUEST FOR PROPOSAL (RFP)THROUGH E-TENDERING FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF CCTV AT DIFFERENT BRANCHES/OFFICE OF BANK INNEW DELHI ZONE.
The General Manager, Bank of Baroda, New Delhi Zone, invites request for proposal (RFP) through e-tendering SITC and Annual Maintenance Contract of CCTV system at various bank branches / offices located in New Delhi Zone from reputed firms / manufacturers / authorized suppliers who have experience in SITC and maintenance of these systems. Interested bidders can access tender from Tender Section of Bank of Baroda’s website
https://www.bankofbaroda.in/zonal-regional-offices-tenders.htm
The empanelment shall be for a period of one year from 01.01.2020 and extendable up to two years based on the annual performance review performance and it will be at the sole discretion of the Bank, unless terminated by the Bank at its own convenience by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation thereof.
SECTION-A
[A] Schedule of e-tendering
Schedule of E Tender
A.1 E-Tender No. ZO:NDZ:SEC:2019:01
A.2 Date of start of viewing Tender 16.11.2019
A.3 Date of Starting of E-Tender for submission of on line Technical Bid and Price Bid at https://bobtenders.abcprocure.com/
16.11.2019
A.4 Date & Time of closing of online E-Tender for submission of Technical Bid & Price Bid
07.12.2019, 15:00 Hrs
A.5 Date & time of opening of Part-I - Technical Bid 07.12.2019, 15:30 Hrs
A.6 Date & time of opening of Part-II - Price Bid Date of opening of Part II i.e. Commercial bid shall be informed to technically eligible bidders separately.
A.7 Last date of submission of EMD& Tender Fees through RTGS/NEFT
06.12.2019, 23:59 PM
A.8 Pre-Bid Meeting date & time 27.11.2019, 11:00 AM
A.9 Estimated Project Cost ₹ 190 Lacs
A.10 Earnest Money Deposit (Refundable) Rs 1,90,000/- (1% of the estimated contract value of 03 years)
A.10 Tender Fees (Non- Refundable) Rs. 1,000/-
A.11 Address for online submission of bids (technical as well as price bid)
Bid must be submitted online on URL : https://bobtenders.abcprocure.com
A.12 Address for opening of bids URL : https://bobtenders.abcprocure.com
A.13 Contact Details of Online Portal facilitator, M/s E-Procurement Technologies Ltd. (ETL). Mr. Jaymeet:- 07968136829
Seal & Signature of Bidder Page 4 of 38
e-Procurement technologies Limited, Ahmedabad. 1. Jaymeet Rathod:- 079-8136820, [email protected] 2. Kanchan Kumari:- 079-68136820, [email protected] 3. Anshul Juneja:- 079-68136840, [email protected] 4. Salina Motani:- 07968136843, [email protected]
5. Vinayak Khambe:- 079-68136835, [email protected] 6. Imtiyaz Tajani :- 079-68136831, [email protected] 7. Hemangi Patel:- 079-68136852, [email protected] 8. Nadeem Mansuri:- 079-68136853, [email protected] 9. Deepak Narekar:- 079-68136863, [email protected] 10. Sujith Nair:- 079-68136857, [email protected] 11. Devang Patel:- 079-68136859, [email protected]
Primary Contact Numbers :- +91-9081000427, 9904407997 Shubhangi Banodiya :- 079-68136826, 6354919566,
www.auctiontiger.net | www.procuretiger.com
[ii] Important Definitions: - Following terms are used in the document interchangeably to mean: 1. Bank, Bank means “Bank of Baroda”.
2. ZO means Zonal Office New Delhi Zone”
3. RFP means this “Request for Proposal Documents”
4. Recipient, Respondent and Bidder, Vendor, means “Reputed Service Provider/Vendors who participates in E-tendering to submit an offer”.
5. TendermeansRFPresponsedocumentspreparedbytheBidderandsubmittedtoBankofBaroda
6. SI means System Integrator.
7. Zone means “New Delhi Zone”
8. PBG means “Performance Bank Guarantee”
9. CAMC means “Comprehensive Annual Maintenance Contract” 10. SITC means “Supply, Installation, Testing, and Commissioning”
11. AMC means “Annual Maintenance Contract”. 12. POC means “proof of concept”
Further “Corrigendum” or “Addendum” (if any) shall be issued on Bank’s website only and prospective Bidders have to keep checking our website for any additional instructions/ Addendum, if any till 48 hours of tender submission time. Bidders who quote tender without attaching tender or the addendum (if any) will be rejected.
The Bank reserves the right to reject any/all applications without assigning any reason whatsoever.
Confidentiality:
Conditional tenders are liable to be rejected. Dispute, if any, will be subject to Delhi jurisdiction only. For any further information on the tender, following offices / persons to be contacted:
This document is meant for the specific use by the Company/person/interested to
participate in the current tendering process. This document in its entirety is subject to
Copyright Laws. Bank of Baroda expects the bidders or any person acting on behalf
of the bidders to strictly adhere to the instructions given in the document and
maintain confidentiality of information. The bidders will be held responsible for any
misuse of the information contained in the document and liable to be prosecuted by
the Bank. In the event of such a circumstance is brought to the notice of the Bank. By
downloading the document, the interested party is subject to confidentiality clauses
Seal & Signature of Bidder Page 5 of 38
Tender Created By:-
Bank of Baroda, Zonal Office, New Delhi Zone
Chief Manager, Security Department- 011-23441617/57
Manager( Security), Security Department – 011-23441671
Email- ID- [email protected]
You are requested to contact the agency for further guidance on E tendering.
Seal & Signature of Bidder Page 6 of 38
SECTION B
IMPORTANT INSTRUCTIONS FOR E-PROCUREMENT
B.1 Important instructions for E-Tender
This is an online tender event of Bank of Baroda.
Online tender service provider is M/s E-Procurement Technologies Ltd. (ETL),
Ahmedabad.
Bidders are requested to read all terms & conditions of this RFP before
submitting their online tenders.
Bidders who do not comply with the conditions with proper/necessary
documentary proof (wherever required) will not qualify in the Tender process for
opening of Commercial bid.
The intending bidders are required to submit their offer electronically through E-
Tendering portal. No physical tender is acceptable by Bank.
Online (Part I - Technical Bid) and (Part II - Price Bid) tendering will be done
through https://bobtenders.abcprocure.com/
B.2 System Requirement
System Requirement: i) Computer / Laptop (Notebook) with internet connection ii) Operating System - Windows XP Service Pack -3/VISTA/Windows 7 or above iii) Digital certificate (DC) – Class II or III, Signing + Encryption. (DC to organizational type if bidder is participating on behalf of an organization).
iv) Web Browsers: Internet Explorer 9.0 (32-bit Browser only) & above
B.3 Bid Submitting & Opening
Part I Technical bid will be opened electronically on specified date and time as
given in the tender.
Part II Commercial bid will be opened electronically of only those bidder(s) who‟s
Part-I Technical Bid is found to be acceptable by Bank of Baroda. Such
bidder(s) will be intimated the date of opening of Part-II Commercial bid, through
online portal/e-mail provided by them.
All entries in the tender should be entered in online Technical bid & Price bid
Formats without any ambiguity.
All correspondence to the registered bidder(s) shall be sent by email only during
the process till finalization of tender by Bank of Baroda. Hence the bidders are
required to ensure that their corporate email id provided is valid and updated at
the stage of registration.
E-Tender cannot be accessed after the due date and time mentioned in the
tender.
The process involves Electronic tendering for submission of Technical and Commercial Bid.
B.4 Submission of Technical Bids
The Tender response shall be submitted in two parts. Part I shall comprise of
Technical Bid plus EMD & Tender Fees and Part II shall contain Price Bid. These
bids shall be submitted Online.
Bidder shall submit Earnest Money Deposit (EMD) amount i.e. Rs. 1,90,000/- (One
Lakhs Ninety Thousand only) & Tender Fees of Rs.1,000/- (One Thousand only)
online through NEFT/RTGS on the details below:
Seal & Signature of Bidder Page 7 of 38
Bank: BANK OF BARODA
Branch: Parliament Street
IFSC: BARB0PARLIA (Fifth character is „0‟ i.e. Zero)
Account Type: OD
Account No.: 05860400000279
Under no circumstances, Earnest Money Deposit will be accepted in the form of
Cash/ fixed deposit receipt/DD/Banker’s cheque/Insurance guarantee/Any other
form.
Please note that firms/agencies claiming exemption from submission of
EMD/Tender Fees under any statutory authority/law (e.g. NSIC, MSME,KVIC etc.)
shall be required to submit necessary documents viz. valid registration certificate
etc. to the satisfaction of the Bank. Such firms shall ensure to submit copy of valid
Registration Certificate duly signed and stamped in place of receipt of
NEFT/RTGS.
