Access Control System Tender NIT 2024-25
Access Control System Tender NIT 2024-25
Gate Security Gadgets for Reception office & TKR-II gate in Parliament House
Complex, New Delhi.
INDEX
0
INFORMATION AND INSTRUCTIONS FOR CONTRACTORS FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
The Executive Engineer (E), Parliament Library Electrical Works Division, CPWD, New Delhi on
behalf of the President of India invites online percentage rate bids from approved and eligible CPWD
Buildings & Roads category contractors in appropriate class / specialized agencies in two bids system
(Eligibility cum Technical Bid and Financial Bid) for the following work: -
cum
Technical
Supplying, Installation,
Bid
Testing and
Commissioning of
04.10.2024
Access control system 04.10.2024
Rs. Rs. 03 at 15:30
1 & Gate Security upto 15.00
19,92,96,142/- 29,92,961/- Months Hours
Gadgets for Reception hours
office & TKR-II gate
Opening of
in Parliament House
Financial
Complex, New Delhi.
Bid shall be
notified
later on
1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted.
Firm should either be Approved and Eligible CPWD Buildings & Roads Category Contractors or
Specialized Agency fulfilling eligibility criteria.
(A) Eligibility Criteria for Approved and Eligible CPWD Buildings & Roads Category Contractors: -
Should be having valid enlistment certificate in appropriate class and category for participation in
tender process.
For execution of work firm should either be having experience of similar nature of work for individual
subheads as per Table A at page no. 9 or shall associate eligible agencies having experience of similar
nature of work for individual subheads as per the criteria given in the table A.
(a). should have satisfactorily completed similar works during last seven years ending last day of the
month previous to the one in which tenders are invited: -
(i). Three similar works each costing not less than 40% of estimated cost.
1
OR
(ii). Two similar works each costing not less than 60% of estimated cost.
OR
(iii). One similar work costing not less than 80% of estimated cost.
Similar work shall mean works of “Supplying, Installation, Testing and Commissioning of Access
Control System and / or Gate Security Gadgets (X-Ray Baggage Scanner or/and DFMD or/and
Flap Barrier/Turnstile or/and Face Recognition or/and Boom Barrier or/and Bollard or/and
UVSS or/and Tyre Killer/Shredder or/and Road Blocker)” The value of executed works shall be
brought to current costing level by enhancing the actual value of work at simple rate of 7% per annum;
calculated from the date of completion to previous day of last day of submission of bids.
Completion certificate issued by the officer not below the rank of Executive Engineer or equivalent will
have to be furnished along with the application. The completion certificate must clearly indicate: -
(i). Date of completion of work and amount
(ii). Nature of work with estimated cost
(iii). That the work has been completed satisfactorily
(iv). Cost of work done.
(b) Should have had Average Annual Financial Turnover (50% of ECPT) on construction works during the
last three years ending 31st March 2023 (Scanned copy of Certificate from CA with Unique Document
Identification Number (UDIN) to be uploaded).
The value of Annual Turnover figures shall be brought to current value by enhancing the actual
turnover figures at simple rate of 7% per annum.
(c) Should not have incurred any loss (profit after tax should be positive) in more than two years during the
last five years ending 31st March 2023. Duly audited and certified by chartered accountant.
(d) Should have a Banker's Certificate from a commercial Bank (40% of ECPT) or Net Worth certificate
from CA with Unique Document Identification Number (UDIN) of minimum (10 % amount of ECPT)
(Scanned copy of original to be uploaded).
For execution of work, firm should either be having experience of similar nature of work for both
subheads individually as per criteria given in Table-A at page no. 9 or shall associate eligible agency as
per the criteria given in the table A for the subhead in which it is not fulfilling eligibility criteria..
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and Instructions for bidders posted on website shall form part of bid document.
4. The bid document consisting of plans, specifications, the Schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from website www.etender.cpwd.gov.in
5. Pre Bid Conference shall be held in the O/o Chief Engineer (E), PEWZ, Parliament Library
Building, CPWD, Pt. Pant Marg, New Delhi at 11:30 AM on 25.09.2024 to clear the doubt of
intending bidders, if any. Intending bidders may attend the meeting. Such bidders may also
furnish their comments on bid documents through email at deleeepwed4.cpwd@nic.in before the
scheduled pre bid meeting. Minutes of such pre-bid meeting shall be up loaded as Corrigendum
in Bid document. No deviation in technical specifications/ conditions shall be accepted afterwards.
6. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of
Bid submission and uploading the mandatory scanned documents such as Banker`s Cheque /Account
Pay Demand Draft/Fixed Deposit Receipt (FDR)/Bank Guarantee (for balance amount as prescribed) of
a Commercial Bank or Insurance Surety Bond towards EMD in favour of Executive Engineer (E),
PHEWD, CPWD, New Delhi., receipt for deposition of original EMD to division office of any
Executive Engineer (including NIT issuing EE), CPWD and other documents as specified.
2
7. Those contractors who are not registered or have not updated their profile on the website mentioned
above, are required to get registered/update their profile beforehand. The necessary training materials
including the videos with step to step process are available on download section of
https://etender.cpwd.gov.in.
8. The intending bidder must have valid Class-III digital signature certificate with encryption key (combo
type) to perform any operations / transactions on the e-tendering portal / website and the bidder should
download and install the eMsigner on their system as per instructions available on download section of
https://etender.cpwd.gov.in.
9. On opening date, the contractor can login and see the bid opening process. After opening of bids, he
will receive the competitor bid sheets.
10. Contractor can upload documents in the form of JPG format and PDF format.
11. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload
Affidavit/Certificate from CA mentioning Financial Turnover of last 7 years or for the period as
specified in the bid document and further details if required may be asked from the contractor after
opening of technical bids. There is no need to upload entire voluminous balance sheet.
12. Contractor must ensure to quote rate in the prescribed column(s) meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell is left blank the
same shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder, rate
of such item shall be treated as "0" (ZERO).
However, if a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
13. The Eligibility cum Technical bid shall be opened first on due date and time as mentioned above. The
time and date of opening of financial bid of contractors qualifying the Eligibility cum Technical bid
shall be communicated to them at a later date.
14. The department reserves the right to reject any prospective application without assigning any reason
and to restrict the list of qualified contractors to any number deemed suitable by it, if too many bids are
received satisfying the laid down criterion.
15. The tender shall be submitted online in two parts, viz., Eligibility cum Technical Bid and Financial Bid.
(All two parts to be submitted online simultaneously)
3
LIST OF DOCUMENTS TO BE SCANNED AND UPLOADED WITHIN THE PERIOD OF BID
SUBMISSION:-
(A) As applicable for Specialized Agency and Approved and Eligible CPWD Buildings & Roads
Category.
1. Banker`s Cheque /Account Pay Demand Draft/Fixed Deposit Receipt (FDR)/Bank Guarantee (for
balance amount as prescribed) of a Commercial Bank or Insurance Surety Bond against EMD.
2. Copy of receipt for deposition of original EMD to division office of any EE/CPWD.
5. All documents related to eligibility cum technical bid mentioned at page 1 to 4 and at other places
of NIT shall be uploaded by the bidder.
6. Schedule of Technical Bid Documents as mentioned at page no. 54 to 57 of NIT, shall be filled
and uploaded by the bidder. Technical specification sheets of equipment offered shall also be
uploaded by the bidder
7. Undertaking from intending bidder that they will submit letter of authorization from OEM of
Major Equipments, within 15 days after issue of letter of acceptance, authorizing the bidder for
the work and ensuring installation / configuration and after sales support during execution of
work and also for ten (10) years after work completion
3. Profit / Loss statement duly audited by Chartered Accountant for the last five financial years
ending 31st March, 2023.
(C) As applicable for Approved and Eligible CPWD Buildings & Roads Category.
1. Valid CPWD Registration in Building & Roads Category in Appropriate Class.
2. Undertaking from intending bidder that either they have experience of similar nature of
work or they will associate eligible agencies having experience of similar nature of work,
within 10 days after issue of letter of acceptance.
4
CPWD-6 FOR e-TENDERING
1. The Executive Engineer (E), Parliament Library Electrical Works Division, CPWD, New Delhi
percentage rate bids are invited on behalf of President of India from approved and eligible CPWD
Buildings & Roads category contractors in appropriate class / specialized agencies in two bid
system (Eligibility cum Technical Bid and Financial Bid) for the work of “Supplying, Installation,
Testing and Commissioning of Access control system & Gate Security Gadgets for Reception
office & TKR-II gate in Parliament House Complex, New Delhi.”
The eligibility of the contractors should be valid on the last date of submission of bids. In case the last
date of submission of bid is extended, the eligibility of contractor should be valid on the original date of
submission of bids.
1.1 The work is estimated to cost Rs. 19,92,96,142/-/- This estimate, however, is given merely as a rough
guide.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority.
1.3 To become eligible for issue of bid, the bidders shall have to furnish an affidavit as under:-
I/We undertake and confirm that eligible similar works(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/we shall be debarred for bidding in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. (Scanned copy
to be uploaded at the time of submission of bid).
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 (or other
Standard Form as mentioned) which is available as a Govt. of India Publication and also available on
website www.etender.cpwd.gov.in or www.cpwd.gov.in or www.eprocure.gov.in. Bidders shall quote his
rates as per various terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 03 months from the date of start as defined in
schedule 'F' or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and other
necessary documents except Standard General Conditions of Contract Form can be seen on website
https:// etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any number of
times (he need not re-enter rate of all the items) but before last time and date of submission of bid as
notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial bid then it
shall be mandatory to submit revised financial bid. If not submitted then the bid submitted earlier shall
become invalid.
5
9. Earnest Money in the form of Banker`s Cheque /Account Pay Demand Draft/Fixed Deposit Receipt
(FDR)/Bank Guarantee (for balance amount as prescribed) of a Commercial Bank or Insurance Surety
Bond (drawn in favor of Executive Engineer (E), PHEWD, CPWD, New Delhi) shall be scanned
and uploaded on the e-Tendering website within the period of bid submission. The original EMD
should be deposited either in the office of Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive
Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money deposit to
the bidder in a prescribed format (enclosed) uploaded by tender inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lacs, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any Commercial bank having validity for
a period of 90 days for single bid works and 180 days for two bid system or more from the last date of
receipt of bids which is to be scanned and uploaded by the intending bidders.
The earnest money given by all the tenderers except the lowest tenderer shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, whichever is earlier. However, in case of two/ three bid system, earnest money deposit of
bidders unsuccessful during technical bid evaluation etc. should be returned within 30 days of
declaration of result of technical bid evaluation.
Copy of Enlistment Order and certificate of work experience and other documents as specified in the
notice inviting e- tender shall be scanned and uploaded on the e-Tendering website within the period of
bid submission. However, certified copy of all the scanned and uploaded documents as specified in e-
tender notice shall have to be submitted by the lowest bidder within a week physically in the office of
tender opening authority. Online bid documents submitted by intending bidders shall be opened only of
those bidders, who’s original EMD deposited with any division of CPWD and other documents scanned
and uploaded are found in order.
11. The contractor whose bid is accepted will be required to furnish performance guarantee 5% (Five
percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in
the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt or Bank
Guarantee from any of the Commercial Banks in accordance with the prescribed form. In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule 'F',
including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited
automatically without any notice to the contractor. The earnest money deposited along with bid shall be
returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will
also be required to furnish either copy of applicable licenses/ registrations or proof of applying for
obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including Provident
Fund Code No. If applicable and also ensure the compliance of aforesaid provisions by the
subcontractors, if any engaged by the contractor for the said work within the period specified in
Schedule F.
6
12. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstances which may influence or affect their bid. A bidders shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charge consequent on any
misunderstanding or otherwise shall be allowed. The bidders shall be responsible for arranging and
maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers
and all other services required for executing the work unless otherwise specifically provided for in the
contract documents. Submission of a bid by a bidder implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the
Government and local conditions and other factors having a bearing on the execution of the work.
13. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without the
assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
submitted by the contractors who resort to canvassing will be liable for rejection.
15. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazette officer in the Central Public Works Department or in the Ministry
of Housing and Urban Affairs. Any breach of this condition by the contractor would render him liable
to be removed from the approved list of contractors of this Department.
17. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor's
service.
