You are on page 1of 58

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,

TAMILNADU REGIONAL OFFICE, CHENNAI

Design, Supply, Installation, Testing, Commissioning and


Maintenance of IP CCTV Surveillance System at NABARD’s
Tamilnadu Regional Office & its Quarters at Chennai

Department of Premises, Security and Procurement,


NABARD
Tamilnadu Regional Office
No.48, MG Road,
Nungambakkam, Chennai – 600034
dpsp.chennai@nabard.org

Date of issue of tender document 03-03-2021

Pre-Bid Meeting with bidders 05-03-2021 (11.00 hours)

Due date and time for submission of tender 12-03-2021 (11.00 hours)

Date and time of opening technical bid 12-03-2021 (15.00 hours)

Will be communicated to
Date and time of opening of BOQ/ price bid
qualified bidders

1|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Table of Contents
Sl.No Particulars Page No
1. Pre Contract Integrity Pact 3
PART – 1 Technical Bid
2 Notice Inviting Tender 9
3. Form of tender 11
4. Draft Articles of agreement 13
5. Instructions to bidders 17
6. General instructions and special conditions of the contract 22
6.1. Mode of measurements 22
6.2. Mobilisation advance 22
6.3. Storage at site 22
6.4. Stay arrangement at site 22
6.5. Extension of time 22
6.6. Validity of tender 22
6.7. Item rate tender 22
6.8. Firmness of rates 22
6.9. Revision in tender 23
6.10. Liquidated damages 23
6.11. Compensation for delay 23
6.12. Variation items/ Extra items 23
6.13. Nature of work 23
6.14. Co-operation with other contractors 23
6.15. Contractor's Representative on Works 23
6.16. Dismissal of Workman 24
6.17. Inspection of work 24
6.18. Notices 24
6.19. Deletion of items 24
6.20. Technical Audit 24
6.21. Insurance 24
6.22. Termination of contract by the Employer 26
6.23. Termination of the contract by the contractor 27
6.24. Indemnity clause 27
6.25. Matters to be finally determined by the Employer 28
6.26. Corrections or overwriting 28
6.27. Mismatch in figures and words 28
6.28. Contract Labour (Regulation and Abolition Act, 1970) 28
6.29. Sub-standard work and material 29
6.30. Measurement books 29
6.31. Payment of bills 29
7. Safety code 30
8. Scope of Work 31
9. Technical Specifications 37
Annexure I (Proforma of undertaking for maintenance confirmation by the 47
tenderer)
Price Bid/ BOQ (Part-2)
11 Bill of Quantity 49

2|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

1. Pre-Contract Integrity Pact


(To be executed on non-judicial stamp paper of Rs. 200)

Between National Bank for Agriculture and Rural Development (NABARD) hereinafter
referred to as "The Principal" And ‘ ’ hereinafter referred to as "The
Bidder/Contractor"
Preamble
The Principal intends to award, under laid down organizational procedures, contract/s for
Design, Supply, Installation, Testing, Commissioning and Maintenance of IP
CCTV Surveillance System at NABARD’s Tamilnadu Regional Office & its
Quarters, Chennai. The Principal values full compliance with all relevant laws of the land,
rules, regulation, and economic use of resources and of fairness /transparency in its relations
with its Bidder(s) and/or Contractor(s).

In order to achieve these goals, the Principal will appoint Independent External Monitors
(IEMs) who will monitor the tender process and the execution of the contract for compliance
with the principles mentioned above.
Section 1 — Commitments of the Principal
(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a) No employee of the Principal, personally or through family members, will in connection
with the tender for, or the execution of a 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 will, during the tender process treat all Bidder(s) with equity and reason.
The Principal 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 will exclude from the process all known prejudiced persons.
(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard,
the Principal will inform the Chief Vigilance Officer and in addition can initiate disciplinary
actions.
Section 2 — Commitments of the Bidder(s)/Contractor(s)
(1) The Bidder(s) / Contractor(s) commit themselves to take all measures necessary to
prevent corruption. The Bidder(s) / Contractor(s) commit themselves to observe the
following principles during participation in the tender process and during the contract
execution:

3|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

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's employees involved in the tender process or the
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 Bidders 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 introduce cartelization 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) / Contractor(s) will not use improperly, for purposes of competition or
personal gain, or pass on to others, any information or document provided by the Principal
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 the name and address of the
Agents/representatives in India, if any. Similarly the Bidder(s)/Contractors(s) of Indian
Nationality shall furnish the name and address of the foreign principals, if any.
e) The Bidder(s) /Contractor(s) will, when presenting their bid, disclose any and all payments
made, is committed to or intends to make to agents, brokers or any other intermediaries in
connection with the award of the contract.
f) Bidder(s) [Contractor(s) who have signed the Integrity Pact shall not approach the Courts
while representing the matter to IEMs and shall wait for their decision in the matter. The
Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or
be an accessory to such offences.
Section 3 — Disqualification from tender process and exclusion from future
contracts
If the Bidder(s) [Contractor(s), before award or during execution has committed a
transgression through a violation of Section 2, above or in any other form which put their
reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s)
/Contractor(s) from the tender process.
Section 4 — Compensation for Damages
If the Principal has terminated the contract according to Section 3, or if the Principal is
entitled to terminate the contract according to Section 3, the Principal shall be entitled to
demand and recover from the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.
Section 5 — Previous transgression
(1) The Bidder declares that no previous transgressions occurred in the last three years with
any other Company in any country conforming to the anti-corruption approach or with any
Public Sector Enterprise in India that could justify his exclusion from the tender process.

4|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the
tender process.
Section 6 — Equal treatment of all Bidders / Contractors/ Subcontractors
(1) In case of Sub-contracting, the Principal Contractor shall take the responsibility of the
adoption of Integrity Pact by the Sub-contractor.
(2) The Principal will enter into agreements with identical conditions as this one with all
Bidders and Contractors
(3) The Principal will disqualify from the tender process all bidders who do not sign the Pact
or violate its provisions.
Section 7 — Criminal charges against violating Bidders(s) / Contractor(s)/
Subcontractor(s)
If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of
an employee or a representative or an associate of a Bidder, Contractor or Subcontractor
which constitutes corruption, or if the Principal has substantive suspicion in this regard, the
Principal will inform the same to the Chief Vigilance Officer.
Section 8 — Independent External Monitor
(1) The Principal appoints competent and credible Independent External Monitor for this
Pact after approval by the Central Vigilance Commission. The task of the Monitor is to review
independently and objectively, whether and to what extent the parties comply with the
obligations under this agreement.
The Independent External Monitor appointed for NABARD is Shri Pramod Kumar
Sangewar, IRSS (Retd.), House no. 12-5-65/1, Flat no. 109, Sri Harsha Sethuram
Unique Vijayapuri Colony, Lalaguda South, Secundarabad 500017, Telangana.
(2) The Monitor is not subject to instructions by the representatives of the parties and
performs his/her functions neutrally and independently. The Monitor would have access to
all Contract documents, whenever required. It will be obligatory for him/ her to treat the
information and documents of the Bidders /Contractors as confidential. He / she reports to
the Chairman, NABARD.
(3) The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that provided by the
Contractor. The Contractor will also grant the Monitor, upon his/her request and
demonstration of a valid interest, unrestricted and unconditional access to their project
documentation. The same is applicable to Sub-contractors.
(4) The monitor is under contractual obligation to treat the information and documents of
the Bidder(s) /Contractor(s) / Sub-contractor(s) with confidentiality. The Monitor has also
signed declarations on 'Non-disclosure of Confidential Information and of 'Absence of
Conflict of Interest'. In case of any conflict of interest arising at a later date, the IEM shall
inform Chairman, NABARD and recuse himself/herself from that case.

5|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

(5) The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project, provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the"
Monitor the option to participate in such meetings.
(6) As soon as the Monitor notices, or believes to notice, a violation of this agreement, he/she
will so inform the Management of the Principal and request the Management to discontinue
or take corrective action, or to take other relevant action. The monitor can in this regard
submit non- binding recommendations. Beyond this, the Monitor has no right to demand
from the parties that they act in a specific manner, refrain from action or tolerate action.
(7) The monitor will submit a written report to the Chairman, NABARD within 8 to 10 weeks
from the date of reference or intimation to him by the Principal and, should the occasion
arise, submit proposal for correcting problematic situations.
(8) If the Monitor has reported to the Chairman, NABARD, a substantiated suspicion of an
offence under the relevant IPC/PC Act, and the Chairman NABARD has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner.
(9) The word 'Monitor' would include both singular and plural.
Section 9 — Pact Duration
This Pact begins when both parties have legally signed it. It expires for the Contractor 12
months after the last payment under the contract, and for all other Bidders 6 months after
the contract has been awarded. Any violation of the same would entail disqualification of the
bidders and exclusion from future business dealings.
If any claim is made/lodged during this time, the same shall be binding and continue to be
valid despite the lapse of this pact as specified above, unless it is discharge/determined by
the Chairman of NABARD.
Section 10 — Other provisions
(1) This agreement is subject of Indian Law, Place of performance and jurisdiction is the
Regional Office of the Principal, i.e. Chennai.
(2) Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
(3) If the Contractor is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder
of this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.
(5) Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs.

6|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

(6) In the event of any contradiction between the Integrity Pact and its Annexure, if any, the
Clause in the Integrity Pact will prevail.

(For & on behalf of the Principal) (For & on behalf of the Bidder/Contractor)

(Office Seal) (Office Seal)

PLACE:
DATE:

Witness 1: Witness 2:

(Name & Address) (Name & Address)

………………………………………………….… ………………..………………………………….

………………………………………………….… ………………..………………………………….

7|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

PART – 1 Technical Bid

8|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

1. Notice Inviting Tender

Ref. No.NB.TN.DPSP/DS/255/ 2020-21


03rd March 2021

To Bidders (through e-mail)

Dear Sir/ Madam,

Notice inviting tender - For Design, Supply, Installation, Testing,


Commissioning and Maintenance of IP CCTV Surveillance System at NABARD’s
Regional Office and its Quarters at Chennai
1.1. National Bank for Agriculture and Rural Development (NABARD) intends to
undertake the work of "Design, Supply, Installation, Testing, Commissioning and
Maintenance of IP CCTV Surveillance System at NABARD’s Tamilnadu Regional
Office & its quarters at Chennai.” You are requested to submit your offer in sealed
envelope for the aforesaid work as per detailed specifications and other requirements as
mentioned more specifically elsewhere in this tender document.
1.2. The tender document can be downloaded from our website at
https://www.nabard.org/English/Tenders.aspx. The tender document will be available on
the website, till the date of submission.
1.3. The tenderer has to enter into Integrity Pact with the Bank as per the format given to
become eligible to participate in the tender.
1.4. A pre-bid meeting will be held on 05/03/2021 at 11.00 hrs in the conference hall,
3rd floor of the Office building with the prospective bidders to clarify any issues pertaining to
the tender. The bidders are expected to thoroughly read the tender document and undertake
a site survey (only on or after 03/03/2021 during office hours only) and also before
submitting the tender, so as to understand all aspects of the work. The site visit will be
facilitated by the Bank to the willing bidders at agreed date and time.
1.5. Sealed Bids in THREE separate sealed Envelopes indicating clearly ‘Envelope No.1
– Integrity Pact', 'Envelop-2 - Technical bid (part-1)' and 'Envelope No.3 – Price
bid (part-2)' and submit their offer in a sealed cover super scribed "TENDER FOR
DESIGN, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND
MAINTENANCE OF IP CCTV SURVEILLANCE SYSTEM AT NABARD’s
TAMILNADU REGIONAL OFFICE AND ITS QUARTERS, CHENNAI” and
addressed to Chief General Manager, Tamilnadu Regional Office, NABARD, No.48, MG
Road, Nungambakkam, Chennai-600034. The tender should be dropped in the tender box
located at Ground floor of the above office, on or before 11:00 hrs on 12/03/2021.

9|Page (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

1.6. Envelope No.1 shall contain Integrity Pact (IP) as per format given, duly signed and
stamped by the bidder. Tenders submitted without IP will summarily be rejected and their
subsequent envelops will not be opened.
Yours faithfully,

Sd/-
(D Mitra)
Deputy General Manager

10 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

3. Form of tender

The Chief General Manager,


Tamilnadu Regional Office,
National Bank for Agriculture and Rural Development,
No.48, MG Road, Nungambakkam,
Chennai-600034.

Dear Sir,
Tender for Design, Supply, Installation, Testing, Commissioning and
Maintenance of IP CCTV Surveillance System at NABARD’s Tamilnadu Regional
Office & its Quarters at Chennai

1) Having examined the conditions relating to the works specified in the tender
hereinafter set out, having visited and examined the site of the works specified in the said
tender and having acquired the requisite information relating thereto as affecting the tender,
I/We hereby offer to execute the works specified in the said tender within the time specified,
at the rates to be mentioned in the Price Bid which may be issued to us by NABARD in the
event that we qualify the technical bid and in accordance in all respects with the Technical
Specifications and instructions in writing referred to the Conditions of Tender, the Articles of
Agreement, Special Conditions, Price Bid to be later submitted if qualified and Conditions of
Contract and with such materials as are provided for, by and in all other respects in
accordance with such conditions so far as they may be applicable.
2) We also agree that our tender will remain valid for acceptance by the Bank for 90 days
from the date of opening of Part II of the tender and this period of validity can be extended
for such period as may be mutually agreed between the Bank and us in writing.
3) I/We hereby agree to abide by and fulfill the terms and provisions or the said
Conditions of Contract annexed hereto so far as they may be applicable.
4) We understand that you reserve the right to accept or reject any or all the tenders
either in full or in part without assigning any reason therefor.
5) We are enclosing a list of our clients with complete details as per the requirements and
proforma given in the Annexure.
Our Bankers are:
i)

ii)

The names of partners of our firm are:

11 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

I)
ii)
iii)

6) The Part 1 of the tender contains the tender conditions, all commercial terms and
conditions, technical specifications and the power of attorney for signing of proposal. Part II
contains Price bid in the Bank’s proforma.

Name of the partner of the firm Authorized to sign: ……………………………………………….


OR
Name or person having Power of Attorney to sign the contract (Certified copy of the Power of
Attorney should be attached): ………………………………………………………………………..

Yours faithfully,

Signature of Tenderer

12 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

4. Draft Articles of agreement


THIS AGREEMENT is made at Chennai on this …… day of 2021
BETWEEN
National Bank for Agriculture and Rural Development, a body corporate incorporated under
the National Bank for Agriculture and Rural Development Act, 1981 having its Tamilnadu
Regional Office at No.48, MG Road, Nungambakkam, Chennai-600034, herein after referred
to as “NABARD” (which expression shall unless repugnant to the context or meaning thereof
be deemed to include its successor and assigns) of the ONE PART.
AND
Shri./M/s…………………………………………………………….(Individual/Proprietorship/partnershi
p firm/Company) incorporated/registered under …………………………………………Act, ……… or
R/o, and having its (place of business or Office) at
………………………………………………………………………………………………….hereinafter referred to
as ‘Vendor’ (which expression shall unless repugnant to the context meaning be deemed to
include the legal heirs, legal representatives, administrators and executors) of the OTHER
PART.
WHEREAS the NABARD is desirous of carrying out the work of Design, Supply,
Installation, Testing, Commissioning and Maintenance of IP CCTV Surveillance
System at NABARD’s Tamilnadu Regional Office and its quarters at Chennai and
has caused specifications describing the work to be done and prepared by Tamilnadu
Regional Office, NABARD, Chennai.
AND WHEREAS the Vendor has visited the site and fully understood the existing conditions
of site for execution of work.
AND WHEREAS the Vendor has agreed to execute upon and subject to the conditions set
forth in the Price Bid and Conditions of Contract (all of which are collectively hereinafter
referred to as “the said Conditions”) the work shown upon the said technical specifications,
and included in the Price Bid at the respective rates therein set forth amounting the sum as
therein arrived or such other sum as shall become payable thereunder (hereinafter referred
to as “the said contract amount”).
NOW, THE AGREEMENT WITNESS THAT IT IS MUTUALLY AGREED BY AND
BETWEEN THE PARTIES:-
1. In consideration of the said Contract amount to be paid at the times and in the manner
set forth in the said conditions, the vendors shall upon and subject to the said conditions
annexed, carry out, execute and complete the supply/work shown in the contract, described
by or referred to in the schedule of quantities and in the said conditions.
2. The said Conditions and Appendix thereto and the documents attached hereto shall be
read and construed as forming part of this Agreement and the parties hereto shall be
respectively abide by, submit themselves to the said Conditions and the correspondence and
perform the agreements on their part respectively in the said conditions and the documents
contained herein.

13 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

3. The Scope of work and all the terms and conditions as enumerated in this tender is
part and parcel of this agreement and binding on the parties. The vendor shall ensure that all
items of work specified in the scope of work is attended to. In case of difference between the
tender document and this agreement, the agreement will prevail.
4. This Agreement and documents mentioned herein shall form the basis of this contract.
5. NABARD reserves to itself the right of altering the nature/quantum of the work by
adding to or omitting any items having portions of the same carried out without prejudice to
this Contract.
6. The Vendor shall provide to NABARD a security deposit of Rs…………………. (Rupees
Only) (Interest Free).
7. In case of breach of any terms and conditions attached to this contract, the Security
Deposit of the Vendor will be liable to be forfeited by NABARD besides annulment of the
contract.
8. In case any of the documents furnished by the Vendor is found to be false at any stage,
it would be deemed to be a breach of terms of Contract making him/her liable for legal action
besides termination of contract.
9. The NABARD shall pay the vendor the said contract amount, or such other sum as
shall become payable, at the times and in the manner specified in the said Conditions.
10. This contract is an item rate contract for the complete work to be paid for according to
necessary installation carried out at site, at the rate contained in the Schedule of Rates or as
provided in the said conditions.
11. All payments by the NABARD under this contract will be made only at Chennai.
12. The Vendor shall afford every reasonable facility for carrying out all works of other
Contractors employed by the Employer and shall make good any damage done to walls, floors,
etc. after the completion of such works.
13. The Vendor shall indemnify and keep indemnified, defend and hold good NABARD,
its staff and agents against loss, damages or claims arising out of any violations of applicable
laws, regulations, guidelines during the contract period and for the breach committed by the
Vendor or their personnel on account of misconduct, omission and negligence by the Vendor
or his staff.
14. The Vendor shall ensure proper conduct of its personnel in NABARD’s premises, and
enforce prohibition of consumption of alcoholic drinks, paan, smoking, loitering without
work.
15. NABARD shall not be responsible for any damages, losses. Claims, financial or other
injury to any person/s engaged by Vendor in the course of their performing the
functions/works, or for payment towards any compensation.
16. Time shall be considered as the essence of this contract, and the Vendor hereby agrees
to commence the work/ job on the next day of receipt of the work order as provided for in the
said conditions and to complete the entire work within the time period prescribed below

14 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

reckoned from the date of receipt of such work order subject nevertheless to the provision for
extension of time.
17. NABARD reserves the right to withdraw/relax any of the terms and conditions
mentioned above so as to overcome the problem encountered by the contracting parties.
18. DISPUTE RESOLUTION
(a) In case of dispute regarding the quality of work and product / unsatisfactory
services etc., the final authority will rest with the Chief General Manager, NABARD,
RO, Chennai and the same will be binding on the Vendor.
(b) In the event of any claim, difference, dispute or controversy and questions
whatsoever arising between the parties under this agreement and subsequent
agreement shall in the first instance, be attempted to be resolved between the parties
themselves.
(c) If the dispute cannot be resolved through consultations between the Parties
with in 30 (thirty) days after 1(one) Party has served a written notice on the other Party
requesting the commencement of such discussions, any Party may thereafter in
writing, demand that the dispute be finally settled by an arbitration comprising of sole
arbitrator mutually appointed by the Parties in accordance with the Arbitration and
Conciliation Act, 1996 or any modifications thereof. The arbitrator shall be a person of
professional repute who is not directly or indirectly connected with any of the parties
to this Agreement and shall have prior experience as Arbitrator. The arbitration
proceedings shall be governed by the Arbitration and Conciliation Act, 1996. The seat
and venue of arbitration shall be Chennai. The language of arbitration shall be English.
(d) The award of the arbitrator/s so appointed shall be final and binding on the
parties.
(e) Work under the contract shall be continued by the Vendor during the
arbitration proceedings unless otherwise directed in writing by NABARD. No payment
due, or payable by NABARD, to the Vendor shall be withheld on account of the ongoing
arbitration proceedings, if any, unless it is the subject matter, or one of the subject
matters thereof
19. If the vendor becomes insolvent or found to have offered any bribe in connection with
the contract or the Vendor fails to observe or perform any condition of this contract then
notwithstanding any previous waiver of such default or action being taken under any other
clause hereof NABARD may terminate the contract and forfeit the said security deposit and
recover from the Vendor any loss suffered by NABARD on account of the contract being
terminated.
20. This agreement is being executed in duplicate, NABARD shall keep the original and
the Vendor shall keep the duplicate.
21. The Vendor shall bear the expenses for stamp duty on this agreement for both the
original and the duplicate copy.
22. That the several parts of this contract have been read by the Vendor and fully
understood by the Vendor.

15 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

IN WITNESS WHEREOF the NABARD and Vendor have set their respective hands to these
presents and two duplicates hereof the day and year first herein above written.
IN WITNESS WHEREOF the NABARD has set its hand to these presents through its duly
authorized official and the Vendor has caused its common seal to be affixed hereunto and the
said two duplicates hereof to be executed on its behalf, the day and year first herein above
written.
SIGNATURE CLAUSE:
SIGNED AND DELIVERED BY the National Bank for Agriculture and Rural Development by
the hand of………………………………………………………………..

Signature
Name & Designation

In the presence of………………………………….


Signature
Name & Address

Signed and sealed by the vendor by the


Hand of Shri/Smt. ………………………………………………………………..and duly constituted
attorney. If the Vendor signs under its common seal, the signature clause should tally with
the sealing clause in the articles of association. If the vendor is signing by the hand of power
of attorney, then whether a company or individual to be specified:

Signature of the Vendor


Name of the authorized official Address:
In presence of Shri/Smt. ……………………………………………

Signature
Name & Address

16 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

5. Instructions to bidders

5.1 Pre-qualification criteria:


Any false and/or inadequate information can result in rejection of the tender. While deciding
on the selection of contractors, emphasis will be given on the ability and competence of
applicants to do good quality works in the specified time schedule and in close co-ordination
with other agencies. Decision of the Bank with regard to selection of contractors will be final.
The Bank is not bound to assign any reasons thereof. The following are the criteria.