The proposal shall be prepared in English. Name of contact person, e-mail address
and phone/fax numbers of the bidder shall also be indicated on the sealed
envelopes.
Please note that any changes/addendum/corrigendum in the technical /
prequalification criteria mentioned in this Tender Document shall be inserted as
addendum in the tender section of Bank’s Website and in
https://bobtenders.abcprocure.com/
B.5 Submission of Commercial Bids
Price Bids will be submitted online. Price bid Performa has been provided separately.
B.6 Pre-Bid Meeting
A pre-bid meeting shall be arranged at 11:00 Hrs on 27.11.2019, at
Security Department, Ground Floor,
Bank of Baroda Building,
16, Sansad Marg, New Delhi- 110001
Queries received up to 26.11.2019, 1600 Hrs only will be addressed during pre-bid
meeting. All the queries should be sent only to the email id:
B.7 Opening of Technical Bids
The Technical Bids will be opened online only. No separate intimation will be given
to the bidders in this regard. If any change is decided in date of opening of
technical bids, the same shall be intimated on online portal. Bidders are
requested to keep in touch with the on line portal on regular basis.
B.8 Evaluation of Technical Bids
Technical Bids will be evaluated on the basis of fulfilling Bidders Profile
Details and compliance to Eligibility criteria, Technical specification, other terms
and conditions stipulated in the tender document. Commercial Bids of only those
bidders who qualify in the technical evaluation, based on the criteria laid down
hereinabove, will be opened.
The Bank reserves the right to reject any or all the tenders without assigning any
Seal & Signature of Bidder Page 8 of 38
reason thereof.
B.9 Evaluation of Commercial Bids
After the technical evaluation of the tenders, the price bid of only technically
qualified bidders (as per the criteria mentioned hereinabove) shall be considered
for price bid evaluation. The Bank reserves its right to seek and obtain
substantiating data from the bidders/concerned firms for verification of the
credentials submitted by the bidder. The Date of opening of Price Bid shall be
advised separately to all technically qualified bidders through online portal.
Shortlisted bidders will have to give a demonstration of their proposed system at
their cost before opening of price bid. This will also be considered as a part of
technical evaluation. The date, time & venue for product demonstration will be
intimated to such bidders at appropriate time by the bank.
All the supporting Documents are required to be uploaded on e-tender’s website. Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information.
All the documents uploaded should be attested by the bidder.
Section-C Special conditions of Contract
C.1Scope of the Work
The scope of work is SITC of CCTV system and Annual Maintenance Contract of existing CCTV system installed at all branches / offices of Bank of Baroda, New Delhi Zone. Concerned System Integrator will have to enter into an agreement (as per the format decided by the bank) with the Zone.New System Integrator to start the work w.e.f. 01.01.2020
The contract shall be for a period of one year from 01.01.2020 and extendable upto two years based on the annual performance review and it will be at the sole discretion of the Bank, unless terminated by the Bank at its discretion by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation therefore.
Engagement of System Integrator should in no way be construed as work order. Zonal Purchase committee of the Zone shall decide the work allocation to the System Integrator. Decision of the committee shall be final and binding to all. No representation will be entertained. Bank has discretion to revise the scope of work upward / downward as per its requirement.
It is highlighted and to be noted by prospective Applicants that they will be required to supply,
install and maintain the complete CCTV System during warranty period at their own cost and
thereafter undertake AMC services as per bank's process.
Further they will also be required to undertake AMC services of existing CCTV systems already
installed and functional at various branches of the bank.
Seal & Signature of Bidder Page 9 of 38
LOCATIONS TO BE COVERED
The services will be required to be provided for our Delhi Metro Region-1,Delhi Metro Region-2 Delhi Metro Region-3 in all their offices and branches both existing and opened during the tenancy of this contract. The broad areas presently under the jurisdiction of our above Regions are as detailed below -
Sl. No.
REGION STATE / DISTRICT
1 New Delhi Metro Region -1 Delhi
2 New Delhi Metro Region -2 Delhi/NCR, Gurugram
3 New Delhi Metro Region -3 Delhi/NCR, Faridabad, Palwal, Gautam Buddh Nagar (Noida/Greater Noida), Ghaziabad, Hapur (UP)
Awarding Rate Contract-
L-1 will be decided on package cost of the equipment as given in Commercial Bid
(Annexure VI).The selected bidders will have to supply the equipment / provide the
services at L-1 rates. Rates of each equipment including that of Non Commercial Items as
quoted by L-1 will be applicable to all bidders.
Bidder can apply for the Security Equipment subject to fulfilling all relevant terms and conditions.
L1 will be decided separately for each item as per Commercial Offer. Bank may split the work
among L1 & L2 in ratio of 60:40 if L2 agree to supply at the rates of L1or in ratio of 60:20:20
amongst L1, L2 & L3, if L2 & L3 agree to supply at the rates of L1.
In case L-2 does not agree to the match rates of L-1, offer would be made to L-3, L-4 in that
order and whatsoever in that order agrees to match L-1 rates would be awarded work in pre
defined ratio. In case none of the L-2, L-3, L-4.. agree to match the rates of L-1, complete work
order will be awarded to L-1
C.2 Submission of Proposal
MSEs (Micro and Small Enterprise (MSE)/NSIC/KVI etc are exempted from paying the Earnest Money deposit (EMD) amount for which the concerned enterprise needs to upload necessary documentary evidence.
System Integrator must upload self-attested copies of each supporting document, failing which the application is liable to be rejected. Further, the Bank reserves the right to accept or reject any or all applications without assigning any reason.
The process of engagement and basic criteria which the Applicants should fulfill for
engagement is given in subsequent paragraphs.
C.3 Eligibility criteria for Bidders
All the supporting Documents are required to be uploaded on e-tendering website. Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information. All the documents uploaded should be attested by the bidder.
Seal & Signature of Bidder Page 10 of 38
(a). General Instructions & Conditions
i. One system Integrator will offer products of one OEM only i.e. the package will have rates and products from one OEM only.
ii. Please read the terms and conditions carefully before filling the proposal.
iii. Please sign all the pages of the RFP including each page of the proposal form before uploading it to the website.
iv. There should be no cutting / over writing. The cutting / over writing, if any, should be duly attested.
(b) Registration
(i) The prospective applicant should be a registered company / firm including
system integrators, manufacturers (OEMs) and or their authorized suppliers
and dealers, capable of providing integrated solution of supply, installation,
after sale services and maintenance of the system provided.
(ii) The Applicants should have authentic PAN and GST distinguished
registration numbers etc. allotted by competent authorities.
(iii) The Applicants should have requisite trade/manufacturing/factory licence
from appropriate authority.
(iv) Certificate of statutory competent authority regarding Registration and
Incorporation, Memorandum & Article of Association, Partnership Deed etc
is a must.
(c) Turnover and Service Network Criteria:
The Applicants should have following financial turnover and service centre criteria:-
Sr No
Service
Area Average Turnover for past
03 FYs.
Minimum Number of Service/Regional Offices/Head Office Functional
1 New Delhi
Zone
Rs 57 lacs for CCTV System
One Office at New Delhi/NCR Establishment of the office shall be at least 01 year old.
(d) Experience and Product Certification
The Applicants should have the following experience, product certification and
other criteria-
(i) Experience-The applicant should have minimum Five (05) years‟ experience in the field of supplying and maintaining security equipment-
Seal & Signature of Bidder Page 11 of 38
CCTV System required by the bank and for which engagement is sought, as on 30.09.2019
(ii) Work Executed. The bidder shall have carried out similar work of SITC and
maintenance of CCTV security equipment having executed cumulative order of following values during one financial year of last 05 years as on 30.09.19
One similar work of 80% of estimated cost i.e. Rs.152 lacs OR Two similar works of 50% of estimated cost i.e. Rs.95 Lacs OR Three similar works of 40% of estimated cost i.e. Rs.76 Lacs.
Cumulative orders from one organization during financial year can be
taken into consideration while calculating the value of work done. A certificate
from the FI certifying the amount\ of work order /completion of work needs to be
uploaded. Bank at its discretion may ask the SI to submit copies of
invoices/completion report duly signed and stamped by the branch/office for
verification.
(ii) Product Certification. The products of the applicant should have
certification, as the case may be, of quality given by the Bureau of Indian Standards BIS/RBI/IBA or UL, EN, FCC, CE and tested at Electronic Regional Test Laboratory or any other industry recognized certification as applicable and acceptable to bank. Preference shall be given to products having security certification. The products should be based on latest technology for the specific requirement.
