Professional Documents
Culture Documents
Tendernotice 1
Tendernotice 1
For complete details visit our website: www.vnit.ac.in. The bidders can download the tender form/
documents from 20/06/2022 to 20/07/2022 from Institute’s website and send self addressed Envelope,
invariably along-with bank draft of Rs. 2,000/- (GST Inclusive)(Rs. Two Thousand with GST inclusive Only, Non
Refundable) drawn in favour of The Director, VNIT, Nagpur, towards the cost of TENDER ITEM FORM to stores
section along with the cost of each tender form.
V.N.I.T will not be responsible for postal delay/ non-receipt of tender form/ D.D, sent through the post. Tender
forms duly filled in all respect in Only original prescribed format, supplied by the VNIT, duly super-scribed ,
should reach office of the Stores officer, VNIT, Nagpur -440010, on or 20/07/2022 upto 3.00 p.m . The tenders
are likely to be opened at 3.30 p.m on the same day. The Director, VNIT reserves the right to accept or reject
any or all tender offer.
For Enquiry contact Stores office, VNIT, Tele No : 0712-2801243, 2801369, 2801341
संपुण जानका र के लऎ इछुक व े ता सं थान क वेबसाइट www.vnit.ac.in पर जा सकते है I इछुक व े ता न वदा !प" 1द.
२०/०६/२०२२ से २०/०७/२०२२ तक सं थान क वेबसाइट से डाउनलोड करके वयं के पते यु'त लफाफा भेजकर व*ापन . उ+लेख
कर के न वदा मद !प" के मु+य हे तु .. २०००/- (GST inclusive) (Non Refundable) ब/क् 1ा23 "नदे शक, वी.एन.आय.ट7., नागपुर,
के साथ "न वदा !प" भंडार अनुभाग म: भेज सकते है I
डाक ;वारा वलंब होने पर / न वदा ; तावेज न मलने पर/ D.D न मलने पर, वी.एन. आय. ट7. ( व. रा .!ो.सं) जवाबदे ह नह7
होगा I सं थान ;वरा !;Aत केवल वा त वक "नधा: रत !प" को पूण .प से Cर कर २०/०७/२०२२ के अपरा<ह ३.०० बजे तक या
इससे पूव ् भंडार अनुभाग ( व. रा .!ो.सं) नागपूर मे जमा करेI न वदा उसी Dदन अपराEह ३.३० बजे खोल7 जाएगी I कसी भी या
सभी न वदाओ को अ वी ु त करने का अGधकार नदे शक का होगाI
For Enquiry contact Stores office, VNIT, Tele No : 0712-2801243, 2801369, 2801341
Sub: Tender Enquiry for Procurement of CCTV SURVEILLANCE SYSTEM for Various Hostels.
Dear Vendor,
You are invited to submit your most competitive quotation for the procurement of equipment “CCTV
SURVEILLANCE SYSTEM” in sealed envelope for Hostel Section. Interested bidders are requested to submit the
most competitive bid / quotation, details below:-
Please refer As per As per 4 Weeks from F.O.R. Bid Security Good(s)/Equi
enclosed “QFA/ Technical specificat the Date of VNIT, declaration pment(s) to
Bill of Material” specificatio ions award of PO / Nagpur / letter in be / installed /
for complete ns Contract Nagpur favour of the commissioned
details Department of Airport. Director, VNIT, at place of
Hostel Section Nagpur [To Delivery by
VNIT, Nagpur.
be enclosed the bidder at
with the Free of Cost.
quotation in
separate
envelope]
Last Date of Submission : Wednesday, 20th July 2022 Upto 3.00 P.M.
Tender Opening Date & Time : Wednesday, 20th July 2022 Upto 3.30 P.M.
Bid Security declaration letter : Bid Security Declaration in favour of Director, VNIT,
Nagpur.
SUBMISSION OF BID
“TWO BID” viz. Technical /Qualifying Bid and Price/Commercial Bid Systems will be followed for this tender.