18. The bids for the work shall remain open for acceptance for a period of 75 (seventy-five) days from the
date of opening of technical bids in case bids are invited in 2 or 3 bid system. Further
(i) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of bids, then
the Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the
earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
(ii) If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of submission of
bids, then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
100% of the earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
(iii) In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not
be allowed to participate in the rebidding process of the same work.
7
19. This notice inviting Bid shall form a part of the contract document. The successful bidder/ contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of: -
(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted
online at the time of submission of bid and acceptance thereof together with any correspondence
leading thereto.
20. Approved and eligible CPWD Buildings & Roads category contractors OR specialized agency if
themselves not eligible for a sub head, will have to associate eligible agencies for the specialized
services component(s)/sub heads i.e. for: -
Confirming to eligibility criteria as defined below in the bid document and have to submit details of
such agency(s) to Engineer-in-charge of relevant component(s) within 10 days after issue of letter of
acceptance. Name of the agency(s) to be associated shall be approved by Engineer-in-charge.
21. In case the Approved and eligible CPWD Buildings & Roads category contractor OR specialized
agency intend to change any of the associated agency(s) during the operation of contract, they shall
obtain prior approval of Engineer-in-charge of relevant specialized component(s). The new agency(s)
shall also to satisfy the laid down eligibility criteria. In case Engineer-in-charge is not satisfied with the
performance of any agency, he can direct the contractor to change the agency executing such items of
work and this shall be binding on the contractor.
22. The Approved and eligible CPWD Buildings & Roads category contractor OR specialized agency have
to enter into MoU with agency(s) associated by them. Copy of such MoU shall be submitted to
Engineer-in-charge. In case of change of associate contractor, the Approved and eligible CPWD
Buildings & Roads category contractor OR specialized agency have to enter into MoU/agreement with
the new contractor associated by them.
23. The intending bidders are required to update their profile in CPWD e- tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating
profile/uploading tender can be resolved through the concerned Executive Engineer/ Assistant Engineer
e-mail Id: deleeepwed4.cpwd@nic.in / delaee1-plewd@cpwd.gov.in) or ERP help line no.
18001803286 or e-mail Id cpwd.support@techmahindra.com. The e- tendering bidders are also advised
not to wait to raise any issues till the last date of submission of bid in their own interest.
8
Table -A
THE MINIMUM ELIGIBILITY CRITERIA FOR ASSOCIATION OF SPECIALIZED AGENCIES
OR
1. Sub Head: I 2.35 crore Similar work shall mean “Supplying, Installation,
(Access Control Testing and Commissioning X-Ray Baggage Scanner
System) or/and DFMD or/and Flap Barrier/Turnstile or/and Face
Recognition”
2. Sub Head: II 14.67 crore Similar work shall mean “Supplying, Installation,
(Gate Security Testing and Commissioning Boom Barrier or/and
System) Bollard or/and UVSS or/and Tyre Killer/Shredder or/and
Road Blocker”
9
Information and Instruction for tender inviting authority for e-tendering
1. Name of work: - Supplying, Installation, Testing and Commissioning of Access control system
& Gate Security Gadgets for Reception office & TKR-II gate in Parliament House Complex,
New Delhi.
10
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
(A) Tender for the work of: - Supplying, Installation, Testing and Commissioning of Access control
system & Gate Security Gadgets for Reception office & TKR-II gate in Parliament House
Complex, New Delhi.
(i) To be uploaded by 15:00 hours on 04.10.2024 to uploaded at www.etender.cpwd.gov.in or
www.cpwd.gov.in
(ii) To be opened in presence of tenderers who may be present at 15:30 hours on 04.10.2024 in the office of
The Executive Engineer (E), Parliament Library Electrical Works Division, CPWD, Parliament
Library Building, New Delhi.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.
I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the
specifications, designs, drawing and instructions in writing referred to in Rule-1 of General Rules and
Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for,
by, and in respect of accordance with, such conditions so far as applicable.
I/We agree to keep the tender open for Seventy Five (75) days from the date of opening of bid in
case of two or three bid system and not to make any modifications in its terms & conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive
Engineer as per the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance
Surety Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank
Guarantee (as prescribed) issued by a Commercial Bank, is scanned and uploaded (strike out as the case
may be). If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/We
agree that the said President of India or his successors, in office shall without prejudice to any other
right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We fail to
commence work as specified, I/ We agree that President of India or the successors in office shall
without prejudice to any other right or remedy available in law, be at liberty to forfeit the said
performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute all
the works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision contained in
Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got executed through
another contractor on back to back basis. Further that, if such a violation comes to the notice of
Department, then I/We shall be debarred for tendering in CPWD in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer-in-Charge shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
11
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/We am/are authorized to communicate the same or
use the information in any manner prejudicial to the safety & integrity of the State.
I/We hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information / derived there
from to any person other than a person to whom I/We, am/are authorized to communicate the same or
use the information in any manner prejudicial to the safety of the state.
Address:----------------------------- ---------------------------------------------------------------------
Telephone No.-----------------------
Occupation:-------------------------- e-MAIL -----------------------------
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me
for and on behalf of the President of India for a sum of Rs. ………................................ (Rupees
............................................................................................................................................)
The letters referred to below shall form part of this contract Agreement:-
(a) -----------------------------
(b) -----------------------------
(c) ----------------------------
For & on behalf of the President of India
Signature…………………........………..
Dated …………….. Designation…………………….
12
SCHEDULES
SCHEDULE 'A'
SCHEDULE 'D'
SCHEDULE 'E'
SCHEDULE ‘F’:-
General Rules & Directions: -
Officer inviting tender: : Executive Engineer (E), PLEWD, CPWD,
PLB, New Delhi.
Definitions:
Clause 1
Time allowed for submission of Performance :
Guarantee, Programme Chart (Time and
Progress) and applicable labour licences, 7 days
registration with EPFO, ESIC, and BOCW
welfare Board or proof of applying thereof
from the date of issue of letter of acceptance.
Authority for fixing compensation under clause – 2 : Superintending Engineer (E), PEWC, CPWD,
New Delhi.
Clause 2A
Applicable clause 2/ clause 2A : Yes
Clause 5
Authority to decide:
(i) Extension of time : Superintending Engineer (E), PEWC, CPWD,
New Delhi.
(ii) Rescheduling of mile stones : Superintending Engineer (E), PEWC, CPWD,
New Delhi.
(iii) Shifting of date of start in case of delay in : Not Applicable
handing over of site
Clause 5
Applicable clause 5/clause 5A : Clause 5 Applicable
Clause 6 :-
Computerised Measure Book (CMB) / Electronic Measurement Book (EMB) : CMB
Clause 7 :-
Gross work to be done together with net :
Rs. 2 cr.
payment / adjustment of advances for
material collected, if any, since the last such
payment for being eligible to interim
payment.
Clause 7 A:-
14
Clause 10A :-
Clause 10 – B(ii) :-
Clause 10CC :-
Note : Xm ........................% should be equal to (100) - (materials covered under clause 10CA i.e.
Cement, Steel, POL and other material specified in clause 10CA + Component of Labour)
Clause 11 :-
Clause 16: -
Competent Authority for deciding reduced rates. : Superintending Engineer (E), PEWC,
C.P.W.D., New Delhi.
Clause 25
(i) Conciliator : Special Director General, PRND
(ii) Arbitrator Appointing Authority : Chief Engineer (E), PEWZ, C.P.W.D., New Delhi
(iii) Place of Arbitration : Arbitral Tribunal may decide the place in consultation with
both the parties.
15
Clause 32
“Requirement of Technical Representative (s) and Recovery Rate”
Number
Sl. No.
Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction CO. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition that
such diploma holders not exceed 50% of requirement of degree Engineers.
Clause 38
(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of
Delhi schedule of rate printed by CPWD with upto date correction slips :- Not Applicable
(ii) Variations permissible on theoretical quantities:
a) Cement for works with estimated cost put to
tender not more than Rs. 25 lakhs Not Applicable
16
(On non-judicial stamp paper of minimum Rs. 100)
(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form of Bank Guarantee for Earnest Money Deposit /performance Guarantee/Security
Deposit/Mobilization Advance
Whereas the Executive Engineer (name of division) CPWD on behalf of the President of India
(hereinafter called "The Government”) has invited bids under ........................(NIT
number)............................................................... dated for................................................... (name of
work) .. The Government has further agreed to accept irrevocable Bank Guarantee for Rs.
................................... (Rupees……………………………. .... only) valid upto .........
(date)*..................... as Earnest Money Deposit from ......................... (name and address of
contractor) ………………………………………………...................,(hereinafter called "the
contractor") for compliance of his obligations in accordance with the terms and conditions of the said
NIT.
OR**
Whereas the Executive Engineer ……………………….(name of division)
……………………….CPWD on behalf of the President of India (hereinafter called "The
Government”) has entered into an agreement bearing number ……………………with
.....................................(name and address of the contractor) …………………………….. (hereinafter
called "the Contractor”) for execution of work.............................. ... (name of work)
………………………………......... The Government has further agreed to accept an irrevocable Bank
Guarantee for Rs. ....................... (Rupees ……………………..... only) valid upto …………….........
(date)........................ as Performance Guarantee / Security Deposit / Mobilization Advance from
the said Contractor for compliance of his obligations in accordance with the terms and conditions of
the agreement.
2. We, ........................... (indicate the name of the bank) …………………… (herein after referred
to as “the Bank”), hereby undertake to pay to the Government an amount not exceeding Rs
……………………….. (Rupees ………………...... only) on demand by the Government
within 10 days of the demand.
3. We, ........................ (indicate the name of the Bank) do here by undertake to pay the amount
due and payable under this guarantee without any demur, merely on a demand from the
Government stating that the amount claimed is required to meet the recoveries due or likely to
be due from the said contractor. Any such demand made on the Bank shall be conclusive as
regards the amount due and payable by the Bank under this Guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs.
………………………........ (Rupees ........................................................ only)
4. We, .............................. (indicate the name of the Bank) ............................................. , further
undertake to pay the Government any money so demanded notwithstanding any dispute or
disputes raised by the contractor in any suit or proceeding pending before any Court or
Tribunal, our liability under this Bank Guarantee being absolute and unequivocal. The payment
so made by us under this Bank Guarantee shall be a valid discharge of our liability for payment
there under and the contractor shall have no claim against us for making such payment.
5. We, …………..................... (indicate the name of the Bank) further agree that the Government
shall have the fullest liberty without our consent and without affecting in any manner our
obligation here under to vary any of the terms and conditions of the said agreement or to
extend time of performance by the said contractor from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government against the said
contractor and.to forbear or enforce any of the terms and conditions rerating to the said
agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted to the said contractor or for any forbearance, act of omission on the
17
part of the Government or any indulgence by the Government to the said contractor or by any
such matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.
6. We, …………................ (indicate the name of the Bank) …………………….., further agree
that the Government at its option shall be entitled to enforce this Guarantee against the Bank as
a principal debtor at the first instance without proceeding against the contractor and
notwithstanding any security or other guarantee the Government may have in relation to the
Contractor's liabilities.
7. This guarantee will not be discharged due to the change in Contractor.
8. We, ...................... (indicate the name of the Bank) ………………………, undertake not to
revoke this guarantee except with the consent of the Government in writing
9. This Bank Guarantee shall be valid up to ………………………… unless extended on demand
by the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. ………………………. (Rupees.................... only) and unless a
claim in writing is lodged with us within the date of expiry or extended date of expiry of this
guarantee, all our liabilities under this guarantee shall stand discharged.
Date …………………………..
1. Signature ………………….. Authorized signatory
Name and address Name
Designation
Staff Code No.
Bank Seal
2. Signature …………………..
Name and address
* Date to be worked out on the basis of validity period of 90 days where only financial bids are
invited and 180 days for two/three bid system from the date of submission of tender.
** ln paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be
18
Additional Terms & Conditions
1. The scope of works covers supplying the items of approved make and model as per technical
specifications, testing as may be necessary before dispatch, delivery at site, all preparatory work,
assembly and installation, and operation of system & final testing & commissioning. The scope
also includes removal/dismantling of the existing system wherever required due to new system.
2. The work shall be executed as per CPWD General Specifications for Electrical Works Part-I (int.)
2013), Part-II (Ext.) 1994, as amended upto date, relevant I.E. Rules, BIS/NBC-2016 as applicable
and as per directions of Engineering-Charge. These additional specifications are to be read in
conjunction with the specifications given in the bid document.