(iii) OEM Certificate. The applicant should have OEM certificate along with
confirmation that they would supply spare parts for the quoted model for
minimum next 5 years from the date of installation. OEM letter to be in
Original and no photocopy or colored Xerox will be acceptable (In absence
of the original certificate from the OEM the Service provider will be
disqualified).
(e) Installation / Work Experience: The applicant should have supplied to / be
on the panel of at least 03 Financial Institutions during last 03 Financial Years.
(f) Performance Certificate: The applicant should submit a "Satisfactory
Performance Certificate" from at least03Financial Institution on whose panel it is
conducting business related to supply of security equipment.
(g) Supply & Installation: The applicant should be able to supply and install
the products for which engagement is sought by themselves. No subletting of the
work is permissible.
(h) Past Record: The applicant should not have been blacklisted by any
PSU/PSB/Financial Institution/Govt. Organization in past 05 years or services
terminated due to poor performance. A certificate be submitted stating that the
company/firm or its owner or any sister concern have not been blacklisted.
(i) If any of our Zone has issued a dissatisfactory letter about any agency the
bid of the company will be summarily rejected in that / those Zone(s).
Seal & Signature of Bidder Page 12 of 38
C.4 Bid Submission Process
The offer will be in two parts, Technical Bid and Price Bid. Technical Bid will be opened and after technical evaluation, suitable System Integrator will be short listed.
The Financial Bid / Price bid will be opened of only those System Integrator who qualify technically.
Part 1- Technical scrutiny points
Technical Offer shall contain the details required to be furnished by Tendering System Integrator, as enumerated under the heading Eligibility Criteria of this document. The Technical Bid offer (TO) should be complete in all respects and contains all information asked in this document. It should not contain any price information. The Technical Bid offer should comprise of the following: (a) Covering letter on the prescribed format (Annexure-I) (Duly attested and uploaded)
(b) Earnest Money Deposit of Rs.1,90,000/- (Rupees One lac Ninety Thousand only)
and Tender Fees of Rs 1000/- (UTR receipt/transaction receipt of EMD and tender
fee to be uploaded).
(c) Supplier’s profile as per (Annexure II)
(d) Certificate from OEM (Original Equipment Manufacturer) (Annexure-III) that
they would supply spare parts for the quoted model for minimum next 05 years.
Letter from OEM will be in original no Xerox/ mail print is acceptable. In absence
of this your Tender will be rejected.
(e) CE / UL Certificates or any standard certificate in the field.
(f) Documentation (Product Brochures, leaflets, manuals etc. of quoted model should
be highlighted) (Upload necessary documents)
(g) Details of reference sites as per Annexure IV including relevant completed
work certificates.
(h) Technical Specifications confirmation with all columns (Annexure-V) (as
applicable)
Part-2- Price Bid- The offer from the supplier should be for approved make and model only. The DVR and Cameras should be of the same make. The Bank reserves the right to reject any offer with multiple options. Price bid Performa has been provided separately.
C.5 Inspection of Facilities: The applicant should not have any objection to bank inspecting
their manufacturing / R&D /other infrastructure or any office to verify documentary/other
claims as per application process. Bank may also hold inquiries from past/existing clients
of the applicant.
C.6 Earnest Money Deposit& tender Fee
Earnest Money deposit of Rs1,90,000/- (Rupees One lac Ninety Thousand only) & Tender Fees of Rs. 1,000/- (One Thousand only) has to be submitted through NEFT/RTGS as per details mentioned in Para B 4.Offers not accompanied with EMD will not be accepted The Earnest Money Deposit of unsuccessful bidders will be refunded on acceptance of the
Seal & Signature of Bidder Page 13 of 38
work order by the successful bidder. Earnest Money Deposit shall not carry any interest. The Tender Fees shall be non-refundable.
The Earnest Money Deposit will be forfeited if: The bidder withdraws his tender before processing of the same. The bidder withdraws his tender after processing but before acceptance of “Letter of
appointment” to be issued by the Bank The selected bidder withdraws his tender before furnishing Bank Guarantee/Security
Deposit as required under this Tender. The bidder violates any of the provisions of the terms and conditions of this tender
specification. The System Integrator refuses to accept any contract or having accepted the contract, fails
to carry out his obligations mentioned herein.
Bidder shall upload the NEFT/RTGS/Transfer/Deposit receipt of Tender Fees & Earnest Money Deposit. Please note that firms/agencies claiming exemption from submission of EMD /Tender Fees under any statutory authority/law (e.g. NSIC etc.) shall be required to submit necessary documents viz. valid registration certificate etc. to the satisfaction of the Bank. Such firms shall ensure to submit copy of valid Registration Certificate duly signed and stamped in a separate cover (in lieu of the EMD/Tender Fees). The Earnest Money paid by the successful System Integrator will be released only after furnishing the Performance Bank Guarantee.
C.7 Performance Bank Guarantee
Successful Bidder(s) should produce an unconditional Performance Bank Guarantee of Rs 19 Lacs (Rs Nineteen Lacs) from any Schedule Commercial Bank excluding Co- operative Bank and Bank of Baroda. The Performance bank Guarantee will be deposited at the bank’s New Delhi Zonal Office for a period of 3 years and 03 months from the date of commencement of contract-
Performance Bank Guarantee / deposit will not be kept at branches.
The Performance Bank Guarantee shall be adjusted against any loss, theft, damage, expense etc. to the Bank. During the period of contract including AMC period supplier should attend to all repairs / defects / replacement of major/minor spare parts free of cost. In case of failure on the part of the supplier to attend to the defects within a reasonable period, the Bank on its own will get the defects rectified through another System Integrator at the risk and cost of supplier and repairs rectified through another System Integrator in such circumstance will not affect the liabilities of the supplier on the warranty for its remaining period nor will it affect the supplier's liabilities on the stipulated post- warranty Comprehensive Annual Maintenance Contracts.
C.8 NO ERASURES OR ALTERATIONS
Technical / Commercial details must be completely filled up. Corrections or alterations, if
any should be authenticated. Every page of the uploaded tender must have company
seal& signed by the authorized person.
C.9 NO PRICE VARIATIONS
The commercial offer shall be based on rates to be quoted exclusive of Taxes. Taxes will be paid as per the prevailing mentioning breakup of taxes along with the item rates.The clause is to be read as: (i) Excise & Sales Taxes, Works Contract Tax, Service Tax for Works
Seal & Signature of Bidder Page 14 of 38
The Contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees or charges in respect of the works including but not limited to sales taxes, tax on works contract, Service Tax, Excise duties and octroi, payable in respect of materials, equipment, plant and other things required for the Contract.
(ii) New Taxes, Duties & Levies, etc.
If a new Tax or Duty or Levy is imposed under as statute or law during the currency of the contract, the same may be reimbursed to the Employer if so deemed fit on documentary evidence.
C.10. VALIDITY OF OFFER AND PENAL CLAUSE& FALL CLAUSE
The offer should be valid for period of 180 days from the last date for uploading of the bid.
New installations shall be done as per directives of RO / ZO of Bank. New installation to be
completed within 15 days of the receipt of the work order failing which 10% penal charges
per week from the work order will be levied and deducted from the bill. AMC to be done
within 7 days of due date otherwise 20% penalty will be deducted from entire bill.
Penalty Clause for non-Compliance of AMC: If the vendor fails to provide the AMC
service at branch/office or any of the quarter, a penalty of Rs.1000/- per branch per quarter
will be imposed on the respective service provider.
If at any point of time, vendor is found to be supplying inferior material not confirming the
prescribed technical specification and unsatisfactory services in terms of the provisions of
the tender, Bank shall initiate steps for blacklisting of firm with information to all PSU Banks /
RBI / IBA.
FALL CLAUSE – At any point of time if it is observed that the vendor is supplying to other financial institutions / firms similar material / services at lower rates than offered to Bank of Baroda, then the vendor shall have to compensate the Bank of Baroda by paying the difference amount and downward revise the rate of respective item / services at the time of renewal of contract as applicable.
Section –D, EVALUATION PROCESS
Offers will be evaluated in the following stages:
Stage I
Offers will be evaluated by Bank’s committee against the stipulated minimum eligibility
criteria. Offers not complying with the eligibility criteria will be rejected summarily.
Stage II
A technical evaluation of proposals will be carried out. Offers received without fulfilling the
eligibility conditions mentioned above and the following conditions shall not be evaluated.
(a) If offer is incomplete and/or not accompanied by all stipulated document.
(b) If any of the terms and conditions stipulated in this document is not accepted and
letter as per Annexure - I is not submitted.
(c) If Models of DVR and Cameras quoted are not of same Make.
