You are on page 1of 50

NIT No.

: 01/EE(E)/IISER/2018-19

Name of Work:- Expansion of Nehru Hospital at PGIMER, Sector-12,


Chandigarh. (SH: SITC of IP based CCTV System).

INDEX
S.NO. DETAILS PAGE NO.

1 Press Notice 1
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS For e
2 2-7
TENDERING
3 CPWD-6 for e-tendering 8-12

4 Receipt of deposition of original EMD 13

5 Form CPWD-7 14-22


6 Bank Guarantee Bond 23-24

7 Integrity Agreement 25-31

8 General & Commercial Conditions 32-36

9 Technical Specification 37-45

10 Price Bid 46-49


PRESS NOTICE

CENTRAL PUBLIC WORKS DEPARTMENT


NOTICE INVITING e-TENDERS

The Executive Engineer (E) IISER Mohali Project Division (Elect), CPWD, Sector 7B
Chandigarh 160019 (Ph. 0172-2791132) e-mail Id: eeiiserpde.chd.cpwd@nic.in on behalf
of President of India invites online percentage rate e-tenders in two bid system i.e.
Prequalification and Price Bid from the specialized firms in the field of SITC of CCTV system
for the following work:-

NIT No. 01/EE(E)/IISER/2018-19. Name of Work:- Expansion of Nehru Hospital at


PGIMER, Sector-12, Chandigarh. (SH: SITC of IP based CCTV System).

Estimated Cost: Rs. 83,40,454/- Earnest Money : Rs. 1,66,809/- Time of Completion: 4 (Four)
Months, Last time & date of submission of bid : 27/04/2018 upto 03:00 PM.

The tender forms and other details can be obtained from the website
www.tenderwizard.com/CPWD or www.cpwd.gov.in &www.eprocure.gov.in

Not to be printed below this line

It is to ensure that the press notice in newspapers published as per instructions given below:

a) Main title “C.P.W.D.” and “NOTICE INVITING e – Tenders” with black background in white letters
should not bemore than 9 font size and should be in bold letters.
b) Rest of the matter should not be more than 8 font size and should be in normal form.
c) Press notice upto two works shall be in single column.
d) Website address www.tenderwizard.com/CPWD or www.cpwd.gov.in or
www.eprocure.gov.in should be in bold letters and size should not be more than 8 font size.
e) In any case width of press notice shall not exceed width of 2 columns.
f) The advertisement should only be published in classified columns.

If press notice is published in larger size which is not as per the directions mentioned above, no
payment shall be made.

Executive Engineer (E)


IISER Mohali Project Division (El),
CPWD, Sector 7B, Chandigarh

1
Annexure ‘A’ CPWD
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING

The Executive Engineer (E) IISER Mohali Project Division (Elect) CPWD, Sector-7B
Chandigarh-160019 (Ph. 0172-2791132) e-mail: eeiiserpde.chd.cpwd@nic.in on behalf of
President of India invites online percentage rate e-tenders in two bid system i.e.
Prequalification and Price Bid from the specialized firms in the field of SITC of IP based
CCTV System for the following work:-
Last date &
time of

Period of Completion
submission of

Estimated Cost

Earnest Money
bid,
Time &
N.I.T No.

original EMD,
date of
S. No

copy of receipt
Name of work & Location opening of
for deposition
Prequalific
of original EMD
ation bid
and other
document as
specified in the
press notice
1 2 3 4 5 6 7 8
01/EE(E)/IISER/2018-19

Name of Work : Expansion of

Rs. 1,66,809/-
Rs. 83,40,454/-
Nehru Hospital at PGIMER,

4 Months
Sector-12, Chandigarh. (SH: 27/04/2018 27/04/2018
1 SITC of IP based CCTV Upto 03:00 PM at 03:30
System). PM

1. Firms who fulfill the requirements shall be eligible to apply. Joint ventures are not
accepted.

a) Should have satisfactory completed the similar works as mentioned below during the
last Seven years ending 27 April 2018.
b) Three similar works each costing not less than Rs. 33 lakhs, or two similar works
each costing not less than Rs. 50 Lakhs, or one similar work costing not less than
Rs. 67 Lakhs.
Similar work shall mean “SITC of IP based CCTV system.” The value of the work
executed by the firm earlier shall be brought to current costing level by enhancing the
value of the work done @ 7% per annum (calculated from the date of actual completion
to the last date of submission of PQ bids.
The firm should submit the copies of completion certificate issued by the offices of the
client not lower than rank of Executive Engineer or equivalent. The completion certificate
must clearly indicate the following (originals shall be produced for verification).

i) The date of completion of work.


ii) Nature and value of the work.
iii) That the work has been completed satisfactorily.
2
Annexure ‘A’ CPWD
iv) Work done amount of completion certificate.

(b) Should have had average annual financial turnover of Rs. 42 Lakhs on
construction works during the last three years ending 31st March 2018 (Scanned
copy of Certificate from CA to be uploaded)

(c) Should not have incurred any loss in more than two years during the last five years
ending 31st March 2018.

(d) Should have a solvency of Rs 33 Lakhs ( scanned copy of original solvency to be


uploaded )
(Solvency not required if applicant is a class I (Composite category) registered
contractor of CPWD)

In addition to this the tenderer has to submit an Affidavit as under:-


“I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back to back basis. Further that, if such a violation
comes to the notice of Department, then I/We shall be debarred for tendering in CPWD
contracts in future forever. Also, if such a violation comes to the notice of Department before
date start of work, the Engineer-in-charge shall be free to forfeit the entire amount of earnest
Money Deposit/ Performance Guarantee.”
1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should
only submit his bid if he considers himself eligible and he is in possession of all the
documents required.

2. Information and Instructions for bidders posted on website shall form of bid document.

3. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost. Press notice will also be
available on Central Public Procurement Portal (URL http://eprocure.gov.in) through system
link.

4. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Demand Draft/Pay order or Banker’s Cheque or Deposit at call Receipt or Fixed
Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of
Executive Engineer, Chandigarh Central Division-II, CPWD, Chandigarh as mentioned
in NIT, receipt for deposition of original EMD to division office of any Executive
Engineer, CPWD and other documents as specified.
The contractors already registered on the e-tendering portal will have option to continue by
paying tender processing fee up to one year from the date of registration, or to switch over
to (new) registration without tender processing fee any time. All new registrations from
01/04/2015 will be without tender processing fee.

3
Annexure ‘A’ CPWD
5. Those contractors not registered on the website mentioned above, are required to get
registered beforehand. If needed they can be imparted training on online bidding process as
per details available on the website.

6. The intending bidder must have valid class-III digital signature to submit the bid.

7. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/Certificate from CA mentioning Financial Turnover of last 3 years or for the period
as specified in the bid document and further details if required may be asked from contractor
after opening of technical bids. There is no need to upload entire voluminous balance sheet.

10. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in pink colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as "0". Therefore, if any cell is left blank and no rate is
quoted by the bidder, rate of such item shall be treated as "0" (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any section/sub
head in percentage rate tender, the tender shall be treated as invalid and will not be
considered as lowest tenderer.

11. The Prequalification bid shall be opened first on due date and time as mentioned above.
The time and date of opening of financial bid of contractors qualifying the prequalification bid
shall be communicated to them at a later date.

12. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are received satisfying the laid down criterion.

13. If it is desired to submit revised financial bid then it shall be mandatory to submit revised
financial bid. If not submitted then the bid submitted earlier shall become invalid.

14.The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/registrations or proof of applying for obtaining labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time and Progress) within
the period specified in Schedule F. The letter of award shall be issued to the lowest
contractor only on receipt of applicable labour licenses, registration with EPFO, ESIC and
BOWC Welfare Board or on submitting the proof of applying thereof. No Running Account
Bill shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC
and BOCW Welfare Board, whatever applicable are received from the contractor by the
Engineer-in-Charge.

4
Annexure ‘A’ CPWD
15. In terms of OM No. DG/CON/255A dated 10.08.2011, it shall be mandatory to sign the
Integrity Pact by the bidder failing which bidder will stand disqualified from the tendering
process and the bid of the bidder would be summarily rejected in case of manual tendering.
However; where e-tendering is followed, Integrity Pact of the bid document shall be signed
between EE in-charge of Division and the successful bidder after acceptance of the bid.

16. The composite contractor shall have electrical license to execute the electrical work or he
has to associate an electrical contractor to execute the electrical work.

17. The bidder should either himself meet the eligibility conditions for the respective E&M
packages or otherwise he will have to associate an agency meeting the eligibility
requirements for E&M package after award of work and has to submit details of such
agency(s) conforming eligibility conditions as defined in the bid document in Prescribed
Form to the Executive Engineer of Minor within prescribed time limit.
18. The following authorization from manufacturer shall be made available by the bidder along
with submission of the performance guarantee:-

i) Authorization for providing service support during the defect liability period of one
year.

ii) They will provide the technical support / service after one year on chargeable
basis.

iii) Certificate from manufacturer that the models quoted are in regular production
and will not become obsolete for at least next five years.