S.no. Pre-qualification criteria Supporting Document/s to be Ref.


Submitted pg.
no.
1 The firm should have Copies of Work Orders & Completion Certificates
experience of executing
similar* works during the last
5 years ending 31-12-2020
2 The bidder should have during Copies of the detailed work orders indicating
the last five years ending date of award, value of awarded work, time given
31-12-2020 executed and for completing the work, etc. and the
completed at least; corresponding completion certificates indicating
Three similar* works whose actual date of completion and actual value of
value individually is not less executed CCTV Surveillance system works
than Rs. 10.00 lakh each OR should be enclosed in proof of the work
Two similar* works whose experience.
individual value is not less than
Rs.12.00 lakh each OR
One similar* work whose
individual value is not less than
Rs. 20.00lakh.
3 Name & address of the person Details of a person and Power of Attorney, if
who will be managing required.
NABARD project and the
power of attorney issued to
him.
4 Joint undertaking along with Submit copy of the same in Annexure I
the OEMs of various format provided at the end of the Technical bid
equipment’s/ systems as per
the enclosed proforma
5 Proposed OEM equipment As per GOI instructions, preference will be given
should be in operational in to MII (Make in India) products and other
India for a period not less Country of origin. The proposed OEM should
have direct service center in Tamilnadu
than 05 years as on date
6 Preferred Make List attached at para 9.7 of Technical
Specifications

17 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

7 OEM Certifications ISO 9001;ISO 14001;ISO 27001 and other


necessary certificates
8 Product catalogues/brochures Submit copies of the same

9 Important Note: All the products/ components/ sub-systems offered


shall be from current & latest line of products from the OEM and a
certificate to this extent shall be submitted along with Part I of the
tender. The projected life of these products may be indicated.
** Similar works mean: Design, Supply, installation, testing and commissioning of IP CCTV
Surveillance system in new or existing office buildings or similar buildings.
5.2 Mode of submission of tender:
Sealed Bids in THREE separate sealed Envelopes indicating clearly ‘Envelope No.1 –
Integrity Pact', 'Envelop No.-2 - Technical bid (part-1)' and 'Envelope No.3 –
Price bid (part-2)' and submit their offer in a sealed cover super scribed “TENDER FOR
DESIGN, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND
MAINTENANCE OF IP CCTV SURVEILLANCE SYSTEM AT NABARD’S
TAMILNADU REGIONAL OFFICE BUILDING & ITS QUARTERS IN CHENNAI”
and should be addressed to Chief General Manager, Each page of the Tender Document
should be signed by the bidder in token of his/their having acquainted himself/themselves
with the tender conditions as laid down. The price bids should not contain any conditions
whatsoever and any conditional bids shall be rejected. Terms like "rates as applicable" in the
financial bid will not be accepted and such bids will be rejected without assigning any reason
whatsoever. Any tender with any of the documents not so signed will be liable to
be rejected. The tender submitted on behalf of a firm shall be signed by all the partners of
the firm or by a partner who has the necessary authority on behalf of the firm to enter into
the proposed contract. Otherwise, the tender may be rejected by the Bank.
5.3 Contents of Envelop-2 of submitted bid:
The Envelop-2 should only contain the covering letter, Part-1 of tender document (technical
bid), pre-bid clarifications if any, pre-qualification documents and technical brochures.
5.4 Contents of Envelop-3 of submitted bid:
The Envelop-3 should contain only the Part-2 of tender document (price bid)
5.5 Execution of contract documents:
Contract documents shall be executed within 14 days from the date of issue of the work order
by the successful tenderer in accordance with the agreement in the format prescribed herein.
A work order by the National Bank for Agriculture and Rural Development of a tender will
constitute a binding contract between the National Bank for Agriculture and Rural
Development and the bidder so tendering, whether such formal agreement is or is not
subsequently executed.
5.6 Payment of stamp duty:
The cost of such stamp paper is to be borne by the contractor. The agreement needs to be
stamped as per latest provisions of the applicable stamp act.

18 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

5.7 Subletting of contract:


The tenderer shall not assign the contract and shall not sublet any portion of the contract
except with the written consent of the Employer. In case of breach of these conditions, the
Employer may serve a notice in writing on the tenderer rescinding the contract whereupon
the security deposit shall stand forfeited to the Employer, without prejudice to his other
remedies against the tenderer.
5.8 Defect liability period:
The Defects Liability Period shall be for a period of three year and shall commence from the
date of virtual completion. Any defect that may appear within the Defects Liability Period,
shall be rectified by the Contractors without any extra cost to the Employer. In case of failure
to do so within 10 days from such notice from the Bank, the Employer may get such
rectification works carried out through any other firm and expenditure incurred by the Bank
shall be recovered from any money due to the Contractor at the cost and risk of the contractor.
Only, after all the defects pointed out during the Defects Liability Period have been
satisfactorily rectified by the Contractor, the release of Security Deposit will be considered.
The maintenance as envisaged in the subsequent years should also be carried out during the
first three years.
In addition to the calls received by the Bank, the contractor will have to make compulsory
visits for checking the system and for preventive maintenance.
5.9 Date of commencement:
The date of commencement of the work shall be taken on the next day after the date of issue
of the work order.
5.10 Time for completion:
The time for completion of the work is 30 days, which will be reckoned from the date of issue
of work order.
5.11 Virtual completion:
The virtual date of completion will be the date on which the work is completed in all respects
as laid out in the contract and performance of the system accepted by the concerned officers
by the Bank.
5.12 Retention money deposit:
Retention money @ 5% will be recovered from the bill.
5.13 Security Deposit:
The Retention Money Deposit will form a total Security Deposit. The 50% of Security Deposit
will be refunded after the expiry of defects liability period of three years. Remaining SD will
be paid after the completion of 02 years AMC period at the end of 5th year. No interest will
be paid on it.

19 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

5.14 Power of attorney:


The power of attorney in the name and address of the person authorised to act on behalf of
the bidder for this contract should be submitted along with Envelop-2.
5.15 Contractors authorised representative on site:
Contractor shall maintain at site responsible, efficient, qualified and well experienced in-
charge during the contract period. Any clarifications, explanation, instructions or notices
given by the Employer to such in-charge shall be deemed to be given to the contractor and
shall be binding on the contractor.
5.16 Price bid format:
The tenderer must use only the Price Bid format issued by the Bank, to fill in the rates. Any
addition/alteration in the text of the tender made by the tenderer shall not be considered.
Such tender/s may be considered invalid by the Bank at its discretion.
5.17 Submission of documents:
If any of the documents is missing or unsigned, the tender may be considered invalid by the
Bank in its discretion.
5.18 Receipt of tenders:
The tenders should be submitted latest by 11:00 hrs on 12/03/2021. The tenders will have
to be dropped in the tender box located at Ground floor. Tenders sent by fax or email will not
be accepted. In case the submission date falls on a holiday, then, the tenders should be
submitted on the next working day.
5.19 Late tenders:
The tender which is received after the expiry of time and date fixed shall be called "Late
Tender". Normally late tenders will not be received. However, Bank reserves its right to deal
with such a tender at its discretion and the decision of the Bank shall be final.
5.20 Pre-bid meeting:
Pre-Bid meeting will be held on 05/03/2021 at 11:00 hrs in the meeting room at Ground
floor. Before participating in the pre-bid meeting, the bidder should have already conducted
a site survey and should have satisfied himself about the overall feasibility of the work. The
clarifications being sought in the pre-bid meeting should be submitted in writing at least two
working days prior to the date of pre-bid meeting by email on dpsp.chennai@nabard.org. All
the clarifications of the pre-bid meeting will be part of tender and will be uploaded on
NABARD website (www.nabard.org)
5.21 Opening of tenders:
Envelop-2 of the tender will be opened on the same day as that of submission of tender at
15:00 hrs in the presence of bidders’ representatives, if they choose to be present. Part-2 of
the tender will be opened on some future date and time which will be communicated only to
qualified bidders.

20 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

5.22 Programme chart:


As soon as the contract is awarded, the contractor will have to submit a suitable programme
of work, preferably in the form of a PERT Chart, for completion of the different stages of the
work so as to ensure its completion within the allotted period of time.
5.23 Modifications to design:
The Tenderer shall carry out all the work strictly in accordance with details and instructions
of the Bank’s officials. If in the opinion of the Bank’s Officials, changes have to be made in the
design and with the prior approval in writing of the Employer they desire the Tenderer to
carry out the same, the Tenderer shall carry out the same. The Bank’s Officials decision in
such cases shall be final.
5.24 Verification of previous work:
NABARD may at its discretion verify directly with the organisation/s which has undertaken
works from the bidder.
5.25 Completion drawing/ operation manual:
The contractor will have to submit the final as-built drawings, cable layouts, operation
manuals, etc. before submission of the final bill.
5.26 Statutory deductions:
Statutory deductions like TDS, GST TDS, etc. as in force will be effected from any payments
made to the contractor.

21 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

6. General instructions and special conditions of the contract

6.1. Mode of measurements: Joint measurements will be taken and recorded in the
Measurement book/ register, in the unit of the price bid.
6.2. Mobilisation advance: No mobilization advance shall be paid to the Contractor.
6.3. Storage at site: Storage space may be allowed at site as per the availability. The
Contractor will have to make his own arrangement for security and locking arrangement of
the storage space. The Contractor may be required to vacate the storage space as per
Employer’s exigency without any extra cost.
6.4. Stay arrangement at site: Contractor’s workers will not be permitted to stay at site.
The contractor has to make his own arrangement of stay for his employees.
6.5. Extension of time: If the Contractors desire any extension of time for completion of
work on grounds of there having been unavoidable hindrances in execution or any other
ground, they shall apply in writing immediately after the occurrence of the hindrances. Such
application shall contain complete details of hindrances, which hindered the Contractors in
execution of the work. If in the opinion of Bank's Officials, works be delayed by force majeure
such as (a) war / hostilities, (b) riots or civil commotion, (c) earthquakes, fire tempest,
lightening or other natural / physical disasters, etc., (d) restrictions imposed by the
Government which prevent or delay the execution of the order or by any other reasons. If any
such extension of time is granted by the Bank, the extension of time will be given without
prejudice to Bank's right to recover liquidated damages or compensation under the relevant
contract clause and no extra claim will be paid by the Employer whatsoever on account of
delay or idle labour/machinery.
6.6. Validity of tender: Validity of the quoted rates shall be 3 months from the date of
opening of price bid.
6.7. Item rate tender: The tenderer shall note that unless otherwise stated the tender is
strictly on item rate basis and his attention is drawn to the fact that rate should be correct,
workable and self-supporting. The tenderer shall carry out all works necessary for completion
of work and for delivering the desired results. No claim shall be entertained on this account.
The successful tenderer is bound to carry out any or all items of work necessary for the
completion of the job even though such items are not included in the quantities and rates.
6.8. Firmness of rates: The rates quoted in the tender/offer shall be for the complete item
including, design, supply, installation, testing, commissioning and maintenance at site. The
rate shall also include all charges for storing, watch and ward, reinstating and making good
the damaged work if any to its original finish, etc. The rates quoted shall be deemed to be for
finished work to be measured at site. The rates quoted in the tender shall include all charges
for packing, transport, loading, unloading and for delivery at site. The rates shall also be firm
during the period of contract including extended period if any and rates shall not be subject
to exchange variation, labour conditions, and fluctuations in railway freights, taxes or any
conditions whatsoever. Tenderers must include in their rates GST/Custom Duty, or any other
tax and prevailing duty or other levy as existing, levied by the Central Government or any
State Government or Local Authority, if applicable. No claim in respect of increase in tax,

22 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

GST or other tax, duty or levy during the duration of the contract shall be entertained by the
Employer. The same will remain firm during the contract period. While quoting their rates
the tenderer should include the following also if otherwise not stated herein before.
6.8.1. Samples and testing: Necessary cost of taking samples of materials supplied by
them, testing of the same at Govt.’s / approved laboratory including transportation, cost of
the samples, as and when required.
6.8.2. Test reports: Submission of test reports from National/ International test laboratory
for standards prescribed under BIS or any other accepted such procedure, of other materials
as may be specified by NABARD.
6.8.3. Sundry items: The quoted rate shall include the cost of all minor/sundry items to
make it functional.
6.9. Revision in tender: Any request for revision of original tender rates, specifications
or conditions by a tenderer received after opening of tenders shall not be entertained.
6.10. Liquidated damages: Time is the essence of the contract and Liquidated Damages"
shall be recovered from the contractor’s dues for delay in completion of the work on his part,
subject to force majeure clause (in para 6.5). The quantum of liquidated damages per week
shall be calculated at 0.25% of the accepted tender value subject to a maximum 5% of the
accepted tender amount.
6.11. Compensation for delay: The tenderer shall not be entitled to any compensation for
any loss suffered by him on account of delays in commencing or executing the work, whatever
the cause of delays may be including delays arising out of modifications to the work entrusted
to him or in any subcontract connected therewith or delays in awarding contracts for other
trades of the project or in commencement or completion of such works or in procuring
government controlled or other building materials or in obtaining water and power
connections for construction purpose or for any other reason whatsoever and the Employer
shall not be liable for any claim in respect thereof. The Employer does not accept liability for
any sum besides the tender amount, subject to such variations as are provided for herein.
6.12. Variation items/ Extra items: Rates of extra or substituted items shall wherever
possible be derived from the tender rates of related items or market rates whichever is less.
Whenever such rates are based on market rates of materials and labour, an element of profit
and overhead etc. @ 15% will be considered.
6.13. Nature of work: The tenderer must obtain for himself on his own responsibility and
at his own expenses all the information which may be necessary for the purpose of making
tender and for entering into a contract and inspect the site of the work, acquaint himself with
all local conditions, means of access to the work, nature of work and all matters pertaining
thereto.
6.14. Co-operation with other contractors: The successful tenderer must cooperate
with the other contractor appointed by the Employer so that the work shall proceed smoothly
with the least possible delay and to the satisfaction of the Bank’s Officials.
6.15. Contractor's Representative on Works: Contractor shall maintain at site
responsible, efficient, qualified and well experienced in charge during the contract period.

23 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Any clarifications, explanation, instructions or notices given by the Employer to such in-
charge shall be deemed to be given to the contractor and shall be binding on the contractor.
6.16. Removal of Workman: Contractor shall, on the request of the Employer,
immediately remove from the work any person in the opinion of Employer be unsuitable or
incompetent.
6.17. Inspection of work: The contractor shall at the instructions of the Employer within
such time as notified, open up for inspection of any work and should the contractor refuse or
neglect to comply with such instructions, the Employer may employ other workman to open
the same. Such work if it is found not in accordance with approved specifications, or the
instructions, expenses of opening up and redoing if required shall be borne by and
recoverable from the Contractor from any money due or which may become due to the
contractor.
6.18. Notices: Notices of the Employer, to the contractor may be served personally or by
being left at or sent by registered post or be sent through e-mail to the last known place of the
business of the party to whom the same is given or in the case of the contractor by being left
on the works. Notices may be served at or sent by registered post or e-mail to the registered
office of the contractor. Any notice sent by registered post/ e-mail shall be deemed to be
served at the time when in the ordinary course of post, it would be delivered.
6.19. Deletion of items or Option Clause: The tender rates shall be fixed and applicable
for any increase or decrease in the tendered quantities. The Employer can increase or
decrease any quantities to any extent or even delete particular item as per requirements and
the contractor shall not be paid anything extra on this account. Nothing extra will be paid by
the Bank on account of omission / deletion of items or decrease in the quantity of items. The
Bank shall not entertain any claim whatsoever from the contractor on this account. The
payment shall be made as per joint measurement/pro rata basis.
6.20. Technical Audit: The work is liable to be technically audited by the Technical
Officers of Bank from Time to Time. Any defects, improvements or testing etc. pointed out by
the Technical Officer (TO) should be carried out by the contractor at his own cost and
deduction suggested by the TO will be borne by the contractor. The employer shall have a
right to cause a technical examination and audit of works and the final bills of the contractor
including all supporting vouchers, abstracts etc. to be made at the time of payment of the final
bills. If as a results of this examination or otherwise any sum found to have been overpaid in
respect of any work done by the contractor under the contract , the contractor shall be liable
to return an amount of overpayment and it will be lawful for the employer to recover the same
from any sum or sums due to him and in any other manner legally permissible and it is found
that the contractor was paid than what was due to him under the contract in respect of any
work executed by him under the contract, the amount of such underpayment shall be duly
paid by the employer. Any sum of money due and payable to the contractor (including
security deposit returnable to him) under this contract may be appropriated by NABARD and
set off against any claim of NABARD for the payment of sum of money arising out of or under
any other contract made by the contractor with NABARD.
6.21. Insurance: The Contractor, is required to keep the works duly insured in the joint
names of NABARD and the Contractor (NABARD’s name being first) until the completion
defect liability period of the works. The following insurance policies are required to be taken

24 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

by the contractor; From commencement to completion defect liability period of the works,
the Contractor shall take full responsibility for the care of the work and for taking precautions
to prevent loss or damage to the works and to minimize the loss or damage to the greatest
extent possible and shall be liable for any damage or loss that may happen to the works or
any part thereof from any cause whatsoever, inherent defects and failures due to poor
workmanship and causes such as fire, lightening, explosion, earthquake, storm, hurricane,
short circuits , floods, inundation, subsidence, landslides, rock slides, riots (excluding civil
war, rebellion, revolution and insurrection) and shall at his own cost repair and make good
the same so that at all times the work shall be in good order and condition and in conformity
in every respect with the requirements of the Contract.
Explanation: For the purpose of this condition, the expression "from the commencement to
completion defect liability period of the works " shall mean the time commencing from the
issue of the work order to the contractor and ending with successful completion defect
liability period.
6.21.1. Contactor all risk policy: Without limiting the obligations and responsibilities
under this condition, the Contractor shall insure and keep insured the works from
commencement to completion, as aforesaid, for their full value provided under this Contract,
increased by 25% against the risk of loss or damage from any cause whatsoever including the
causes enumerated in the Clause (a) above. In the event of there being a variation in the
nature and extent of the work, the Contractor shall from time to time increase or decrease the
value of the insurance correspondingly. The entire premium shall be borne and paid by the
Contractor. The said insurance shall also provide for the removal of debris of the lost or
damaged works.
6.21.2. Workmen Compensation Policy: The Contractor shall at all times indemnify the
Employer against all losses, claims or damages or compensation under the provisions of the
payment of Wages Act 1936, Minimum Wages Act 1948, Employees Liability Act 1938,
Workmen's Compensation Act 1923, The Maternity Benefit Act 1961, Industrial Disputes Act
1947 and Contract Labour and Regulation and Abolition Act 1970, Employer State Insurance
Act 1948 or any modification thereof or any other law relating thereto and rules made there
under from time to time or as a consequence of any accident or injury to any workman or
other persons in or about the work whether in the Employment of the Employer, or
Contractor or not and also against all costs, charges and expenses of any suit, action or
proceedings whatsoever out of such accident or injury or combination of any such claims.
6.21.3. Third party liability policy for a total of Rs. 1.00 lakhs.
6.21.4. Before commencing the work, the Contractor shall without limiting his obligations
and responsibilities under this condition, insure against any loss of life or injury to any
personnel in the employment of Contractor/Sub-Contractor/Nominated Sub-Contractor. For
this purpose, insurance shall be taken by the Contractor/Sub-Contractor. Such insurance
shall be taken to include both employees/workmen covered by the Workmen's Compensation
Act 1923, as well those employees/workmen not covered by the said Act. Separate insurance
policies may be taken for employees/workmen covered by Workmen's Compensation Act
1923, and employees workmen not covered by the said Act. All the premiums shall be paid by
the Contractor.

25 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

6.21.5. The Contractor shall ensure that similar insurance policies are taken out by his sub-
contractors or nominated contractors, if any, and shall be responsible for any claim or loss
resulting from their failure to obtain adequate insurance protection in connection thereof.
While taking the insurance policies, contractor should indicate clearly to the insurance
companies that policies issued shall cover their sub-contractors and nominated sub-
contractors also.
6.21.6. No work shall be commenced by the Contractor unless and until he has obtained the
insurance or insurance required to be obtained by him under or by the foregoing clauses and
no work shall be carried out or continued by the Contractor unless and until each insurance
is current and valid at that time.
6.21.7. In the event of any claim for insurance becoming due on account of any eventuality
covered by the respective insurance policy/policies, the Contractor shall reinstate the
installation, replace the materials or equipment or pay compensating to the affected
personnel/Employees without waiting for settlement of the claim from insurance company.
6.22. Termination of contract by the Employer: If the contractor being an individual
or a firm, commit any “Act of Insolvency” or shall be adjudged an insolvent or being an
incorporated company shall have an order for compulsory winding up or applies for voluntary
winding up or subject to the supervision of the court and of the official assignee or the
liquidator, in such acts of insolvency or winding up shall be unable within seven days after
notice to him requiring him to do so, to show to the reasonable satisfaction of the employer
that they are able to carry out and fulfill the contract, and to give security, therefore, if so
required by the employer. OR
6.22.1. If the contractor (whether an individual Firm or Incorporated Company) shall suffer
execution to be issued, or shall suffer any payment under this contract to be attached by or
on behalf of any of the creditors of the contractor, or shall assign or sublet the contract
without the consent in writing of the employer first obtained. OR
6.22.2. Shall charge or encumber this contract or any payments due or which may become
due to the contractor there under. OR
6.22.3. If the contractor has abandoned the contract OR
6.22.4. Has failed to commence the works, or has without any lawful excuse under these
conditions suspended the progress of the works for seven days after receiving from the
employer written notice to proceed, OR
6.22.5. Has failed to proceed with the works with such due diligence and failed to make such
due progress as would enable the works to be completed within the time agreed upon, OR
6.22.6. Has failed to remove materials from the site or to pull down and replace work for
seven days after receiving from the employer written notice that the said materials of work
were condemned and rejected by the employer under these conditions OR
6.22.7. Has neglected or failed persistently to observe and perform all or any of the acts,
matters or things by this contract to be observed and performed by the contractor for seven
days after written notice shall have been given to the contractor requiring the contractor to
observe or perform the same, OR

26 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

6.22.8. Has to the detriment of good workmanship or in defiance of the employer’s


instructions to the contrary sublet any part of the contract. Then and in the event of any of
the aforesaid cases, the Employer may, not withstanding any previous waiver, after giving
seven days’ notice in writing to the contractor, determine the contract but without thereby
affecting the powers of the employer or the obligations and liabilities of the contractor, the
whole of which shall continue in force as fully as if the contract has not been so determined
and as if the works subsequently executed has been executed by or on behalf of the contractor.
And further, the Employer may enter upon and take possession of the work and all plant,
tools, scaffolding, sheds, machinery and materials lying upon the premises or the adjoining
lands or roads and use the same as his own property or may employ the same by means of his
own servants and workmen in carrying on and completing the works or by employing any
other contractors or other persons to complete works, and the contractor shall not in any way
interrupt or do any act, matter or thing to prevent or hinder such other contractor or other
person or persons employed for completing and finishing or using the materials and plant for
the works. When the works shall be completed or as soon thereafter as convenient, the
employer shall give a notice in writing to the contractor to remove his surplus materials and
plant, and should the contractor fail to do so within a period of 14 days after the receipt
thereof by him, the employer shall sell the same by public auction, and shall give credit to the
contractor for the amount realised on deducting therefrom the costs of removal and sales. If
any sum shall be due or payable to or by the employer for the values of the said plant and
materials so taken possession of by the employer and the expense of loss which the employer
shall have been put to in requiring the works to be completed, and the amount, if any, owing
to the contractor and the amount which shall be so certified shall thereupon be paid by the
employer to the contractor or by the contractor to the employer, as the case may be, and the
employer’s certificate shall be final and conclusive between the parties.
On termination of the contract, the contractor shall forth with remove himself and his
workmen from the work site.
6.23. Termination of the contract by the contractor: If the payment of the amount
payable by the employer shall be in arrears and unpaid for 45 (forty five) days after it has
become due as per payment terms and after notice in writing requiring payment of the
amount shall have been given by the contractor to the employer and if the employer
unreasonably withholds any such payment then contractor shall be entitled to give a
termination notice and terminate the contract and recover from the employer payment for all
works executed for the purpose of the contract. In arriving at the amount of such payment,
the net rates contained in the contractor’s original tender shall be followed.
6.24. Indemnity clause: The Contractor shall indemnify NABARD for any loss suffered
by them as a result of disclosure of any confidential information. The Contractor shall not
publish, permit to be published, or disclose any particulars of the Works in any trade or
technical paper or elsewhere without the previous agreement of NABARD. The Contractor
shall indemnify NABARD against all claims in respect of rights, and shall defend all actions
arising from claims, and shall himself pay all royalties, license fees, damages, cost and charges
of all and every sort that may be legally incurred in respect thereof. The Contractor shall
indemnify and keep indemnified NABARD and hold him harmless in respect of all and any
loss and expenses arising from any such injury or damage to persons or property as aforesaid
and also against any claim made in respect of injury or damage, whether under any Statute

27 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

or otherwise and also in respect of any award of compensation or damages consequent upon
such claim. The Contractor shall also indemnify and keep indemnified NABARD against all
claims which may be made against NABARD by any person/ member of the public or other
third party in respect of anything which may arise in respect of the works or in consequence
thereof. The Contractor shall also similarly indemnify the NABARD against all claims which
may be made upon NABARD whether under the Workmen Compensation Act or any other
statute in force during the currency of this contract or at Common Law in respect of any
employee of the Contractor or any Sub-Contractor.
6.25. Matters to be finally determined by the Employer: The employer’s decision,
opinion, direction, with respect to all or any of the matter such as scope of work, contractor
to provide everything necessary, materials and workmanship to conform the description,
assignment of subletting, defects after completion, delay & extension of time, opened up
works and the schedule of rates as contained in the Price Bid hereof and as to the exercise by
them the right to have any works opened up shall be final and conclusive and binding on the
contractor. Employer’s instructions if any, in this regard in case of any urgency, shall also be
complied immediately.
6.26. Corrections or overwriting: All erasures and alterations made while filling the
tender must be attested by initials of the tenderer. Overwriting of figures is not permitted.
Failure to comply with either of these conditions will render the tender void at the Bank’s
discretion.
6.27. Mismatch in figures and words: Rates and amounts should be quoted both in
figures and in words in columns specified. A Schedule of Probable Quantities in respect of
each work and Specifications accompany these General and Special Conditions. The Price Bid
should contain not only the rates but also the value of each item of work entered in a separate
column and all the amounts quoted against various items should be totalled in order to show
the aggregate value of the entire tender. If on check there are differences between the rates
given by the Contractor in words and figures or in the amount worked out by him, the
following procedure shall be followed;
6.27.1. When there is a difference between the rates in figures and in words, the rates which
correspond to the amounts worked out by the Contractor, shall be taken as correct.
6.27.2. When the amount of an item is not worked out by the Contractor or it does not
correspond with the rate written either in figures or in words, then the rate quoted by the
Contractors in words shall be taken as correct.
6.27.3. When the rates quoted by the Contractor in figures and in words tallies but the amount
is not worked out correctly, the rate quoted by the contractor shall be taken as correct and
not the amount.
6.28. Contract Labour (Regulation and Abolition Act, 1970): All registers and other
records required to be maintained under the Act and the rules shall be maintained up-to-date
and shall be kept at the office. Such registers shall be maintained legibly in English or Hindi.
All the registers, records and notices shall be produced on demand before the Inspector or
any other authority under the Act. Payment of wages to its workmen is the responsibility of
the contractor under the act.

28 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

6.29. Sub-standard work and material: If any work or material used at site is found to
be unsound, imperfect or inferior from what is specified in the contract, the Contractor shall
be advised to rectify or re-execute the work or remove the material as the case may be, within
a reasonable time depending upon the nature of work. If the Contractor fails to do so, the
work shall be got redone or rectified or the material replaced through any other agency at the
risk and cost of the Contractor.
6.30. Measurement books: The measurement Book (called MB hereinafter) is the basis
of all accounts of quantities of work done or of materials supplied. The payment for all works
done and for all materials supplied shall be made on the basis of detailed measurements
recorded in MBs.
6.31. Payment of bills: Payment will be made after the completion of all works subject to
the satisfaction of the Bank.
All payments will be made only by electronic fund transfer. The proforma for electronic
payment shall be submitted along with the tender as per annexure. The contractor shall be
entitled to receive payment on the basis of joint measurements taken on site, installation and
commissioning, approved and certified by the Bank Officials regarding compliance with
specifications and acceptability subject to deductions.

29 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

7. Safety code
7.1. During- the execution of works, every care shall be taken to ensure that the safety and
convenience of workmen staff, authority visitors to site and the public are duly catered to and
that all operations are carried out in such a manner as to cause least interference with the
traffic or ordinary pursuit of the people.
7.2. When a ladder is used, it shall be rigid construction made either of good quality wood or
steel. The steps shall have a minimum width of 450 mm. and a maximum rise of 300mm.
Suitable hand holds of good quality wood or steel shall be provided and the ladder shall be
given an inclination not steeper than ¼ to 1 (1/4 horizontal to 1 vertical).
7.3. Safe means of access shall be provided to all working places. Every ladder shall be
securely fixed. No portable single ladder shall be over 9 M. in length while the width between
said rails in sung ladder shall in no case be less than 190 mm. for ladder up to and including
3 M. in length. For longer ladders this width shall be increased at least 20 mm. for each
additional meter of length.
7.4. All personnel of the Contractor within the plant site shall be provided with safety helmets.
All welders shall wear welding goggles while doing welding work and all metal workers shall
be provided with safety gloves. Persons employed on metal cutting and grinding shall wear
safety glasses.
7.5. Adequate precaution shall be taken to prevent danger from electrical equipment. No
materials on any of the sites of work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public.
7.6. The Contractor shall take all measure on the site of the work to protect the public from
accidents and shall be bound to bear the expenses of defense of every suit, action or other
proceedings at law that may be brought by any persons for injury sustained owing to neglect
of the above precautions and to pay any such persons or which may with the consent of the
Contractor, be paid to compensate any claim by any such person.
7.7. No electric cable or apparatus which is liable to be a source of danger over a cable or
apparatus used by the operator shall remain electrically charged.
7.8. All necessary personnel safety equipment as considered adequate by the Employer
should be kept available for the use of the persons employed on the site and the Contractor
should take adequate steps to ensure proper use of equipment by those concerned.
7.9. The Contractor shall not employ men/women below the age of 18 years.
7.10. All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in safe condition and no scaffolding, ladder or equipment shall be altered or
removed while it is in use.
7.11. These safety provisions should be brought to the notice of all concerned by display on a
notice board at a prominent place at work spot. The person responsible for compliance of the
safety code shall be named thereon by the Contractor.
7.12. Notwithstanding all the above clauses there is nothing in these to exempt the
Contractor from the operations of any other Act or Rule in Force in the Republic of India.

30 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

8. Scope of Work

The scope of work shall include the following.


i. Design, supply, installation, testing and commissioning of IP CCTV Surveillance System in
Bank’s Office Building & its Quarter at Chennai as per the drawing enclosed indicating the
location of the cameras in various floors.
ii. Delivery of entire material to Bank's Office Building in Chennai including packing,
handling, transporting, clearing, loading/unloading at ports, etc. in India and unloading at
site in Chennai.
iii. Installation, testing & commissioning of all the components/ equipment’s/ accessories,
etc. as per technical specifications, and handing over to the Bank.
iv. Providing all inclusive service including all spares, etc. during defect liability
period including maintenance (DLP) of thirty six months (03 years) from the
date of handing over the system to the Bank and subsequent Annual
Maintenance Contract for 02 years from the date of completion of DLP.
v. All engineering, equipment, labour, and permits required to satisfactorily complete the
work required by this Specification.
vi. Any other work related to but not specifically mentioned above, required for completion
of the job as per the intent and scope of work
Warranty And All Inclusive Comprehensive Maintenance Contract
The entire equipment/ system shall be warranted to be free from defective workmanship or
materials and any defects that may appear within 36 months (three years) from the date
of issue of completion certificate for the work, which in the opinion of the Bank have arisen
from bad workmanship or materials, shall upon intimation by the Bank, be made good by the
Contractor at his own cost within the time specified. During the said period of 36
months (DLP) , the contractor (successful tenderer) shall make periodical
inspection of the working of the entire system free of charge at least once in 15
days or earlier, if required, and attend to such other service that may be
required of him. The warranty period shall be 36 months from the date of
handing over of the entire system to the Bank.
The total Security Deposit @ 5% submitted by the successful tenderer shall
originally be valid till end of DLP. The 50% security deposit will be released after
the DLP is over and remaining shall be held by the Bank after the
commencement of AMC period till its completion.
Detailed scope of works during the AMC Period (02 years from DLP)
(A) The scope of work shall include the following:
(i) Routine servicing/ troubleshooting/ setting/ adjustments/ cleaning of camera lenses etc.,
once in a month, to ensure smooth and trouble free working of each camera, other
components and the system as a whole.

31 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

(ii) Repairs/ replacement of the defective units including re-loading working software etc. in
the event of any breakdown including replacement of spares/ components/ sub-system/
cards and any other component, part or whole, which may need replacement/ repairs. Prior
approval has to be taken for replacement of any spare parts and bills raised for the same will
be settled separately. No additional service charges will be paid for the said work.
(iii) Import of spares and stocking them shall be the responsibility of the tenderer. Non
availability of spares/ components will not be accepted as a reason for waiving of penalty
towards delay in rendering prompt service. For ensuring prompt service, at least some
important spares shall be retained in the custody of the Resident Engineer. After use of any
such spare unit/ cards etc., these shall be replenished at the earliest.
(iv) Providing required software upgrades free of charge, as and when released by the OEM.
Every year, renewal license of the anti-virus software of required users shall be procured by
the vendor at no additional cost to the Bank and installed in the servers/ workstations. This
will continue till the completion of AMC.
(v) The scope of maintenance in addition to periodic maintenance will also include attending
to any number of breakdown calls.
(vi) Other works:
1. Routine maintenance should be carried out in accordance with the Bank’s requirements.
2. All performance checks undertaken should be recorded in the system log book.
3. As a minimum, the following performance checks must be undertaken on each
maintenance visit.
• Remove dust and dirt from the camera enclosures (Inside & outside) exterior using
a soft brush or a lint cloth. A solvent which is harmless to the finishes of metal and
plastic may be applied to more stubborn stains.
• Examine the exterior of the enclosure for any signs of damage or loose cable glands
and rectify any faults found.
• Remove any dust or dirt from the interior of the camera &NVR using a soft brush or
a vacuum cleaner.
• Examine the printed circuit boards for signs of over-heating, dry joints and/or
damaged tracks.
• When any CCTV equipment is taken out for repair, such shifting should be done with
the prior permission of DPSP, NABARD, Tamilnadu RO as the case may be, and the
tenderer shall make all arrangements for removal of the equipment, its transportation
to the workshop and back to site and its reinstallation. Transit Insurance of such
equipment also has to be arranged by the Tenderer and all expenses for the above shall
be borne by the tenderer. The Tenderer shall hand over the systems in 100% working
condition after repair/maintenance/rectification. Thereafter, the Tenderer shall
reinstall the same machine after repair unless it is declared to be irreparable.
• During the period of the contract including AMC period, tenderer should attend to
all repairs/defects/replacement of major/minor spare parts free of cost. In case of

32 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

failure on the part of the supplier to attend all the defects within a reasonable period,
the Bank on its own will get the defects rectified through another agency at the risk
and cost of supplier and repairs rectified through another agency, in such
circumstances will not affect the liabilities of the supplier on the warranty for its
remaining period nor it will affect the supplier`s liabilities on the stipulated post-
warranty Annual Maintenance Contracts.
• Any problem arising in functioning of CCTV system, shall be rectified by the service
engineer within 24 hrs from time of lodgement of complaint. The time which will be
treated as the time of lodgement of the complaint will be the 1st Call on mobile or the
time of 1st email sent to the service centre in this regard. In case of failure in providing
service within the above time frame, Corporation has the discretion/reserves the right
to impose penalty as mentioned hereunder:
(B) Penalty for delay in service during defect liability (DLP) and AMC period:
During the DLP and the currency of the Annual Maintenance Service Contract, all care shall
be taken so that the downtime of the system is kept minimum and in any case, not more than
the allowed time for attending to repairs. Any defects in any of the cameras shall be repaired
within 24 hours from the time of reporting complaint in writing (complaints through SMS, e-
mails, fax etc. shall also be treated as complaints in writing). Any defects in any of the servers,
switches, routers etc., leading to complete breakdown of the system, shall be repaired within
12 working hours from the time of reporting complaint in writing. Any defects/ problems
associated with the software shall be attended to immediately, but not later than 4 hours from
the time of the problem being noticed/ reported. If the down time exceeds the above
mentioned period, penal recovery shall be made from the payments due to the contractor at
the following rates:
• 1-7 days excluding date of lodging of complaint: Rs. 100/= per day
• From 8th day to 30 days: Rs. 250/= per day
• More than 30 days: Rs. 350/= per day
• Non-functional server / software leading to system failure - @ Rs 2000/- per day or
part thereof beyond the authorised maintenance period
• Penalty of 0.5% of the cost of the equipment will be charged every quarter if, the
Preventive Maintenance is not done by tenderer. Penalty for Preventive Maintenance
not done will not be charged for the quarter in which the machine has been delivered/
installed.
The penalty amount will be recovered from the Security Deposit lying with the Bank.
Complaint(s) will be deemed to be resolved only on the availability of the Customer
Call Report(CCR) signed by both the service engineer and Bank’s authorized official,
confirming that the complaint is resolved. Date and time of resolution of the complaint
shall be indicated clearly.

33 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Others Issues
a. The contractor must bear in mind that all the work shall be carried out strictly in
accordance with the specifications made by the Bank and also in compliance of the
requirement of the local public authorities and any other
Acts/Rules/Regulations and no deviation on any account will be permitted.
b. The contractor shall furnish a joint undertaking along with the OEMs of various
equipment’s/ systems as per the enclosed proforma (Annexure I) that they will maintain the
entire system satisfactorily for a committed period of 3 years from the date of expiry of the
defect liability period at the rate quoted by them in this contract towards all inclusive
maintenance service contract subject to the terms, conditions, scope indicated under scope
of service contract.
c. The Contractor shall carry out all the work strictly in accordance with drawing, details, and
instructions of the Bank’s engineer. If in the opinion of the Bank’s engineer, nominal changes
have to be made to suit the site condition and with the prior approval in writing of the Bank,
they desire the Contractor to carry out the same, the Contractor shall carry out the same
without any extra charge.
d. The tenderer must obtain for himself on his own responsibility and at his own expense, all
the information which may be necessary for the purpose of making a tender and for entering
into a contract and must examine the drawings, inspect the site of the work, and acquaint
himself with all local conditions, means of access to the work, nature of the work and all
matters pertaining thereto. The Bank’s decision in such cases shall be final and shall not be
open to arbitration.
e. A Schedule of Probable Quantities in respect of each work and Specifications accompany
these Special Conditions. The Schedule of Probable Quantities is liable to alteration by
omissions, deductions or additions at the discretion of the Bank.
f. The contractor shall not be entitled to any compensation for any loss suffered by him on
account of delays in commencing or executing the work, whatever the cause of delays may be,
including delays arising out of modifications to the work entrusted to him or in any sub-
contract connected therewith or delays in awarding contracts for other trades of the project
or in commencement or completion of such works. The Bank does not accept liability for any
sum besides the tender amount, subject to such variations as are provided for herein.
g. The successful tenderer is bound to carry out all items of work necessary for completion of
the job even though such items are not included in the quantities and rates. Schedule of
instruction in respect of such additional items and their quantities will be issued in writing
by the Bank.
h. The successful tenderer must co-operate with other contractors appointed by the Bank so
that the work shall proceed smoothly with the least possible delay. He should make his own
arrangement for storage and protection of all materials supplied by him.
i. The work has to be carried out in an occupied office building and, therefore, may have to be
carried out during restricted hours/ Saturdays/Sundays/Bank’s holidays.

34 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

TESTING & COMMISSIONING:


SN Description Visual Test Documentation
Readings

1 All cables are tested for continuity, insulation, √


resistance, etc.

2 System installation proper as per drawing √

3 Carry out visual checks on all cameras, cables, √


camera housing etc.to ensure they

are clean and free from any mechanical damage


4 Check for proper termination & feruling √

5 Check input A/C supply voltage √

6 Check Input supply DC voltage at every camera ensure that √


there is no video loss
7 Check all camera’s signal on monitor. Also check for clarity √
, sharpness of the picture

8 Check recording, playback & other various features √


randomly

9 Check recording frame rate √ √


10 Check all software server & client has been installed √
correctly & running without any bug/error

Documentation:

The CCTV system contractor, upon completion of all the activities, shall offer the system to
the customer for acceptance. For this, the contractor shall provide the customer with the
following documentation:

1. Copy of detailed report


2. Component and equipment list
3. Product description sheets
4. System design drawing(s)
6. System schematic diagram(s)
7. System operating manuals
8. Original licensed copies of all the software (OS, DVMS, Video analytics, Antivirus, etc.)

Final acceptance and Handover-takeover:

Prior to final acceptance, the contractor shall provide complete operation and maintenance
instruction manuals to the Bank along with all the above mentioned documents. All aspects
of system operation and maintenance shall be detailed, including wiring diagrams of all
circuits, a written description of the system design, sequence of operation and drawing(s),
illustrating control logic and equipment used in the system. Checklists and procedures for
emergency situations, maintenance operations and procedures shall be included in the

35 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

manual. The Bank’s engineer and security officer then shall test and inspect the
functioning of various components (eg cameras and their functions, recording
features, etc.) and a joint report shall be prepared. In case of any observations from
Bank’s side, the same shall be conveyed to the contractor in writing and got attended to by
the contractor to the satisfaction of the inspecting officials.

The entire system then shall be taken over by the Bank and the defect liability period shall
start from the same day.

Bank reserves the right to inspect equipment's and OFC, Cat-6 cables, other equipment, etc.
Any inspected goods fail for confirm to specification after installation, Bank may reject them
and the Vendor shall have to replace the rejected goods. In case of inspection waiver the same
shall be obtained before the Sample approval should be obtained before installation for such
material.

TRAINING:

The contractor shall provide the Bank with details of the training required by personnel to
operate and maintain the CCTV system.

The Contractor and the customer shall jointly agree the number of staff to attend the training
courses.

For all the active components/ equipment, namely; CCTV cameras, server, network switch,
and Network attached storage device, the OEMs shall provide a certificate, indicating the end
of life and end of support in form of spares etc. The product selected should conform to the
tender specified life period. Further, all software provided for the above system, including
operating system, video management software, client software etc. should be upgraded, if
necessary, as and when a new upgrade is released by the developer/ OEM at no extra cost
during the tender specified life period of the above system. A certificate, confirming the
above, shall be submitted from the respective developers/ OEMs along with Part-I as per the
proforma specified in the tender.

36 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

9. Technical Specifications: IP Based CCTV System

9.1 Description in general:

The System proposed is IP based CCTV System.

The objective shall be to provide high degree of IP based Electronic surveillance to the entire
Premises. It is also essential to have recorded images of all cameras to be stored at least for
30 days to facilitate investigations of a reported case.

This section of the specification includes the Design, Engineering, supply, installation,
testing, commissioning and maintenance of IP CCTV system and imparting training to
concerned officials in connection with IP CCTV system including all components.

All equipment and materials used shall be standard components from the current line/range
of products that are regularly manufactured and used in the system.

9.2 Scope:

Overview of the system

Proposed system consists of 99 no’s of indoor/outdoor IP cameras, required NVR/servers,


switches, storage, workstations, monitors, cables, etc.

The proposed locations of cameras and their type is indicated in the attached layout/ drawing.
The control room which is proposed on Ground Floor at all 04 locations, shall have all the
equipment housed in an equipment rack.

The system shall consist of following main components:

a) High resolution IP cameras


b) NVR
c) POE switches
d) Storage
e) HD LED Monitors
f) Software
g) Cables and accessories, etc.

The Contractor will install, test & commission the system as per the drawing. The viewing
angles and clarity, etc. shall be shown to the officials of NABARD to their satisfaction before
finalizing the location, zoom and angle, etc. The specifications of all components shall be
strictly followed as per given technical specifications or better.

9.3 Applicable standard:

Original Equipment Manufacturer Standard. All the original licensed copies of the
software(s) shall be kept in the custody of the Bank.

37 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

9.4 Approvals:

As given in technical specifications

9.5 System Components & Specifications:

4MP Full HD WDR IR Network Vandal Dome Camera - 30Mtr


S.N Features Specification
o
1 Image Sensor 1/3” 4Megapixel progressive CMOS
2 Max. Resolution 2688 (H) × 1520 (V)
3 Electronic Shutter Speed Auto/Manual 1/3 s–1/100000 s
4 S/N Ratio > 56 dB
5 Min. Illumination 0.01 Lux @F1.6
6 Illumination Distance 30 m
7 Illuminator On/Off Auto/Manual
Control
8 Lens Type Fixed-focal
9 Mount Type M12
10 Focal Length 2.8 mm, 3.6mm
11 Iris Type Fixed
12 Smart Detection Tripwire; intrusion
13 Video Compression H.265+;H.265; H.264+; H.264; H.264B; MJPEG
14 Video Frame Rate (2560 × 1440@25/30fps), (2688 × 1520@20fps), (704
×576@25/30fps)
15 Stream Capability Triple Stream Coding
16 Resolution (2688x1520)/(2560×1440)/(2304x1296)/1080P(1920x1080)/S
XGA(1280×1024)/1.3M(1280×
960)/720P(1280×720)/D1(704×576/704×480)/VGA(640×480)
CIF(352×288/352×240)
17 Bit Rate Control CBR/VBR
18 Day/Night Auto(ICR)/Color/B/W
19 BLC Yes
20 HLC Yes
21 WDR 120 dB
22 White Balance Auto/natural/street lamp/outdoor/manual/regional custom

23 Gain Control Auto/Manual


24 Noise Reduction 3DNR
25 Motion Detection OFF/ON (4 areas, rectangular)
26 Region of Interest(RoI) Yes (4 areas)
27 Smart Illumination Yes
28 Image Rotation 0°/90°/180°/270°
29 Mirror Yes
30 Privacy Masking 4 areas

38 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

31 Alarm Event Motion detection, video tampering, no SD card, SD card full, SD


card error, network discon-nected, IP conflict, illegal access, local
alarm, voltage detection
32 Network RJ-45 (10/100 Base-T)
33 Protocol HTTP; TCP; ARP; RTSP; RTP; UDP; RTCP; SMTP; FTP; DHCP;
DNS; DDNS; PPPoE; IPv4/v6; QoS; UPnP; NTP; RTMP;
Multicast; HTTPS; SFTP; 802.1x; ICMP; IGMP; ONVIF (Profile
S/Profile G); CGI; Milestone; Genetec

34 User/Host 20
35 Storage FTP ; SFTP ; Micro SD Card (support max. 256 GB); NAS

36 Mobile Phone IOS; Android


37 Power Supply 12V DC/PoE (802.3af)
38 Operating Conditions -40°C to +60°C (-40°F to +140°F)/less than ≤ 95% RH
39 Protection IP67, IK10
40 Casing Metal

4MP Full HD WDR IR Network Bullet Camera - 30Mtr.


S.N Features Specification
o
1 Image Sensor 1/3” 4Megapixel progressive CMOS
2 Max. Resolution 2688 (H) × 1520 (V)
3 Electronic Shutter Auto/Manual 1/3 s–1/100000 s
Speed
4 S/N Ratio > 56 dB
5 Min. Illumination 0.01 Lux @F1.6
6 Illumination 30 m
Distance
7 Illuminator Auto/Manual
On/Off Control
8 Lens Type Fixed-focal
9 Mount Type M12
10 Focal Length 2.8 mm, 3.6mm
11 Iris Type Fixed
12 Smart Detection Tripwire; intrusion
13 Video H.265+;H.265; H.264+; H.264; H.264B; MJPEG
Compression
14 Video Frame Rate (2560 × 1440@25/30fps), (2688 × 1520@20fps), (704
×576@25/30fps)
15 Stream Capability Triple Stream Coding
16 Resolution (2688x1520)/(2560×1440)/(2304x1296)/1080P(1920x1080)/SXGA(12
80×1024)/1.3M(1280×
960)/720P(1280×720)/D1(704×576/704×480)/VGA(640×480)CIF(35
2×288/352×240)
17 Bit Rate Control CBR/VBR

39 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

18 Day/Night Auto(ICR)/Color/B/W
19 BLC Yes
20 HLC Yes
21 WDR 120 dB
22 White Balance Auto/natural/street lamp/outdoor/manual/regional custom
23 Gain Control Auto/Manual
24 Noise Reduction 3DNR
25 Motion Detection OFF/ON (4 areas, rectangular)
26 Region of Yes (4 areas)
Interest(RoI)
27 Smart Yes
Illumination
28 Image Rotation 0°/90°/180°/270°
29 Mirror Yes
30 Privacy Masking 4 areas
31 Alarm Event Motion detection, video tampering, no SD card, SD card full, SD card
error, network discon-nected, IP conflict, illegal access, local alarm,
voltage detection
32 Network RJ-45 (10/100 Base-T)
33 Protocol HTTP; TCP; ARP; RTSP; RTP; UDP; RTCP; SMTP; FTP; DHCP; DNS;
DDNS; PPPoE; IPv4/v6; QoS; UPnP; NTP; RTMP; Multicast; HTTPS;
SFTP; 802.1x; ICMP; IGMP; ONVIF (Profile S/Profile G); CGI;
Milestone; Genetec
34 User/Host 20
35 Storage FTP ; SFTP ; Micro SD Card (support max. 256 GB); NAS
36 Mobile Phone IOS; Android
37 Power Supply 12V DC/PoE (802.3af)
38 Operating -40°C to +60°C (-40°F to +140°F)/less than ≤ 95% RH
Conditions
39 Protection IP67
40 Casing Metal

4 MP Bullet VFL Camera Specification


S.N Features Specification
o
1 Image Sensor 4MP Progressive scan CMOS
2 Electronic Shutter Speed Auto/Manual 1/3 s–1/100000 s
3 Min. Illumination 0.002 Lux@F1.5
4 S/N Ratio >56 dB
5 Illumination Distance 60 m
6 Illuminator On/Off Auto/Manual
Control
7 Lens 2.7mm~13.5mm Motorized Lens
8 Smart Detection Tripwire; intrusion
9 Video Compression H.265; H.264; H.264B; MJPEG
10 Video Frame Rate (2560 × 1440@25 fps); (704 × 576@25 fps); (704 × 480@30 fps)

40 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

11 Stream Capability Triple-stream encoding


12 Resolution 2688×1520(2688×1520);2560×1440(2560×1440);2304×1296(2
304×1296);1080P(1920×1080);1.3M(1280×960);720P(1280×72
0);D1 (704×576/704×480);VGA (640×480);CIF
(352×288/352×240)
13 Bit Rate Control CBR/VBR
14 Event Trigger Motion detection, video tampering, no SD card, SD card full, SD
card error, network discon-nected, IP conflict, illegal access, local
alarm, voltage detection, audio abnormal

15 Day/Night Auto(ICR)/Color/B/W
16 BLC Yes
17 HLC Yes
18 WDR 120 dB
19 White Balance Auto/natural/street lamp/outdoor/manual/regional custom
20 Gain Control Auto/Manual
21 Noise Reduction 3D NR
22 Motion Detection Disable/Enable (4 areas, rectangle)
23 Region of Interest(RoI) Yes (4 areas)
24 Smart Illumination Yes
25 Image Rotation 0°/90°/180°/270°
26 Mirror Yes
27 Privacy Masking 4 areas
28 Audio Compression G.711a; G.711Mu; G.726
29 Network RJ-45 (10/100 Base-T)
30 Protocol IPv4; IPv6; HTTP; HTTPS; TCP; UDP; ARP; RTP ; RTSP; RTCP;
RTMP; SMTP; FTP; SFTP; DHCP; DNS; DDNS; QoS; UPnP;
NTP; Multicast; ICMP; IGMP; NFS; PPPoE; 802.1x; Bonjour,
ONVIF (Profile S/Profile G); CGI; P2P; Milestone; Genetec

31 User/Host 20
32 Storage FTP ; SFTP ; Micro SD Card (support max. 256 GB); NAS

33 Audio Input 1 channel (RCA port)


34 Audio Output 1 channel (RCA port)
35 Alarm Input 1 channel In: 5mA 5VDC
36 Alarm Output 1 channel Out: 300mA 12VDC
37 Power Supply 12V DC/PoE (802.3af)
38 Operating Conditions -30°C to +60°C (-22°F to +140°F)/less than ≤ 95% RH
39 Protection IP67;IK10(optional)
40 Casing Metal

32Ch. H.265+ 4K Network Video Recorder with 8 Sata


S.No Features Specification
1 Main Processor Intel Dual-core Processor

41 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

2 Operating System Embedded LINUX


3 IP Camera Input 32 Channel
4 Two-way Talk 1 Channel Input, 2 Channel Output, RCA
2 HDMI, 2 VGA ( HDMI1: 3840 × 2160, 1920 × 1080,1280 ×
1024, 1280 × 720,1024 × 768, VGA1: 1920 × 1080, 1280 × 1024,
5 Interface 1280 × 720,1024 × 768, HDMI2/VGA2: 1920 × 1080)
6 Video Recording 384Mbps
Multi-screen Display
7 The 1st screen: 1/4/8/9/16/25/36, The 2nd screen: 1/4/8/9/16

8 OSD Camera title, Time, Camera lock, Motion detection, Recording


9 Compression H.265/ H.264/ MJPEG
12MP, 8MP, 6MP, 5MP, 4MP, 3MP, 1080P, 1.3MP, 720P, D1
10 Resolution etc.
Manual, Schedule (Regular, MD(Motion Detection) , Alarm,
11 Record Mode IVS), Stop
1 ~ 120 min (default: 60 min), Pre-record: 1 ~ 30 sec, Post-
12 Record Interval record: 10 ~ 300 sec
Recording, PTZ, Tour, Alarm Out, Video Push, Email, Snapshot,
13 Trigger Events Buzzer and Screen Tips
Motion Detection, MD Zones: 396 (22 × 18), Video Loss and
14 Video Detection Tampering
15 Alarm input 16 Channel
16 Relay Output 8 Channel
17 Sync Playback 1/4/9/16

18 Search Mode Time /Date, Alarm, MD and Exact Search (accurate to second)
Play, Pause, Stop, Rewind, Fast play, Slow Play, Next File,
Previous File, Next Camera, Previous Camera, Full Screen,
19 Playback Function Backup Selection, Digital Zoom
20 Backup Mode USB Device/Network/eSATA Device
21 Interface 2 RJ-45 port (10/100/1000Mbps)
HTTP, HTTPS, TCP/IP, IPv4/IPv6, UPnP, SNMP, RTSP, UDP,
SMTP, NTP, DHCP, DNS, IP Filter, PPPoE, DDNS, FTP, Alarm
22 Network Function Server, IP Search, ONVIF 2.4, SDK, CG
23 Max. User Access 128 users
24 Internal HDD 8 SATA III ports, up to 8TB Each, 1 eSATA port
25 HDD Management single, Raid 0/1/5/10 (Support global HDD hot-spare)
26 Interface Ports 4 USB ports(2 USB 2.0 , 2 USB 3.0), 1 RS485, 1 RS232
27 Power Supply Single, AC100V ~ 240V, 50 ~ 60 Hz

28 Operating Conditions -10°C ~ +55°C (+14°F ~ +131°F), 86 ~ 106kpa


29 Certificate CE, FCC, UL, RoHS

42 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

24 Port Switch Specification


S.No Features Specification
24 10/100M adaptive RJ45 ports,2 Gigabit Combo ( 2 Gigabit +
2 SFP) Uplink Port,1-8 port supports 250M meters long distance
1 Interface power supply
IEEE 802.3i, IEEE 802.3u, IEEE 802.3ab, IEEE 802.3x,
2 Network Standard IEEE802.3af, IEEE802.3at
3 POE Ports 24 10/100Mbps RJ45 PoE port
4 PoE Power Budget 200W
5 Surge Immunity 6KV
6 MAC Address List 8K
7 Packet Forwarding Rate 6.55Mpps
8 Bandwidth 8.8 Gpbs
9 Forwarding Mode Store and Forward
10 Single Port Power Max.30 W
11 Operating Temp 0°C~40°C (32°C~104°C)

Cat 6 Cable Specification


S.No Features Specification
1 Type CAT- 6
EIA/TIA – 568-B2.1, ISO/IEC 11801 (2002 or latest) and
2 Conforms to Standards
CENELEC EN50173 – 1(2002)
3 No. of Pair 04 twisted pairs
4 Single Strand Gauge 23 AWG or better
5 Insulation Polyethylene
6 Jacket Flame Retardant PVC
7 Operating temperature - 40 Degree C to 60 Degree C

Pole Specification
S.No Features Specification

1 Lighting pole details Free standing 8 sided octagonal continuously Tapered structure.
2 Height of pole 5Mtr.
3 Size of pole Top 70mm X Bottom 130mm
4 Thickness 3mm
5 Base plate 220 x 220 x 10mm
6 Foundation Bolt :M16x600mm
7 Usage Camera
8 Wind loads for design As per IS-875
Metal protection Hot Dip galvanized confirming to BSEN ISO 1461 [65 micron
9 treatment thickness]

43 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

9U Rack Specification
S.No Features Specification

The enclosure shall be suitable for mounting in standard racks


1 Enclosure
with a closed cabinet with perforated glass door.

2 Height 9U (Usable)
3 Rail Adjustable 19”

4 FAN Unit 1 No or more working is exhaust mode (230 VAC) required

5 Front Door Fully perforated single lockable glass door


6 Top & Bottom Covers Holes with Rubber Bush for Cable Entry
7 Max load rating 700 Kg or above
Power Distribution Required with minimum 5 nos Sockets. Indian style power
8
Board connectors

17U Rack Specification


S.No Features Specification

The enclosure shall be suitable for mounting in standard


1 Enclosure
racks with a closed cabinet with perforated glass door.

2 Height 17 U (Usable)
3 Rail Adjustable 19”
2 Nos. or more working is exhaust mode (230 VAC)
4 FAN Unit
required
5 Front Door Fully perforated single lockable glass door

Split perforated door with minimum 70% opening for


6 Rear Door
better air movement across the Rack

7 Side Panels Perforated steel panels


8 Top & Bottom Covers Bolted to main frame with cable entry/exit Holes
9 Floor Placement Castors and levelling legs

10 Wiring Rail Required for holding of Network and power cables

11 Max load rating 500 Kg or above


Power Distribution Required with minimum 6 nos. Indian style power
12
Board connectors (1 No.)
13 Colour RAL 7035

32 Inches Display Specification


S.No Features Specification
1 Diagonal Size 32 "
2 Type 60Hz D-LED BLU
3 Resolution 1920*1080 (Full HD)

44 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

4 Pixel Pitch(mm) 0.12125(H) x 0.36375(V)


Active Display
5 Area(mm) 698.4(H) x 392.85(V)
6 Brightness(Typ.) 330 nit
7 Contrast Ratio 5000:01:00
Viewing
8 Angle(H/V) 178:178
Response Time(G-
9 to-G) 8ms
10 Display Colors 16.7 M
11 Color Gamut 72%
12 Operation Hour 16/7
13 Haze 2%
14 Dynamic C/R MEGA
H-Scanning
15 Frequency 30 ~ 81kHZ
V-Scanning
16 Frequency 48 ~ 75HZ
Maximum Pixel
17 Frequency 148.5MHz
18 Speaker Type Built in Speaker(10W X 1)
19 Input Yes
20 RGB D-SUB, DVI-D
21 Video HDMI1, HDMI2, Component(CVBS Common)
22 HDCP HDCP 1.4
Stereo Mini Jack, RGB/DVI/HDMI/CVBS/Component
23 Audio Audio(Common)
24 USB USB 2.0 x 1
25 Output Yes
26 Audio Stereo Mini Jack
27 External Control RS232C(in) thru stereo jack, RJ45
28 Tuner Yes(only for NA/KR)
29 Power Supply AC 100 - 240 V~ (+/- 10 %), 50/60 Hz
Power
30 Consumption Max[W/h]77
31 Sleep mode less than 0.5W
Operating
32 Temperature 0.0 ℃ ~ 40.0 ℃

PVC PIPE Specification


S.No Features Specification
1 Dimention 1" PVC Pipe/Casing Capping
2 Brand Any Brand with ISI

45 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

General:

All the vendors must attach the point by point compliance for below
specification in their technical bid.

9.6 Layout

Camera
S.No Location
Qty
1 NABARD Office 31
2 NABARD Staff Quarters Cenotaph Road 22
3 NABARD Staff Quarters South Boag Road 19
4 NABARD Staff Quarters Bazullah Road 27
Total 99

Proposed Installations plan of the said cameras is attached separately as annexure to this
page.

9.7 List of makes:

The preferred list of makes is given below. Agency wishes to supply other than the preferred
brands should check the eligibility condition of pre-qualification criteria for OEM brands.

SN Equipment Makes

1 IP Cameras PELCO/ PANASONIC / HONEYWELL /BOSCH


/ SONY/CP PLUS
2 NVR PELCO/BOSCH/SONY/HONEYWELL/PANAS
ONIC/ CP PLUS
3 HDD WD/Seagate or Approved equivalent
4 LED Monitors PANASONIC /SONY /SAMSUNG / LG
5 Conduits Precision/Supreme or approved equivalent
6 Networking Rack Netrack/APW/Valrack/DLink
7 Cat 6 Cable Polycab/Caliplast/Belden/Finolox/Comscope/
Dlink
8 POE Switch Cisco/HP/Dlink/CP Plus

Note: - Items which are not mentioned in above list but required at site, shall be supplied
with prior approval of purchaser. All the items should be high quality.

46 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Annexure I

Proforma of undertaking for maintenance confirmation by the tenderer

To,
The CGM,
Tamilnadu Regional Office,
NABARD,
Nungambakkam, Chennai

Dear Sir

Tender for Design, Supply, Installation, Testing, Commissioning and


Maintenance of IP CCTV Surveillance System at NABARD’s Tamilnadu Regional
Office & its Quarters at Chennai

We hereby undertake to maintain the CCTV Surveillance system in Bank’s Office Building &
it’s Quarters in Chennai installed by us through M/s ,our
authorised dealer/ system integrator satisfactorily, for a period of not less than 2 years after
expiry of the defect liability/warranty period of three years from the date of commissioning
and handing over the system to the Bank at the rates quoted in the tender.

In the unlikely event of M/s not remaining our authorised


dealer/ system integrator, we, the original equipment manufacturer, shall continue to
provide support through any of our other dealer/ system integrator in terms of spares/
technical man power, etc. i.e. all inclusive service to your satisfaction, by arranging required
spares etc. ourselves, within the rate quoted in the tender for the all inclusive maintenance
contract for the period accepted as above. In case of any such event, the Bank shall be
immediately informed about the details of the new authorised dealer/ system integrator.

Yours faithfully,

For______________________

(Authorised Dealer/ system Integrator)


Signature with seal

For______________________

(OEM)
Signature with seal

47 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Part-2 Price Bid

48 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Bill of Quantity

S.N
Product Description UOM Qty Rate Amount
o
Supply, Installation & Maintenance of 4 MP
1 Fixed Dome Camera with Wall Mount Clamp Nos 14
as per 9.5 of technical specifications
Supply, Installation & Maintenance of 4 MP
2 Fixed Bullet Camera with Wall Mount Clamp Nos 69
as per 9.5 of technical specifications
Supply, Installation & Maintenance of
Motorized 4 MP VFL Camera 60 Mtrs IR
3 Nos 16
Range with Wall Mount Clamp as per 9.5 of
technical specifications

Supply, Installation & Maintenance of


Network Video Recorder 32 Channel with
Surveillance Grade Western Digital/Seagate- 6
4 TB SATA hard disk drive - 25 Nos and Nos 4
Minimum 45 Days recording Required with
RAID 5 and Recording Should in 4MP as per
9.5 of technical specifications

Supply, Installation & Maintenance of 24 Port


5 POE Switch as per 9.5 of technical Nos 6
specifications
Supply, Installation & Maintenance of Patch
6 Nos 6
Panel

Supply, Installation & Maintenance of Cat 6


7 Nos 109
Patch Card 3 Feet

Supply, Installation & Maintenance of 1" PVC


8 Conduit/ Casing Pipes with related accessories Mtrs 3200
as per 9.5 of technical specifications

Supply, Installation & Maintenance of cat 6


9 Mtrs 8560
Cable as per 9.5 of technical specifications

Supply, Installation & Maintenance of 4 Mtrs


10 Nos 8
Pole as per 9.5 of technical specifications

Supply, Installation & Maintenance of 17 U


11 Nos 4
Rack as per 9.5 of technical specifications

Supply, Installation & Maintenance of 6 U


12 Nos 1
Rack as per 9.5 of technical specifications

49 | P a g e (signature & seal of Bidder)


NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT,
TAMILNADU REGIONAL OFFICE, CHENNAI

Supply, Installation & Maintenance of 32


13 Inches Commercial Display as per 9.5 of Nos 3
technical specifications
Supply, Installation & Maintenance of Camera
14 Nos 99
Box
AMC Charges for the 4th & 5th Year (after
15 completion of Comprehensive AMC for 03 Nos 2
years)
16 Sub-Total
Less Buyback of Old CCTV System with all its accessories
17
(as in where is condition)
18 Grand Total (Sl.no.16- Sl.no.17)

Note: The Rate & Amount quoted above should be inclusive of GST,
Transportations and all other charges

50 | P a g e (signature & seal of Bidder)

You might also like