The Technical bid and the Financial bid should be sealed in separate covers both duly super-scribed and
both these sealed covers are to be put in a bigger cover which should also be sealed and duly super-
scribed with above mentioned item.
For Technical /Qualifying Bid - Envelope to be super-scribed with above mentioned item with supporting
documents. Bill of material (without any price), indicating the compliance of technical specification should
also be included with the qualifying bid.
For Price/Commercial Bid - Envelope to be super-scribed with “PRICE/COMMERCIAL BID for “Name of
Equipment and Reference No”. The Price should be indicated in the prescribed format in the
Price/Commercial Bid only. Any other format will lead to disqualification.
Both above sealed covers are to be put in a bigger envelope which should also be sealed and duly super-
scribed with Tender Enquiry for “Name of Equipment and Reference No.” for Department of Applied
Mechanics.
The sealed envelope super-scribed with - Tender Enquiry for CCTV SURVEILLANCE SYSTEM for Various Hostels to
be sent to Joint Registrar (Stores), VNIT, South Ambazari Road, Nagpur 440010. Sealed envelope can also
be submitted in person in the “Tender / Quotation Box” kept in The Stores Section. VNIT, Nagpur. The last
date of submission is Wednesday, 20th July 2022 by 3.00 P.M.
Tender received after the last date / time of submission (as mentioned in tender notice) will not be
considered and will lead to rejection.
Each envelope / cover should also indicate clearly the name and address of the bidder.
1. Price Bid
a) The price should be quoted FOR VNIT, Nagpur / Nagpur Airport on delivery basis.
b) The price/rates quoted by the bidder shall be FIRM & FIXED and shall not be
variable/subject to adjustment on any account.
c) The price bid shall be valid for a period of 180 days from the date of opening.
d) The duties, taxes and other levies payable by the vendor shall be shown separately in
the price bid format.
e) Duties & taxes viz. Custom, GST, Freight / Transportation, Packing & Forwarding,
Insurance, Price Ex-Works etc. If any, shall be indicated separately in the price bid
format.
f) The contract shall be for the full quantity as per QFA/Bill of Material (Form 6).
Correction if any shall be made out by crossing out, initialling, dating and re-writing.
g) In case of price quoted in foreign currency, its conversion rate to INR on the date of
opening the quotation/tender shall be considered.
2. Technical Bid
a) The bids / goods offered must meet the Technical Specifications detailed in
“Technical/Qualifying Bid” given in tender. In case of deviation if any, the bid is liable
for Rejection/ Non – Responsive.
b) VNIT has the sole discretion to accept or reject tenders / bids based on deviations, if
any, from the technical specification.
c) Price bids of the non-responsive bidders will not be opened. The EMD of such bidder/s
will be returned in due course.
3. Bid Evaluation
The Purchaser/buyer will evaluate and compare the bids determined to be substantially
responsive i.e. which;
a) Are properly signed, and
b) Confirm to the general terms and conditions, special conditions, additional conditions
and technical specifications.
4. Each Bidder shall submit only one bid. VNIT Ref. No. and item name must be mentioned on
envelope / cover containing the quotation.
5. Bidder shall submit Firm’s registration certificate, GST registration certificate, PAN, Delivery Period,
Warranty/Guarantee, others etc with the bid.
6. Bidder should be OEM or authorized representative / supplier of the OEM. In case of authorized
representative/supplier, the latest authorization letter from the OEM is essential.
7. Bidder shall furnish the information in the prescribed format of Technical and Price Bid only (as
applicable), bid submission in any other format is likely to be rejected. Each document /
certificate attached bid should be duly signed/attested & stamped by the bidder, failing which
submitted quotation/bid will be treated as Non-Responsive. Incomplete or Conditional Bid(s) will
not be accepted.
8. If any document of tender /quotation enquiry, certificate etc. submitted by the vendor is
observed to be incorrect / false / forged / having ambiguity, intentionally or un-intentionally at
any stage, the tender/quotation submitted by the vender is liable to be treated
Disqualified/Non-Responsive. Further the Institute reserves the right to initiate any action as
deemed fit in such case against such vendor including the action of debarment / blacklisting of
firm.