3. The work is of extremely important nature and is required to be completed on priority within the
target date, in co-ordination with other agencies.
4. All equipments delivered shall be brand new with Manufacturer’s certificates, warrantee technical
catalogues, instructions, manuals and wiring diagrams etc.
5. The firm must have in House facility for designing and execution of work. They must have suitable
manpower consisting of software & Hardware Engineer and technicians.
6. The Financial Proposal should include all costs associated with the assignment,
including all applicable taxes etc.
7. The tenderer should in his own interest visit the site and familiarize themself with the site
conditions before tendering.
8. There are visits of dignitaries and events at times hence, the work is required to be executed in such
a manner that no disturbance/inconvenience is caused to the occupants as well as no hindrance is
caused to their functioning/ working. The contractor shall organize his activities of the work in
such a manner that the works and functioning of the occupants do not get hampered.
9. The contractor has to make day-to-day program of dismantling and commissioning fully in
consultation with the Engineer- In- Charge & get the same approved. If the site or part of it is not
available for execution of work on any day for any reasons, the program of execution shall be got
modified accordingly in consultation with the Engineer- In- Charge and the contractor shall have
no claim for any extra payment of compensation on this account. Work shall also be carried out in
odd hours to avoid any hinderance in the normal working of Parliament House Complex. For this
no idle labour claim etc. shall be entertained.
10. There are E & M services are already existing/functioning in the campus/building. Hence, the
contractor shall organize activities of his work in such a manner that none of the existing service
get damaged/dislocated/hampered in any manner. Care shall also be taken by the contractor to
avoid damage to any of these existing service/service lines, any part of the building etc. If any
damage is caused to any of the existing services/service lines, or any part of the building the same
shall be repaired/rectified and made functional or restored to its original finish by the contractor
immediately at his own expenses failing which the same shall be repaired/rectified and made
functional by department at the risk and cost of the contractor. The decision of the Engineer-in-
charge in this regard shall be final & binding.
11. As already stated above the campus/building is of national importance. Hence if any
cutting/breaking on floor/wall/ceiling becomes inevitable for execution of the work then it must be
done to the barest minimum level, in a highly professional manner & only after consulting the
Engineer-in- charge. It must be ensured that such cutting is repaired/restored to its original finish
by the contractor immediately at his own expense failing which the same shall be repaired/restored
to its original finish by department at the risk and cost of the contractor. The decision of the
Engineer-in-charge in this regard shall be final & binding.
19
12. The site is having strict security restrictions where the work is to be executed by the contractor.
Due to high security area, there may be some times some restrictions on working hours/days for
which the contractor shall be intimated then & there & no claim shall be entertained for idle labour
if any. No claim what so ever will be entertained by the department on account of any other
restrictions imposed by the security agencies, occupants & the client department. The loss of time
on this account shall have to be made up by generating additional resources without any extra
claim on the department on this account.
13. Following points shall be followed by the contractor during execution & maintenance of work:-
(i) No inflammable materials, including P.O.L. shall generally be stored at site of work.
(ii) The movement of trucks and vehicles will be regulated in accordance with rules and
regulations as approved by competent authorities.
(iii) The contractor shall inform in advance, the truck registration number, ownership of the
trucks, names and address of the drivers and labours for necessary action by the security
agency.
(iv) Due to the site conditions, no space for construction of godown and stay of site staff
may beallowed.
(v) Names and addresses of labourers/staff etc. working at site shall be furnished in
advance. The contractor has to submit Aadhar Card and Police Character Certificate of all
staff to be deployed at site for execution & maintenance of work before start of work for
issue of entry passes.
(vi) The labourers/staff should not be changed too frequently once the verification of the
character andantecedents is done.
(vii) As and when there will be security requirements, certain additional restrictions can be
proposed as per the requirement of the situation.
14. The Contractor and their deployed staff will be required to carry the entry pass with them during
their working inside the campus.
15. Bidders are advised not to deviate from the technical specifications/ items, commercial terms and
conditions of NIT.
16. The contractor shall prepare and submit drawings of installations as per site condition and get them
approved from the Engineer-In-Charge. The approval of drawing however does not absolve the
contractor of their responsibility to supply the equipment/materials as per agreement. In case of any
contradiction between the approved drawings and agreement, the decision of the Engineer-in-
charge shall be final and binding on the contractor.
17. Drawing should include manufactures name(s), model numbers, ratings, power requirements,
equipment layout, device arrangement, complete wiring and conduit layout.
18. Three sets of the drawings shall be submitted by the contractor while handing over the installation
to the Department. Out of this one of the sets shall be laminated on a hard base for display in the
control room. Additional one set will be given on digital form. Details of drawings are given
below: -
(i) System Installation drawings giving complete details of all the equipment, including one
set of reproducible drawings and a CD ROM with copies of record of Drawings in DXF
for use in a CAD drafting program.
(ii) Line diagram and layout of all Electronic/Electrical control panels giving switchgear
ratings and their disposition, cable feeder sizes and their layout.
(iii) Control wiring drawings with all control components and sequence of operations to
explain the operation of control circuit.
(iv) System matrix showing input signals to output commands.
(v) System Operation, installation and maintenance manual detailing all adjustments,
operation and maintenance procedure.
20
19. Consignments shall be sent duly insured by road transport on freight paid basis. Department will
not pay anything on this account. All the consignments are to be duly insured at the cost of the
successful bidder. The insurance cover shall be valid till the equipments are handed over duly
installed, tested and commissioned.
20. The contractor may be required to import the material/ fittings as per requirement. They may also
be required to air lift the imported material to complete the work in given time schedule.
Contractor shall account for such eventuality and nothing extra shall be paid by the department.
21. The bidder shall submit all the relevant documents like type test, all test certificate, catalogue,
operation manual including training of operational staff for proper operation and function of the
equipments supplied by the agency.
22. All related civil works i.e. road cutting, CC work, foundation work etc. as required for
installation of Gate Security Gadgets shall be considered to be included in the scope of work
of SITC of gadgets. Making good the damaged road/footpath etc. shall also be in the scope of
work. No extra payment shall be made for these work s and contractors are
required to bid accordingly.
23. All electrical and network/data connection for all Gadgets including supply and fixing of
channels/conduits, wire, cables and interconnection cable from existing Electrical
Distribution Box/ Electrical panel /network switches installed in the vicinity of TKR-II/TKR-
III gate shall be in the scope of work. No extra payment shall be made for these works
and contractors are required to bid accordingly .
24. All interconnection cable and networking cable between all Gadgets are also considered to be
included in the scope of work within quoted rate. No extra payment shall be made for
these works also.
25. All access control systems are required to be integrated with existing software of CDAC
installed in of Parliament House. This integration shall be in the scope of work. No extra
payment shall be made for these works and contractors are required to bid accordingly.
26. The lowest bidder conducts a proof of concept (PoC) of the Access Control System to demonstrate
the functionalities and integration with the existing system installed in Parliament House before
delivery of equipments at site, after approval of technical details.
27. All works shall be carried out in accordance with relevant regulation, both statutory and those
specified by the Indian Standards related to the works covered by this specification. In particular
the equipment and installation will comply with the following:
1.1.1 Factories Act.
1.1.2 Indian Electricity Rules.
1.1.3 I.S. Standards /International standards/ NBC-2016 / CPWD Specification as applicable.
1.1.4 Workmen’s compensation Act.
28. Nothing in this specification shall be construed to relieve the successful bidder of his responsibility
for the design, manufacture and installation of the equipment with all accessories in accordance
with currently applicable statutory regulations and safety codes.
29. Successful bidder shall arrange for compliance with statutory provisions of safety regulations and
departmental requirements of safety codes in respect of labour employed on the work by the
bidder. Failure to provide such safety requirement i/c necessary barriers, warning signals etc.
wherever required would make the bidder liable for penalty as per the contract for each default. In
addition, the department will be at liberty to make arrangement for the safety requirements at the
cost of bidder and recover the cost there of from him.
21
30. The successful bidder shall at all times indemnity the department, consequent on this work
contract. The successful bidder shall be liable, in accordance with the Indian Law and Regulations
for any accident occurring due to any cause and the contractor shall be responsible for any accident
or damage incurred or claim arising there from during the period of erection, construction and
putting into operation the equipments and ancillary equipment under the supervision of the
successful bidder in so far as the latter is responsible. The successful bidder shall also provide all
insurance i/c third party insurance as may be necessary to cover the risk. No extra payment would
be made to the successful bidder on account of the above.
31. Guarantee:
All equipments shall be under guarantee/warranty for a period of Three years after successful
installation, testing and commissioning of the complete system and from the date of acceptance and
taking over of the installation by the department. The equipment or component or any part thereof
so found defective during the guarantee/warranty period shall be repaired or replaced free of cost to
the satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is
being caused by the contactor in doing this, the same will be got done by the department at the risk
and cost of the contractor. The decision of Engineer-in-Charge in this regard shall be final. The
contactor shall guarantee the complete system to maintain the specified conditions under all
conditions of ambient temperature
32. The Bidder shall give the Guarantee for the following among other things.
(a) Quality, strength and performance of the materials used as per manufacturer's standards.
(b) Safe mechanical and electrical stress on all parts under all specified conditions of operation.
33. All items shall be from list of preferred makes. The contractor has to submit make and model and
all the technical data sheets of all items to Engineer-in-charge and got it approved by department
before procurement as otherwise the same will be rejected outright.
34. Suitable open storage space and lockable space only for storage of small & loose items shall be
made available to the successful bidder free of cost. Safe custody of all the materials supplied by
the contractor including its watch and ward at site till handing over to the department after
commissioning of the complete installation shall be the responsibility of the successful bidder.
35. Water & Power supply required for use on work for testing and commissioning shall be made
available by the department at convenient location as decided by Engineer-In-Charge, in the
campus free of cost. Further, the arrangement for tapping power/water supply from this point shall
be made by the contractor.
36. The contractor has to stack all the dismantled materials at one place provided by the
department and disposed of as per standards norms.
37. Before commissioning of the installation, all tests as per bid specifications, CPWD’s specification
and or respective Manufacturer’s recommendations shall be carried out and result submitted.
38. The contractor shall have to produce all the relevant records and test reports to certify that the
genuine equipment from the Manufacturers has been supplied and erected.
39. Sufficient trained and experienced staff shall be deployed as prescribed in terms and conditions of
Routine Maintenance and Comprehensive Maintenance of this bid document as per site
requirement.
22
40. The Routine Maintenance & Comprehensive Maintenance of the system shall be carried out as per
terms and conditions of agreement for which separate supplementary agreement shall be drawn for
entire Routine Maintenance and Comprehensive Maintenance period after completion of work and
handed over of entire system.
41. For the supplementary agreement, the contractor has to submit performance guarantee @5% of
supplementary agreement value for four years of supplementary agreement period.
42. The lowest bidder shall submit Letter of Authorization from OEM of all major equipments
(i.e. X-Ray Baggage, DFMD, Flap Barrier/Turnstile, Face Recognition, Boom Barrier,
Hydraulic Bollard, UVSS, Tyre Killer/ Shredder, Road Blocker) within 15 days after issue of
letter of acceptance, authorizing the bidder for the work and ensuring installation /
configuration and after sales support during execution of work and also for ten (10) years
after work completion.
43. Inspection:
The contractor shall submit inspection call for inspection and testing of Equipments at OEM works
/ testing station for inspection by the department officers at least two weeks before schedule date of
dispatch. Departmental officers may visit OEM works / testing station etc. All testing facility at
OEM works / testing station shall be arranged by the contractor within quoted rates. However, all
expenses of travelling & boarding etc. of departmental officers shall be borne by the department.
Tentative list of equipments i/c foundation etc. to be dismantled and taken back by contractor.
(ii) The staff has to check all the system daily and maintain record to keep system healthy and
functional. If anything found faulty, necessary corrective action shall be taken
immediately. They have to coordinate with operational staff and backup with the
comprehensive maintenance team of agency and also OEM of the equipments to rectify of
the fault on top priority. Necessary tool kit, testing equipments, log book etc. as required
shall be provided by the contractor.
23
(iii) Deployment of minimum staff for Routine Maintenance of item 1 of Schedule of Quantity
of SH: IV shall be as follows: -
2. Skilled 3 nos. Minimum ITI with two In shifts on all days i/c Rs. 2000/- per
Technical years’ experience in access Saturday, Sunday & person per shift
staff control system and gate Holidays
security gadgets.
Maintenance staff shall be deployed as per duty chart issued by JE(E)/ AE(E) In -
charge of work
(ii) The appropriate skilled Engineer & Technician shall mandatorily visit the site twice a month and
as & when required with regard to comprehensive maintenance of the entire system. A report in
this regard shall be submitted by the contractor. In case of failure to do this routine visit and non-
submission of report a recovery at the rate of Rs. 15000/- shall be done per visit.
(iii) Any complaint has to be attended immediately during the comprehensive maintenance/ warranty
period and any non-critical fault has to be rectified within six hours of complaint, failing which a
recovery @10,000/- shall be done and in case of further delay in rectification of the fault a
recovery at the rate of Rs. 5,000/- per hour of delay shall be done. In case of a critical fault
causing complete system shut down a recovery of Rs. 200,000/- per event shall be done.
(C) Payment to the contractor for Routine Maintenance and Comprehensive Maintenance work shall be
done on quarterly basis.
Training of Security Operational Staff associated with the operation of system shall be in the scope
of the work within quoted rates.
24
47. Payment terms and conditions:
Following payment terms shall be applicable.
(i) No advance payment shall be made.
(ii) Following percentage of contract rates shall be payable against the stage of work shown
herein:
Sl. Stage of Work Payment
No.
1. After initial inspection (wherever specified) and delivery at site 60%
in good condition on pro-rata basis. (of contract value)
2. On completion of installation pro-rata basis. 15% (of contract value)
3. On completion of Testing and Commissioning 15% (of contract value)
4. Handing over after completion of successful running of system 10% (of contract value)
and training etc.
48. Contractor has to follow all Government of India policies w.r.t. to purchase of equipment and
materials for the project. Up to date orders in this regard are to be followed.
- Public Procurement Order 2017 (PPP-MII Order) dated 15/06/2017 preference to make in
India updated till date to be followed.
- Latest GFR, 2017 of insertion of new rule 144 (X) and (IX) and certificate from the Main
agency, associated agency and from the OEM may be furnished before purchasing
equipment/materials for the project. The format of said certificate is as below:
- Certificate to be furnished by Agency and their Specialized agencies under Rule 144 (xi), in
the General Financial Rules (GFRs), 2017 (added vide OM F. note 6/18/2019-PPD dated. 23rd
July 2020).
CERTIFICATE
“I have read the clauses regarding restrictions on procurement from a bidder of a country
which shares a land border with India and on sub-contracting to contractors from such countries,
I certify that this bidder is not from such a country or, if from such a country, has been
registered with the Competent Authority and will not sub-contract any work to a contractor from
such countries unless such contractor is registered with the Competent Authority. I hereby
certify that this bidder fulfils all the requirements in this regard and is eligible to be considered.
[Where applicable, evidence of valid registration by the Competent Authority shall be
attached.]”
25
SCOPE AND BRIEF OF ACCESS CONTROL AND GATE SECURITY SYSTEM:
1. Access control System is proposed to serve the objective of allowing entry and exit to and from the premises
to authorized personnel only in the buildings in the following aspects. An access control system determines who
is allowed to enter or exit, where they are allowed to exit or enter, and when they are allowed to enter or exit.
The electronic access control system grants access based on the credential (A credential is a physical/tangible
object, a piece of knowledge, or a facet of a person's physical being) that enables an individual access to a given
physical facility or computer-based information system. When access is granted, the door is unlocked for a
predetermined time and the transaction is recorded. When access is refused, the door remains locked and the
attempted access is recorded.
a) Access Control System will provide state-of-art reliable, secured infrastructure and centralize the
monitoring operations and management of facilities at the gates/buildings while providing a safe, secure and
quality working environment to the building personnel.
b) Access Control system and its accessories such as biometric readers, smart card readers, exit push button
switches, door access controllers and servers will be installed as per standards mentioned in the
manufacturer’s catalogue. Products will have quality system compliance such as ISO/ BIS and will be UL,
EN or FCC certified, and CE/FM approved.
c) All equipment’s will comply with safety IEC, NEMA or equivalent safety standards. Networking will
comply with IEEE 802 Standards.
26
5. ACCESS CONTROL SERVER & STORAGE
Access control system will be provided with server for database storage of access control system. Server
contains records of all events round the clock throughout the year and can be used for generation of alarms and
reports.
Access Control System server will be provided with access management software with required licenses.
8. For Human Physical access / Security Control, Flap Barriers are provided.
9. Boom Barriers:
a) Manual Operation.
b) Provision for Automatic vehicle detection & closing of boom barrier after vehicle passes the boom
barrier.
c) IR beam sensors (Tx & Rx)
12. TIME & ATTENDANCE MONITORING SYSTEM: Biometric readers-based attendance monitoring.
27
TECHNICAL SPECIFICATION
1. Dual View X ray baggage scanner
A Technical Specifications
1.1 Minimum Tunnel Size- 600mm W (width) X 400mm H (Height)
Conveyor belt speed should be between 0.18 and 0.26 per second. Conveyor movement
1.2
bidirectional.
All machines should operate on 230V AC, 50Hz power supply and should be able to
1.3
withstand voltage fluctuations in the range of 170V to 260V. Single phase 3 to 5 Amp.
1.4 Conveyor Capacity- 160Kg or more
1.5 Throughput should be 200 bags per hour or more
Sensors > 1000 diodes, L shaped detector (Folded array type), In case of defective diode
1.6 arrays, scanning should be disabled and error message should be displayed on the
screen.
X ray voltage -160 kV. Each of the XBIS should be equipped with two independent X
1.7
ray generators with dual view image
X-Ray source/generator – should be capable to operate smoothly for a period of at least
1.8
Ten (10) years
1.9 Duty Cycle- 100%
The X-Ray beam divergence should be such that the complete image at maximum size
1.10
of bag is displayed without corner cuts.
The radiation level should not exceed accepted health standard (0.1m R/Hr at a distance
1.11
of 5 cm form external housing). As per AERB.
Storage temperature -20 degree Celsius to 60 degree Celsius. NABL accredited lab
1.13
report to be provided with the bid. Humidity- 90% non-condensing
Machine dimensions should be in the range of 2400-2600 mm Length x 1200-1350 mm
1.14
width and 1200-1350mm height
Resolution: The machine should be able to display single un-insulated tinned copper
1.15
wire of 42 SWG or 38 AWG.
28
Radiation Safety- the machine must comply with requirements of health and safety
regulations with regard to mechanical electrical and radiation hazards. Before
installation of the machine, the supplier/manufacturers should furnish relevant
1.20
certificates from atomic energy regulatory board of India regarding radiation safety.
The company manufacturing the equipment should have ISO certification for
manufacturing and servicing of X-Ray screening machines.
Film Safety: Guaranteed safety for high-speed up to ISO 1600. The machines should
1.21 be film safe. In other words, photographic films must not be damaged due to X Ray
examination.
Machine should be proper sealed from all the sides for pest proof. Dust proof cover is to
1.22
be provided for covering when system is not in use.
Facility for variable contrast must be incorporated to allow enhancement
1.23
of lighter and darker portion of the image.
The machine should be so designed that software enhancement can be easily
1.24
implemented to take care of new technique in image processing and pattern recognition.
Full diagnostic built in test facility. All models should have software controlled
1.25
diagnosis report facility and system should give printout if printer is connected.
1.26 All software features of machine should be online and password protected.
1.27 BARC/BRIT film and food safety certificate to be provided before supply of material.
Machine should be capable for recalling 15 or more previous images. It should have the
1.28
capability of archiving 2000 or more images with date & time stamp.
Control desk with security housing and locking provision should be available. The
1.29 operator personal identification number can be entered through the keyboard along with
generation of log.
1.30 OEM should have commercial production license for X ray baggage scanners
Facility of image enhancement should be available. All models should have online
1.31 recording facility and can be recorded in CD, R/W or/and USB and should be able to
view images so recorded on standard alone PC.
Lead impregnated safety screens should be available at either ends of the tunnel. This
1.32 should be covered by relevant AERB certificate. Idle rollers to be provided at either
ends of the tunnel to facilitate placing of baggage at input and output.
All software features should be controlled from keyboard and mouse of machine
1.33 keyboard function should be user friendly. To enable/disable the software features
system should not be rebooted.
If the machine fails to penetrate a particular item than an alarm video and audio both
1.34
should be generated to notify the operator.
The threat image projection (TIP) system software to be incorporated in all X-ray BIS
1.35
operation.
1.36 Copy of all software including X-ray software with recovery CD must be provided.
1.37 Operating & service manual shall be provided with each machine.
Other features:
a) Edge & variable edge enhancement.
b) Inverse Image
1.38
c) Set up time not more than 10 minutes
d) Pseudo colour
e) Date & Time display
29
Minimum computer configuration
1. CPU: should be able to deliver the output to meet the specification
mentioned as above
2. Hard Disk: 500 GB 7200 rpm serial ATA HDD or better
Operating system: Linux/Windows based
3. Mouse: Optional
1.39 4. Ports: 6 USB ports (with at least 2 in Front), 1 serial port, 1 parallel port 1 PS/2
keyboard and 1 PS/2 Mouse port, audio ports for microphone and headphone in
front.
5. CD-R/RW Drive: DVD writer
6. Networking facility 10/100/1000 on board integrated network port with remote
booting facility remote system installation, remote wake up, out of band
management using any standard management software.
1.40 UPS: 3 KVA UPS with Isolation Stabilizer.
B Threat Image projection
Tip software facility shall be incorporated in the offered X-ray machine to assist
supervisors in testing the operator alertness and training X-ray screeners to improve
their ability in identifying specific threat object. The system will create a threat object
and the same will be superimposed on the monitor screen while a bag is being screened.
1.41 To acknowledge that the operator has seen the false object, operator must press the
control panel key that will cause the computer generated threat object to disappear from
x-rayed bag image on the VDU screen. Each operators action shall be recorded in the
hard disc of the computer for the auditing purpose by the supervisor or other authorized
person.
C DESIGN OF THE SYTEM
Tip software should be compatible with other X-ray technologies such as automatic
reject unit. Dual X-ray screen technologies, automatic threat recognition system etc.
1.42
All x-ray image functions must be
available at the same time along with TIP
D IMAGE LIBRARY
The image library should have an image library containing at least 100 explosives
devices, 100 knives and 100 firearms in various sizes, shapes, locations and
1.43 orientations. However, the system should have facility to expand the library to
incorporate additional images by user without assistance
of the manufacturer.
The image library should contain images of threats at different orientations
both plan and end on orientation should be used. Although these will be
1.44 assigned different file names and references, it must be possible to cross-reference these
as the same threat. All threat image projection images must be realistic, representative
and non- distinguishable from real threat items.
Programming facility shall be available to project threat images in different intervals.
The same period of threat image as well as image mx in percentage shall be user
1.45
programmable e.g. software shall select 40% images of explosive devices, 35% of the
arms & 25% knives or random etc.
Once the screener has responded to identify the computer generated threat image, it
1.46 should remain on the screen for a predefined user programmatic feedback message shall
be visible to the screener.
The threat image projection facility shall have details of user data-base such as
1.47 department name, screener name, organization, user ID Number, level of access such
screener, administrator, maintenance & password.
30
Access to start up menu should be restricted only to the authorized individuals. A log in
procedure by means of password or security key could achieve restricted access to each
of the comment. The log in procedure should not take longer than 20 seconds. The
1.48
system should have facility to bypass the TIP facility, if programmed so by the system
administrator. It is to be ensured that the TIP software shall not be hindrance to normal
functioning of X-ray machines.
When the operator logs-in or logs out message should be displayed on x ray BIS VDU
1.49 screen to confirm that he/she has been correctly logged
in or logged out.
The threat image projection should be capable of giving feedback “HIT MISS or
1.50 FALSE ALARM” message. No message will be presented if a screener correctly
passed as clear bag.
A HIT message to be presented when a screener has correctly identified a Threat image
projection image. A MISS message shall be presented when screener fails to identify
the TIP image. A FALSE ALARM message shall be given when screener incorrectly
1.51 indicate TIP image when in fact no threat image projection is present. The feedback
should clearly indicate in a screen that a tip object has been correctly identified /tip
object has been missed/ that a TIP object has been missed/ no TIP object was
present. Information should be recorded in the database.