5
Annexure ‘A’ CPWD
Information and instruction for Executive Engineer for e-tendering

1. The Executive Engineer of all divisions of CPWD should receive the original EMD for
tender of other division.

2. The NIT Approving authority/EE at the time of issue of NIT shall also fill and upload the
following prescribed format of receipt of deposition of original EMD along with NIT :-

Receipt of deposition of original EMD

(Receipt No. …………………………………….. / Date ……………………….)

Name of Work:- Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh.


(SH: SITC of IP based CCTV System).

1. NIT No. : 01/EE(E)/IISER/2018-19


2. Estimated Cost : Rs. 83,40,454/-

3. Amount of Earnest Money Deposit : Rs. 1,66,809/-


4. Last Date of Submission of bid : 27/04/2018
(* To be filled by NIT approving authority/EE at the time of issue of NIT and
uploaded along with NIT)

1. Name of Contractor : ………………………………………


2. Form of EMD : …………………………………….
3. Amount of Earnest Money Deposit : ………………………………
4. Date of Submission of EMD : ……………………………………..

(Signature, Name and Designation of EMD


Receiving Officer (EE/AE(P)/AE/AAO
along with Office Stamp)
(# to be filed by EMD receiving EE)
3. The Executive Engineer receiving EMD in original form shall examine the EMD deposited
by the bidder and shall issue a receipt of deposition of earnest money to the agency in a
given format uploaded by tender inviting EE. The receipt may be issued by the
AE(E)/AE/AAO.

4. The Executive Engineer receiving original EMD shall also intimate tender inviting
Executive Engineer about deposition of EMD by the agency by email/fax/telephonically.

5. The original EMD receiving Executive Engineer shall release the EMD after verification
from the e-tendering portal website (www.tenderwizard.com ˃ tender free view ˃
advance search ˃ awarded tenders) that the particular contractor is not L-1 tenderer
and work is awarded.

6. The Tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.

6
Annexure ‘A’ CPWD
19. List of Documents to be up loaded in e-tender within the last date of submission:

1. Treasury Challan/Demand Draft/Pay order or Banker`s Cheque /Deposit at Call


Receipt/FDR /Bank Guarantee of any Scheduled Bank against EMD.
2. Certificates of work experience.
3. Certificate of Financial Turnover from CA.
4. Bank Solvency Certificate
5. Affidavit as per provisions of clause 1.2.2 of CPWD 6 of NIT on non-judicial stamp paper
of value Rs. 100/-.
6. Copy of Certificate of registration for GST/CGST or proof for applied for the same.
7. Copy of receipt for deposition of original EMD issued from division office of any Executive
Engineer, CPWD (The EMD document shall be issued from the place in which the office of
receiving division is situated).
8. The contractor has to upload EPFO, ESIC, BOCW Welfare Board or proof of applying for
obtaining labour License registration with EPFO, ESIC, BOCW Welfare Board, if
applicable.

Executive Engineer (E)


IISER Mohali Project Division (El),
CPWD, Sector 7B, Chandigarh

7
CPWD-6 CPWD
CPWD – 6 FOR e-TENDERING

The Executive Engineer (E) IISER Mohali Project Division (Elect) CPWD, Sector 7B Chandigarh -160019
(Ph. 0172-2791132) e-mail Id: eeiiserpde.chd.cpwd@nic.in on behalf of President of India invites online
percentage rate e-tenders in two bid system i.e. Prequalification and Price Bid from the specialized firms
in the field of SITC of IP based CCTV System for the following work:-

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC
of IP based CCTV System).
The enlistment of the contractors should be valid on the last date of submission of bids. In case the
last date of submission of tender is extended, the enlistment of contractor should be valid on the original date
of submission of bids.

1.1 The work is estimated to cost Rs. 83,40,454/- This estimate, however, is given merely as a rough
guide.

1.1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline
will consolidate NITs for calling the bids. He will also nominate Division which will deal with all matters
relating to the invitation of bids.

For composite bid, besides indicating the combined estimated cost put to bid, should clearly indicate
the estimated cost of each component separately. The eligibility of bidders will correspond to the
combined estimated cost of different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority, of having satisfactorily
completed similar works of magnitude specified below:-

Criteria of eligibility for submission of bid documents Conditions.

1.2.1 Three similar works each costing not less than Rs. 33 lakhs, or two similar works each costing not
less than Rs. 50 Lakhs, or one similar work costing not less than Rs. 67 Lakhs.

Similar work shall mean “SITC of IP based CCTV system.”

1.2.2 Criteria of eligibility for CPWD as well as non- CPWD contractors.

Three similar works each costing not less than Rs. 33 lakhs, or two similar works each costing not less
than Rs. 50 Lakhs, or one similar work costing not less than Rs. 67 Lakhs.

(all figures rounded to nearest Rs.1 lac ) in last 7 years ending previous day of last date of submission
of bids. The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7 % per annum, calculated from the date of completion to the last date
of submission of bid. This is applicable for 1.2.1 as well 1.2.2. (Modified vide OM DG/MAN/284 dt.
13.8.2013)

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under :-

I/We undertake and confirm that eligible similar works (s) has/ have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I / We shall be debarred for bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall

8
CPWD-6 CPWD
be free to forfeit the entire amount of Earnest Money Deposit / Performance Guarantee. (Scanned
copy to be uploaded at the time of submission of bid)

1.2.3 When bids are invited from non CPWD contractors and CPWD class I contractors as per provisions
of clause 1.2.1 above, it will be mandatory for non CPWD contractors and CPWD class I contractors
to upload the work experience certificate (s) and the affidavit as per the provisions of clause 1.2.2.

But for such bids, Class- I contractors of CPWD are eligible to submit the bids without submission of
affidavit. Therefore, CPWD class-I contractors shall upload separate letter for affidavit that this
documents is not required to be submitted by them. Uploading of this letter is mandatory otherwise
system will not clear mandatory fields.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions of the
said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 4 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with
the phasing, if any, indicated in the tender documents.

4. The site for the work is available.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen from
website www.tenderwizard.com/CPWD or www.cpwd.gov.in free of cost.

The standard publications like General Conditions of Contract, Delhi schedule of rates 2016 (for civil
and electrical), Specifications for Civil and Electrical works and Delhi analysis of rates 2016 (for civil)
and Delhi analysis of rates 2016 (for electrical) with amendments / correction slips up to the last date
of submission of tender can be seen free of cost from the website www.cpwd.gov.in.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.

8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the tender submitted earlier
shall become invalid.

9. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer,
Chandigarh Central Division-II, CPWD, Chandigarh) shall be scanned and uploaded to the e-
tendering website within the period of bid submission.

The original EMD should be deposited either in the office of Executive Engineer inviting bids
or division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer shall issue a receipt of deposition of earnest money
deposit to the bidder in prescribed format (enclosed) uploaded by tender inviting EE in NIT.

9
CPWD-6 CPWD

This receipt shall also be uploaded to the e- tendering website by intending bidder up to specified bid
submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs. 20 lakh, whichever is less, shall have to be deposited in shape
prescribed above, and balance in shape of Bank Guarantee of any scheduled bank having validity for
Twelve months or more from the last date of receipt of bids which is to be scanned and uploaded by
the intending bidders.

Copy of Enlistment Order, eligibility criteria documents and other documents as specified in Para-19
of “Information and Instructions for bidders for E-tendering” shall be scanned and uploaded to the e-
Tendering website, within the period of bid submission. However, certified copy of all the scanned
and uploaded documents as specified in Para-19 shall have to be submitted by the lowest bidder only
within a week physically in the office of tender opening authority.

Online bid documents submitted by intending bidders shall be opened of those bidders, whose
original EMD deposited with any division office of CPWD and other documents scanned and
uploaded are found in order.

9 A) The contractors registered prior to 01.04.2015 on e-tendering portal of CPWD shall have to deposit
tender processing fee at existing rates, or they have option to switch over to the new registration
system without tender processing fee any time.

10. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with division office of any Executive Engineer, CPWD (The
EMD document shall only be issued from the place in which the office of receiving division office
situated).

(iii) The bidder does not upload all the documents (including GST registration) as stipulated in the bid
document and the copy of receipt for deposition of original EMD.

(iv) If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
hard copies as submitted physically by the lowest tenderer in the office of tender opening authority.

(v) If a tenderer quotes nil rates against each item in item rate tender or does not quote any percentage
above / below on the total amount of the tender or any section / sub head in percentage rate tender , the
tender shall be treated as invalid and will not be considered as lowest tender.
[[[

11. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5%
(Five Percent) of the tendered amount within the period specified in Schedule F. This guarantee
shall be in the form of cash (in case guarantee amount is less than Rs. 10000/-) or Deposit at Call
receipt of any scheduled bank / Banker’s cheque of any scheduled bank / Demand Draft of any
scheduled bank / Pay order of any Scheduled Bank of any scheduled bank (in case guarantee
amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or
Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the
prescribed form. In case the contractor fails to deposit the said performance guarantee within the
period as indicated in Schedule ‘F’ including the extended period if any, the Earnest Money
deposited by the contractor shall be forfeited automatically without any notice to the contractor. The
earnest money deposited alongwith bid shall be returned after receiving the aforesaid performance
guarantee.