9. Specification: Specifications of the products offered by the supplier along with Model/ Make,
are to be furnished separately with their bid documents to facilitate the verification with the
buyers specifications. In case of any unexplained mismatch of technical parameters, the bid is
liable for rejection. Bid should be submitted as per the specification as shown in the tender
enquiry against each item, if any. Product Catalogue/Technical Specification of the products
offered by the supplier shall be separately attached.
Signature of Bidder Stamp: Date:
(Authorized Signatory) Page| 5 of 20
Visvesvaraya National Institute of Technology, Nagpur 440 010 (India)
10. Taxes/GST: GST or any other taxes as per Govt. norms shall be applicable from time to time. The
% of Tax must be indicated separately in the bid. VNIT, Nagpur is eligible for Concessional GST
(@5%) as notified by Government of India Notification No.45/2017-Central Tax (Rate), 47/2017-
(Integrated Tax (Rate), dated 14/11/2017. The goods intended for research purpose fall under
the classification of GST concession. A certificate in this respect will be issued to the vendor by
the Institute. Bidders are requested to submit their bids after accounting for concessional rates
of GST.
11. Custom duty: VNIT, Nagpur is eligible for custom duty exemption in terms of Govt. Notification
No. 51/96-Customs dated 23rd July, 1996 and Central Excise duty exemption in terms of Govt.
Notification No. 10/97-Central Excise dated 1st March, 1997 as amended from time to time as
per Govt. of India, Ministry of Science & Technology, New Delhi, DSIR letter No. TU/V/RG-CDE
(190)/2021, dated 29.10.2021 and is valid up to 31.08.2026.
12. Bid Security: In lieu of bid security bidder will be required to submit Bid Security Declaration letter
in favor of “Director, VNIT Nagpur”. The Bid Security Declaration letter to be submitted strictly in a
separate envelope superscribed with Vendor / Firm’s name & address. Bidders will be required
to submit undertaking called Bid Security Declaration that If vendor withdrawal or modify their
bids during period of validity, he will be suspended for the period of ONE YEAR from
participating in any tender/bid floated by VNIT. The period of suspension shall be effective from
date of opening of this tender.
13. In case of any violation of contract conditions, institute shall take action against bidder as
deemed fit, appropriate and on approval of the institute authorities, including debarment /
black-listing of supplier.
15. Validity of Quotation/Bid: The bidder should clearly mention the valid period of quotation/offer
in the bid. The quotation/offer shall be normally valid for a period of 180 days from the date of
opening the tender.
16. Rate Contract: If the Good/s under enquiry is mentioned under the Govt of India, DGS&D rate
contract, Vendor shall supply the good/s at DGS&D contract rate as VNIT Nagpur is
Government of India’s Institute of National Importance under the Ministry of Education.
17. Educational Discount: VNIT, Nagpur is a Govt. of India’s Institute of National Importance and
goods are intended for purpose of education/ research, hence special discount and quoted
rate will be appreciated.
18. Authorization: Sole selling agent/ Authorized distributors/ Dealers/ Suppliers are eligible to bid on
behalf of Original Equipment Manufacturers (OEM) provided they submit requisite authorization
and self certification from the (OEM). The bidder should enclose the latest authorization
certificate from the (OEM). Manufacturers Authorization Form (MAF)/certificates with OEM such
as name, designation, address, email ID and phone number to be furnished.
19. Performance Security: Successful bidder will be required to submit the Performance Security
(PS) @ 3% of basic price of goods within 14 days of the date of contract in the form of account
payee DD. DD should be made in favour of Director, VNIT, Nagpur and should remain valid for a
period of 60 (sixty) days beyond the date of completion of all contractual obligations of the
supplier. The performance security will be returned after the satisfactory delivery and installation
of the good and receipt of Performance Bank Guarantee (PBG) against warranty.