Different colour coding shall be used for feedback to the screener. It is recommended
1.52 that colour code “RED for MISS” GREEN for “HIT” and
YELLOW to false alarm or interrupt be used.
The system shall automatically prepare the daily log of events for each screener
1.53 performance. TIP log shall include particulars of name of screener, time & date
image, weather threat image was successfully identified or missed etc.
The report on threat image projection system may have date and time (from-to) as per
requirement. Screener particulars and decision/outcome i.e. MISS, HIT or FALSE
1.54
Alarm in percentage as well in absolute numbers, numbers of bag screened, categories
such as explosives devices knife or weapons etc.
As a standard practice, daily/weekly/monthly report shall be retrieved. Report shall be
1.55
for any given time and period as per command.
All data should be stored on the system for a minimum of two months after it has been
downloaded. No individual, regardless of access rights to the threat image projection
1.56
components would delete or amend any of threat image projection data or time i.e.
threat image projection data on the actual x ray machine will be read only file.
For X-ray Baggage Scanner 01 (one) CTP (Combined Test Piece) is to be provided by
1.57
the firm.
31
5. Zones & Sensitivity 20 zones or above & minimum 100 sensitivity steps
in each programme. Separate horizontal zones with
independently adjusted sensibility from 0-200%
6. Interference Suppression Digital filtering by signal processor
7. Network connectivity Remote connectivity through Ethernet
8. Traffic light To assist in the smooth flow of people through the
machine
9. Display unit The display shall be equipped with alphanumeric
display, zone display, keypad including standby
button, status LEDs and audible indicator.
10. Alarm Audible & Visible alarm
11. Access Code Protection Parameter adjustments are access code protected
12. User Access Rights The unit shall have fully configurable user access
rights, enabling different type of users to have
access to all or only some specific functions
13. Electronics unit It shall be housed in a suitable enclosure.
14. Provision shall be made available to upgrade
Software Up gradation facility
software versions
15. Operating Frequency It shall have multiple operating frequency
sets. The operating frequency shall be selected to
make it noise free frequency band.
16. IP rating IP 55 or better
17. Features • auto sensitivity, auto floor sensitivity
• auto frequency
• menu-type GUI
19. General
• The control unit display panel should have the option of setting the DFMD at “factory
default settings”. The details of factory settings of various features should also be
mentioned in the operational & installation manual.
• The equipment should have provision for remote programming through LAN port.
• The equipment must be CE certified.
• DFMD will not erase, alter, or damage magnetic storage media including credit cards,
computer floppy disks, tapes, when a person possessing any of these items is passing
through the DFMD.
• The effects from the operation of the electronics and the low intensity magnetic fields
of the DFMD are harmless to people with pacemakers, pregnant women, the operator,
general pedestrian traffic AND magnetic media, electronic devices.
• This device shall be designed to work on 24 x 7 basis[continuous operation]
• Auto tuning / auto calibration of security / sensitivity level and alarm volume
adjustment.
• Integrated high-tech filter circuitry to eliminate magnetic & electrical interferences.
• Detection of all metals & metal alloys using single detection programme and
continuous active detection capability.
32
• Settings lockable through a multi digit protected password and a mechanical lock.
• Metal detection accompanied with audio alarm sound.
• For each DFMD, one OTP (Operational Tet Piece) has to be provided by the firm.
3. FLAP BARRIERS
S.N. Description
3.1 Flap Barrier
3.2 Orientation – Pass Left or Pass Right
3.3 Drive – Motorized
3.4 Material
Top (SS): Stainless Steel 304 or better,
Front (SS): Stainless Steel 304 or better
Standard Finish (SS): Stainless Steel 304 Grade,
Wing Housing: Stainless Steel finished to match Top and Front.
Inlay: 304 grade grained Stainless Steel,
Wings: 15 mm clear toughened glass or better, with rubber safety edge.
Side Doors (MF/SS): Stainless Steel
Plinth: 304 grade grained Stainless Steel
3.5 Normally Closed cabinet
• 1448mm long
• 6 security Photocells minimum in zig zag format which can’t be analyzed by
visitor/employees.
3.6 Flap barrier cabinet width: 550MM for normal lane/900 MM for wide lane
3.7 Flap Barrier blocking height: 1200 MM or more
3.8 Flap barrier Electronic detection
• All Flap barrier openings and fraudulent passage detections are controlled &
detected by photocells.
• Photocells are programmed to analyze a logical sequence path which will allow
or refuse the gate opening.
• Flap barriers are designed to detect first and then try to stop fraudulent passage as
long as physical integrity of user is not in danger. They offer 100% detection not
rejection.
3.9 Flap barrier detection system is algorithm based taking into not only sequence (as they
do) but also shapes, distance, timing in the sequence which allow to cater for different
people shapes and passage scenarios.
3.10 Gate can stack in memory minimum 6 authorisations per way, leading to a total of 12
passages being stacked. This of course allow again to speed up the process and minimise
queue.
3.11 Flap Barrier should have function to makes it possible to obtain a graphic display of the
instantaneous situation about fault or alarm during operation of motor & other parts like
photo sensor.
3.12 Mechanism Testing
Flap Barrier should have mechanisms to perform test by carrying out the operations like
flap open, flap close, photo cell working, battery performance etc.
3.13 Bi-Directional – Passage controlled in Both directions electronically
3.14 Flap Barrier should have ability to work on below parameter:
• Using programmable parameters on one or both direction.
• By remote control.
• By a command sent through the RS485 serial line.
33
3.15 Operating Modes
The Flap Barrier operation should be bi-directional. The two passageways, direction A
(the master casework is at the right hand of the user) and B should be managed in one of
the following modes:
Free: the gate enables transit of all passengers in the corresponding direction, the entry
and/or exit traffic-lights have the green arrow;
Blocked: the gate does not enable transit in corresponding direction, entry and/or exit
traffic-lights have the red cross; Control: the gate allows transit only to persons
authorized by the access control system.
3.16 The unit shall function in the Normally Closed mode and shall provide a closed walkway
which can only be opened on receipt of an authorized signal.
3.17 Mechanism –
• The wings should move by two linked mechanical arms.
• The arms are rotated by a torque shaft connected to a drive unit.
• The drive unit is a DC motor connected to a reduction gear and a bi-directional
encoder.
• The wing speed for Opening/Closing should be adjustable
3.18 Presence sensing in the lane shall be achieved with 6 photo sensors placed in zig zag
manner. Sensors shouldn’t be visible to user.
3.19 Alarms - When persons incorrectly use the passageway, including if they are not
authorised to transit the system should generate alarm signals when these conditions
occur.
3.20 The unit shall be configured for emergency opening during Fire condition
3.21 Interface:
• Potential free contact provided by card reader.
• The unit shall have adjustable time out facility
34
3.23 Operating Temperature - +5 to +40⁰C
3.24 Relative Humidity: 95% Maximum
3.25 IP rating: IP43 or better
3.26 Power Supply - 115/230 Vac 50
3.27 Power Consumption – not more than 300W max
3.28 Logic Voltage - 24Vdc
S.N. Description
Device should support multi modal authentication like Fingerprint, Smart Card Reader
4.1 & Password with Touch Screen Display for providing multi factor authentication by
reading the Fingerprints, Cards, Password & various combinations.
4.2 Fingerprint Reader should not be able to detect the Fake Fingerprints when placed on
the sensor. It should accept only live fingerprint & should not read the fake fingerprints
made of any chemical composition such as Rubber, Silicon, Gel, Paper, Thin film etc
4.3 The Biometric terminal, Optical Fingerprint Sensor, Core Fingerprint Algorithm, &
Access Control Software should be of same manufacturer. All relevant certificates
should be submitted.
4.4 Device should have 500 DPI Optical Sensor. OEM should have in house Research &
Development capabilities of customization in fingerprint algorithms, encryptions etc.
4.5 Device should support the Template on card feature by reading the fingerprint stored
on card & comparing the fingerprint template presented to it. The reader should sense
the identity card when brought to the proximity of at least 4 cm and should be able to
transfer the finger print patterns of the card holder to the card reader memory and
match these patterns when the finger is put on the sensor.
4.6 Fingerprint Reader shall be manufactured using the latest and most accurate state of the
art technologies like reading Fake Fingerprint Detection, Auto Push and Server
Authentication and shall support high speed processing.
4.7 Fingerprint Reader should be able to download punch information of employees from
the readers in real‐time. There should be no batch process required
4.8 Biometric Reader should have inbuilt Door Controller feature and proposed Reader
should also provide the wiegand output & should be compatible with any 3rd party
controller(On Wiegand) to transfer card holder information for Authentication.
4.9 Reader should have 1.3 MP Digital camera with Flash light to enable in extreme dark
environment to capture image at the time of authentication by user.
4.10 Device should support min Quad core 1.4 GHz (Cortex A9) CPU with 8 GB flash and
2GB DDR3 RAM.
4.11 Device should be able to store up to 1, 00,000 Users / Fingerprints in 1: N and 1:1
mode and 5,00,000 Card/PIN users on terminal itself & shall not be dependent on any
server for storage of fingerprints. Software shall be able to register all 10 fingerprints of
an employee in software & up to 10 fingers in terminal itself. Fingerprint storage
capacity shall not be divided between terminal & server. Fingerprint Reader should be
able to store min 10,000,000 transaction logs, 50,000 Image logs.
4.12 Reader should have built in SAM slot to integrate with secured Key Management
applications for additional security, if required in future without changing the hardware
4.13 Fingerprint Readers must support Duress Fingerprint option. In case of emergency,
system should send Duress finger event to Server.
4.14 Should support ISO International Standard 19794-2.
4.15 Devices should support Blacklist Employee configuration. It should send an alert to
software if a blacklist employees punches.
4.16 Device should support Anti Pass back feature (Hard, Soft, User wise Antipassback).
4.17 0.0001% FAR; 0.1% FRR in Ideal Conditions
35
4.18 Display should have min 5” Color LCD touch screen display and shall be capturing &
displaying USER’s finger impression along with finger quality score on main window
during enrolment. It should have programmable LCD screen saver. Systems with
changeable custom background to put company logo shall be preferable.
4.19 Reader should communicate with central server using TCP/IP protocol over Ethernet or
Internet for template management, 10/100 Mbps auto sensing Ethernet with Static &
DHCP, IPv4, GPRS (Optional).
4.20 Device Should have inbuilt Micro USB for Data backup in pen drive through external
OTG.
4.21 Card reader shall be capable of reading the selected card technologies like EM /
Mifare/ HID / Desfire etc. The protocol of data from the reader shall be an open format
and non‐proprietary.
4.22 Device should read the sector & Block value with security key verification of Mifare
smart card.
4.23 In the case of fingerprint of a particular employee is not authenticating properly,
system should be able to work only with Smart card / password for that employee i.e.
terminal should support the ability to support biometric and non‐biometric
authentication modes.
4.24 Card reader and fingerprint sensor shall be enclosed in the same unit.
4.28 Shall have UL Listed external power supply required for internal operations.
4.29 Shall have built‐in RTC Calendar. Should be able to sync the clock with the server.
4.30 Sufficient spares to be maintained to meet contingencies to maintain maximum uptime.
4.31 System should be able to display Private message against a verified user that has been
defined in the software against the specific user. Also, should be capable of displaying
global messages for all users and multimedia features like advertising, notices or
wishing Birth days etc. In the event of reader Communication failure / tempering, it
shall be capable of being detected by the server and appropriate alarms shall be
generated at workstations / server. Fault of one reader should not affect the operations
of other readers in the network
4.32 Certificate required: - BIS, CE, FCC.
4.33 Minimum (01) one SAM slot shall be provided.
5. Access Controller
S.N. Description
5.1 Multi Door Controller should be hybrid controller and shall be supporting Wiegand &
OSDP Readers.
5.2 Controller should have inbuilt min 50,000 user capacity and min 51,000 personal
record storage.
5.3 Controller should have on board 10/100 TCP/IP Ethernet Port for network
configuration.
5.4 Controller should have real time auto push data transfer technology.
5.5 Controller should have web browser interface for Network setting and alarm status
viewing
5.6 Controller should have inbuilt real time clock.
5.7 Controller should support OSDP Protocol to connect OSDP supported reader on
RS485.
36
5.8 Controller should have 4 inbuilt relay for Door and support 4 readers on Wiegand and 8
readers on RS485/OSDP interface
5.9 Controller should have dedicated 4 Lock Output, 4 Programmable input and 8
Programmable Zone inputs
5.10 Controller should have 8 Programmable Outputs NO/NC dry contact
5.11 Controller should support card readers with various card technology i.e. EM Prox Card
reader, Mifare Card Reader, HID Prox Card Reader, HID iClass card reader, Desfire
5.12 Controller should support Local /Global Anti Pass Back.
5.13 Controller should have multi-color visual LED indicator
5.14 Controller should support area lockdown feature
5.15 System should work in offline mode and send the data to server as soon as server goes
online in auto push mode.
5.16 Bell / Siren output shall be there to connect external bell / light / siren etc. for a local
alarm annunciation. This output shall be activated during alarm condition.
5.17 Controller shall support various interface devices like Card Readers, Biometric Readers
(Face, IRIS, Finger) & Enrolment Devices, Mobile Credentials, BLE/NFC based
readers as per site requirement and should be of same make for smooth & seamless
integration.
5.18 Controller shall support 26 / 34 bit as default bit format but shall be able to support
various customized bit formats like 32/35/37/42/48 bit format etc. up to 128 bit format.
5.19 Controller shall generate various warning / alarm notifications through Reader / Bell
output.
5.20 Controller should support Door Interlocking features.
5.21 Controller should be CE/FCC/ROHS certified.
S.N. Description
Biometric Rader device should be intelligent enough to prevent the kind of security
6.2
breach by determining whether a face in a video stream is “live” or a photograph.
Device should be able to detect the Fake Fingerprints when placed on the sensor. It
6.3 should not read the fake fingerprints made of any chemical composition such as Rubber,
Silicon, Gel, Paper, Thin film etc. and should be submitted on OEM Letterhead.
Device should have min 5MP camera to capture the picture of authorized or
unauthorized users & shall be transferring the same to server on real time basis w/o any
6.4 delay unless network is down. It should support 40 lux to 30,000 lux for extreme dark
environments to outdoor lighting conditions. The authentication must be possible in
Irregular Lighting Recognition 40 ~ 30,000 Lux.
Device should support 256-bit AES encrypted algorithm to protect important
6.5 information such as personal info transmitted, Support TLS standard security
communication protocols
37
Device should have 500 DPI Optical Sensor with FBI PIV certification. OEM should
have in house Research & Development capabilities of customization in fingerprint
6.6
algorithms, encryptions etc. Fingerprint Sensor, Fingerprint Algorithm, Software &
Biometric Hardware should be from same OEM.
Should be able to detect min 4 users face at the same time for face recognition, although
6.7
feature should not be mandatory & configurable in menu.
Device should support the “Walk through Type” authentication where device can read
6.8 the user’s face from a distance from 0.5 mtr to 4 mtr & reading distance should be
configurable in device menu.
Device card reader shall be capable of reading the various card technologies like EM,
Mifare smart card, Mifare (Plus), Felica, ISO14443 A/B, ISO 15693, DESFIRE EV1 /
6.9
EV2 / EV3, HID Prox & HID I class (optional). The protocol of data from the reader
shall be secured open format and non‐proprietary.
6.10 Android OS
Min 1.8 GHz Quad Core Processor or better for fast processing & along with min 16GB
6.11
Flash ROM and 4 GB RAM or better.
Device should be able to download punch information of employees from the readers in
6.12
real‐time basis. There should be no batch process required.
Face Capacity: Should support 50,000 Face in (1: N) & 1,00,000 Face in (1:1)
Fingerprint Capacity: Should support 50,000 Fingerprint storage in 1: N & 5,00,000
Fingerprint in 1:1 mode
6.13
Card / PIN Capacity: 5,00,000 Card / PIN storage
Storage shall not be dependent on any server for storage of Face/Finger/Card & hence
storage capacity shall not be divided between terminal & server. It shall be able to
register all 10 fingerprints of an employee in software & hardware, if required.
6.14 10,00,000 transaction logs Capacity and 20,000 Image Log capacity
Min 8" colour touch screen display with user friendly android GUI. Should support
customized background images, screen saver & shall be capturing & displaying USER’s
6.15
picture (Live / stored configurable) on screen after authentication for valid / invalid logs
both along with other credentials like Name/ User ID, Time etc.
Should support local / Global Anti Pass back feature and should be configurable user
6.16
wise.
Should support Duress fingerprint, Blacklist & Expiry Employee Configuration and
6.17 should send an alert to software in case of Duress, Blacklist & Expire employee
punches.
Should support Mask / No Mask detection feature. It should be configurable in the
6.18
menu with various options like Restricted / Guided / Mandatory etc.
Device should be compatible with Thermal module / Camera for body temperature
scanning & should display the body temperature on screen im F/ °C along with
6.19
threshold limit. It should be possible to denied the access in case of high temperature /
fever.
Device should have in built controller provision for door control and also have Wiegand
IN/OUT & should be compatible with any 3rd party controller (On Wiegand) to transfer
6.20
user info after authentication.
Device should support the Fingerprint Template on card feature (if required) by reading
6.21
the fingerprint stored on card & comparing the fingerprint template presented to it.
38
The access permission should be less than 1 second & enrolment process shall not take
6.22
more than 15 seconds per user for Fingerprint and 30 seconds for Face.
6.23 Device should have 0.0001% FAR; 0.1% FRR in Ideal Conditions
Device should communicate with central server using TCP/IP protocol over Ethernet or
6.24 Internet, 10/100 Mbps auto sensing Ethernet with DHCP, SSL, IPv4, GPRS (Optional).
Fault of one reader should not affect the operations of other readers in the network.
Software / Firmware updates should be possible through network / communication Port.
6.25
To be provided free of cost during operational period.
Device shall be capable to provide a unique tone and / or tonal sequence for various
6.26
status conditions such as access granted / denied.
Device should give warning alarm in case of tampering with machine. / Communication
failure with software. In the event of communication failure / tampering, it shall be
6.27
capable of being detected by the server and appropriate alarms shall be generated at
workstations / server.
Device should be able to display Private message against a verified user that has been
defined in the software against the specific user. Also, should be capable of displaying
6.28
global messages for all users and multimedia features like advertising, notices or Birth
days etc.
Device Shall have built‐in RTC Calendar. Should be able to sync the clock with the
6.29
server.
6.30 Device should support min. IP55, IP65(Optional) & IK06 protection.
Shall have UL Listed external power supply required for internal operations. Should be
6.31 able to work with 230V single phase power supply. Should be able to control & provide
power to EM locks & other related accessories also, if connected in future.
Storage Temperature range from -10 °C~150 °C and operating temperature range from -
6.32
20 to 60°C and humidity < 90%.
The device will have following capability to read Face, card & PIN option but it should
be scalable to read Fingerprint, Mobile Key, QR code option without any replacement
6.33
of the hardware but only need to attach required modules. It should be part of single
device and demo should be done before bidding.
6.34 CE, FCC, ROHS, BIS, WPC
7.8 RAM 8 GB
39
7.10 Operating System Windows 10
7.15 USB3.0 x1
7.17 HDMI x1
7.18 eMMC 32 GB
9. MCU Server
40
LED-based, shows last four token numbers and
9.10 Master Displays respective counter numbers
9.11 Call Pad Full-function call pad for non-PC counters
Built-in for promotional videos, images, multilingual
9.12 Digital Signage text
9.13 Group Calling Configurable group calling during rush hours
9.14 Multi-Counter Services Supports services requiring visits to multiple counters
9.15 Data Collection User-configurable form-based data collection
Add and view remarks for each token; remarks shown
9.16 Remarks Facility in reports
9.17 Breaks Report Operator-wise report of breaks taken with reasons
Supports various types of dispensers (switch-based,
9.18 Dispenser Support touch screen, mixed)
Multilingual display, printing, and voice
9.19 Multilingual Support announcement
9.20 Service Selection Nested and multi-service selection
9.21 Backup and restore Easy data backup and restore
9.22 Priority Patients Multiple provisions for priority patients
9.23 Management Reports Detailed and graphical reports, delay alerts
Allows monitoring and managing queues for all
9.24 Supervisor Console doctors on the floor
10. Display
S.N. Description
12.1 Bollard Specification
12.2 Bollard: Hydraulic based with Minimum M30 rating or more
12.3 BLOCKING Height: 1000MM or above,
Blocking Diameter: 275MM or above.
42
12.4 Material: Bollard pipe should be made of Steel
12.5 IMPACT RATE LOAD: Bollard can absorb Minimum kinetic energy of 667 KJ
generated by vehicle.
12.6 Bollard Unit: Bollards can be used up to set of five units in single set
12.7 WHEEL LOAD : 100 kN according to SLW 60 – DIN 1072
12.8 Product Certifications: Certified according to M-30 as per PAS 68:2013
V/7500[N2]/48/90:0.0/0.0 or IWA 14-1:2013 V/7200[N2A]/48/90:0 for impact load
from minimum 7.5-ton truck at speed of 48 KM/Hr (Documents of certifications to
be attached from any of two authorities). Individual bollard should be certified
according to these standards.
12.9 Maximum Level of Vehicle Penetration: Within 1 meter maximum from Bollard
after impact.
12.10 OPERATING TIMES: (up to set of five bollards)
Normal use: Raising approx. 6 sec or less, Normal Lowering: 4 second or less.
12.11 EFO Operation: within 3 Second
Accumulator Operation During Power Failure: Bollards should operate minimum 1
time up & down through accumulator in case of external power failure
12.12 Bollard can be operated individually, multiple or in one set. Control System should
have facility for the same.
12.13 LIGHTING: Bollard should have red Light indicator on top
12.14 Power Failure: Bollard should remain in up position in case of power failure.
Operation
12.15 Drive Unit: Inbuilt hydraulic drive unit with all connection within each bollard for
reliable operation.
12.16 INSTALLATION UNIT: Bollard is to be delivered as a complete installation unit to
make sure that there is no assembling work on site necessary. The hydraulic drive
unit is delivered in a drive unit cabinet inside the bollard.
12.17 HYDRAULIC DRIVE UNIT: Compact hydraulic drive unit with high pressure
pump, integrated in a drive cabinet within bollard.
12.18 CONTROL: Control unit. Raise – Stop – Lower
12.19 Integration: Boom Barrier alarm output contact should be connected with bollard
alarm input contact in a way that bollard should raise automatically if vehicle hit the
boom barrier during force full entry or exit.
12.20 Failure Safety: During any maintenance issue in single bollard drive unit other
bollard should be remained operational, so that partial system will work without any
issue.
12.21 User can use bollards in full set during non-peak hours & partial system for access
control of vehicle in control enviourment. So control system should be capable to
give all such options to user.
12.22 Excavation Depth: as per OEM
12.23 Drive cabinet inside the bollard casing for each bollard.
12.24 Bollard control unit should have ability to analyse vehicle direction through loop-
based system. Bollard should raise automatically if the vehicle come from wrong
direction.
12.25 Power: 440 V AC three phase, 1.4 KW for each bollard or less.
12.26 Control Cabinet Voltage: 24 V
12.27 Maintenance Free: System should be maintenance free till minimum 100000 duty
cycle (One opening & closing).
12.28 Operational Temperature: -15C to +55C.
43
12.29 Electronic control circuit: PLC based control panel. It should give flexibility for
following operation:
• After activation of a control switch “stop”, the bollard should stop
immediately. A renewed movement of the bollard should be started by using
the control switch “lower” or “raise”. If the function “automatic” is active,
then bollard should automatically raise into blocking position after a pre-
adjusted time has expired.
• After activation of the control switch “lower “, the bollard should move into
the completely lowered position. If the command “lower” is given during a
raising operation of the bollard, the bollard should stop and lower after the
pre-adjusted reversal time has expired.
• After activation of the control switch “raise” the bollard should move into
the completely raised position.
• If the automatic operation is activated, the bollard should raise automatically
into the fully raised position after expiration of the pre-set time, provided
that there are no interrupted light beams and no occupied induction loops.
• The function of the control devices “lower”, “stop”, “raise”, as well as
induction loops and light beams should always independent of the automatic
operation.
• The bollard should move into the opposite direction of the last movement if
the control device is activated while the bollard is not in an end position.
• The bollard should move in the opposite direction if the control device is
activated while the bollard is in an end position.
• The limit switches detect the end positions of the bollard. If the limit switch
for the selected direction is occupied, the relevant hydraulic valves should be
switched off with a pre-set time delay of one second or less.
• In automatic operation, the bollard should raise automatically after passing
of both induction loops and expiration of the pre-set time.
• If one of the two loops is occupied during raising operation, the bollard
should stop and will reverse into the completely lowered position.
• Automatic Mode: The bollard should raise again once the induction loops
are no longer occupied and the pre-set time has expired.
• Manual Mode: A new “raise” command should be necessary for bollard
movement to resume.
• If the bollard is in the completely raised position, then the potential-free
status signal should be activated. The contact should be available as
normally open contact.
• The status notification „malfunction “should be activated in case of run time
errors of pump or valves, at too high oil temperature and turned-off motor
protection switch. The contact should be available as change-over contact.
• Monitoring of bollard top plate and cover plate against unauthorized
manipulation should be accomplished via Reed-contacts. It should activate
the status notification “malfunction” as soon as the detected part is removed.
This notification should be part of the accumulative malfunction notification.
• Time parameter should be changed as per requirement through PLC based
units for difference control inputs
44
12.30 Control cabinet should be separate enclosure.
12.31 Control cabinet should be installed inside security room or control station
12.32 It should have push button for operating bollard.
12.33 Voltage requires: 24V
12.34 Control unit should have alarm input & output ports.
12.35 Control box should have ports to integrate with any kind of access control reader for
future use.
12.36 Master control unit should be capable of control bollards set of maximum 5 units.
12.37 Bollards can use individually on in one set through control board at any point of
time.
S.N. Description
13.1 The UVSS should have dual imaging feature (3D footprint) from left and right view
(high resolution color image) of the complete underbody of any vehicle passing over
it using dual Area-scan camera-based technology.
13.2 The UVSS should be capable of handling vehicles moving at different speeds
ranging upto 20 Km/hr.
13.3 Each of the dual imaging cameras should be of high-resolution Area-scan, GigE
type with XGA resolution of (1920 x 1200) or above.
i. Camera Type Gigabit Ethernet progressive camera
ii. Sensor CMOS/CCD XGA resolution (1920
x 1200) or better
iii. Field of View > 135
iv. Format GiGE Vision compliant
specifications
v. Composite Image resolution of Minimum 3 megapixel
the underside
vi. Camera casing ingress IP 67 or better
protection rating
13.4 The UVSS should be capable of producing a clear and undistorted images of the
vehicle underside, even when a vehicle completely stops / halts over the scanning
unit, i.e. it must be able to produce seamless and perfect composite images of the
underside irrespective of stoppage or non-uniform motion of the vehicle over the
scanner.
13.5 The UVSS should not use either a digital Line-Scan camera based technology or
any type of analog cameras to form composite image without any distortions or
Fiseye” effect.
13.6 The UVSS should produce a fully scanned pre-processed ready to use footprint
model of the vehicle's undercarriage
13.7 The UVSS should have a feature to magnify (zoom) the composite image (left &
right) upto 16x in order to facilitate a closer view of any part of the composite
image.
13.8 The UVSS should allow manual comparison by operator of both (left & right) view
with the help of license plate/type database of underside images.
13.9 The underside illumination should be adequate and obtained through a dual array
of long life, LED lighting modules. Halogen or CFL based array of lighting
elements for the purpose of illumination of the underside will not be accepted.
45
13.10 The UVSS applications & operating software should be based on open architecture
on Linux platform. It has a user friendly Graphical User Interface (GUI) with
provision for multiple users logging of events and search facility. Will be checked in
demo during technical evaluation.
13.11 The UVSS dimensions should be in the range of 1800-1900mmX1400-
1500mmX1000-1300mm.
13.12 The overall installed unit should be properly designed, and its structure should be
able to withstand a vehicle axle-load up to 20-Tons at any point over the structure,
so as not to suffer any accidental physical damage to the unit and the components
under the pit cover.
13.13 The underground cameras units of the UVSS should be enclosed in a suitable all-
weather-proof housing of IP 67.
13.14 The main camera enclosure and LED light enclosure should be enclosed in a IP67
rated enclosure. Test report for the same to be submitted with bid.
13.15 There should be an air cleaner mechanism.
13.16 The UVSS also provide a feature to capture the image of the driver of all RHS
driven vehicles, captured through a suitable driver view camera.
13.17 The system have an Automated Number Plate Reading System (ANPRS). It should
be able to automatically read and record a wide range of vehicle registration number
plates’ alpha-numeric characters, written in English. Also, the frontal image view of
the vehicle to be provided in the GUI, to facilitate manual viewing of the license
plate image.
The Number Plate & Driver Image view cameras have the following
minimum specifications:
A. Camera Specification
i. Effective Range 4 to 5 meters for Frontal camera & 0.5
to 1 meter for Driver camera
ii. Camera Resolution 25fps @ 1 megapixel or higher
iii. Camera gain and shutter Adjustable 1/100 to 1/10000 sec
iv. Lens 10-40 mm Varifocal
v. Power Consumption <12W
vi. Power Supply 12 V DC
vii. Operating Temperature 0°C to +50°C
B. Software Specification
i. Supported OS Linux/window
ii. Type of Plates Recognition for English fonts
iii. Image Input Still Image
13.18 The LED light enclosure should be IP67 rated, a certificate to this effect, after duly
tested, issued by a competent certifying agency must be attached.
13.19 The main UVSS camera must be enclosed in a housing which should be IP67 rated,
a certificate to this effect, after duly tested, issued by a competent certifying agency
must be provided.
13.20 Following certificates to be provided CE,FCC, ROHS, CMMI Level 5 certificate,
temperature test report, IP rating report.
13.21 The LED lighting unit should be 220V AC rated.
13.22 Speed limit 20km/hr.
46
14. Tyre Killer/ Shredder
47
15.6 Underground housing L × W × H : (blocking width + 290 mm) × 1500 mm x
400 mm or better.
15.7 Drive Cabinet H×W×D : 1400 mm ×1200 mm ×400 mm incl. 200 mm
high base ( standard /EFO/RO3 only for non-EU and
non-EFT A countries ) H×W×D 1800 mm×1200 mm×
500 mm incl. 200 mm high base ( RO3 for EU and
EFTA countries) or as per OEM.
15.8 Emergency operation Via hand pump (standard) within 2 seconds
15.9 Accumulator Rechargeable batteries for 3 movements (RO3)
(optional)
15.10 Operating times Raising: approx. 5 sec, lowering: approx. 4 sec
(standard) with Emergency fast operation (EFO) :
approx. 2 sec raising ( with optional accumulator)
15.11 Wheel load 100 kN according to SLW60 :- DIN 1072
15.12 Drive 4.0 kW, 400 V (three phase), 50 Hz
15.13 Hydraulic Fluid Mineral oil HLP 22 or biodegradable oil Planthood 22
S. non- hazardous to water
15.14 Control unit PLC in control box or microprocessor based control
installed in drive cabinet (standard ) , PLC in separate
control box for wall mounting inside a building
(optional), control voltage 24 V
15.15 Supply voltage 400V ( 3Ph+N+PE), 50 Hz
15.16 Control box H×W×D : 600 mm ×400 mm ×200 mm (standard)/or as
per OEM, IP66
H×W×D : 800 mm ×400 mm ×300 mm(for RO3
option)/or as per OEM , IP66
15.17 Weight Approx. 1930- 3670 kg (road blocker) Approx. 280-
400 kg (drive cabinet)
15.18 Colour (standard) Blocking element front cover and top plate RAL 7030
stone grey underground housing RAL 7030 stone grey
Drive cabinet RAL 7035 grey
15.19 Temperature range -20°C to + 60°C
15.20 Warning light 2 nos. red warning lights.
15.21 Protection against
corrosion: Long-term protection against corrosion.
15.22 Third Party K12 Crash test report as per DOS, USA and
Certification PAS68,UK.
15.23 Corrosion Protection: zinc based multi-layer plastic
Protection
coating certified as per
16. Manual Operation Panel System
S. N. Parameter Specifications
A. & B. Master and Slave PLC System
16.1 Construction The programmable logic controllers (PLC) shall be
of rugged and modular construction, plug in type.
16.2 Reliability PLC shall be suitable for reliable, failsafe operation
in arduous IG1 & IG2 environment where
electromagnetic noise, high temperature, dust,
humidity and mechanical shocks / vibrations are
prevalent.
48
16.3 Expansion It shall have field expandable design so as to
accommodate incremental increase in memory and
I/Os as required.
16.4 PLC Type PLC and other cards provided shall be of the same
type and from the same family. Important Points:
Modbus / Profibus / TCP/IP
communication to be available for any external
electrical control system.
16.5 Memory Type Memory CMOS/ RAM (min. 16 MB) with Ni/Cd or
Li backup battery for a min. period of 24
hours/FEPROM Memory size
16.6 Functions Special functions/ Design criteria required for PLCs
16.7 Report and message Alpha Numeric report/ message generation for
generation printer/ TFT display shall be possible.
16.8 Mimic generation Dynamic mimics generation.
16.9 Facility Facility to start and stop drives through key board.
16.10 Standby features PLC in hot standby configuration with redundant
CPU memory.
16.11 CPU Load CPU load not to exceed 50%. (to be proved at site)
16.12 Power Distribution Power supply distribution by MCB.
16.13 I/O connection ALL I/O shall be connected through LED indication
& fused terminals.
16.14 Communication link Communication link between remote I/O and PLCs
shall be redundant.
16.15 Module replacement On-line replacement of modules shall be possible
16.16 Processing Unit The CPU will be 32 bit /64 bit microprocessor. It will
be modular construction and will be plug-in type. It
will be able to perform logic processing, timing
counting, latching, comparing, retrieve, storage and
arithmetic functions. For the PLCs with dual CPU
configuration in hot standby mode one CPU shall
have provision of switching over instantaneously in
case of failure, without any loss of system
performance to another processor working
simultaneously in hot standby mode (bumpless
transfer).
16.17 Input Supply Voltage range 24 V DC (+20%, -15%)
16.18 Protection Surge voltage and Polarity reversal
16.19 Number of inputs ≥ 8 nos
16.20 Input voltage range for -0.5V to 5 VDC
'0'(Direct digital Inputs)
16.21 Input voltage range for '1' 15V to 30 VDC
(Direct digital Inputs)
16.22 Input Connection 2, 3 & 4 wire
16.23 Number of outputs ≥ 4 nos.
49
16.24 Nominal Output Voltage 24VDC
(Direct digital Outputs)
16.25 Nominal Output current per ≥ 500 mA
channel (Direct digital
Outputs)
16.26 Output Connection 2, 3 & 4 wire
16.27 Analog data resolution ≥ 16 bit
16.28 IT standards HTTP, FTP, SNTP, SNMP
16.29 Configuration / Support 32 and 64 bit machines
Programming
/ Operation / Diagnostics
16.30 Degree of protection IP20
16.31 Mounting DIN Rail
B. Power Supply For PLC System
50
16.49 Transmission speed in ≥ 500 kbps
Local Bus
16.50 PLC Interface Compatible with PLC
16.51 LED display For diagnostics
16.52 Degree of protection IP20
16.53 Mounting DIN Rail
16.54 Maximum Dimensions 13 x 120 x 72
(width(mm) x height(mm) x
depth(mm))
16.55 Input Connection 1.5 mm 2, 1 wire connection, Spring cage
connections at front panel of module (There should
be no connection points on uppers and lower side of
the module
D. Output Module
16.56 Modular, plug in type Output modules shall house LEDs for status
indication of each output. The output contact shall be
24 V DC, 2 A, suitable for driving 170 Amps
contactor.
16.57 Number of outputs per ≥ 4 nos.
module
16.58 Output voltage signal range 0 to 10 V
16.59 Output voltage error ± 0.1 %
16.60 Process data update time ≤ 10 ms
16.61 Protection offered Short-circuit protection, overload Protection,
transient protection.
16.62 Analog data resolution 12 bit
16.63 Transmission speed in ≥ 500 kbps
Local Bus
16.64 PLC Interface Compatible with PLC
16.65 LED display For diagnostics
16.66 Degree of protection IP20
16.67 Mounting DIN Rail
16.68 Maximum Dimensions 13 x 120 x 72
16.69 Output Connection 1.5 mm2, 2 wire shielded, Spring cage connections at
front panel of module (There should be no
connection points on uppers and lower side of the
module
G) 2-Port Ethernet/IP I/O Adapter Module
L) SCADA Software
16.77 Overview Provide a graphical overview of the operational state
of the entire Gate Automation System on real time
basis and with historical perspective.
16.78 Real time control Real time Control of Gates for executing desired
decisions at site from GCR (Gate Control Room).
Real time data display from all 17 equipment
positions.
16.79 Provision A provision shall be made to establish a control
through MOP with equipment
16.80 Transmission of data Collection and transmission of inflow /release data of
Equipment. We shall ensure availability of data on
real time through TCP/IP which is to be displayed
integrated at Workstation monitors.
16.81 Alarm management Alarm generation in case of Unexpected /
Uncommon Conditions for Necessary Action
16.82 Automatic fault Automatic fault/Noncompliance to Set Benchmarks
Reporting for the entire Gate Control system.
16.83 Monitoring Monitoring of Unplanned and Unauthorized Gate
Operations to minimize errors and identify the
malfunctioning sensors and other equipment on the
Pc Monitor
16.84 Database archive Database archive for retrieval and analysis of
historical and/or current data for entire operational
activities of Gate Control system.
52
PREFERRED MAKE LIST
S.N. MATERIAL/ ITEM PREFERRED MAKE
X-RAY BAGGAGE SCANNER/
1 METAL DETECTOR/ HANDHELD ASTROPHYSICS / RAPISCAN / SMITH
METAL DETECTOR DETECTION / VEHANT / BEL
53
Name of Work: Supplying, Installation, Testing and Commissioning of Access control system & Gate
Security Gadgets for Reception office & TKR-II gate in Parliament House Complex, New Delhi.
54
Note:- Item no. 5 & 7 i.e. SCOSTA biometric cum smart
card Access Control System and Face Recognition Access
Control System required to integrated. The integrated
system/device with both systems integration in one device
in also acceptable.
6 Supplying, Installation, Testing and Commissioning of 4
readers intelligent access control controller through
master/ slave architecture (optional), TCP/IP, IPV6,
SNMP V3, 2 lac card holder capacity, 2 lac transactions
buffer, 32 access level as per card holder, OSDP secure
channel, Supports 4 readers (OSDP) per controller
(IN/OUT reader combination) as per attached specification
etc. as required.
7 Supplying, Installation, Testing and Commissioning of
SAM based SCOSTA Face Recognition access control
terminal with SCOSTA Smart Card controller having
minimum 8" TFT IPS LCD Display with Capacitive
Touchscreen supports Walk Through Face authentication
& verification from 0.3 meter to 3 meters, can be
integrated with Fingerprint Reader, QR Code Reader
without any additional IP requirement, 256 bit encrypted
algorithm to protect important information such as
personal information transmitted as per attached
specification etc. as required.
Note:- Item no. 5 & 7 i.e. SCOSTA biometric cum smart
card Access Control System and Face Recognition Access
Control System required to integrated. The integrated
system/device with both systems integration in one device
in also acceptable.
8 Supplying, Installation, Testing and Commissioning of
work station processor: i5, dual core with 21.5" LCD
Panel,2.4 GHz;3.0 GHz with turbo boost or better, L3
Cach: 3 MB or better, Memory 16 GB DDR4 RAM,
Storage; Min 1TB SATA HDD, Operating System; Pre-
load with windows 10/11 pro 64bit OS, Network;
2x10/100/1000 Mbps network interface as per attached
specification etc. as required.
9 Supplying, Installation, Testing and Commissioning of
Stainless steel Pole for TV Panel made on 73mm OD x
65mm ID ss tube (304) in brushed finish with hang bracket
for TV unit as per attached specification etc. as required.
55
11 Supplying, Installation, Testing and Commissioning of
Integration Server HPE ProLiant DL380 Gen10 server
with one Intel® Xeon® Silver 4210R processor, 32 GB
dual rank memory, 8 small form factor drive bays, P408i-a
Controller with Battery, one embedded 4 x1GbE Network
Adapter, SFF Easy Install Rail Kit, Cable Management
Arm Kit, 800W power supply with 22" Monitor etc. as per
attached specification etc. as required.
12 Supplying, Installation, Testing and Commissioning of
Queue Management System Kiosk-Floor Mount with
Touch Screen AQMS etc. as per attached specification etc.
as required.
13 Supplying, Installation, Testing and Commissioning of
LED Counter Display with Hanging with all the
accessories etc. as per attached specification etc. as
required.
14 Supplying, Installation, Testing and Commissioning of
Registration Counter Operator Software with all the
accessories etc. as per attached specification etc. as
required.
15 Supplying, Installation, Testing and Commissioning of
Master Control Unit MCU Server with required software
as per attached specification etc. as required.
56
3 Supplying, Installation, Testing and Commissioning of
Under Vehicle Surveillance System (UVSS) with All
required Fittings and accessories complete as per attached
specification. All related civil work i.e. excavation, cement
concrete work, foundation work required as per
specifications and OEM standard norms etc. as required at
site.
4 Supplying, Installation, Testing and Commissioning of
Tyre Killer / Shredder Electrohydraulic type, of following
blocking width Spike distance 200 mm; Blocking height
450 mm at angle of 60°; Spike height 400 mm incl. 200
mm high base; Dia of spike- 25mm, speed of uplift &
lowering- 2 seconds, mains power supply should be
440/230 V AC, etc. as per attached specification. All
related civil work i.e. excavation, cement concrete work,
foundation work required as per specifications and OEM
standard norms etc. as required at site.
(a) 5 mtr blocking width
(b) 2.5 mtr/3 mtr blocking width
5 Supplying, Installation, Testing and Commissioning of
Road Blocker having Crash Test Certification as per PAS
68 V/7500 [N3] /80 kmp/90 /DOS SD-STD-02.01 Rev. A
03/2003/ K12/L3; K12 crash rating (Physically crash
tested from accredited lab from the relevant standard) with
electro-hydraulic drive unit in separate control cabinet.
following Blocking width, Blocking Height: 1000 mm etc.
as per attached specification All related civil work i.e.
excavation, cement concrete work, foundation work
required as per specifications and OEM standard norms
etc. as required at site.
(a) 5 mtr blocking width
57
SCHEDULE OF QUANTITY
Name of Work: Supplying, Installation, Testing and Commissioning of Access control system
& Gate Security Gadgets for Reception office & TKR-II gate in Parliament
House Complex, New Delhi.
58
6 Supplying, Installation, Testing and Commissioning
of 4 readers intelligent access control controller
through master/ slave architecture (optional),
TCP/IP, IPV6, SNMP V3, 2 lac card holder
capacity, 2 lac transactions buffer, 32 access level as
per card holder, OSDP secure channel, Supports 4
readers (OSDP) per controller (IN/OUT reader
combination) as per attached specification etc. as
required. 4 Nos. 157708.00 630832.00
7 Supplying, Installation, Testing and Commissioning
of SAM based SCOSTA Face Recognition access
control terminal with SCOSTA Smart Card
controller having minimum 8" TFT IPS LCD
Display with Capacitive Touchscreen supports Walk
Through Face authentication & verification from 0.3
meter to 3 meters, can be integrated with Fingerprint
Reader, QR Code Reader without any additional IP
requirement, 256 bit encrypted algorithm to protect
important information such as personal information
transmitted as per attached specification etc. as
required.
Note:- Item no. 5 & 7 i.e. SCOSTA biometric cum
smart card Access Control System and Face
Recognition Access Control System required to
integrated. The integrated system/device with both
systems integration in one device in also acceptable. 8 Nos. 402658.00 3221264.00
8 Supplying, Installation, Testing and Commissioning
of work station processor: i5, dual core with 21.5"
LCD Panel,2.4 GHz;3.0 GHz with turbo boost or
better, L3 Cach: 3 MB or better, Memory 16 GB
DDR4 RAM, Storage; Min 1TB SATA HDD,
Operating System; Pre-load with windows 10/11 pro
64bit OS, Network; 2x10/100/1000 Mbps network
interface as per attached specification etc. as
required. 4 Nos. 347303.00 1389212.00
9 Supplying, Installation, Testing and Commissioning
of Stainless steel Pole for TV Panel made on 73mm
OD x 65mm ID ss tube (304) in brushed finish with
hang bracket for TV unit as per attached
specification etc. as required. 4 Nos. 39147.00 156588.00
10 Supplying, Installation, Testing and Commissioning of
Client License application per Flap barrier for photo
pop up display, screen resolution 1920*1080,
information will be displayed on screen with
employee/visitor related fields. Supports provision for
one dynamic image to change as per National/Global
event (image size fixed). Supports one dynamic line in
the bottom for the generic message / information to
display on bottom of screen etc. as per attached
specification etc. as required.
12 Nos. 80532.00 966384.00
11 Supplying, Installation, Testing and Commissioning of
Integration Server HPE ProLiant DL380 Gen10 server
with one Intel® Xeon® Silver 4210R processor, 32 GB
dual rank memory, 8 small form factor drive bays,
P408i-a Controller with Battery, one embedded 4
x1GbE Network Adapter, SFF Easy Install Rail Kit,
Cable Management Arm Kit, 800W power supply with
22" Monitor etc. as per attached specification etc. as
required. 1 Nos. 682282.00 682282.00
59
12 Supplying, Installation, Testing and Commissioning
of Queue Management System Kiosk-Floor Mount
with Touch Screen AQMS etc. as per attached
specification etc. as required. 6 Nos. 330639.00 1983834.00
13 Supplying, Installation, Testing and Commissioning
of LED Counter Display with Hanging with all the
accessories etc. as per attached specification etc. as
required. 6 Nos. 36797.00 220782.00
14 Supplying, Installation, Testing and Commissioning
of Registration Counter Operator Software with all
the accessories etc. as per attached specification etc.
as required. 6 Nos. 17840.00 107040.00
15 Supplying, Installation, Testing and Commissioning
of Master Control Unit MCU Server with required
software as per attached specification etc. as
required. 1 Nos. 945640.00 945640.00
16 Supplying, Installation, Testing and Commissioning
of 55" WIFI UHD 4k Display with hanging
arrangement as per attached specification etc. as
required. 6 Nos. 80570.00 483420.00
17 Supplying, Installation, Testing and Commissioning
of Android 5G reader as Near Field Communication
Readers with power adopter etc. as per attached
specification etc. as required. 3 Nos. 53129.00 159387.00
Total of SH: I (Access Control System) 23561757.00
SH: II (Gate Security System)
1 Supplying, Installation, Testing and
Commissioning of Electro Mechanical
Automatic Boom barrier of following length
with all required Fittings, software’s, hardware’s
and accessories complete as per attached
specification. All related civil work i.e.
excavation, cement concrete work, foundation
work required as per specifications and OEM
standard norms etc. as required at site.
(a) 3.5 mtr/ 4 mtr length 3 Nos. 818938.00 2456814.00
(b) 2.5 mtr/ 3 mtr length 2 Nos. 790698.00 1581396.00
2 Supplying, Installation, Testing and Commissioning
of Inbuilt Hydraulic bollards M30 as per ASTM
F2656- 07 M-30/Equivalent PAS-68/ DOS K4 crash
rating, (Individual bollard Physically crash tested
from accredited lab from the relevant standard) with
Bollard diameter should be minimum 275mm (NS),
Bollard height minimum 1000mm, as per attached
specification. All related civil work i.e. excavation,
cement concrete work, foundation work required as
per specifications and OEM standard norms etc. as
required at site. 35 Nos. 2334442.00 81705470.00
3 Supplying, Installation, Testing and Commissioning
of Under Vehicle Surveillance System (UVSS) with
All required Fittings and accessories complete as per
attached specification. All related civil work i.e.
excavation, cement concrete work, foundation work
required as per specifications and OEM standard
norms etc. as required at site. 1 Nos. 4845851.00 4845851.00
60
4 Supplying, Installation, Testing and Commissioning
of Tyre Killer / Shredder Electrohydraulic type, of
following blocking width Spike distance 200 mm;
Blocking height 450 mm at angle of 60°; Spike
height 400 mm incl. 200 mm high base; Dia of
spike- 25mm, speed of uplift & lowering- 2 seconds,
mains power supply should be 440/230 V AC, etc.
as per attached specification. All related civil work
i.e. excavation, cement concrete work, foundation
work required as per specifications and OEM
standard norms etc. as required at site.
Assistant Engineer (E)-I Assistant Engineer (E) (P) Executive Engineer (E)
PLEWD PLEWD PLEWD
62