Seal & Signature of Bidder Page 15 of 38
Stage III
Short-listing of supplier(s) based on the technical evaluation.
Stage IV
Product demonstration of the makes and model submitted by the respective System
Integrator will be done by the bidder. In case the product fails to meet laid down technical
specification/feature, the bid of all the System Integrators bidding with that particular make
and model will be rejected at this stage.
Stage V
Opening of commercial Bids of only those System Integrators whose product have
qualified after product demonstration. Intimation to this effect would be given on the
portal/ emails to shortlisted bidders.
The total charges stated for Annexure VI ( Price Bid uploaded separately ) will be
considered for financial evaluation of the Commercial Bid.
No Commitment to accept lowest or any tender – The bank shall be under no
obligation to accept the lowest or any other offer received in response to this
notice and shall be entitled to reject any or all offers without assigning any reason
whatsoever.
Section -E TERMS & CONDITIONS
E.1 (a) Bank of Baroda‟s Right to Accept/Reject any/or all Application
Bank reserves the right to accept/reject any or all application and to annul the
engagement process and accept/reject all applications at any time prior to
registration or any time after registration, without thereby incurring any liability to
the affected applicants or any obligation to inform the affected applicants of the
grounds for Bank's action.
(b) Bank's Right to Issue Clarifications, Addendums, Corrigendum etc
Bank can at any time issue clarifications, addendums or corrigendum. The same
will be published in the Bank's website. The applicants are requested to regularly
visit the Bank's website &portal.
(c) Purchase through GEMS Portal (Government e-Market) Bank reserves the right to purchase the system through GeM portal of Govt. of India and provide the same to you for installation and commissioning in the required branch. However, cost of any material / component provided by you for installation and commissioning of the system would be paid to you as per approved rates, including installation charges.
E.2 Criteria for Application Rejection/ Cancellation Of Registration
a) Any effort by an applicant/ registered applicant to influence Bank's decisions on
evaluation and registration process may result in rejection of application or
Seal & Signature of Bidder Page 16 of 38
cancellation of registration.
b) Applications uploaded without cost of Application Documents (Rs1000/-) or which
do not confirm unconditional validity of the application as prescribed or submission
of false/fake Application Documents or if the information provided by the applicant is
found to be incorrect /misleading at any stage / time during the engagement
process or thereafter.
c ) Malpractice / attempt to influence / Manipulation of rates i.e quoting lower rates as
compared to the market / OEM rates, shall be viewed very seriously. If such a
situation comes to the notice and/or there are reasons / circumstances for Bank
to believe so, the concerned applicant will be called in to give justification of rates
quoted by them to the committee. If they are not able to give a proper /satisfactory
justification of their quoted rates, their engagement will be cancelled.
If the System Integrator is found, subsequent to their registration and engagement,
not complying with, any of the eligibility criteria.
d) If continuous poor performance has been observed from an applicant. e) Any other grounds as decided by Bank management after due diligence.
E.3 Settlement Of Disputes by Arbitration
In the event of there being any dispute or difference arising between the parties the same shall be referred to the Zonal Manager, Bank of Baroda, and New Delhi Zone, whose decision shall be final and binding on both the parties. However, if the parties are still not satisfied, the matter shall be referred to the sole arbitrator mutually agreed by the parties. The arbitration shall be conducted in accordance with the provisions of the Arbitration and Conciliations Act, 1996 (26 of 1996) or any statutory modifications or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause. The award of the arbitrator shall be final and binding on the parties. The venue of the arbitration shall be Zonal Office, New Delhi Zone. The fees, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. The cost of the reference and of the award (including the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may direct to any by whom and in what manner, such costs or any part thereof shall be paid and fix or settle the amount of costs to be so paid.
E.4 GUARANTEES
The Security System including all components delivered to the Bank should be brand new. The supplier should also guarantee that all the software / components supplied by the supplier is licensed and legally obtained.
E.5 AVAILABILITY OF SPARES
Spares for the product offered should be available for at least 03 years.
E.6 WARRANTY
The offer must include comprehensive on-site warranty of 03 years for CCTV System from the date of installation and commissioning of the equipment. Supplier shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of all equipments, accessories, etc., covered by the offer. The supplier must warrant all equipments, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the warranty period the
Seal & Signature of Bidder Page 17 of 38
supplier shall maintain the equipment and repair / replace all the defective components at the installed site at no additional charge of whatsoever nature to the Bank except for annual visit charges during warranty period as agreed.
E.7 MAINTENANCE STANDARD EXPECTED DURING WARRANTY
The supplier should ensure that the defects in the CCTV System (New & existing)reported on any working day is set right on the same day and in no case later than the next working day. In case, the system or any equipment cannot be repaired within the stipulated period, the supplier should provide a replacement till the system/equipment is returned duly repaired.
E.8. ANNUAL MAINTENANCE CONTRACT (AMC)
The AMC is of following type-
(a) AMC of new SITC during warranty period-
1) The supplier shall maintain the Security System including all
accessories/components and software supplied for at least 03 years for CCTV
System.
2) No charges will be payable for repair / replacement of the system, component
during this warranty period
3) Only visit charges shall be payable during warranty period as quoted in price
bid and agreed by both the parties.
4) During the warranty period, the supplier will mandatorily visit the concerned
branches at least once in a quarter for preventive maintenance/servicing and
on call by the Bank any number of times in case of defects, if any, in the
system without any additional cost to the Bank except visit charges. The
supplier shall maintain the equipment and repair/replace all defective
components, major or minor and may use for this purpose spares or
consumables at no additional charge other than the AMC contract charges.
The AMC charges will be released by the regional office at the end of every -6-
months on satisfactory performance of the system and against submission of a
service report. System Integrator will submit comprehensive service certificates
and bill to the respective Regional Office.
(b) Comprehensive AMC of existing equipment (Outside Warranty Period)-AMC of existing equipment shall be for a period of 01 years from01/ 01 / 20120 to 31/ 12/2020 extendable by 02 years based on the performance. The service provider will be required to make 04 mandatory quarterly visits. Payments will be made centrally by the Regional Office on half yearly basis.
(C) Comprehensive AMC of new equipment (installed during currency of contract )
After the post-warranty mandatory comprehensive AMC period, the SI will provide the Annual Maintenance Contract at the price/charges as quoted in the financial bid and agreed by the bank. If any of the peripherals, components etc, are not available or difficult to procure or if the procurement is likely to be delayed, the replacement shall be carried out with equipment of equivalent capacity or higher capacity at no additional charges to the Bank during the currency of warranty period and AMC period.
The comprehensive AMC would include all components and accessories which are an integral part of the complete system required to operate the system satisfactorily including wiring, power supply etc.
Seal & Signature of Bidder Page 18 of 38
However, following would not be covered under comprehensive AMC – (i) Damage caused to the system due to Fire, earthquake, floods etc. However
this will not include damage due to high voltage as all security equipment
should compulsorily be connected through branch UPS.
E.9. RETRIEVAL OF RECORDING ON CD/DVD
As per requirement of the Bank / Branch, if request is made by the Bank / Branch to the vendor for retrieving recording for a particular time period and preparing a CD/DVD of the same, the vendor would make arrangements to retrieve and provide such recording on CD/DVD/Pen-drive within 24 Hours of the request made. The vendor will be paid by the Bank / Branch an amount of Rs 1000/- per such retrieval, which will be over and above the AMC charges. The CD/DVD/Pen-drive would be provided by the vendor for the purpose.
E.10. Guidelines for the OEM
(a) OEM should have online dedicated support center available and during working hours and a fully equipped repair and maintenance office in India. Document details to be submitted for the same for verification.
(b) The MAC address of the IP cameras must be registered in the name of OEM supplying the cameras.
(c) OEM should have an ISO 9001:2008 and ISO 14001:2004 for manufacturing process. Documents needed to be attached along with the bid.
(d) Documents of Manufacturing license/ Excise Registration of the OEM factory need to be submitted for verification.
(e) Product Certification copies to be attached as per the specifications. (f) To evaluate the offered solution/products, POC will be conducted by technical
committee. POC date(s) will be intimated separately after evaluation of Technical bids of prospective bidders.
(g) Vendor will be responsible for non-genuine products. Audit for Banks whether actual material is provided or not needs to be done by OEM, as and when required by Bank, without any additional cost, as a service support to Bank.
(h) OEM to have presence in India since Last 10 years.
E.11 Opening of Offers
Opening of Bids shall be strictly as per schedule under this tender and no request for change in date shall be entertained. If any change of date is scheduled by Bank, same shall be intimated vide corrigendum/addendum on portal and bank’s website.
Bids not accompanied with EMD/Tender Fees (or EMD/Tender Fees exemption requisite documents) will not be opened.
Financial Bids will be opened of only those System Integrator who qualify technically.
E.12 Single Point of Contact & Direct Support
The bidder should provide the details of single point of contact and also Escalation matrix for support.
E.13. Set-off
a. Without prejudice to other rights and remedies available to Bank, Bank shall be entitled to set-off or adjust any amounts due to Bank under this project from the Service Provider against payments due and payable by Bank to the Service Provider for the services rendered.
Seal & Signature of Bidder Page 19 of 38
b. The provisions of this Clause shall survive even after termination of the Agreement.
Section –F Covenants of the successful bidder
F.1. The successful bidder shall deploy and engage suitably experienced and competent personnel as may reasonably be required for the performance of the services. During the currency of project , the successful bidder shall not substitute the key staff identified for the services
1. The successful bidder shall forthwith withdraw or bar any of its employee/s from the
provision of the services if, in the opinion of Bank:
(i) The quality of services rendered by the said employee is not in accordance with the
quality specifications stipulated by Bank; or
(ii) The engagement or provision of the services by any particular employee is prejudicial to the interests of Bank
2. All employees engaged by the successful bidder shall be in sole employment of the
successful bidder and the successful bidder shall be solely responsible for their salaries,
wages, statutory payments etc. That under no circumstances shall Bank be liable for any
payment or claim or compensation (including but not limited to compensation on account
of injury/death/termination) of any nature to the employees and personnel of the Service
Provider.
3. The successful bidder :
Shall be responsible for all negotiations with personnel relating to salaries and benefits, and shall be responsible for assessments and monitoring of performance and for all disciplinary matters.
Shall not knowingly engage any person with a criminal record/conviction and shall bar any such person from participating directly or indirectly in the provision of services under this Agreement.
Shall at all times use all reasonable efforts to maintain discipline and good order amongst its personnel.
Shall not exercise any lien on any of the assets, documents, instruments or material belonging to Bank and in the custody of the Service Provider for any amount due or claimed to be due by the Service Provider from Bank.
Shall regularly provide updates to Bank with respect to the provision of the services and shall meet with the personnel designated by Bank to discuss and review its performance at such intervals as may be agreed between the Parties.
Shall be responsible for compliance of all laws, rules, regulations and ordinances applicable in respect of its employees, sub-contractors and agents (including but not limited to Minimum Wages Act, Provident Fund laws, Workmen's Compensation Act) and shall establish and maintain all proper records including, but not limited to, accounting records required by any law, code, practice or corporate policy applicable to it from time to time, including records and returns as applicable under labour legislations.
Seal & Signature of Bidder Page 20 of 38
Shall not violate any proprietary and intellectual property rights of Bank or any third party, including without limitation, confidential relationships, patent, trade secrets, copyright and any other proprietary rights in course of providing services hereunder.
Shall ensure that the quality and standards of materials and services to be delivered or rendered here under, will be of the kind, quality and timeliness as designated by the Bank and communicated to the Service Provider from time to time.
Shall not work in a manner which, in the reasonable opinion of Bank, may be detrimental to the interests of Bank and which may adversely affect the role, duties, functions and obligations of the successful bidder as contemplated by this RFP.
Shall be liable to Bank for any and all losses of any nature whatsoever arisen directly or indirectly by negligence, dishonest, criminal or fraudulent act of any of the representatives and employees of the successful bidder while providing the services to the Bank.
Shall itself perform the obligations under this RFP and shall not assign, transfer or sub- contract any of its rights and obligations under this Agreement except with prior written permission of Bank.
F-2. INDEMNITY
1. The successful bidder shall, at its own expense, indemnify, defend and hold harmless
Bank and its officers, directors, employees, representatives, agents respective directors,
and assigns from and against any and all losses and liability (including but not limited to
liabilities, judgments, damages, losses, claims, costs and expenses, including attorneys
fees and expenses) that may be occurring due to, arising from or relating to:
a) a breach, non-performance or inadequate performance by the successful bidderof any of the terms, conditions, covenants, representations, undertakings, obligations or warranties under this Agreement or
b) the acts, errors, representations, misrepresentations, willful misconduct or negligence of the successful bidder , its employees in performance of its obligations under this Agreement; or
c) any deficiency in the services of the successful bidder or
d) Violation of any applicable laws by the successful bidder, its agents, employees, representatives etc.
2. In the event of successful bidder not fulfilling its obligations under this clause within the
period specified in the notice issued by the Bank, Bank has the right to recover the
amounts due to it under this provision from any amount payable to the vendor under this
project including recovering of performance bank Guarantee.
3. The indemnities under this clause are in addition to and without prejudice to the
indemnities given elsewhere in this agreement.
F-3. Termination
1. Bank shall have the option to terminate this RFP and / or any subsequent agreement
and / or any particular order, in whole or in part by giving Vendor at least 90 days prior
notice in writing. It is clarified that the Vendor shall not terminate this RFP & the
subsequent Agreement for convenience.
Seal & Signature of Bidder Page 21 of 38
2. However the Bank will be entitled to terminate this RFP and any subsequent agreement,
if Vendor breaches any of its obligations set forth in this RFP and any subsequent
agreement and
Such breach is not cured within thirty (30) Working Days after Bank gives written notice; or
if such breach is not of the type that could be cured within thirty (30) Working Days, failure by Vendor to provide Bank, within thirty (30) Working Days, with a reasonable plan to cure such breach, which is acceptable to the Bank. Or
3. This Tender and subsequent Agreement shall be deemed to have been terminated by
either Party one day prior to the happening of the following events of default:
The other Party becomes unable to pay its debt as they fall due or otherwise enters into any composition or arrangement with or for the benefit of its creditors or any class thereof;
A liquidator or a receiver is appointed over all or a substantial part of the undertaking, assets or revenues of the other Party and such appointment continues for a period of twenty one (21) days;
The other Party is subject of an effective resolution for its winding up other than a voluntary winding up for the purpose of reconstruction or amalgamation upon terms previously approved in writing by the other Party; or
The other Party becomes the subject of a court order for its winding up.
4. The Bank, by written notice of default sent to the Vendor, may terminate this Contract in whole or in part without prejudice to any other remedy for breach of Contract if the Vendor fails to deliver any or all of the Design, Goods, Works and Services, within the period(s) specified in the Contract or within any extension thereof granted by the Bank
5. Upon the termination or expiry of this Tender and subsequent Agreement the rights granted to Vendor shall immediately terminate.
6. In the event the Bank terminates the Contract in whole or in part, the Bank may,
among other applicable remedies, procure Goods, Works or Services similar to those
undelivered upon such terms and in such manner as it deems appropriate, and hold the
Vendor liable to the Bank for any excess costs for such similar Goods, Works or
Services. However, the Vendor shall continue to perform the Contract to the extent not
terminated.
F-4 Governing Laws The subsequent contract shall be governed and construed and enforced in accordance
with the laws of India applicable to the contracts made and to be performed therein, and
both Parties shall agree that in respect of any dispute arising upon, over or in respect of
any of the terms of this Agreement, only the courts in Delhi shall have exclusive
jurisdiction to try and adjudicate such disputes to the exclusion of all other courts.
I have read and accept, all terms/conditions/criteria other aspects mentioned in this document unconditionally.
Signature ............................ (Authorized signatory/director of the Service Provider)
Seal & Signature of Bidder Page 22 of 38
Annexure-I* (Mandatorily to be uploaded)
NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS (CCTV) AT DIFFERENT BRANCHES/OFFICE OF BANK IN NEW DELHIZONE
(On company letter head)
Ref No. Date:
To General Manager Bank of Baroda Zonal Office New Delhi Zone
Dear Sir,
With reference to the above tender notice, having examined and understood the instructions, terms and conditions forming part of the tender forms, we hereby enclose our offer for the supply of the security equipments as detailed in your above referred tender notice. We are applying for SITC and Maintenance of following security equipment in the branches and offices of your Zone.
Sr.No Security Equipments to be provided (Yes / No)
1. CCTV System
Sr.No Comprehensive AMC to be provided (Yes / No)
1. CCTV System ( Existing/Post Warranty)
We certify that we have carried out similar work of supply and maintenance of security equipment having executed cumulative order of following values during one financial year of last 05 years as on ........... 30.09.2019.
Srl No Security Equipment Value of work executed
01 CCTV
Copies of Invoices / Experience Certificate / Performance Certificate etc. to this effect are attached along with this letter.
We confirm that our Annual Turnover for last three years is as under:-
SN Year (F.Y.) Turnover
01 2016 -17
02 2017-18
03 2018-19
I/We am/are aware that the empanelment does not guarantee any work order. In the event of getting a contract, I/We agree to honor the obligation with due diligence and efficiency as required by the Bank of Baroda.
Seal & Signature of Bidder Page 23 of 38
In the event of getting a contract, I/We agree to honor the obligation with due diligence and efficiency as required by the Bank.
We confirm that we have not been disqualified / blacklisted by any Govt. Deptt / RBI / PSU bank or any other organization for supply and maintenance of any security Systems.We also confirm that, in the past we have not been issued with any dissatisfactory letter by any of the Regions /Branch of New Delhi Zone.
We also agree that in case any poor performance is received from any of our clients our Bid will be rejected / disqualified.
We further confirm that the offer is in conformity with the terms and conditions as mentioned in the tender form.
We also confirm that the offer shall remain valid for 180 days from the last date for submission of the offer.
We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has the right to reject the offer in full or in part without assigning any reason whatsoever. We certify that ……………………………………… (Name of System Integrator) is not owned or controlled by any Director or serving Officer/Employees of Bank of Baroda or their relatives having the same meaning as assigned under section 6 of the Companies Act, 1956.
We agree to provide required performance guarantee at the Zone. We also confirm that the Zone has not issued any disqualification letter to our Agency in the past.
I/We agree to all the terms and conditions of the notice.
We enclose herewith a Demand Draft/Pay Order for Rs 1000/-(Non –refundable) and Rs. (Refundable) favoring Bank of Baroda and payable at Delhi, towards tender fees and Earnest Money Deposit, details of the same are as under:
Demand Draft/Pay Order No. :
Date of Demand Draft/Pay Order: Name of Issuing Bank: We are offering bid for SITC of following product and CAMC for all existing CCTV systems :-
S N
Product Make Remarks
01. CCTV System
We also confirm that the above products meet the Technical specifications/ features, as per the RFP.
Yours faithfully,
Authorized Signatories (Name & Designation, seal of the firm) E-Mail address Contact No
Seal & Signature of Bidder Page 24 of 38
Annexure-II
NOTICE INVITING REQUEST FOR PROPOSAL (RFP)FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCEOF SECURITY EQUIPMENTS (CCTV) AT DIFFERENT BRANCHES/OFFICE OF BANK IN_NEW DELHI ZONE
FORMAT OF THE APPLICATION FORM
PART - I SUPPLIER’S PROFILE
All the supporting Documents are required to be uploaded on e-tender‟s website. Details filled in this form must be accompanied by sufficient documentary evidence, in order to verify the correctness of the information. All the documents uploaded should be attested by the bidder.
Sr .
Description Bidders Response Documents Required
1. Name of the Bidder/Firm Enter your Company name.
No Documents required
2. Email Address Enter at least Five Email addresses
No Documents required
3. Year of Establishment and Incorporation
Enter year of Establishment
Upload Certificate of Incorporation*
4. Status of the firm whether Company/Firm/proprietary etc
Enter your status of firm.
Upload Certificate of Incorporation*.
a) Registered under the Companies Act, 1956. If so mention registration number and date.
b) Registered under the Societies Registration Act, 1860. If so mention registration number and date.
c) Registered under the Indian Trust Act, 1882. If so mention registration number and date.
d) Sole proprietorship firms whose proprietor is a resident in India as per the Income Tax Act, 1961. If so mention registration number and date.
e) Partnership firm registered in India. If so mention registration number and date.
5 Nature of Business. Whether OEM /System Integrator/Manufacturer/ Authorized dealer/supplier etc
Enter your status of firm. Upload supporting document.*
6 Registered Office address Enter your complete Upload supporting
Seal & Signature of Bidder Page 25 of 38
registered office address along with Pin code
document. (Establishment of the office shall be at least 01 year old) *
7 Correspondence Address Enter your complete Correspondence office address along with Pin code
No Documents required
8. Address of Registered office in Delhi/NCR
Enter your complete registered office address along with Pin code
Upload supporting document. (Establishment of the office shall be at least 01 year old) *
9. Address of Manufacturing
Unit/R&D Site
Enter your Manufacturing Unit/R&D Site address along with Pin code
No Documents required
10 Name of Directors/
Partners/Members etc
Enter Name of Director/Partner/Proprietor
Upload supporting document.*
11 Name of contact persons With Phone/Mobile nos.
Enter at least three names with Phone/Mobile nos.
No Documents required
12 Name of person(s) authorized to conduct business
Enter names with Phone/Mobile nos./ Fax and Email details
Upload supporting document*
13 Has your company/firm been ever blacklisted in past 05 years. Give details if Yes.
Mention in Yes/No. If No, Upload undertaking stating that the company/firm or its owner or any sister concern have not been so blacklisted by any institution of the Central or State Govt, PSU/PSBs in the past 5 years on any grounds whatsoever.*
14 Any subsidiary company (Write Yes / No).
Mention in Yes/No. if yes, Upload supporting document*
15. Furnish the names of three responsible persons who will be in a position to certify about the quality as well as past performance of your organization.
Name, Address and Contract Number. 1. 2. 3.
No Documents required
16 Permanent Account Number
Enter Permanent Account No.
Upload supporting document.*
17 GST No. Enter GST No. Upload supporting document.*
18 TIN Enter TIN No. Upload supporting document.*
19 ESIC Enter ESIC No. Upload supporting
Seal & Signature of Bidder Page 26 of 38
document*.
20 EPF Enter EPF No. Upload supporting document.*
21 Annual Turnover of bidder in 2016-17
Enter your Annual Turnover
Upload Audited Balance Sheet for the year.(CA certificate is mandatory).*
22 Annual Turnover of bidder in 2017-18
Enter your Annual Turnover
Upload Audited Balance Sheet for the year. (CA certificate is mandatory)*
23 Annual Turnover of bidder in 2018-19
Enter your Annual Turnover
Upload Audited Balance Sheet for the year.(CA certificate is mandatory)*
24 Account no., Bank name, NEFT Details, Address of the Bank, Branch Name, IFSC Code and MICR code
Enter Account no., Bank name, NEFT Details, Address of the Bank, Branch Name, IFSC Code and MICR code
Upload copy of cancelled cheque.*
25 Net Profit/Loss Made by bidder in 2016-17
Enter your net profit/loss Upload audited profit & Loss account statement for the year. (CA certificate is mandatory)*
26 Net Profit/Loss Made by bidder in 2017-18
Enter your net profit/loss Upload audited profit & Loss account statement for the year. (CA certificate is mandatory)*
27 Net Profit/Loss Made by bidder in 2018-19
Enter your net profit/loss Upload audited profit & Loss account statement for the year. (CA certificate is mandatory)*
28 Details of Tender Fees submitted to Bank of Baroda
Enter UTR No. and Bank Name along with date
Upload Scanned copy of NEFT/RTGS/Transfer/D eposit Receipt*
29 Details of EMD submitted to Bank of Baroda
Enter UTR No. and Bank Name along with date
Upload Scanned copy of NEFT/RTGS/Transfer/D eposit Receipt*
30 The bidder shall have carried out similar work of SITC and maintenance of CCTV security equipment having executed cumulative order of following values during one financial year of last 05 years as on 30.09.19
One similar work of 80% of estimated cost i.e.
Mention in Yes/No. Upload Copies of work orders along with completion certificates*
Seal & Signature of Bidder Page 27 of 38
Rs.152 lacs OR Two similar works of 50% of estimated cost .e. Rs.95 Lacs OR Three similar works of 40% of estimated cost i.e. Rs.76 Lacs
* Mandatory Fields for uploading supporting documents
Seal & Signature of Bidder Page 28 of 38
Annexure-III
Certificate by OEM
(Letter to the bank on the OEM’s Letterhead in Original, Mandatorily to be uploaded)*
To,
The General Manager Bank of Baroda Zonal Office New Delhi Zone
Dear Sir,
Subject: Authorization for Supply, Installation, Implementation, commissioning and Maintenance of CCTV Surveillance System
We registered office at having joint venture / authorized dealer etc. with , who are established and leading manufacturer of Digital Video Surveillance products, do hereby authorize M/s having their registered office at to submit quote, negotiate, supply, install and provide after sales support for our range of under mentioned products quoted by them to meet the above mentioned tender:-
Sr.No Product (CCTV System )
Company Model No. Remarks
01. 4 Channel DVR
02. 8 Channel DVR
03. 16Channel DVR
04. 2.0 MP Fixed HD True WDR IR Dome Camera
05. 2.0 MP Fixed IP True WDR IR Dome Camera With SD Card Slot
06. 2.0 MP Varifocal HD True WDR IR Bullet Camera
2.0 MP Varifocal IP True WDR IR Outdoor Bullet Camera
Our total installation for the security system in last 03 years are as under:- (upto 30 Sept. 2019)
SN Item No of Installations
01 CCTV
We also confirm that the above products meet the Technical specifications/ features as per the RFP.
Seal & Signature of Bidder Page 29 of 38
We as OEM are responsible that the System Integrator uses genuine products. We will conduct Audit of the products being installed by the System Integrator, as and when required by the Bank without any extra cost, as a service support to the Bank.
We hereby confirm to extend our back to back technical support and meet warranty terms of 03 years . Also, we as an OEM assure that the quoted models are not end of life and necessary spares would be provided at cost to bidder for period of five years, as per OEM standards for this tender/project.
We will submit a certificate annually on 31st March for the total number of installation of new security equipment for Bank of Baroda to the agency.
Thanking you,
Yours faithfully,
Authorized Signatories (Name & Designation, seal of the OEM) Contact No.
E-Mail Address
Seal & Signature of Bidder Page 30 of 38
Annexure-IV
NOTICE INVITING REQUEST FOR PROPOSAL (RFP)FORENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENTS (CCTV) ATDIFFERENT BRANCHES/OFFICE OF BANK IN_NEW DELHI_ ZONE.
1. DETAILS OF ENGAGEMENT WITH FINANCIAL INSTITUTIONS (FIs)
Sr. No
Name of the FI Date Since
Empanelled /
Providing
services
Security Equipment Being Supplied
Satisfactory Completion certificate (Mandatorily Upload supporting document)
1 .
2
3
2. WORK & BUSINESS EXPERIENCE AND PROPOSAL FOR EQUIPMENT FORENGAGEMENT
1 Existing Panel of Bank. Give names of Zones where providing services along with relevant performance certificates/Letters
(Mandatorily Upload supporting document)
a)
b)
c)
d)
3. DETAILS OF COMPLETED WORK IN LAST THREE YEARS (FROM 01/04/2016 TO 31/03/2019)
(Mandatorily Upload supporting document)
NAME AND ADDRESS
OF THE FI
DATE OF INSTALLATION NUMBER OF CCTV SYSTEM
Total CCTV Installed
4. CE / UL Certificates
S/No Description Document required
1. CE / UL Certificates or any standard Certificate in the field.
Upload supporting certificate/documents
Seal & Signature of Bidder Page 31 of 38
5. Documentation
S/No Description Document required
01 Documentation (Product Brochures, leaflets, manuals etc. of quoted model should be highlighted)
Upload supporting documents
6. Documents by OEM
S/No Description Document required
01 OEM should have online dedicated support center and a fully equipped repair and maintenance office in India.
Upload supporting documents
02 The MAC address of the IP cameras must be registered in the name of OEM supplying the cameras.
Upload supporting documents
03 OEM should have an ISO 9001:2008 and ISO 14001:2004 for manufacturing process.
Upload supporting documents
04 Documents of Manufacturing license/ Excise Registration of the OEM factory
Upload supporting documents
05 Product Certification copies Upload supporting documents
06 OEM to have presence in India since Last 10 years. Upload supporting documents
07 Documents of Manufacturing license/ Excise Registration of the OEM factory
Upload supporting documents
CERTIFICATE
Certified that all the information given above and in all documents submitted for engagement with Bank of Baroda for Security Equipment (CCTV system) is true to the best of my/our knowledge.
It is understood that in case any claim/information is found to be incorrect the application shall be rejected or if found after engagement the bank may blacklist and take other legal action.
Date:
Place: Signature
Name :
Designation :
Stamp of the Company/Firm (Authorized representative)
Note: Please add rows where required. Where copies of Application Documents/certificates are required to be furnished these are to be certified true copies
Seal & Signature of Bidder Page 32 of 38
Annexure-V NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF SYSTEM INTEGRATOR OF REPUTE FOR SUPPLY, INSTALLATION, TESTING, COMISSIONING AND ANNUAL MAINTENANCE OF SECURITY EQUIPMENT (CCTV) AT DIFFERENT BRANCHES/OFFICE OF BANK INNEW DELHI ZONE
COMPLIANCE CONFIRMATION
I/We hereby have provided compliance to the technical specifications as laid down in table no (1), (2),(3),(4),(5),(6)
( Yes/No)
1.
TECHNICAL SPECIFICATION FOR 4/8/16 CHANNEL STAND ALONE PENTABRIDCCTV SYSTEM (XVR)
Sr No
Parameters Specifications Compliance Yes / NO
Company
Model
1 Video
compression 4-Channel 8- Channel 16 –Channel
H.265 Pro+/ H.265 + / H.265/
2 Analog and HD- TVI video input
4-Channel 8- Channel 16 –Channel
BNC interface (1.0Vp-p, 75 Ω)
3 Supported camera types
AHD, TVI,CVI, Existing Analog Camera, IP (ONVIF), /4 MP/3 MP/ 720P/25, 720P/30, 720P/50, 720P/60, 1080P/25, 1080P/30, CVBS cameras,
4 IP video input EXTRA 4-IPC Input (total upto8 channel)
EXTRA 4 IPC Input (total upto12 channel)
EXTRA 8 IPC Input (total upto24 Channel)
Up to 6.0MP resolution
5 Audio compression
G.711u
6 Audio input / Two-way audio in
4-Channel 8- Channel 16 –Channel
(2.0 Vp-p, 1 KΩ), 4 Audio inputs
7 HDMI / VGA output
1920 × 1080 / 60 Hz,1280 × 1024 / 60 Hz, 1280 × 720 / 60 Hz, 1024 × 768 / 60 Hz
8 Encoding resolution
Main stream: 1080P(non-real-time) / 720P / VGA / WD1 / 4CIF / CIF
Sub-stream: WD1 / 4CIF(real-time) / CIF / QCIF / QVGA
9 Frame rate Main stream: 1/16 fps ~ Real time frame rate
Sub-stream: 1/16 fps ~ Real time frame rate
10 Video bitrate 32 Kbps-6 Mbps
11 Audio output 1-ch, RCA (Linear, 1KΩ)
12 Audio bitrate 64 Kbps
13 Dual-stream Support
14 Stream type Video, Video & Audio
15 Synchronous Playback Resolution
4-Channel 8- Channel 16 –Channel
4MP/3MP/1080P / 720P / VGA / WD1 / 4CIF / CIF / QVGA / QCIF
16 Network protocols
TCP/IP, PPPoE, DHCP, EZVIZ Cloud P2P, DNS, DDNS, NTP, SADP, SMTP, SNMP, NFS, iSCSI, UPnP™, HTTPS
Seal & Signature of Bidder Page 33 of 38
17 SATA 2 SATA interface (Each SATA to support upto8 TB) for 4 Channel 4 SATA interface (Each SATA to support upto8 TB) for 8 & 16 Channel
18 Capacity 4-Channel 8- Channel 16 –Channel
2 TB HDD 4 TB HDD 6 TB HDD
19 E SATA 1 PORT for 8 & 16 Ch
20 Network 4-Channel 8- Channel 16 –Channel
interface 1; 10M / 100M self-adaptive Ethernet interface
1; 10M / 100M / 1000M self- adaptive Ethernet interface
21 Serial interface 1; standard RS-232 serial interface, RS 485 half-duplex
22 USB port 2 × USB2.0 Ports
23 Alarm in / out 4 INPUT / 1 OUTPUT 8 INPUT / 4 OUTPUT
16INPUT / 4 OUTPUT
24 Power supply 12V DC
25 Consumption (without hard disks)
≤ 15W ≤ 20W ≤ 30W
26 Working temperature
-10 ºC ~+55 ºC (14 ºF ~ 131 ºF)
27 Working humidity 10% ~ 90%
28 Chassis 1U chassis 380mm 1U chassis
29 Certifications UL,CE,FCC , ROHSany standard certificate in the field
30 Recording Resolution
4MP/3MP/1080p/ 720p/ VGA/ WD1/ 4CIF/ CIF/ QVGA/ QCIF
31 Record Rate- Main Stream
1080p/ 720p/ VGA/ WD1/ 4CIF/ CIF/ QVGA/ QCIF (1/16 fps to Real-time frame rate)
32 Record Rate- Extra Stream
WD1/ 4CIF/ CIF/ QCIF/ QVGA (1/16 fps to Real-time frame rate)
33 Record Mode Manual/ Schedule/ Motion detection
34 Privacy Masking Supported
35 OSD Camera Title, Time, Vide Loss, Recording, Motion Detection
36 Remote Yes, IR
37 Smart Function Video Content Analytics) events for both analog and smart IP cameras
38 Analytics Function Line crossing detection and intrusion detection By DVR
39 3rd Party Cloud Storage
Should Support the 3rd party cloud storage (Dropbox/Google
Drive/Microsoft OneDrive).