21. Guarantee/Warranty: Warranty period of goods shall be ONE year from the date of successful
installation, commissioning and testing of goods at the site of delivery as per scope of
supply. Successful bidder shall have to provide comprehensive warranty during the entire
standard warranty period. In case any part or whole of the equipment is found to be defective
during the warranty period, then the same will have to be replaced/repaired free of cost at
VNIT site by the bidder. The warranty certificate will be required to be submitted along with the
Invoice.
22. Performance Bank Guarantee: Performance bank guarantee of 3% of the basic price of
goods/items to be provided by the supplier/bidder against the goods warranty period and shall
remain valid for further three months period beyond the warranty obligations. In case of
violation of guarantee / warranty conditions, the performance bank guarantee shall be invoked
by VNIT.
23. Service and Support: Bidder/OEM should have functional service centres in Maharashtra State
OR in nearby cities. Seller should guarantee the rectification of goods in case of any break
down during the guarantee period. Seller should have well established installation,
commissioning, training, trouble shooting and maintenance service group in India for attending
the after sales service. Details of service centres in nearby region to be enclosed along with the
bid. In case of imported goods, OEM or authorized seller of OEM should have registered office in
India to provide after sales-service support. The certificate to this effect should be submitted.
24. Payment (Indigenous Item): 100% payment will be released after the delivery and successful
installation, commissioning and testing at concerned department / laboratories of VNIT Nagpur
and submission of performance bank guarantee as per rule. The vendor will be required to
submit the bills in triplicate along with delivery memo. Payment will be made through Crossed
Cheque / ECS / NEFT / RTGS. For electronic payment mode, Firm / Company bank details on
letter head will be required.
25. Payment (Import good): In case of import good/s, the payment term shall be 100% through
irrevocable Letter of Credit (LC)/Telegraphic Transfer (TT), the 90% payment will be released on
receipt of original shipment documents at our bank and the balance 10% will be released after
delivery and successful installation, commissioning and testing at concerned department /
laboratories of VNIT Nagpur and submission of performance bank guarantee as per rule. and
submission of performance bank guarantee as per rule. For LC amendment needed, if any by
the supplier, charges will be borne by the beneficiary.
opinion of the Director, Visvesvaraya National Institute of Technology, Nagpur are not
readily procurable, without cancelling the contract, in respect of consignment not yet due
for delivery.
c) If the Supplier fails to deliver the material/goods within the stipulated delivery period, then
Amount of EMD given by the Vendor shall be forfeited.
d) To cancel the contract.
In the event of action being taken under (b) or (c) above, the vendor shall be liable to
make good for any loss, which the Institute may sustain, by reason of higher price of
items/goods, so purchased or the otherwise, howsoever:
The decision of the Director, Visvesvaraya National Institute of Technology, Nagpur shall be
final as regards to the acceptability of stores supplied by the seller and the Director,
Visvesvaraya National Institute of Technology, Nagpur, shall not be required to give any
reason in writing or otherwise at any time for the rejection of stores.
28. Bidder or its OEM (themselves or through resellers) should have supplied similar category product
for minimum 50% of bid quantity in at least one of the last five financial years before the bid
opening date. Copies of relevant orders/contracts to be submitted along with performance /
work completion certificate for the quantity supplied.
29. Client List: Bidder shall furnish information of Client list along with the order copy of similar
good/s / equipment supplied to any IIT/NITs/ any Govt. Organization.
30. Any corrigendum / amendment regarding this tender enquiry will be issued on institute website
only. [www.vnit.ac.in/stores]
31. Director, VNIT, Nagpur reserves the right to accept or reject or cancel any or all enquires or
bids/PO at any stage without assigning any reason thereof.
32. For any disputes, the place of jurisdiction shall be Nagpur, Maharashtra (India) only.
33. It will be presumed that the vendor has read carefully all the above mentioned instructions,
terms & conditions and abide by same.