10
CPWD-6 CPWD
The contractor whose bid is accepted will also be required to furnish either copy of applicable
licenses/ registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC
and BOCW Welfare board and Programme Chart (Time and progress) within the period specified in
Schedule F.

12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect their
tender. A bidder shall be deemed to have full knowledge of the site whether he inspects it or not
and no extra charge consequent on any misunderstanding or otherwise shall be allowed. The
bidder shall be responsible for arranging and maintaining at his own cost all materials, tools & plants,
water, electricity access, facilities for workers and all other services required for executing the work
unless otherwise specifically provided for in the contract documents. Submission of a tender
by a bidder implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and of conditions and rates
at which stores, tools and plant, etc. will be issued to him by the Government and local conditions
and other factors having a bearing on the execution of the work.

13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any Other bid and reserves to itself the authority to reject any or all the tenders received without the
assigning any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.

14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing will be liable to rejection.

15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the tender and the bidders shall be bound to perform the same at the rate
quoted.

16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by
him and who are near relatives to any gazette officer in the Central Public Works Department or
in the Ministry of Urban Development. Any breach of this condition by the contractor would
render him liable to be removed from the approved list of contractors of this Department.

17. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the previous
permission of the Government of India in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the tender or
engagement in the contractor’s service.

18. The bid for the works shall remain open for acceptance for a period of Sixty (60) days from the date of
opening of bids if any bidder withdraws his bid before the said period or issue of letter of acceptance,
whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not
be allowed to participate in the retendering process of the work.

11
CPWD-6 CPWD
19. This notice inviting Tender shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the
stipulated date of start of the work, sign the contract consisting of :-

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and
drawings, if any, forming part of the tender as uploaded at the time of invitation of tender and the
rates quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard C.P.W.D. Form 7(GCC for CPWD Works 2014) amended upto last date of submission of bid.

20. In case any discrepancy is noticed between the documents as uploaded at the time of submission of
the bid online and hard copies as submitted physically in the office of Executive Engineer, then the
bid submitted shall become invalid and the Government shall, without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall
not be allowed to participate in the retendering process of the work.
20.1.1 The main contractor has to associate agency(s) for minor component(s) conforming to eligibility
criteria as defined in the bid document and has to submit detail of such agency(s) to Engineer-in-
charge along with submission of PG. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge.

20.1.2 In case the main contractor intends to change any of the above agency/agencies during the
operation of the contract, he shall obtain prior approval of Engineer-in-charge. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria. In case Engineer-in-
charge is not satisfied with the performance of any agency, he can direct the contractor to change
the agency executing such items of work and this shall be binding on the contractor.

20.1.3 The main contractor has to enter into tripartite agreement with contractor(s) associated by him and
department for execution of minor component(s). Copy of such agreement shall be submitted to EE.
In case of change of associate contractor, the main contractor has to enter into tripartite agreement
with the new contractor associated by him.

20.1.4 The specialized agencies/firms will be made payment to the extent of 90% directly by the Executive
Engineer concerned.

Executive Engineer(E)
IISER Mohali Project Division (E)
CPWD, sector-7B, Chandigarh

12
Receipt of Deposition of Original EMD

(Receipt No.__________________Dated___________________)

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH:


SITC of IP based CCTV System).

1. NIT No. : 01/EE(E)/IISER/2018-19


2. Estimated Cost : Rs. 83,40,454/-
3. Amount of Earnest Money Deposit : Rs. 1,66,809/-
4. Last Date of Submission of bid : 27/04/2018

1. Name of Contractor :
2. Form of EMD :
3. Amount of Earnest Money Deposit :
4. Date of Submission of EMD :

(Signature, Name and Designation of EMD


Receiving Officer (EE/AE(P)/AE/AAO
along with Office Stamp)
(# to be filed by EMD receiving EE)

13
CPWD-7 CPWD

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE : Chandigarh (UT) CIRCLE : PGIMER PC


BRANCH : E & M DIVISION : IMPD(E)
ZONE : NZ-I SUB-DIVISION : IMPESD-III

Percentage Rate Tender & Contract for Works

Tender for the work of:-

Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of
IP based CCTV System).

To be submitted online by 1500 hours on 27/04/2018 through website


www.tenderwizard.com/CPWD or www.cpwd.gov.in to the Executive Engineer(E) IISER Mohali
Project Division (E) CPWD, Sector-7B, Chandigarh.
(ii) To be downloaded in presence of tenderers/their authorized representative who may be
present at 1530 hours on 27/04/2018 As per Annexure A in the office of Executive Engineer(E) IISER
Mohali Project Division (E) CPWD, Sector-7B, Chandigarh.

Issued to :……… … … …… … … Te ders a aila le o li e to the agency.


(Contractor)
Sig ature of offi er issui g the do u e ts ……..… … … … … … … … … … … … … ……………………
Designation: Executive Engineer (E), IISER Mohali Project Division (E), CPWD, Sector-7B, Chandigarh
Date of Issue … ….… … … … …… … …… … … … … … … … …… … … … … … … ….

T E N D E R
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F, Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India as per time
schedule of mile stone(s) and within the time specified in Schedule F , viz., schedule of quantities and
in accordance in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in clause 11 of the Conditions of contract
and with such materials as are provided for, by, and in respects in accordance with, such conditions so
far as applicable.
We agree to keep the tender open for Sixty (60) Days / Ninety (90) days from the due date of its
opening/ninety days from the date of opening of bid in case tenders are invited on 2/3 envelope
system (Strike out as the case may be) and not to make any modifications in its terms and conditions.

14
CPWD-7 CPWD

A sum of Rs. 1,66,809/- is hereby forwarded in cash/receipt treasure challan/deposit at call receipt of
a scheduled bank/ fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by a scheduled bank as earnest money. If I/we, fail to furnish the prescribed
performance guarantee within prescribed period, I/we agree that the said President of India or his
successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the
said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that
President of India or his successors in office shall without prejudice to any other right or remedy
available in law, be at liberty to forfeit the said earnest money and the performance guarantee
absolutely, otherwise the said earnest money shall be retained by him towards security deposit to
execute all the works referred to in the tender documents upon the terms and conditions contained
or referred to therein and to carry out such deviations as may be ordered, upto maximum of the
percentage mentioned in Schedule F and those in excess of that limit at the rates to be determined
in accordance with the provision contained in Clause 12.2 and 12.3 of tender form. Further, I/we
agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.

I/We undertake and confirm that eligible similar works (s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee”

I/We hereby declare that I/We shall treat the tender documents, drawings and other records
connected with the work as secret/confidential documents and shall not communicate
information/derived there from to any person other than a person to whom I/We am/are authorised
to communicate the same or use the information in any manner prejudicial to the safety of the state.

Dated Signature of Contractor


Witness: Postal Address
Address:
Occupation:

15
CPWD-7 CPWD

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by
me for and on behalf of the President of India for a sum of Rs … … … … … … ………… Rupees … … …
… … … … … … … … … … … … … … … … … … … … … … … ……...… ..
The letters referred to below shall form part of this contract Agreement:-
i)

ii)

iii)

For & on behalf of the President of India.


Signature ………..………………..
Dated…………. Desig atio ……………………..

16
CPWD-7 CPWD

SCHEDULES

SCHEDULE ‘A’

Schedule of quantities As per schedule of work & terms & conditions


attached.

Estimated Cost put to tender - Rs. 83,40,454/-

SCHEDULE B
Schedule of materials to be issued to the contractor

Rates in figures & words of


SL No. Description of item Quantity Which the material will be Place of issue
Charged to the contractor
1. 2 3 4 5

………………………………………………NIL……………………………………………………
SCHEDULE C

Tools and plants to be hired to the contractor.

Sl. No Description Hire charges per day Place of issue


1. 2 3 4
…………………………………………………..NIL…………………………………………………

SCHEDULE D
Extra schedule for specific requirements : Not applicable

SCHEDULE E
Reference to General Conditions of Contract: General Conditions of Contract 2014 with amendments issued up to the last
date of submission of Tender.
Name of Work : Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of
IP based CCTV System).

Estimated cost of work : Rs. 83,40,454/-

i Earnest money : Rs. 1,66,809/-

ii Performance Guarantee : 5 % of tendered value.

iii) Security Deposit : 2.5 % of tendered value. (However, performance guarantee @ 2.50%
shall be retained as security deposit after completion of the work).

17
CPWD-7 CPWD

(GENERAL RULES & DIRECTIONS) : CPWD General Specifications for Electrical Works
Part-I (Internal)-2013 and Part-II (External)-
1995 as amended upto date of submission of
tender.
Officer inviting tender : Executive Engineer(E),
IISER Mohali project Division (E),
CPWD, Sector-7B, Chandigarh.
Maximum percentage for quantity of
items of work to be executed beyond
which rates are to be determined in : See below.
accordance with Clauses 12.2 & 12.3.

Definitions :
2(v) Engineer -in- Charge : Executive Engineer(E),
IISER Mohali project Division (E),
CPWD, Sector-7B, Chandigarh.

2(viii) Accepting Authority : Project Manager, PGIMER Project Circle


CPWD, Sector-7B, Chandigarh.

2(x) Percentage on cost of materials and : 15%


Labour to cover all overheads and
profits

2(xi) Standard Schedule of Rates : Market Rate & DSR 2016

2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD Contract Form : GCC 2014, CPWD Form-7 modified & Corrected up
to date of submission of tender.
Clause 1
i) Time allowed for submission of Performance Guarantee programme 7 days
chart (Time and progress) and applicable labour licences,
registration with EPFO, ESIC and BOCW Welfare Board or proof of
applying thereof from the date of issue of letter of acceptance.
ii) Maximum allowable extension beyond the period provided in (i) 01 to 08 days (With late fee @ 0.1% per
above day of performance guarantee
amount).
Clause 2
Authority for fixing compensation under Project Manager, PGIMER Project Circle, CPWD, sector 7B
clause-2 Chandigarh

Clause 2A
Whether Clause 2A shall be applicable Not Applicable

Clause 5

Number of days from the date of issue of letter 15 days (7 days+8 days with late fees)
of acceptance for reckoning date of start.

18
CPWD-7 CPWD

Mile stone (s) as per table given below:-

TABLE OF MILE STONE(S)


S. NO. DESCRIPTION OF MILESTONE TIME ALLOWED IN DAYS AMOUNT TO BE WITH-HELD IN
(PHYSICAL) (FROM THE DATE OF CASE OF NON-ACHIEVEMENT OF
START) MILESTONE.
1 Submission of drawings and 15 Days 2%
documentary evidence for
placing orders for all the
material
2 Supply of All Equipment & 90 Days 2%
associated material
4 Installation of equipment & 110 Days 0.5%
complete system.
5 Testing, Commissioning of the Four Months 0.5%
complete system and handing
over

Time allowed for execution of work : (04) Four Months

Authority to decide:

(i) Extension of time : Executive Engineer(E),


IISER Mohali project Division (E),
CPWD, Sector-7B, Chandigarh.
(ii) Rescheduling of milestones : ---------Do-------------
Clause 6, 6A
Clause applicable – (6 or 6A) : Clause 6A applicable
Clause 7
Gross work to be done together
With net payment/adjustment of
advances for material collected,
if any, since the last such payment
for being eligible to interim payment 10 Lacs

Clause-7A:-

Regarding applicability of labour laws:- Yes, Applicable


Related to Labour licensee, registration
of contractor with EPFO, ESIC and
BOCW welfare board i/c Provident Fund

No running account bill shall be paid in the work till the applicable labour licenses, registration with EPFO, ESIC,
BOCW welfare board i/c Provident Fund Code No. if applicable whatever applicable are submitted by the
contractor to the Engineer-in-charge.

Clause 10A List of Testing equipment to be


provided by the contractor at site lab NA

Clause 10B(ii)
19
CPWD-7 CPWD

Whether Clause 10B(ii) shall be applicable : No

Clause-10C:- Applicable

Component of labour expressed as


percent of value of work = 15 %

Clause 10 CA (Not applicable)

Materials Covered Nearest Materials (other than Base Price of all the materials
under this clause : cement, reinforcement bars and covered under
structural steel)for which All India clause 10 CA
Wholesale Price Index to be
followed:
…… NOT APPLICABLE ……………..

Clause 10CC to be applicable in contracts


with stipulated period of completion exceeding (NOT APPLICABLE)
the period shown in the next column.

Schedule of component of other Materials, Labour, POL, etc for price escalation.
Component of Electrical
construction materials expressed as
per e t of total alue of E & M ork X ……… Nil
Component of labour-expressed as
per e t of total alue of ork Y ………. 15 %
Component of P.O.L-expressed as
per e t of total alue of ork Z ………… Nil

Clause 11
Specifications to be followed
for execution of work. NIT SPECIFICATIONS, C.P.W.D. Gen. Specifications for electrical works
(Part-I Internal ) 2013 / Part-II (External 1995) as amended up to date
of submission of tender and I.E. Rules as applicable & as per Terms &
Conditions

Clause 12- Type of Work Project & Original Work

12.2. & 12.3 :


Deviation Limit beyond which clauses 12.2 & 12.3 30% (Thirty percent) on individual items
shall apply for building work
12.5
Deviation Limit beyond which clauses12.2 & 12.3 :
shall apply for foundation work N.A.

Clause 16
Competent Authority for Project Manager, PGIMER Project Circle,
deciding reduced rates. CPWD, Chandigarh.

Clause 18
List of mandatory machinery, tools & plants As per requirement at site and as per direction
to be deployed by the contractor at site. of Engineer-in-charge.
20
CPWD-7 CPWD

Clause 25
FOR TOTAL CLAIMS UPTO 25 LAKHS
Name of the Office Chairman Member-I Member-II Presenting Officer
Executive Engineer (E) Director (Works Executive Executive Engineer (E), Executive Engineer
IISER PED, CPWD, cum TLQA) NR-I Engineer, Chandigarh CED, in charge of the
Chandigarh. Chandigarh Central CPWD, Chandigarh. work
Division-I
FOR TOTAL CLAIMS MORE THAN 25 LAKHS
Name of the Office Chairman Member-I Member-II Presenting Officer
PM,PGIMER Project Chief Engineer, Director (Works Superintending Superintending
Circle NZ-V, Jammu cum TLQA) Engineer, IIT Project Engineer in-charge
NR-I Circle, CPWD, Ropar of the work

Clause 36 ( i )
Requirement of Technical Representative(s) and recovery Rate: -

S.No Designation Discipline Minimum Minimum Number ( Rate of recovery at


Qualification experience of following rates in case of
(years) Engineers) non compliance of Clause
36 (i)

Figures Words

i) Project Manager Mech. /Elect Graduate Engineer 2 1 15,000/- Rs. Fifteen


cum Planning/ Engg per month Thousand per
quality/site/ Or Or month per
billing Engineer person
Diploma Engineer 5

respectively

Assistant Engineers retired from Government services who are holding Diploma will be treated at par with Graduate
Engineers.

21
CPWD-7 CPWD

Clause 42 : N/A
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION: -

S. Nos. Description Rates in figures and words at which recovery shall be


made from the contractor
Excess beyond Less use beyond
permissible variation permissible variation

NIL

Executive Engineer(E)

22
Central Public works department

FORM OF PERFORMANCE SECURITY(GUARANTEE)

BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called "the Government") having offered to
accept the terms and conditions of the proposed agreement
between………………………………………and…...…..…………………………….. (hereinafter
called "the said contractor(s)") for the work …………………………………………………………….
(hereinafter called "the said agreement') having agreed, to production of an irrevocable Bank
Guarantee for Rs……………….. (Rupees………………………………………..only) as a security/
guarantee from the contractor(s) for compliance of his obligations in accordance with the terms
and conditions in the said agreement.

1. We ………………………………….(hereinafter referred to as "as Bank")(indicate the name of


Bank) hereby undertake to pay to the Government an amount not exceeding
Rs…………………….(Rupees………………………………………….only) on demand by the
Government.

2. We ………………………………………………….(indicate the name of Bank) do hereby


undertake to pay the amounts due and payable under this Guarantee without any demure,
merely on a demand from the Government stating that the amount claimed is required to meet
the recoveries due or likely to be due from the said contractor (s). Any such demand made on
the Bank shall be conclusive as regards the amount due and payable by the bank under this
Guarantee. However, our liability under this guarantee shall be restricted to an amount not
exceeding Rs………………………(Rupees………….………………………………………only)

3. We, the said bank further undertake to pay the Government any money so demand
notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding
pending before any court or Tribunal relating thereto, our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge
of our liability for payment there under and the contractor(s) shall have no claim against us for
making such payment.

4. We …………………..…………………………… (indicate the name of the Bank)further agree that


the guarantee herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable till
all the dues of the Government under or by virtue of the said Agreement have been fully paid and
its claim satisfied or discharged or till Engineer-in-Charge on behalf of the Government certifies
that the terms and conditions of the said Agreement have been fully and properly carried out by
the said contractor(s) accordingly discharges this guarantee.

5. We……………………………………………..…………………(indicate the name of Bank)


further agree with the Government that the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said Agreement or to extend time of performance by the said contractor(s)
from time to time or to postpone for any time or from time to time any of the powers exercisable
by the Government against the said contractor(s) and to forebear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason
of any such variation, or extension being granted to the said contractor(s) or for any forbearance,
act of omission on the part of the Government or any indulgence by the Government to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
23
would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We …………………………………………………………lastly undertake not (indicate the name of


bank) to revoke this guarantee except with the previous consent of the Government in
writing.

8. This guarantee shall be valid upto………………………………………………..unless extended on


demand by Government. Notwithstanding anything mentioned above, our liability against this
Guarantee is restricted to Rs.
……………………(Rupees………………………………………………………only) and unless a
claim in writing is lodged with us within six months of the date of expiry or the extended date of
expiry of this guarantee, all our liabilities under this guarantee, shall stand discharged.

Dated the …………Day of……………………………. .for………………………… (indicate the


name of the Bank).

24
To,
………………………..,
………………………..,
………………………..

Sub: NIT No.01/EE(E)/IISER/2018-19 Submission of Tender for the work of: -


Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of IP based
CCTV System).

Dear Sir,

It is here by declared that CPWD is committed to follow the principle oftransparency,


equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on thecondition
that the Bidder will sign the integrity Agreement, which is an integral part oftender/bid
documents, failing which the tenderer/bidder will stand disqualified from thetendering
process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreementand signing of
the same shall be deemed as acceptance and signing of the IntegrityAgreement on behalf of
the CPWD.

Yours faithfully

Executive Engineer(E)
IISER Mohali Project Division (El),
CPWD, Chandigarh.

25
To,

Executive Engineer (E),


IISER Mohali Project Division (El).,
CPWD, Chandigarh.

Sub: Submission of Tender for the work of Expansion of Nehru Hospital at PGIMER,
Sector-12, Chandigarh. (SH: SITC of IP based CCTV System).

Dear Sir,

I/We acknowledge that CPWD is committed to follow the principles thereof as


enumerated in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by CPWD. I/We acknowledge and accept the duration of the Integrity Agreement,
which shall be in the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, CPWD shall have unqualified, absolute and
unfettered right to disqualify the tenderer/bidder and reject the tender/bid is accordance with
terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

26
To be signed by the bidder and same signatory competent / authorised to
sign the relevant contract on behalf of CPWD.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ...........day of ...........20......

BETWEEN

President of India represented through Executive Engineer (E), IISER Mohali Project
Division(El), CPWD,Sector 7-B, Chandigarh (Hereinafter referred as the

‘Principal/Owner’, which expression shall unless repugnant to the meaning or


context hereof include its successors and permitted assigns)

AND

.............................................................................................................
(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the


(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to themeaning or context


hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (01/EE(E)/IISER/2018-19)


(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for Name of Work :- Expansion of Nehru Hospital at
PGIMER, Sector-12, Chandigarh. (SH: SITC of IP based CCTV System).

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevantlaws of the land,
rules, regulations, economic use of resources and offairness/transparency in its relation with
its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed toenter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or“Pact”), the terms and
conditions of which shall also be read as integral part andparcel of the Tender/Bid
documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witnesses as under:

Article 1: Commitment of the Principal/Owner


1) The Principal/Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

27
(a) No employee of the Principal/Owner, personally or through any of his/her
family members, will in connection with the Tender, or the execution of the
Contract, demand, take a promise for or accept, for self or third person, any
material or immaterial benefit which the person is not legally entitled to.

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with
equity and reason. The Principal/Owner will, in particular, before and during
the Tender process, provide to all Bidder(s) the same information and will not
provide to any Bidder(s) confidential / additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or
the Contract execution.

(c) The Principal/Owner shall endeavour to exclude from the Tender process
any person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees


which is a criminal offence under the Indian Penal code (IPC)/Prevention of
Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned
or if there be a substantive suspicion in this regard, the Principal/Owner will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)


1) It is required that each Bidder/Contractor (including their respective officers,
employees and agents) adhere to the highest ethical standards, and report to the
Government / Department all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering
process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commits himself to take all measures necessary to


prevent corruption. He commits himself to observe the following principles during
his participation in the Tender process and during the Contract execution:
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or
firm, offer, promise or give to any of the Principal/Owner’s employees
involved in the Tender process or execution of the Contract or to any third
person any material or other benefit which he/she is not legally entitled to, in
order to obtain in exchange any advantage of any kind whatsoever during
the Tender process or during the execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary
contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant
IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the
purpose of competition or personal gain), or pass on to others, any
information or documents provided by the Principal/Owner as part of the
business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose thenames and


addresses of agents/representatives in India, if any.Similarly
Bidder(s)/Contractor(s) of Indian Nationality shalldisclose names and
28
addresses of foreign agents/representatives,if any. Either the Indian agent
on behalf of the foreign principalor the foreign principal directly could bid in a
tender but notboth. Further, in cases where an agent participate in a tender
onbehalf of one manufacturer, he shall not be allowed to quote onbehalf of
another manufacturer along with the first manufacture in a
subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid,disclose any and all
payments he has made, is committed to or intends to make to agents,
brokers or any other intermediaries in connection with the award of the
Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences


outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a willful misrepresentation or omission of
facts or submission of fake/forged documents in order to induce public
official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to
influence the procurement process to the detriment of the Government
interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
use Coercive Practices (means the act of obtaining something, compelling an
action or influencing a decision through intimidation, threat or the use of force
directly or indirectly, where potential or actual injury may befall upon a person, his/
her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach


Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and
the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract
has committed a transgression through a violation of Article 2 above or in any
other form, such as to put his reliability or credibility in question, the
Principal/Owner after giving 14 days notice to the contractor shall have powers to
disqualify the Bidder(s)/Contractor(s) from the Tender process or
terminate/determine the Contract, if already executed or exclude the
Bidder/Contractor from future contract award processes. The imposition and
duration of the exclusion will be determined by the severity of transgression and
determined by the Principal/Owner. Such exclusion may be forever or for a
limited period as decided by the Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the


Principal/Owner has disqualified the Bidder(s) from the Tender process prior to
the award of the Contract or terminated/determined the Contract or has accrued
the right to terminate/determine the Contract according to Article 3(1), the
Principal/Owner apart from exercising any legal rights that may have accrued to
the Principal/Owner, may in its consideredopinion forfeit the entire amount of

29
Earnest Money Deposit, PerformanceGuarantee and Security Deposit of the
Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conductof a


Bidder or Contractor, or of an employee or a representative or anassociate of a
Bidder or Contractor which constitutes corruption within themeaning of IPC Act, or
if the Principal/Owner has substantive suspicionin this regard, the Principal/Owner
will inform the same to law enforcingagencies for further investigation.

Article 4: Previous Transgression


1) The Bidder declares that no previous transgressions occurred in thelast 5 years
with any other Company in any country confirming to theanticorruption approach
or with Central Government or StateGovernment or any other Central/State Public
Sector Enterprises inIndia that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can bedisqualified from
the Tender process or action can be taken forbanning of business dealings/
holiday listing of the Bidder/Contractoras deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped thedamage


caused by him and has installed a suitable corruptionprevention system, the
Principal/Owner may, at its own discretion,revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1) The Bidder(s)/Contractor(s) undertake(s) to demand from allsubcontractors a
commitment in conformity with this Integrity Pact.The Bidder/Contractor shall be
responsible for any violation(s) of theprinciples laid down in this agreement/Pact
by any of its Sub contractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined
by the Competent Authority, CPWD.

30
Article 7- Other Provisions
1) This Pact is subject to Indian Law, place of performance and jurisdiction is the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2) Changes and supplements need to be made in writing. Side agreements have not
been made.
3) If the Contractor is a partnership or a consortium, this Pact must be signed by all
the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be
signed by a representative duly authorized by board resolution.
4) Should one or several provisions of this Pact turn out to be invalid; the remainder
of this Pact remains valid. In this case, the parties will strive to come to an
agreement to their original intensions.
5) It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any action taken
by the Owner/Principal in accordance with this Integrity Agreement/ Pact or
interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS


All rights and remedies of the parties hereto shall be in addition to all the other legal rights
and remedies belonging to such parties under the Contract and/or law and the same shall be
deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For
the sake of brevity, both the Parties agree that this Integrity Pact will have precedence over
the Tender/Contact documents with regard any of the provisions covered under this Integrity
Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the
place and date first above mentioned in the presence of following witnesses:

...............................................................
(For and on behalf of Principal/Owner)

.................................................................
(For and on behalf of Bidder/Contractor)

WITNESSES:

1. ..............................................
(Signature, name and address)

2. ...............................................
(Signature, name and address)

Place:

Dated:

31
SECTION I

COMMERCIAL AND ADDITIONAL CONDITIONS

Name of work:- Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH:


SITC of IP based CCTV System).
1.0 General
This specification covers supplying, testing as may be necessary before dispatch,
delivery at site, all preparatory work installation, commissioning of IP based CCTV
System, final testing and commissioning.
Location:- The equipments will be installed at PGI Chandigarh.
1.1 The work shall be executed as per Technical specifications given in the tender, CPWD
General Specifications for Electrical Works (Part I – Internal) 2013, (Part II – External)
wherever applicable, as per relevant IS and as per directions of Engineer-in-Charge.
The technical specifications are to be read in conjunction with above and in case of
variations; technical specifications of tender document shall apply. Nothing extra shall
be paid on account of additional features in the technical specifications as the same
are to be read along with schedule of quantities for the work.
1.2 The Department shall not issue any T & P and nothing extra shall be paid on account
of this.
1.3 The work to be awarded by this tender shall be treated as indivisible works contract.

2.0 Terms of payment :


The following percentage of contract rates shall be payable against the stages of work
as shown.
Sl No Payment Stage of Wok
1 After initial inspection (wherever specified) & 80%
delivery at site in good condition on pro rata basis
2 On completion of installation 10%
3 On commissioning 10%
No foreign exchange shall be made available by the Department for importing
(purchase) of equipments, plants, machinery, materials of any kind or any other items
required to be carried out during execution of the work. No delay and no claim of any
kind shall be entertained from the Contractor, on account of variation in the foreign
exchange rate

Rates:
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including
GST) and levies and all charges for packing forwarding, insurance, freight and
delivery, installation, testing, commissioning etc at site i/c temporary constructional
storage, risks, over head charges, general liabilities/obligations and clearance from
local authorities. The fee for the inspection of installation by government authorities
shall be reimbursed by the department on production of receipts. The contractor has
to, however, initially make the payment.

32
3.0 Completeness of tender:
All sundry equipment, fittings, unit assemblies, accessories, hardware items,
foundation bolts, termination lugs for electrical connections, and all other items which
are useful and necessary for efficient assembly and installation of equipment and
components of the work shall be deemed to have been included in the tender
irrespective of the fact whether such items are specifically mentioned in the tender
documents or not.
4.0 Inspection and Testing
Refer tender Specifications for various tests to be carried out at site.

5.0 Storage and custody of materials:


The plant room may be used for storage of sundry materials and erection equipments
if available or else the agency has to make their own arrangement. Watch and ward of
the stores and their safe custody shall be the responsibility of the contractor till the final
taking over of the installation by the department.
6.0 Care of the Building :
The work is to be carried out at PGI Chandigarh. Utmost care shall be taken by the
contractor while handling and installing the various equipments and components of the
work to avoid damage to the existing running equipment and building. He shall be
responsible for repairing all damages and restoring the same to their original finish at
his cost. He shall also remove at his cost all unwanted and waste materials arising out
of the installation from the site of work.

7.0 Completion period :


The completion period indicated in the tender documents is for the entire work of
planning, designing, approval of General arrangement drawings, supplying,
installation, testing, commissioning and handing over of the entire installation to the
satisfaction of the Engineer-in-charge.

8.0 Performance Guarantee:


The tenderer shall guarantee among other things, the following vis-à-vis specifications.
a. Quality, strength and performance of the materials used.
b. Safe mechanical and electrical stress on all parts under all specified conditions
of operation.
c. Satisfactory operation during the maintenance period.

9.0 Defect Liability Period:


All the equipments shall be guaranteed for a period of 12 months from the date of
taking over the installation by the department against unsatisfactory performance and /
or break down due to defective design, workmanship of material. The equipments or
components, or any part thereof, so found defective during guarantee period shall be
forthwith repaired or replaced free of cost, to the satisfaction of the Engineer-in-
Charge. In case it is felt by the department that undue delay is being caused by the
contractor in doing this, the same will be got done by the department at the risk and
cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be
final.

33
10.0 Power Supply:
Power Supply for the purpose of Installation of plant and equipment shall be arranged
by the contractor.
11.0 Data and Programme to be furnished by the tenderers:
After Award of Work:
The Contractor shall prepare the programme chart for the execution of the work
showing clearly all activities from the start of work to the completion, with details of
requirements of materials, man power, equipments and machinery deployment,
required for the completion of the work within the stipulated period and submit the
same o the Engineer-in-Charge within fifteen days after the issue of letter for
commencement of the work. The Contractor shall also submit monthly programme and
progress reports and update / re-schedule the same every month. These shall be
submitted by the contractor in soft copy also besides forwarding hard copy of the
same.
12.0 The successful tenderer should furnish well in advance three copies of detailed
instructions and manuals of manufacturers for all items of equipments regarding
installation, adjustments, operation and maintenance i/c preventive maintenance &
trouble shooting together with all the relevant data sheets, spare parts catalogue and
workshop procedure for repairs, assembly and adjustment etc all in triplicate.
13.0 Extent of work :
13.1 The work shall comprise of entire labour including supervision and all materials
necessary to make a complete installation and such tests and adjustments and
commissioning as may be required by the department. The term complete installation
shall not only mean CCTV System covered by Technical Specifications but all
incidental sundry components necessary for complete execution and satisfactory
performance of installation with all layout charts whether or not those have been
mentioned in details in the tender documents in connection with this contract.
13.2 The work is turn key project. Any item required for completion of the project but left
inadvertently shall be executed with in the quoted rates.

14.0 Compliance with Regulations and Indian standards


14.1 All works shall be carried out in accordance with relevant regulation, both statutory and
those specified by the Indian Standards related to this work. In particular, the
equipment and installation shall comply with the following:
a. Factories Act
b. Indian Electricity Rules
c. I.S. & BS Standards as applicable
d. Workmen's compensation Act
e. Statutory norms prescribed by local bodies
14.2 Nothing in this tender shall be construed to relieve the successful tenderer of his
responsibility for the design, manufacture and installation of the equipment with all
accessories in accordance with currently applicable statutory regulations and safety
codes.

34
15.0 Indemnity :
The successful tenderer shall at all times indemnify the department, consequent on
this works contract. The successful tenderer shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause and the
department shall not be responsible for any accident or damage incurred or claims
arising there from during the period of erection, construction and putting into operation
the equipments and ancillary equipment under the supervision of the successful
tenderer in so far as the latter is responsible. The successful tenderer shall also
provide all insurance including third party insurance as may be necessary to cover the
risk. No extra payment would be made to the successful tenderer due to the above.

16.0 Erection Tools :


No tools and tackles either for unloading for shifting the equipments for erection
purposes would be made available by the department. The successful tenderer shall
make own arrangement for all these facilities.
17.0 Liaisoning and Co-operation with other agencies:
The successful tenderer shall co-ordinate with other contractors and agencies
engaged in the operation and maintenance of the building so as to make the execution
of this works contract smooth. If any unreasonable hindrance is caused to other
agencies / damage is caused to the existing installation resulting in loss of work or
disruption in services during the course of work, such expenditure incurred upon
restoration and loss of work shall be recovered from the successful tenderer. Water
proofing of pits shall not be damaged under any circumstances.
18.0 Mobilization Advance :
No mobilization advance shall be paid for this work.
19.0 Verification of correctness of Equipment at Destination :
The contractor shall have to produce all the relevant records to certify that the genuine
equipment from the manufacturers has been supplied and erected.
20.0 Painting :
This shall include cost of painting of entire exposed iron work in the installation. All
equipments works shall be painted at the works before dispatch to the site.
21.0 Order of Preference:
Should there be any difference or discrepancy between the description of items as
given in the Schedule of Quantities, technical specifications for individual items of work
(including additional and commercial conditions) and IS Codes etc., the following order
of preference shall be followed:
a. Schedule of quantities
b. Additional and Commercial Conditions
c. Technical specifications specified in the tender
d. General Conditions of Contract for CPWD Works
e. Drawings
f. CPWD General Specifications
g. Relevant IS or any other International code in case IS code is not available.

35
22.0 Quality Assurance:

22.1 The technical data sheet and manufacturing drawing of all equipments and materials
as per contract specifications shall be prepared by the respective manufacturers and
will be submitted by contractor duly signed before placing the order or manufacturing
the material. The engineer-in-charge shall approve as per contract conditions.
22.2 All the materials to be used in the work shall be new and of good quality and shall be
got approved from the Engineer-in-Charge before use at site. The equipment shall be
not older more than 6 months from the date of receipt at site or year of manufacturing
should be current. The equipment shall be procured directly from the manufacturer or
authorized dealer and delivery challan/invoice/ proof of dispatch of material of the
Agency from where the material is purchased in support of genuineness of material
shall be submitted along with bill for verification.
22.3 Manufacturer test certificates of all the equipment and material shall be submitted
along with supply.

36
SECTION 2
Technical Specifications & DATA Sheets for IP based CCTV System

HD 2Mp IR Dome Camera


Technical Specifications:

Video:

Sensor type 1/3-inch CMOS

Total sensor pixels 1920 (H) x 1080 (V)

Sensitivity Color 0.24 lx

Mono 0.03 lx

With IR 0.0 lx

Dynamic range 84 dB WDR or better

Video compression H.265, H.264; M- JPEG

Max. frame rate 1 to 25 [30] fps

True Day/Night Auto, Color, Monochrome

Noise reduction Intelligent Dynamic Noise Reduction with

separate temporal and spatial adjustments

Signal to Noise Ratio >55dB

Shutter speed Automatic Electronic Shutter (AES)

Fixed (1/30 [1/25] to 1/15000)

Video resolution 1080p, 1.3MP, 720p, 480p, 240p.

configurable for all resolutions @25FPS

IR Distance 30 m (98 ft)

Lens type 3 to 9 mm Automatic Varifocal (AVF) lens, IR

Corrected, DC Iris F1.3 – 360

37
Horizontal field of view 30° - 90°

Vertical field of view 20° - 50°

Audio communication Full-duplex / half duplex

Ethernet 10/100 Base-T, auto-sensing, half/full duplex

Ethernet connector RJ45

Interoperability ONVIF Profile S; ONVIF Profile G;

Memory card slot Supports up to 128GB

Analysis type Essential Video Analytics

Alarm rules Any object, Object in field, Linecrossing, Enter / leave field

Loitering, Followroute, Idle / removed object, Counting

Occupancy, Crowd density estimation, Condition change

Similarity search

Encryption SSL, DES, 3DES

CE, FCC, UL

HD 1080p IR Bullet Camera


Technical Specifications:

Video:

Sensor type 1/3-inch CMOS

Total sensor pixels 1920 (H) x 1080 (V); approximately 2 MP

Sensitivity Color 0.052 lx

Mono 0.008 lx

With IR 0.0 lx

Dynamic range 85 dB WDR

Video compression H.265; H.264; M- JPEG

Max. frame rate 1 to 25 [30] fps

38
True Day/Night Auto, Color, Monochrome

Noise reduction Intelligent Dynamic Noise Reduction with

separate temporal and spatial adjustments

Signal to Noise Ratio >55dB

Intelligent defog Intelligent Defog automatically adjusts

parameters for best picture in foggy or misty

scenes (switchable)

Shutter speed Automatic Electronic Shutter (AES)

Fixed (1/30 [1/25] to 1/15000)

Video resolution 1080p, 720p, 480p, 432p, 288p, 144p

IR Distance 60 m (196 ft)

IR LED 4 LED high efficiency array, 850 nm

Lens type Automatic Varifocal 2.8 to 12 mm, DC Iris

F1.4 – 360, IR corrected

Horizontal field of view 35° - 100°

Vertical field of view 20° - 50°

Lens mount Board mounted

Audio communication Two-way, full duplex

Unit Configuration Via web browser or Configuration Manager

Ethernet 10/100 Base-T, auto-sensing, half/full duplex

Ethernet connector RJ45

Interoperability ONVIF Profile S; ONVIF Profile G; GB/T 28181

Other functions Sharpness, Backlight compensation, Contrast enhancement, Video


authentication, Display stamping, Pixel counter

Memory card slot Supports up to 32 GB micro SDHC / 2 TB

Micro SDXC card

39
Analysis type Essential Video Analytics

Alarm rules Any object

Object in field

Line crossing

Enter / leave field

Loitering

Follow route

Idle / removed object

Counting

Occupancy

Crowd density estimation

Condition change

Similarity search

Encryption TLS 1.2, SSL, DES, 3DES

Ingress protection IP67

Impact protection IK10

Certifications:

CE, FCC, UL

40
2MP HD IR PTZ Camera
Description Required Parameters

Image Sensor 1/3” Progressive Scan CMOS or better

Operating Frequency 50 Hz

Day/ Night operation Automatic with IR Cut Filter

Minimum Illumination (3100K, reflectivity 89%, 1/30, F1.6, 30 IRE)


Color 0.05 lx
Mono 0.01 lx

High-speed pan-tilt 360° endless pan range and a 180° tilt range
functionality

Optical Zoom 30x Optical Zoom & 12x Digital Zoom or better

Lens 4.5-135 mm or better

Pan, tilt and pre-set speed Pan - 0.1° - 240°/s or better/Tilt: 0.1°/s - 120°/s or better

Image Resolution 1920 x 1080 or better

Compression H.264, Motion JPEG

60 FPS at all resolutions with Controllable Bit Rate/ Bandwidth and


Frame Rate and Bit Rate
Frame Rate

GOP/ GOV Ability to change the GOP/GOV Length to optimize the bandwidth
and storage

Video Streams Minimum 2 streams in H.265, 1920 x 1080


resolution, 60 fps

Motion Detection Yes built in with multiple configurable areas in the video stream

Electronic Shutter 1/25 sec to 1/15,000 sec or better

Electronic Exposure & Automatic/ Manual


Control

Wide Dynamic Range 90 dB or better

Backlight Compensation Required

Image Freeze on PTZ Required

Privacy Masks Minimum 20 configurable 3D zones

Pre-set Positions Minimum 256

41
Image Flip Yes Automatic

Guard Tour Minimum 2 No’s

Temperature Control Required

On-screen directional Required


indicator

Any object, Object in field, Line crossing

Enter / leave field, Loitering

Follow route, Idle / removed object

Counting, Occupancy, Crowd density estimation, Condition


change, Similarity search all these analytics should be included
Analytics with the camera

File upload via FTP, SFTP, HTTP and email

Notification via email, HTTP and TCP

Pre- and post-alarm video buffering, External output activation,


PTZ pre-set, guard tour, Video recording to edge storage, card
Event Actions replenishment, Day/night mode, Overlay text

Edge Storage Built in SD card slot with support up to 128 GB

Password protection, IP address filtering, HTTPS encryption, IEEE


802.1Xa network access control, Digest authentication, User
Security access log, TLS 1.2, SSL, DES, 3DES , TPM Required, IP addresses
which have never been successfully logged in and had more than
3 failed log-in attempts during the last 20 seconds are blocked

Firmware Upgrade The firmware upgrade shall be done though web interface, The
firmware shall be available free of cost

Interface RJ 45, 100 Base TX

Enclosure Aluminum enclosure, IP66 rated

Power requirements Power over Ethernet Plus (PoE+)

Alarm 2 Configurable Input/ Output Ports

IR Range Inbuilt with 150 Mtr or better with 360 degree coverage

Certification UL, CE, FCC

Environmental Ratings IP66 or higher

42
Network Video recorder NVR with storage

General Characteristics:

The IP Video Management Appliance shall be a RAID-5 protected all-in-one recording,


viewing and management solution for network surveillance systems of up to 32 channels

Software updates shall be available free of charge during the product warranty period. The
software installed on the IP Video Management Appliance shall not be subject to any
additional Software Maintenance Agreements (SMAs).

The IP Video Management Appliance shall utilize “enterprise-rated” hard drives in a fault
tolerant RAID-5 configuration.

The IP Video Management Appliance shall be a pre-configured and pre-installed video


management solution support up to 96TB (16x6 TB) of gross storage capacity.

The IP Video Management Appliance shall offer up to 64 TB of net capacity storage.

The IP Video Management Appliance shall offer a bandwidth of 475 Mbit/s.

The IP Video Management Appliance shall offer remote monitoring via a desktop application
or a Web browser.

Functions:

The IP Video Management Appliance shall offer an energy-efficient hot-swap redundant


power supply.

The IP Video Management Appliance shall offer hot-swap SATA-II hard drives providing up
to 80TB of gross storage capacity.

The IP Video Management Appliance shall come pre-installed and pre-configured with all
necessary software.

The IP Video Management Appliance shall utilize Windows Storage Server 2012 R2, 64-bit.

The IP Video Management Appliance shall offer Disk on Module (DoM); a solid-state, non-
volatile memory module that contains a backup image of all system software needed to a
full system recovery.

43
Access to Video

The IP Video Management Appliance shall deliver high-quality HD video despite low or
limited bandwidth connections.

The IP Video Management Appliance shall offer Dynamic Transcoding technology that
retrieves data and subsequently decodes and decompresses the data stream to a lower bit
stream.

The IP Video Management Appliance shall instantly enhance the video detail to full HD
quality when the video is paused.

Management

The IP Video Management Appliance shall come with the VMS management application pre-
installed and pre-licensed.

The IP Video Management Appliance shall offer the Microsoft System Center Suite built-in.

The IP Video Management Appliance shall allow operators to use one central tool for
configuration and operations management.

Health Monitoring

The IP Video Management Appliance shall provide SNMP, Remote Desktop and HTTP
monitoring support.

The IP Video Management Appliance shall offer high-availability hardware, embedded


design, and system wide monitoring.

Processor

The IP Video Management Appliance shall contain an Intel Xeon Processor E3-1275 V3 (8M
Cache, 3.5 GHz) processor.

The IP Video Management Appliance processor shall contain one (1) socket.

The IP Video Management Appliance processor shall feature a 8 MB Intel Smart Cache
memory.

The IP Video Management Appliance processor shall include ECC Unbuffered memory
protection.

The IP Video Management Appliance processor shall contain a 1600 MHz maximum front
side Bus.

44
Memory

The IP Video Management Appliance shall have 8 GB, DDR3-1666 ECC UNB (1 x 8 GB) of
memory installed.

Storage

The IP Video Management Appliance shall contain 16 Trays 3.5 in. SATA storage trays.

The IP Video Management Appliance shall have SATA-3, 7200 RPM, 64 MB, 3.5“, RAID-5

Configuration hard drives installed.

The IP Video Management Appliance shall offer a 8 ports LSI 3108 SAS3 controller SAS RAID
Card.

The IP Video Management Appliance shall include an AMD FirePro W4100; 4 x Mini Display
Port graphics card.

Power Supply: 1200 W , Redundant

USB Ports: Front: 2 USB 2.0 ports Rear: 2 USB 2.0 ports, 2 USB 3.0 ports

Network: Dual Intel i210AT Gigabit LAN (teamed)

1 IPMI BMC port

45
Central Public Works Department
N.I.T. No: 01/EE(E)/IISER/2018-19
NAME OF WORK : - Expansion of Nehru Hospital at PGIMER, Sector-12, Chandigarh. (SH: SITC of IP based CCTV
System).
SCHEDULE OF QUANTITY
Name of the contractor:-
S.No. Description of Item Qty Unit Rate Amount
1 Supplying installation, testing
&commissioning of following types of CCTV
Cameras with Analytics Software with
Edge/Server with Self/ Manual calibration
feature, Analytics software should be
seamlessly integrated with VMS,
Redundancy should be offered if server
based analytics is offered, License to be
offered for all the camera with all types
Analytics mentioned below, All the Analytics
should run at a Time, Software should
Allow analytics based recording, All
analytics rule can be performed on recorded
Video also. When movement is detected,
the object is outlined in particular color on
the display and its motion is displayed as a
coloured trajectory. If an object and its
motion match the rule conditions defined for
one of the detector tasks, an alarm is
created and the object outlines are switched
to red or any other color. Object filter based
on size, speed, direction, aspect ratio and
color can be defined. Types of Analytics
required: Object Line crossing , Object
Enter /leave field, Object Follow route,
Loitering , Idle / removed object, People
counting, Crowd density estimation.

a) Supplying installation, testing


&commissioning of 1080p Indoor Dome
camera with 1/3 inch CMOS,H.264/H.265,
MPEG. Total sensor pixels 1920 x 1080
(2MP), Edge Based Analytics, 4
Independent configurable streams, Two-
way audio and audio alarm, WDR Min
84dB(as per IEC 62676 Part 5), Sensitivity
Color 0.1 lx, Mono 0.05 lx, With IR 0.0 lx,
Dynamic range, Fully configurable quad
streaming, Analog out, Regions of interest
and E-PTZ, IR with 30 m viewing distance,
White Balance, Automatic Electronic
Shutter (AES);Backlight compensation,
Dynamic Noise Reduction, Intelligent defog,
Privacy Masking, MOTION+, VF Lens of 3
to 10 mm, IK04, Audio Streaming Full-
duplex , Signal-to-Noise Ratio >50 dB, SD
card slot upto 128 Gb, ONVIF Profile S, 3-
axis adjustment, CE, UL, FCC certified.
Approved makes and models:AXIS Q3515-
LV , Bosch NDI-4502-AL , Pelco MP221-
1RS , SONY SNC-EM642R or equivalent in
Vicon or Avigilon

52 Nos. 80187 4169724


Name of the contractor:-
b) Supplying installation, testing &
commissioning of 1080p Box/Bullet camera
with 1/3 -inch CMOS, ,H.264/H.265, MPEG,
Total sensor pixels 1920 (H) x 1080 (V);
2MP (approx.), Edge Based Analytics, IR
illuminator 60 m,(Nothing extra shall be
paid for External IR Illuminator, if not
Inbuilt), auto zoom/focus lens, Fully
configurable 4 streams, Regions of interest
and E-PTZ, Color 0.07 lx, Mono 0.01 lx,
With IR 0.0 lx, WDR Min 84dB(as per IEC
62676 Part 5), True day/night, Electronic
shutter, DNR, BLC, Intelligent defog,
Privacy Masking- Four independent areas,
fully programmable, Full duplex / half duplex
Audio Streaming, Varifocal 3 to 9 mm lens,
SD Card slots upto 128 GB, 3-axis
adjustment (pan/tilt/rotation), Password
protection, ONVIF Profile S, IP66, IK10, CE,
FCC, UL Certified. Approved makes and
models:AXIS P1435-LE , Bosch NBE-4502-
AL, Pelco IBE229-1R, SONY SNC-EB642R
or equivalent in Vicon and Avigilon

4 Nos. 88954 355816


C Supplying, installation, testing &
commissioning of Indoor IP panoramic
camera for all round surveillance with 12
MP sensor lens, H.264/H.265, MPEG,
Edge/Server Based Analytics, 360 degree
fisheye camera, 2.1 mm or lesser fixed
focus lens F2.0, wide Dynamic range 84 dB
(as per IEC 62676 Part 5), color 0.6 Ix,
Mono 0.2 Ix, PoE; edge dewarping, dynamic
Noise reduction; H.264 multiple streams;
cloud services; client side dewarping, 360
degree lens indoor surface mount box
included with IK04 etc as reqd. Password
protection, ONVIF Profile S, CE, FCC, UL
Certified. Approved makes and models:
AXIS M3048-P, Bosch NFN-60122-F, Pelco
EVO-12NND , Sony SNC-HMX70
2 Nos. 174623 349246
D Supplying installation, testing
&commissioning of 1080p HD PTZ Camera
with 1/3" progressive scan CMOS, Effective
pixels 1920 (H) x 1080, 30x Optical Zoom,
16X Digital Zoom, Minimum Illumination-
Color: 0.07 Lux , B/W: 0.02 lux, 84dB
WDR(as per IEC 62676 Part 5), H.265
/H.264, MJPEG streams, Dynamic Noise
Reduction, BLC, White Balance, Pan
Range 360° continuous, Tilt Range 0°±90°,
Pan/Tilt Modes - Pan: 0.1°/s - 300°/s; Tilt:
0.1°/s - 200°/s, Presets 256, Tours, Audio-
1/1 Channel In/Out, Micro SD card support
upto 128Gb, 24 individually configurable
privacy masks, Alarm inputs/outputs - 2/1,
HPOE, 24VAC (Dual Power options), Video
Analytics in-built, IP66, IK10, ONVIF
Profiles S & G, FCC, CE, UL Certified.
Approved makes and models: Axis VB-
R13VE , Bosch NDP-5502-Z30 , Pelco
S6230, Sony SNC-WR632C
6 Nos. 201166 1206996
Name of the contractor:-
2 SITC of network recorder to a maximum of
32 IP camera , recorders would be supplied
with 24 TB. 16 alarm IP and 6 relay o/p.
Simultaneous 1/4/9/16 channels playback.
Support video analytics, H.264/H.265
MJPEG supported. iPhone/Android support.
Maximum incoming bandwidth of 320 Mbps.
Maximum recording bandwidth of 320
Mbps. 1 I/O for audio etc as reqd, Supports
RAID 1 and RAID 5, Simultaneous 1/4/9/16
channels playback. H.265/H.264/MJPEG
supported. iPhone/Android support. VGA/
HDMI outputs. CE, UL & FCC certified.
Approved makes and models: Axis S1048
Mk II, Bosch DRN-5532, Pelco DSSRV2-
240RD, Sony HAW-E

2 Nos. 569230 1138460


3 Supply, Installation, Testing and
commissioning of 55" LED professional
Monitor having 350 NITS and above
brightness, 24x7 operation complete as
required. Approved makes and models: LG
/ Samsung / Panasonic / Sharp 4 Nos. 92000 368000
4 Supply, Installation, Testing and
Commissioning of 36 U Rack for Mounting
IT Hardware Equipment, server, storage
system complete as required. Approved
makes and models: Valrack / Rittal /
LEGRAND 1 No. 69435 69435
5 Supply Installation Testing and
Commissioning of 8 Port POE Layer 2
Indoor Network Switch with 2 SFP port and
modules complete as required. Approved
makes and models: Allied telesis / Moksha /
Cisco / HP 7 Nos. 23248 162736
6 Supplying and drawing of UTP 4 pair CAT
6A LAN cable in the existing surface /
recessed steel / PVC/GI conduit/DLP
trunking/DWC pipe etc as required. Molex /
Systimax / Legrand 3000 Mtrs. 70 210000
7 Supplying & Laying of one number XLPE
insulated and PVC sheathed copper
conductor armoured power cable of 1.1 KV
grade of following sizes in the existing
RCC/HUME/ STONEWARE/ METAL/DWC
pipe/on the existing cable tray etc as reqd.
Make: Universal(satna)/KEI/RPG/LAPP
CABLE/FINOLEX

a) 3x4 Sq. mm. 550 Mtrs. 164 90200


8 Supplying and laying of following size DWC
HDPE pipe ISI marked along with all
accessories like socket, bend, couplers etc.
conforming to IS 14930, Part II complete
with fitting and cutting, jointing etc..direct in
ground (75 cm below ground level)
including excavation and refilling the trench
but excluding sand cushioning and
protective covering etc., complete as
required. MAKE (Duraline/REX)

a) 90 mm dia (OD-90 mm & ID-76 mm nominal) 550 mtrs 163 89650


Name of the contractor:-
9 Supplying, Installation, Testing and
Commissioning of high grade workstation
machine for client application with i7
processor, 8 GB RAM, 1 GB Nvidia Graphic
card, 22" LED monitor and 1 TB hdd with
pre loaded windows OS for loading CCTV
software complete accessories complete
as required. Approved makes: IBM / DELL /
HP / TOSHIBA
1 No. 130191 130191
Total 8340454

Percentage
above or
below the
CONTRACTOR BID
estimated
Estimated cost cost % in Figures Total Cost
8340454 0.00

You might also like