40 Accepted Make/Brand
Hikvision/ Dahua/LG/ Samsung / HONEYWELL or Equivalent
2.
VARIFOCAL HD True WDR IR BULLET CAMERA
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
Seal & Signature of Bidder Page 34 of 38
1 Image Sensor 2.0MP 1/3” CMOS Image Sensor
2 Effective Pixels 1920(H)*1080(V)
3 Min. Illumination 0.005 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 Lens 2.7mm - 13 mm @ F1.4
Motorized vari-focal lens
Angle of view: 97° - 30.4°
6 Lens Mount φ14
7 Angle Adjustment Pan: 0 - 360°, Tilt: 0 - 75°, Rotation: 0 - 360°
8 Day & Night Auto with IR CUT FILTER
9 Synchronization Internal synchronization
10 Video Frame Rate 720p@25fps/720p@30fps
11 HD Video Output 4 in 1 video output (switchable TVI/AHD/CVI/CVBS)
12 CVBS Output Can Connect to any existing or HD DVR
13 WDR (Wide Dynamic Range) >120dB
14 Working Temperature/Humidity
-40 °C to +60 °C(-40 F - 140 F)
Humidity 90% or less (non-condensing)
15 Power Supply 12V DC±15%
16 Power consumption 4.7 W maximum
17 Weather Proof Ratings IP67
18 Vandal Proof rating IK10
19 IR Range Minimum 60 meters
20 Certifications UL / CE / FCC, BIS orany standard certificate in the field
21 Accepted Make/Brand Hikvision/ Dahua/LG/ Samsung / HONEYWELL or Equivalent
3.
VARIFOCAL IP True WDR IR Outdoor Bullet CAMERA
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Video standards H.264 / MPEG4 / MJPEG
2 Sensor 1/3 or 1/2.8 inch Progressive scan CMOS
3 Scanning Progressive Scan system
4 System Compatibility ONVIF(Profile G,S), ISAPI
5 Resolution 1980x1080
6 Signal Stream Triple Stream
7 Frame Rate 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720)
Seal & Signature of Bidder Page 35 of 38
8 Lens 2.8 ~ 12mm motorized Lens
9 Minimum Illumination 0.01 [email protected];
0 lux with IR
10 IR Cut Filter Yes
11 Wide Dynamic Range 120dB
12 Digital noise reduction 3D DNR
13 Day & night ICR
14 AGC Yes
15 BLC/HLC Yes, Zone Configurable
16 Iris control DC drive
17 Intelligent Video Functions
Alarm trigger for Video quality detection, line crossing, Intrusion detection, Face Detection , Region of Interest
18 Intelligent Video Functions Scene change detection, audio exception detection
19 IR Range Up to 40m
20 Protocols TCP/IP, HTTP, HTTPS, FTP, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, PPPoE,
NTP, UPnP, SMTP, SNMP, 802.1X,
IPv6, IPv4,NTP, UPnp, IGMP,Bonjour
21 Ethernet 1 RJ45 10M / 100M Ethernet port
22 Input voltage 12 VDC ± 10% or PoE, IEEE 802.3 af
23 General Function: One-key reset, Anti-Flicker, heartbeat, mirror, password protection, privacy mask, Watermark, IP address filtering
24 Operating Temp. -30°C ~ 60°C
25 Operating Humidity Humidity 95% or less (non-condensing)
26 Alarm trigger Motion detection, tampering alarm, network disconnect, IP address conflict, storage exception
27 Interface Audio : 1 input (line in/mic.in, 3.5 mm), 1 output (line out, 3.5 mm), mono sound
Alarm : 2 input,2 output (up to 12 VDC, 30 mA), terminal block
Video Output : 1Vp-p Composite Output(75Ω/BNC)
28 Security Watermark, User authentication, IP address
Filtering, anonymous access.
29 Housing & Mount IP67 outdoor standard
30 Certification UL, FCC & CEor any standard certificate in the field
31 Required Make [any one make should be specified]
Hikvision, Dahua Samsung, LG, Honeywell or Equivalent
4.
FIXED HD True WDR IR DOME CAMERA Ultra low light
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Image Sensor 2.0MP 1/3” CMOS Image Sensor
2 Effective Pixels 1920(H)*1080(V)
Seal & Signature of Bidder Page 36 of 38
3 Min. Illumination 0.005 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 Lens 2.8mm/ 3.6mm
Angle of view: 106°(2.8 mm), 82°(3.6 mm)
6 Lens Mount M12
7 Angle Adjustment Pan: 0 - 360°, Tilt: 0 - 75°, Rotation: 0 - 360°
8 Day & Night Auto with IR CUT FILTER
9 Synchronization Internal synchronization
10 Video Frame Rate 1080p@25fps
11 HD Video Output 4 in 1 video output (switchable TVI/AHD/CVI/CVBS)
12 CVBS Output Can Connect to any existing or HD DVR
13 WDR (Wide Dynamic Range) >120dB
14 Working Temperature/Humidity
-40 °C to +60 °C(-40 F - 140 F)
Humidity 90% or less (non-condensing)
15 Power Supply 12V DC±15%
16 Power consumption 4.6 W maximum
17 Weather Proof Ratings IP67
18 Vandal Proof rating IK10Metal/Vandal proof Body only Accepted
19 IR Range Minimum 30 meters
20 Certifications UL / CE / FCC, BIS or any standard certificate in the field
21 Accepted Make/Brand Hikvision, Dahua, LG, Samsung , Honeywell or Equivalent
5.
FIXED IP True WDR IR DOME CAMERA WITH SD CARD SLOT
Sr. Parameters Specifications Compliance (Yes/NO) No
Company
Model
1 Video standards H.264 / MPEG4 / MJPEG
2 Sensor 1/3 or 1/2.8 inch Progressive scan CMOS
3 Scanning Progressive Scan system
4 System Compatibility ONVIF(Profile G,S), ISAPI
5 Resolution 1980x1080
6 Signal Stream Triple Stream
7 Frame Rate 25fps (1920 × 1080), 25fps (1280 × 960), 25fps (1280 × 720)
8 Lens 2.8 Lens
9 Minimum Illumination 0.01 [email protected];0 lux with IR
10 IR Cut Filter Yes
11 Wide Dynamic Range 120dB
12 Digital noise reduction 3D DNR
13 Day & night ICR
Seal & Signature of Bidder Page 37 of 38
14 AGC Yes
15 BLC/HLC Yes, Zone Configurable
16 Iris control DC drive
17 Intelligent Video Functions Alarm trigger for Video quality detection, line crossing, Intrusion detection, Face Detection , Region of Interest and audio exception detection
18 IR Range Up to 40m
19 Protocols TCP/IP, HTTP, HTTPS, FTP, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, PPPoE,
NTP, UPnP, SMTP, SNMP, 802.1X,
IPv6, IPv4,NTP, UPnp, IGMP,Bonjour
20 Ethernet 1 RJ45 10M / 100M Ethernet port
21 Input voltage 12 VDC ± 10% or PoE, IEEE 802.3 af
22 General Function: One-key reset, Anti-Flicker, heartbeat, mirror, password protection, privacy mask, Watermark, IP address filtering
23 Operating Temp. -30°C ~ 60°C
24 Operating Humidity Humidity 95% or less (non-condensing)
25 Local Storage Micro SD/SDXC card slot, up to 128GB Surveillance Grade
26 Alarm trigger Motion detection, tampering alarm, network disconnect, IP address conflict, storage exception
27 Security Watermark, User authentication, IP address
Filtering, anonymous access.
28 Housing & Mount IP67 outdoor standard
29 Certification UL, FCC & CE, BIS or any standard certificate in the field
30 Required Make [any one make should be specified]
Pelco, Bosch, Hikvision, Sony, Samsung, LG, Honeywell or Equivalent.
6.
TECHNICAL SPECIFICATIONS FOR 21.5” LED COLOUR MONITOR
Sr. No
Parameters Specifications Compliance (Yes/NO)
Company
Model
1 Screen TFT-LED Backlight
2 Screen Size 21.5” Monitor
3 Resolution 1920 X 1080 Full HD Display
4 Viewing Angle 170°(H)/160°(V)
5 Video Input Mode HDMI, VGA
6 On-Screen Display (OSD) Menu
True Colour and User Friendly operation Menu
7 Aspect Ratio Supports 16:9 or 4:3 aspect ratio selectable in OSD Menu
8 Audio Built-In Speaker and Audio Amplifier Adopt 3D Noise Reduction Technology
9 Mount VESA stand
10 Certification ISI / CE / UL / FCC Certificate or any other standard certificate in the field
11 Accepted Make/Brand Sony / LG / Samsung /Hikvision or Equivalent