34. All Communication are to be addressed to –
Director
Visvesvaraya National Institute of Technology,
South Ambazari Road,
Nagpur 440 010, Maharashtra (India)
35. We look forward to receiving your bids and thank you for your interest in this project.
Sd/-
DEAN (P & D)
VNIT, Nagpur
TECHNICAL/
QUALIFYING BID
Description of
Sr. Make Detail Specifications Qty
No. Item/Goods
2.8mm, f1.6 FIXED, METAL+ PLASTIC HOUSING,
4MP FIXED LENS IP DOME HONEYWELL /SAMSUNG 2592X1520 25FPS, IH+265 COMPRESSION, 0.002
1. 30
CAMERA / ZICOM LUX@F1.6, 120db WDR, SMART IR 50M, BUILIN
MIC/SD CARD SLOT, POE, IP67 OR Equivalent
4mm, f1.6 FIXED, METAL+ PLASTIC HOUSING,
4MP FIXED LENS IP HONEYWELL / SAMSUNG 2592X1520 25FPS, IH+265 COMPRESSION, 0.002
2. 30
BULLET CAMERA / ZICOM LUX@F1.6, 120db WDR, SMART IR 30M, BUILIN
MIC/SD CARD SLOT, POE, IP67 OR Equivalent
8 MP supported,IH+265 supported, Income 50Mbps;
10 CHANNEL NETWORK HONEYWELL / SAMSUNG Outgoing 40Mbps, HDMI& VGS PORT, RJ45 PORT,
3. 13
VIDEO RRECORDER / ZICOM USB PORTx2, Minimum 1 SATA PORT with upto 10tb
supported OR Equivalent
12 MP supported,IH+265 supported, Income
80 CHANNEL NETWORK HONEYWELL / SAMSUNG 320Mbps; Outgoing 320Mbps, HDMI& VGS PORT, 2x
4. 1
VIDEO RRECORDER / ZICOM RJ45 PORT, USB PORTx3, Minimum 8 SATA PORT
with upto 10tb supported each OR Equivalent
4000 GB CAPACITY, 7200 RPM, 3 YEARS WARRANTY
4 TB (Surveillance) HARD WESTERN DIGITAL /
5. OR Equivalent 13
DISK DRIVE SEAGATE / TOSHIBA
10000 GB CAPACITY, 7200 RPM, 3 YEARS WARRANTY
10 TB (Surveillance) HARD WESTERN DIGITAL /
6. OR Equivalent 8
DISK DRIVE SEAGATE / TOSHIBA
True 23 AWG Solid Bare Copper Reel in A Box (305
DLINK/HONEYWELL/
7. CATEGORY 6 UTP CABLE Mtrs) FR-PVC & LSZH Sheath Option Performance 20
FINOLEX
Verified Up to 600 MHZ OR Equivalent
METAL RACK WITH GLASS FRONT, Minimum 4 Port
6 U Netrack with PDU,
8. Branded PDU with AC Exhaust Fan of suitable size OR 1
cable manager, fan
Equivalent
METAL RACK WITH GLASS FRONT, Minimum 4 Port
4U net rack with PDU,
9. Branded PDU with AC Exhaust Fan of suitable size OR 13
cable manager, fan
Equivalent
MINIMUM 8 PORTS WITH 60W POE BUDGET AND
POWER OVER ETHERNET
NETGEAR / CISCO / EXTENDABLE, RACK MOUNTABLE, 802.3 af,
10. NETWORK SWITCH UN- 14
DLINK BANDWIDTH 16Gbps with LED lights indicators and
MANAGED
power supply OR Equivalent
Eight-pin RJ45 Plastic connector with copper pins OR
RJ 45 COPPER PLASTIC
11. DLINK / IBALL / NETGEAR Equivalent 3
CONNECTORS
PVC CONDUIT PIPES (12ft)
1.5 - 2mm PVC PIPES 12Fts with METAL SADDLE
( METAL SADDLE CLAMP,
12. Branded CLAMPS, PLASTIC SCREWS, WALL PLUGS, JOINTER , T- 1600
WALL PLUG, SCREW,
JOINTS AS REQUIRED OR Equivalent
T-JOINTS etc.
1KVA/800W, SINGLE PHASE WITH GROUND, 110VAC
MICROTEK / LUMINOUS
13. Online 1 KVA UPS ± 5 % ~ 300 VAC ± 5 %, SMF 12V / 9AH x 2 Nos. (IN- 13
/ APC
BUILT BATTERIES), ≥ 0.99 @ full load OR Equivalent
MICROTEK / LUMINOUS
14. Online 2 KVA UPS 2 KVA 1
/ APC
43 inch size, FULL HD 1920 x 1080 Pixels, Minimum
15. Large format Display 43” SAMSUNG / LG / SONY 1
2x HDMI, USB Port and 1x RJ45 Port OR Equivalent
22” LED Display with USB 22 inch size, HD READY, Minimum 1x HDMI, USB Port
16. SAMSUNG / LG / SONY 13
port with 3 year warranty OR Equivalent
17. Warranty : Minimum Three (03)3 years from the date of Successful installation
Important: 1) Training to staff of VNIT for handling the System. 2) Recording & Display both at local & centre
level shall be provided. 3) Provision of controlling the Cameras from local and central level. 4) The vender
shall survey the site before tender submission, if required. 5) Pre-bid meeting will be held on 01.07.2022
FORM 1
Following is the check list of requirements for item/good tendered. Vendor / Bidder should clearly
mention YES/NO in the remarks column. All enclosures shall be arranged in the following order only.
5. PAN
FORM 2
To
----------------------------------------------
----------------------------------------------
----------------------------------------------
----------------------------------------------
Dear Sir,
Yours truly,
Note: This letter of authority should be on the letterhead of the manufacturer and should be
signed by a person competent and having the power of attorney to legally bind the
manufacturer. It should be included by the Bidder in its bid.
FORM 3
Phone Fax / Status of Number of Value of Min. List of Models & Name of the
No. Telex Office Engineers Stock Types of Organization
No. working Available at Equipment under where the
Days & all times Service during equipment are
Hours last 2 years currently under
AMC/ Service
FORM 4
PERFORMANCE STATEMENT
1 2 3 4 5 6 7 8
FORM 5
2. Phone:
3. Classification
(1) Manufacturer: Y/N
(2) Authorized Agent: Y/N
(3) Dealer: Y/N
(4) Other (Please specify)
4. Plant:
Location:
6. Types of Equipment(s) supplied during last 2 years other than those covered under 5 above.
9. Personnel/Organization: Give Organization chart for following indicating clearly the No. of
employees at various levels.
Quality assurance
Production
Marketing
Service
Spare parts
Administrative
Location
Phone No.
Year of Establishment
11. Details of Organization (Enclose details of Organization Chart & Span of Control)at Service Centre:
12. Enclose details of services provided duly authenticated by certification from the user in each case
13. Names of two buyers to whom similar equipment was supplied in the past and to whom reference
may be made by the Purchaser regarding the bidder’s technical and delivery ability.
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
____________________________________________________
PRICE/
COMMERCIAL BID
Educational Discount
GST @5%
Amount of GST
Total Cost F.O.R. V.N.I.T. Nagpur/ Nagpur Airport
• [Note - The bidder should offer / quote special educational discount for the Institute.]
The Firm/Company agrees to supply the above items for final offer price (Rs. ___________________/- [In Words
Rs………………………………………….) inclusive of duties & taxes at [A] above within the period specified in
the Invitation for Quotations.
FORM 6
GST %
GST Amt.
We agree to supply the above Goods/Equipment/Software in accordance with the technical specifications
for a total contract price of ........…………... (In figure) (In word Rs ........………………….......................................)
within the period specified in the Invitation for Quotations. We also confirm that the normal commercial
warrantee /guarantee of 36 months shall apply to the offered goods.
FORM 7
PRICE SCHEDULE
1 2 3 4 5 6 7 8
Sche Item Country Quantity Price for each unit Unit Total GST (%) &
dule Descriptio of & Unit Price Price Amount
No n Origin payable
Note: In case of discrepancy in unit price and total price, the unit price shall prevail.
In word _________________________________________
Name __________________________________________
Place: