Home
Annexure-I (A Government of India Enterprise
Contents
1. 1 Implement the entire project on a turnkey basis YES NO 2 Provide main 4 operators for central control room YES NO 3 Provide 1 Engineer 2 technicians during warranty amp AMS YES NO other than 4 Control Room operators 4 All onsite personnel stationed by the vendor at Duliajan for YES NO operations and maintenance of the entire solution will have to be paid a minimum salary of Rupees 6 500 Basic DA per month or as applicable as per Govt norms 5 Carry out all necessary electrical jobs as per scope of work YES NO 6 Have Designated office and single point of contact in Assam YES NO 7 Arrange own accommodation amp transport YES NO 8 Meet delivery installation amp commissioning terms YES NO 9 Providing 3 years onsite warranty YES NO 10 Providing 4 years of AMS YES NO 11 Stock critical spares as per the list provided YES NO 12 Have experience of 1 similar campus during last 7 years of YES NO value minimum Rs 3 Crore 13 Relevant documents have been submitted YES NO 14 Penalty terms YES NO 15 Provide MAF for camera YES NO 16 Provide MAF for media converter YES NO 17 Provide MAF for cisco switches YES NO 18 Payment Terms YES NO Note Deviations to any terms and conditions of the tender must be explicitly mentioned Otherwise it will be construed that the bidder agrees to all the terms and conditions of the tender fully as it is Annexure DDD INTEGRITY PACT
2. ALL CAMERAS RECORDING SERVER NVR AND VIDEO MANAGEMENT SOFTWARE SHOULD BE OF SAME MAKE 1 Camera licences upto 200 Cameras 20 Client Licences E Map Applications capable of recording minimum of 256 cameras at 4CIF Resolution 15fps for 30 days with N 1 redundancy with RAID 5 Includes NVR Servers 2 Nos VMS with Master Server 1 No as specified in Item no 180 2 State of the art application of IP video solution Surrounding view Alternative view Digital zoom in out Multi Monitor layout Instant playback Multiple video verification on E Map Export video wi Restore scenario used for last time 3 Support multiple electric maps for different application like GIS map with standard shape file shp AutoCAD layer common image picture format bmp jpg img gis 4 Email notification support if some alarm is triggered send email to specified users kind of scenario 5 Instant Playback supports to view historical video record for past 30 seconds directly from live view window up to16 channels at same time 6 Surrounding View client supports that one key camera can be associated with less than 12 related surround cameras On surround video live view mode if the key camera be displayed the surround cameras should be automatically displayed in surround view 7 Digital Zoom In Out Client supports digital zoom in out functions to both live view and historical video record view 8 Multi Monitor Layout client supports to disp
3. Office Seal Signature of Vendor Counter Signed by Banker Seal of Bank Enclosure Self attested photocopies of the following documents 1 PAN Card 2 VAT Registration Certificate 3 Service Tax Registration 4 CST Registration 5 Provident Registration Certificate 6 Cancelled cheque of the bank account mentioned above in original 7 Bank Statement not older than 15 days on the date of submission Bidders should submit the price breakup of all the items as per Annexure HHH which has been uploaded under Notes amp Attachments gt Attachments The price breakup Annexure HHH should be filled up signed and uploaded under Notes amp Attachments gt Attachments only The filled up price breakup of all the items should not be uploaded in Technical RFx Response folder as it shall lead to rejection of the offer as per Bid Rejection Criteria ANNEXURE HHH Price Breakup Tender No amp Date SDI3784P15 dated 03 06 14 Item Nos and Quantity Unit Rate of Freight Insuranc Price taxes Charges e In Rs applicabl In Rs Charges e In In Rs Item No 1 IP Fixed Indoor Camera for Civil Department Qty 10 Nos Item No 2 Outdoor PTZ Dome Camera for Civil Department Qty 4 Nos Item No 3 NVR for Civil Deptt Qty 1 Nos Item No 4 40 42 inch Colour LED Professional Monitor for Civil Engineering Department Qty 1 Nos Item No 5 5 KVA UPS for CCTV at Civil
4. Engineering Department Qty 1 Nos Item No 6 Cable and Conduit for CCTV at Civil Engineering Department Qty 1 LOT Item No 7 24 Port Switch for CCTV at Civil Engineering Department Qty 1 Nos Item No 8 Accessories for Fixing CCTV Cameras at Civil Engineering Department Qty 1 Nos Item No 9 Outdoor Fixed Camera for OIL Township 25 Nos Item No 10 Outdoor PTZ Camera for Oil Township and Remote Drilling Locations Qty 73 Nos Item No 11 NVR NVMS server having capability for viewing or control at atleast 128 cameras 60 TB Page 1of5 storage inbuilt analytics for Control Room Qty 1 Nos Item No 12 Display Units for CCTV Control Room for Township Surveillance Qty 3 Nos Item No 13 Server for VMS and DB Management for CCTV for OIL Township Qty 1 Nos Item No 14 WS server with 22 LED monitor for managing LTO device for Township control room Qty 1 Nos Item No 15 Layer 3 Switch Qty 7 Nos Item No 16 Layer 3 Switch Qty 2 Nos Item No 17 Layer 3 Switch for control room Qty 2 Nos Item No 18 Media Converter Single Mode for CCTV OIL Township Qty 90 Nos Item No 19 Category 6 Solid UTP Cable Box Qty 1 Nos Item No 20 2 Core Power Cable Qty 1 Nos Item No 21 3 Core Power Cable Qty 1 Nos Item No 22 Outdoor Single Mode fiber optic cable Qty 1 Nos Item No 23 MS
5. RFx Oil India Ltd e Procurement System Windows Internet Explorer RFx History 5 i Display RFx i RFx Number SDI2784P15 RFx Name CCTV Surveillance System OIL Duliajan Type RFX OPEN TWO BID Status Saved Created On 03 06 2014 13 22 23 Created By ROY i Time Zone INDIA Number of Suppliers 1 umber of Items 1 sion fersion Type Active Version External Version i RFX Information Bidders f items TTT concitions Trading Assigned T Category Text Preview CCTV Surveillance System for OIL DulisjanFOR ITEM SPE Assigned To Category Desciiotion File Name Version Processor Visible Internally only Checked Out Type Size KB Che Area for uploading price breakup ip 3 Start E Sm Delivery Installation and Commissioning 1 The successful bidder has to deliver the material at OIL Duliajan within 75 days from the date of issue of confirmed order by OIL 2 All active components supplied should be tested off line i e before being placed at actual locations As per connectivity diagram given in this tender document for Page 34 of 37 conformation to specifications within 30 days of delivery at Duliajan Warranty of all supplied equipment will start after the successful testing and acceptance 3 Installation and commissioning of the Security Surveillance system has to be completed in all respects as follows Phase I Control Room z
6. 1 Phase Input 1 Phase Output UPS System with Individual Battery Bank in PRS 1 1 MODE for Control Room 1 Set Specification Capacity in KVA kW 10 kVA 9 kW 1 Phase Input 1 Phase Output UPS system or bidder can supply OK VA s highercapacity UPS system for matching 9kW capacity Technology and Capability a True Online configuration with double conversion UPS b Microprocessor DSP based control using IGBTdevices c Active Power Factor Correction APFC in converter to improve Input Power Factor Page 20 of 37 gt 0 97 d One set UPS system consists of two Nos of 10 KVA UPS in redundant and load balancing mode with individual battery bank of 8 Hrs backup time Input facility Phases Wires 1 Phase 2 Wire amp Gnd Phase amp Neutral Ground Input Voltage Range 160 275V AC On Full Load Input Power Factor gt 0 97 on Full Load Input Current Harmonic Distortion THDi lt 10 on full resistive Load with Mains THDu less than 1 Nominal Output voltage 220 230 240VAC Selectable Output Voltage Regulation 2 Nominal Output Frequency 50 60 Hz Auto selectable Output Frequency Regulation 0 05 Hz Free Running Self Clocked Mode Output Frequency Slew Rate lt 1 Hz s Output Wave Form Pure sine wave Output Voltage Distortion THDu lt 3 For R Load lt 5 For RCD Load Crest Factor 2 5 1 On Full Load Minimum Output Short circuit Protection Electro
7. 22 LED display Same make of WS OEM Exp Slots Low profile 2 x PCIE x16 2 x PCIE x1 Media Bays Min Internal 3 3 5 External 3 3 5 amp 2 5 25 Keyboard Mouse Standard Keyboard amp two button optical scroll Mouse Interface Min 4 USB 2 0 1 serial port 1 Keyboard port 1 Mouse port 1 RJ 45 Ethernet 1 VGA audio in out 1 LTO Drive Power Supply 230 VAC 50 Hz Cables Suitable Power cables amp monitor input cables required Backup software To manage backups restore on LTO device described below scheduled and manual OS Suitable Genuine Microsoft Windows 64 bit OS with restore CD to support the supplied backup software LTO 6 Tape Drive for taking Backup of CCTV at Township Control Room Qty 1 Nos Technology LTO 6 or later technology No of Drives 1 no Capacity per cartridge Minimum 1 6 TB compressed 800 GB native Transfer Rate Sustained transfer rate of minimum 120 MB sec native Indicator Indicators for write protection tape in use data compression and drive cleaning OS Support Windows OS as described in server above Backup software support As described in server above Power Power 200 240 AC 50 Hz Connectivity To be connected to Windows server mentioned above Consumables for above described LTO drive Qty 10 Nos Item No 15 Laver 3 Switch Qty 7 Nos Make Cisco Model Vendor must specify 1 Minimum 24 nos 1GE SFP 2 nos 10 GE SFP U
8. BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender 3 1 Please ensure that Technical Bid all technical related documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The TECHNO COMMERCIAL UNPRICED BID shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response Page 2 of 5 3 2 The PRICE BID must contain the price schedule and the bidder s commercial terms and conditions 3 3 A screen shot in this regard is given below Offer not complying with above submission procedure will be rejected as per Bid Rejection Criteria mentioned in Annexure CCC Go to this Tab Technical RFx Response for Uploading Techno commercial Unpriced Bid RFx Response Number 60006452 RFx Number TEST2 Status ittd RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Service and Delive Event Parameters Currency Indian Rupee Incoten Detailed Price Information MAARA Go to this Tab Notes and l a Attachments for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced Bid files IG Created B Last Processed C Last Processed B Details Send E Mail Call Clear Function Number Name err i The table do
9. Control Via Web browser xi Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xii Video compression H 264 MJPEG MPEG xiii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xiv Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xv PoE IEEE 802 3af Compliant Xvi Ingress Protection Rating Standard IP66 NEMA 4X xvii Operating Temperature 0 C to 40 C xviii Humidity 0 to 90 or better xix Mount Suitable vandal resistant mount for wall and ceiling Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability Wall Mount for housing must be provided Ethernet surge protector for camera Item No 44 Cables and Conduit Oty 1 Nos The vendor need to supply all inter connecting cables conduit required for the CCTV system Item No 45 24 Port Switch Qty 1 Nos Layer 3 Switch Make Cisco Model Vendor must specify 1 Minimum 24 nos 1GE PoE 2 nos 10 GE SFP Uplink Ports 2 Switching Fabric 80 Gbps minimum 3 Forwarding Rate 30 mpps minimum 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support ad
10. OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid Page 3 of 4 2 0 BID EVALUATION CRITERIA BEC The bids conforming to the terms and conditions stipulated in the tender and considered to be responsive after subjecting to the Bid Rejection Criteria as well as verification of original of any or all documents documentary evidences pertaining to BRC will be considered for further evaluation as per the Bid Evaluation Criteria given below A TECHNICAL 1 The total quoted cost of equipment installation and commissioning training control room operations Warranty of 3 years and Annual Maintenance Services 4 years costs will be considered for evaluation of technically acceptable bids 2 The cost of fiber optic cable laying 45 000 meter will be considered for bid evaluation However the payment against this item will be made on actuals B COMMERCIAL i To evaluate the inter se ranking of the offers Assam Entry Tax on purchase value will be loaded as
11. Solid state SMPS charger Float Voltage 2 25 2 26 VPC minimum Boost Voltage 2 30 2 33 VPC minimum Battery recharge time After complete discharge to 90 capacity 8 10 hours Battery Housing Should be compact and space saving MS steel open racks complete with interconnectors Serial Communication RS232 Port Option of USB Port should be available RS2323 Port should be provided as standard in the UPS However there should be provision for USB port also in the UPS REPO Remote Emergency Power OFF ROO Remote ON OFF Port Should be provided as standard in the UPS Interface to NMS Network Management System To be quoted as option SNMP Card for connecting the UPS to LAN thru Ethernet port amp monitoring thru NMS should be available The cost of SNMP Card NMS software to be quoted separately Interface to BMS Building Management System To be quoted as option ModBus Page 9 of 37 Card for connecting to UPS to BMS thru RS485 amp monitoring thru BMS Interface to DCS Distributed Control System To be quoted as option Relay I O Card or PFC Potential free contacts for connecting to UPS to DCS PLC SCADA system for communicating UPS operating status Cold Start UPS should start up On AC Supply Mains without DC Supply Batteries On DC Supply Batteries without AC Supply Mains Automatic Restart UPS should start up automatically on mains resumption after battery low shutdown Self Diagnosis UPS shou
12. Tubular Poles Swaged type conforming to IS 2713 Part I amp II 1980 with the following specifications 1 Designation 410 SP 30 2 Material of construction Conforming to grade Yst 240 of IS 1161 1979 3 Corrosion Protection Pole planting depth should be coated with Bituminous paint as per IS 1580 1968 and rest of the Pole length be painted with l one coat of red oxide primer as per IS 2074 1979 and also one coat of olive green paint above the primer 4 Earthing Arrangement Each Pole should be provided with a through hole of 14mm diameter at a height of 300 mm above the planting depth 5 Base Plate Mild steel Base plate of 300mmx300mmx6mm size should be welded to the bottom of the each Pole as per IS 2713 6 Tests and test certificates Tests as per IS 2713 228 for sulphur amp phosphorus content 1894 for finished poles should be carried out on the Poles and relevant certificates should be sent along with the materials 7 Markings Pole designation manufacturers identifications mark and year of manufacture should be mark on each Pole as per IS 2713 Bidder shall submit technical details of offered make of pole along with the offer We have given requirement for 120 nos of poles As at this stage the exact nos of poles cannot be ascertained bidder has to quote for 120 nos of poles with the scope for provision for supply of 20 additional nos i e 24 nos at the same price and terms and conditions in case requir
13. amp Conditions for the Electrical Component of this project 1 The bidders or his sub contractor must possess valid electrical contractor license from the appropriate Govt Central State authority or else must have tie up with an Electrical Firm having the requisite electrical contractor license Bidder shall submit an undertaking with their offer that the said tie up shall remain valid till completion of the electrical installation and commissioning jobs 2 The bidders shall also submit an undertaking with the offer for following a The bidder shall employ work persons with valid electrictan wireman permits license issued or recognized by appropriate Govt Central state authorities to carry out all electrical jobs b Bidder shall employ one electrical supervisor to supervise the jobs performed by the teams to the satisfaction of the company The supervisor shall possess valid supervisor s certificate of competency issued recognized by appropriate Govt Central state for supervision of electrical jobs Electrical Part Special Terms and Conditions 1 Available power supply from OIL s installations 230 V AC 50HZ single phase Power shall be fed to the UPS through an isolating device having overload short circuit and earth leakage protection for the safety of devices and lives Power will be available in a single point 2 Voltage frequency and phase available will be 230V 50 Hz single phase The party will make appropr
14. on poles are in the scope of supplier SPECIAL NOTES 1 Party shall supply the items as per requirement in the field 2 The party shall have valid Electrical Bidder License issued or recognized by appropriate Govt authority In case license expires during contract period the same shall be renewed by the party The contract shall be terminated if the license is not renewed if required 3 Party shall employ work persons with valid wireman license issued by appropriate Govt authority to carry out all electrical jobs and shall employ one supervisor holding valid supervisor s competency certificate for supervision of electrical jobs 4 All materials and services required for arranging power from OIL installations are in the scope of the party supplier 5 The party shall take approval from Electrical Engineer in Charge before tapping power form OIL s source The party shall start working in electrical circuit after getting clearance sheet from OIL s electrical personnel 6 The party shall follow standard procedures described by OIL and other relevant Indian Standard for all electrical works SAFETY PROCEDURE 1 The National Electricity Code as amended up to date are to be followed in their entirety Any installation or portion of installation which does not comply with these codes should be got rectified immediately 2 The detailed instructions on safety procedures given in B I S Code No 5216 1969 Code of Safety Procedur
15. pm on weekdays Mon Fri 7 am to 11 am Sat and otherwise on call 9 The successful bidder must maintain a critical spares inventory as per the attached list This inventory must be replenished within 3 weeks of consumption 10 In case warranty obligations are not fulfilled specific to the two control rooms and all equipment therein by the successful bidder for a period of 15 days or more the watranty period of the entire solution will be extended by a pro rata duration at no extra cost to OIL Item No 79 Annual Maintenance Services for 4 years AMS ty 1 AU 1 All equipment supplied by the successful bidder will be covered by the Annual Maintenance Service including UPS and batteries 2 The Annual Maintenance Services shall start after successful completion of the watranty period 3 For any reason if the warranty period is extended AMS shall start after completion of the extended warranty period 4 The AMS shall run for a period of four 4 years 5 During the AMS period any defective device shall have to be replaced with a new one of the same make and same equivalent model immediately Necessary configuration of the replacement device for proper operation of the device in the said Security Surveillance system is the responsibility of the successful bidder 6 During the AMS period the engineer attending the call shall have to submit a Page 33 of 37 call report mentioning nature of the fault
16. process or to terminate the contract if already signed for such reason 1 If the Bidder Contractor has committed a transgression through a violation of Section 2 such as to put his reliability or credibility into question the Principal is entitled also to exclude the Bidder Contractor from future contract award processes The imposition and duration of the exclusion will be determined by the severity of the transgression The severity will be determined by the circumstances of the case in particular the number of transgressions the position of the transgressions within the company hierarchy of the Bidder and the amount of the damage The exclusion will be imposed for a minimum of 6 months and maximum of 3 years Page 2 of 5 The Bidder accepts and undertakes to respect and uphold the Principal s Absolute right to resort to and impose such exclusion and further accepts and undertakes not to challenge or question such exclusion on any ground including the lack of any hearing before the decision to resort to such exclusion is taken This undertaking is given freely and after obtaining independent legal advice lf the Bidder Contractor can prove that he has restored recouped the Damage caused by him and has installed a suitable corruption prevention system the Principal may revoke the exclusion prematurely A transgression is considered to have occurred if in light of available evidence no reasonable doubt is possible Section 4 Comp
17. through OIL s e Procurement site only except following documents which are to be submitted manually in sealed envelope super scribed with Tender_no and Due date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender a Original Bid Security b Detailed Catalogue if any c Any other document required to be submitted in original as per tender requirement All documents submitted in physical form should be signed on all pages by the authorised signatory of the bidder and to be submitted in triplicate 5 0 Bidders are requested to examine all instructions forms terms and specifications in the bid Failure to furnish all information required as per the NIT or submission of offers not substantially responsive to the bid in every respect will be at the bidders risk and may result in rejection of its offer without seeking any clarifications 6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date and time Also they must ensure that above documents which are to be submitted in a sealed envelope are also submitted at the above mentioned address before the bid closing date and time failing which the offer shall be rejected 7 0Bid must be submitted electronically only through OIL s e procurement portal Bid submitted in any other form will be rejected 8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for
18. to OIL if applicable a Bid Security Amount In Rs b Bid Security Valid upto c Name and Full Address of Issuing Bank 12 Confirm that the Bid Security submitted In case of Bank Guarantee is in toto as per format provided in the tender Bid Security if Not submitted reasons thereof EE a Ps a ee Whether you shall submit Performance Security in the event of placement of order on you if applicable Integrity Pact Submitted if applicable Confirm that the Integrity Pact submitted is in toto as per format provided in the tender Whether submitted documents in support of General Qualification criteria of NIT If bidder is Small scale unit whether you are eligible for purchase preference NOTE Please fill up the greyed cells only Technical Bid Checklist Annexure EEE Bidder s Name Compliance by Bidder Eel nn SL NO BEC TENDER REQUIREMENTS Confirmed Not applicable unpriced bid or Comments 1 Bidder to confirm that he has not taken any exception deviations to the bid document specifications Confirm that the Offer has been made with Bid Bond Bank Guarantee Earnest Money along with the offer Wherever Applicable mmermoemmeed nn nn opening of techno commercial bid Confirm that the prices offered are firm and or without any qualifications Confirm that all relevant fields in the on line biding format been filled in by the bidders for the items quoted by them 7 Confirm
19. to be shifted by the vendor every 3 to 4 months 13 The mobile drilling locations will operate in stand alone mode However the CCTV system must have the facility to connect over network to the central control room in Security Department The camera footage must be saved locally in the NVR at each remote location and the central control room must have the capability and provision to pull access the saved data over the network 14 All electrical power supply jobs required to provide power to the equipment at each location will be the responsibility of the successful bidder 15 Continuous power supply to CCTV except at mobile locations shall be monitored by the vendor s personnel and the same needs to be rectified when necessary All spares including poles cables MCB RCD plug sockets etc required for rectification shall be supplied installed and commissioned by the vendor 16 If maintenance is required at the power tapping point from OIL s installations the vendor s personnel will inform Electrical Engineering Department and ask for shutdown 17 The bidder or Sub Contractor engaged by the bidder for electrical work must have valid Electrical Contractor License issued by state Electrical Licensing Board Assam or appropriate authority of State Central govt 18 The personnel working in the electrical circuit shall have Valid wireman electrician permit issued or recognized by State Licensing Board Govt of Assam or appropriate authority
20. with tender 96000 VAh or more for 8 Hr backup Batteries Type Sealed Maintenance Free SMF 12V Cells Page 21 of 37 Battery Makes Amara Raja Exide HBL Amco Rocket Number of Battery Banks Maximum Two Banks in parallel Minimum Charger Rating In built chargers will be preferred over external chargers The charger should be able to deliver charging current equivalent to 10 of Battery Ah rating offered In case of external chargers suitable monitoring of the chargers should be provided in the UPS Also all external chargers taking AC input must have PFC Power factor correction Charger type Charging Method amp Charging Voltages Constant Voltage Constant Current Solid state SMPS charger Float Voltage 2 25 2 26 VPC minimum Boost Voltage 2 30 2 33 VPC minimum Battery recharge time After complete discharge to 90 capacity 8 10 hours Battery Housing Vendor to provide the GA drawings of the offered Battery Rack Should be compact and space saving MS steel open racks complete with interconnectors Battery End Cell Voltage 1 75 VPC Serial Communication RS232 Port Option of USB Port should be available RS2323 Port should be provided as standard in the UPS However there should be provision for USB port also in the UPS REPO Remote Emergency Power OFF ROO Remote ON OFF Port Should be provided as standard in the UPS Interface to NMS Network Management System To be quoted as option SNMP
21. within 48 hours of reporting the failure Necessary configuration of the replacement device for proper operation of the device in the said Security Surveillance system is the responsibility of the successful bidder Bidder is responsible for maintaining the OFC LAN used to connect the cameras to the control room during watranty period 4 During the warranty period the engineer attending the call shall have to submit a call report mentioning nature of the fault action taken any replacement of parts serial no of replaced equipment and serial number of replacement equipment and any other details of the call to OIL The report has to be duly signed by OIL s personnel and then only the call shall be considered attended 5 Location of the cameras may need to be shifted during warranty period as per OIL s requirement 6 OIL may add new areas under surveillance during the warranty period 7 Cost of all visits including transport to and from Duliajan and accommodation at Duliajan by bidder s personnel for Warranty related work shall have to be borne by the successful bidder 8 The successful bidder has to place one service engineer and two technicians on a full time basis at Duliajan during the warranty period In case OIL reports that the services of the stationed engineer technician are not satisfactory the successful bidder must replace him her within one week of the report The engineer technician will have to be available from 7 am to 3 30
22. 15 meter capability vii Lens type Varifocal auto iris with 3 3 12 mm lens viii Audio Line in Line out jack ix Audio Compression G 711 x Camera Setup Control Via Web browser xi Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xii Video compression H 264 MJPEG MPEG xiii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xiv Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xv PoE IEEE 802 3af Compliant xvi Ingress Protection Rating Standard IP66 NEMA 4X xvii Operating Temperature 0 C to 40 C xviii Humidity 0 to 90 or better xix Mount Suitable vandal resistant mount for wall and ceiling Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability Wall Mount for housing must be provided Ethernet surge protector for camera Item No 2 Outdoor PTZ Dome Camera for Civil Department Qty 4 Nos Specification for High Performance Colour Day Night Outdoor PTZ Dome Camera 1 High Performance Colour Day Night Outdoor PTZ Dome Camera with 1 1 4 in type CCD CMOS ii Sensitivity day mode 0 5 lux and night mode 0 01 lux ili 36x optical zoom and 12x
23. 2 PRIVATE BUS STAND NEW HUKUTA CHARIALI From PRIVATE BUS STAND NEW Pole JB CENTRAL SCHOOL From Outdoor Junction box near DSP nn rom MTDC MTDC om MTDC eisting building CMT OFFICE rom existing NIA Building rom existing NIA Building BIHUTOLI From Outdoor Junction box near DPS OIL HIGHER SECONDARY SCHOOL From OIL HIGHER SECONDARY DULIAJAN CROSSING Pole JB 31 OIL HIGHER SECONDARY CROSSING from Nehru maidan 40 OIL HOSPITAL From Civil Dept new SM Fiber 600 mrt 200 Mtr for cameras D HOSPITAL FRONT SIDE COVERING From inside Hospital NURSE HOSTEL mn 23 24 25 26 27 28 29 30 31 32 3 3 34 B TYPE PUJA MANDAP from Outdoor Junction Box near Dhuliajan Club tinali 35 W 77 PIPE YARD From INSIDE B LANE NEAR QTR NO 4 B165 B186 2 Junction Box 36 ST XAVIERS SCHOOL From Junction Box between 53 amp 3 67 37 HELIPAD From NEAR NEHRU MAIDAN WATER TANK Pole JB 38 NEAR NEHRU MAIDAN WATER TANK From Zaloni club 42 3 3 3 3 3 DULIAJAN CLUB TINIALI From inside Hospital DS 40 NEHRU MAIDAN from Outdoor Junction Box near Dhuliajan Club tinali Tiny Tot School From ZALONI CLUB Pole JB 42 ZALONI CLUB From Hospital new SM Fiber 1100 mtr 1300 200 extra for local camera connection F 1 GUEST HOUSE From Zaloni club 42 Pole JB 100 esi isis 44 F 14 F 16 From outside F 1 Guest House 43 Pole JB MAIN GUEST HOUSE From outside F 14 F 16 44 Pole JB a ae 46 PERCY EVANS GUEST HOUSE From o
24. Annexure l OIL INDIA LIMITED A Government of India Enterprise P O Duliajan 786602 Assam India FAX 91 0374 2800533 E mail material oilindia in OIL INDIA LIMITED invites Indigenous Competitive Bid e tenders through its e Procurement portal for following e tender E Tender No B C Date Material Description amp Quantity SDI3784P15 Dated 03 06 2014 03 07 2014 CCTV SURVEILLANCE SYSTEM FOR OIL SINGLE STAGE TWO BID SYSTEM INDIA LTD DULIAJAN Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 Excepting PSUs and SSI units registered with NSIC in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 upto one week prior to Bid Closing date The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been provided through OIL s web site www oil india com OIL
25. Between Oil India Limited OIL hereinafter referred to as The Principal And Name of the bidder nnnn en hereinafter referred to as The Bidder Contractor Preamble The Principal intends to award under laid down organizational procedures contract s for Tender No SDI3784P15 The Principal values full compliance with all relevant laws and regulations and the principles of economic use of resources and of fairness and transparency in its relations with its Bidder s and Contractor s In order to achieve these goals the Principal cooperates with the renowned international Non Governmental Organisation Transparency International TI Following TI s national and international experience the Principal will appoint an external independent Monitor who will monitor the tender process and the execution of the contract for compliance with the principles mentioned above Section 1 Commitments of the Principal 1 The Principal commits itself to take all measures necessary to prevent corruption and to observe the following principles 1 No employee of the Principal personally or through family members will in connection with the tender for or the execution of a contract demand take a promise for or accept for him herself or third person any material or immaterial benefit which he she is not legally entitled to 2 The Principal will during the tender process treat all Bidders with equity and reason The Princip
26. CAB ANKUR NECAB Bidder shall submit technical details of offered make of cable along with the offer Item No 60 Installation amp Comm of cable Qty 1 AU Installation and commissioning of following sizes of cables in the burried cable trench Size of cable 1 3 x 4 mmsq PVCA copper cable ii 3 x 6 mmsq PVCA copper cable Supply and laying of 3 80 mm dia minimum wall thickness 3 6mm GI pipe in normal soil complete with GI fittings including trenching 75 cm deep and re filling with earth etc as required and laying of cable through the pipe Cable laying procedure UG Cable laying in GI pipe pipe buried in soft soil in trench a The normal size of the trench will be 45 cms wide and depth of 75 cms The bottom of the trench must be levelled and properly dressed b Laying of 3 GI pipe in the trench c 3 GI pipe will be connected each other by means of socketing c Drawing of cables through the GI pipe d After drawing cables through the pipe the trench shall be filled back with earth cut earth from the trench and rammed properly For laying of cables through GI pipe in underground trench bidder has to quote for per metre installation of cable Payment will be made based on actual running metre Item No 61 9 Mtrs Pole Qty 120 Nos Supply of 9 mtr step pole Pole has the following specification STEEL TUBULAR Page 29 of 37 POLES FOR OVERHEAD cable stringing 9 mtrs Long Steel
27. CP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xv PoE IEEE 802 3af Compliant xvi Ingress Protection Rating Standard IP66 NEMA 4X xvii Operating Temperature 0 C to 40 C xviii Humidity 0 to 90 or better xix Mount Suitable vandal resistant mount for wall and ceiling Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability Wall Mount for housing must be provided Ethernet surge protector for camera Item No 10 Outdoor PTZ Camera for Oil Township and Remote Drilling Locations Oty 73 Nos Page 11 of 37 Specification 1 High Performance Colour Day Night Outdoor PTZ Dome Camera with 1 1 4 in type CCD CMOS ii Sensitivity day mode 0 5 lux and night mode 0 01 lux iii 36x optical zoom and 12x digital zoom iv Wide Dynamic Range WDR Minimum 60 dB and Sodium Vapour White Balance mode v Dual recording iSCSI and SD card Minimum 32 GB SD Card to be provided vi Effective Picture Elements PAL 440 000 vii Lens 36x Zoom 3 3 3 4 119 122 4 mm viii Focus Automatic ix Optical Zoom Field of View 1 7 to 57 8 x Video Output 1 0 Vp p 75 Ohm xi Gain Control Auto Manual xii Electronic Shutter Speed 1 1 to 1 10 000 sec xiii Signal to Noi
28. Card for connecting the UPS to LAN thru Ethernet port amp monitoring thru NMS should be available The cost of SNMP Card NMS software to be quoted separately Interface to BMS Building Management System To be quoted as option ModBus Card for connecting to UPS to BMS thru RS485 amp monitoring thru BMS Interface to DCS Distributed Control System To be quoted as option Relay I O Card or PFC Potential free contacts for connecting to UPS to DCS PLC SCADA system for communicating UPS operating status Cold Start UPS should start up On AC Supply Mains without DC Supply Batteries On DC Supply Batteries without AC Supply Mains Automatic Restart UPS should start up automatically on mains resumption after battery low shutdown Self Diagnosis UPS should be capable to carry out self test of Rectifier Charger Battery amp Inverter module during start up Physical Operating Temperature 0 to 40 deg C Storage Temperature 15 to 45 deg C Operating Humidity 5 95 RH No Condensing Type of Cooling Forced Air Noise Level lt 58 dbA at I meter distance Form Factor Rack amp Tower mountable Air Filters mandatory UPS should have internal anticorrosion air filters for dust filtration Dimension w x d x h in mm To be furnished by the vendor Weight in kg To be furnished by the vendor Reliability MTBF greater than 100000 hours Packaging Material Vibration Withstand amp Drop Test Recyclable No CFC amp 1 Vibra
29. H RJ45 plug dimensions compliant with ISO IEC 60603 7 4 and FCC 47 Part 68 Contact material 0 35mm thick copper alloy MIN operating life 750 insertion cycles Sheath Material LSZH ROHS ELV Compliant Item No 29 2 M Cat6 Patch Cord Qty 40 Nos Type Cat 6 U UTP Patch Cords are key components of Power Cat 6 U UTP End to End Solution and are designed to support data networks for 10 100BASE T and 1000BASE T applications Page 18 of 37 Conductor 24 AWG stranded copper wire Length 2 Meter RJ45 plug and boot material Clear polycarbonate Outer Sheath LSOH RJ45 plug dimensions compliant with ISO IEC 60603 7 4 and FCC 47 Part 68 Contact material 0 35mm thick copper alloy MIN operating life 750 insertion cycles Sheath Material LSZH ROHS ELV Compliant The vendor need to supply 2 M Cat6 Patch Cord required for OIL Township Surveillance System Item No 30 I O Cat 6 face Plate Oty 40 Nos The vendor need to supply I O Cat 6 face Plate required for OIL Township Surveillance System Type Cat 6 DataGate Plus jack is designed to maintain clean secure connections The RJ 45 jack features spring loaded shutter which protects it from dust and contaminants as well as provides tactile feedback the spring loaded shutter pops out an improperly seated patch cord all with single handed plug in and removal Wire terminal 200 termination cycles Modular Jack 750 mating cycles Plastic Ho
30. INDIA LIMITED A Government of India Enterprises PO Duliajan 786602 Assam India TELEPHONE NO 91 374 2808719 FAX NO 91 374 2800533 Email tuhin_roy oilindia in erp_mm oilindia in FORWARDING LETTER Tender No SDI3784P15 dated 03 06 14 Tender Fee Rs 1 000 00 Bid Security Amount Rs 11 81 Lakhs Bidding Type SINGLE STAGE TWO BID SYSTEM Bid Closing on As mentioned in the e portal Bid Opening on do Performance Security Applicable Integrity Pact Applicable OIL invites Bids for CCTV Surveillance System for Oil India Limited Duliajan through its e Procurement site under SINGLE STAGE TWO BID SYSTEM The bidding documents and other terms and conditions are available at Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents The general details of tender can be viewed by opening the RFx Tender under RFx and Auctions The details of items tendered can be The tender will be governed by a b c d e General Terms amp Conditions for e Procurement as per Booklet No MM LOCAL E 01 2005 for E Procurement LCB Tenders Technical specifications and Quantity as per Annexure 1A The prescribed Bid Forms for submission of bids are available in the Technical RFx gt External Area gt Tender Documents In the event of receipt of only a single offer
31. S 2713 Part I amp II 1980 with the following specifications 1 Designation 410 SP 30 2 Material of construction Conforming to grade Yst 240 of IS 1161 1979 3 Corrosion Protection Pole planting depth should be coated with Bituminous paint as per IS 1580 1968 and rest of the Pole length be painted with l one coat of red oxide primer as per IS 2074 1979 4 Earthing Arrangement Each Pole should be provided with a through hole of 14mm diameter at a height of 300 mm above the planting depth 5 Base Plate Mild steel Base plate of 300mmx300mmx6mm size should be welded to the bottom of the each Pole as per IS 2713 6 Tests and test certificates Tests as per IS 2713 228 for sulphur amp phosphorus content 1894 for finished poles should be carried out on the Poles and relevant certificates should be sent along with the materials 7 Markings Pole designation manufacturer s identifications mark and year of manufacture should be mark on each Pole as per IS 2713 Pole shall be comprises with Angle Iron Cross arm of suitable size to fix the cable 8 Planting depth of poles shall be 1 8 metre for 9 metre long pole The planting depth of the pole shall be as per DSR 2012 11 3 and with cement concrete 1 3 6 1 cement 3 coarse sand 6 graded stone aggregate 40 mm nominal size foundation including excavation and refilling etc as required 9 Supplying and erection of stay set complete galvanised with 19 20 mm dia X 1 8 metres lon
32. Switch with 8 port 100 Base T Make Cisco Item No 39 42U 19 Inch Rack Qty 1 Nos The vendor need to supply 42 U 19inch Rack CM H W front Panel Power Connection required for OIL Township Surveillance System Item No 40 NVR 8 CH Qty 15 Nos Specification of NVR 8 CH for Remote Drilling Locations 8 channel Video Database Manager Network Video Recorder with 2 TB storage Make Model Vendor must specify Other Accessories a 22 LED monitor with resolution Native 1680 x 1050 pixels b Mouse c Speakers 2W RMS d Media CD Drivers if any e Power cables Indian standard Item No 41 Installation and Commissioning of CCTV System at OIL Township and Remote Drilling Locations Qty 1 AU Item No 42 Any item which may be required Oty 1 LOT Any item which may be required for successful completion of the project to be quoted by the bidder Item No 43 CCTV for Materials Department Qty 8 Nos Specification 1 High Performance Colour Day Night Fixed Dome IP Camera with 1 Sensor 1 3 inch type CCD CMOS Page 24 of 37 ii Pixels 1280x720 minimum iii Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON iv Video resolution 720p 480p 240p configurable v Frame Rate 30 fps vi Night Vision Minimum 15 meter capability vii Lens type Varifocal auto iris with 3 3 12 mm lens viii Audio Line in Line out jack ix Audio Compression G 711 x Camera Setup
33. action taken any replacement of parts serial no of replaced equipment and serial number of replacement equipment and any other details of the call to OIL The report has to be duly signed by OIL s personnel and then only the call shall be considered attended a The successful bidder has to place one service engineer and two technicians on a full time basis at Duliajan during the AMS period In case OIL reports that the services of the stationed engineer technician are not satisfactory the successful bidder must replace him her within one week of the report The engineer technician will have to be available from 7 am to 3 30 pm on weekdays Mon Fri 7 am to 11 am Sat and otherwise on call 8 The successful bidder must maintain a critical spares inventory as per the attached list This inventory must be replenished within 15 days of consumption After the completion of the AMS period all these spares will become the property of OIL Price Breakup Bidders should submit the price breakup of all the items as per Annexure HHH which has been uploaded under Notes amp Attachments gt Attachments as shown below The price breakup Annexure HHH should be filled up signed and uploaded under Notes amp Attachments gt Attachments only The filled up price breakup of all the items should not be uploaded in Technical RFx Response folder as it shall lead to rejection of the offer as per Bid Rejection Criteria
34. against the tender within B C date OIL reserves the right to extend the B C date as deemed fit by the Company During the extended period the bidders who have already submitted the bids on or before the original B C date shall not be permitted to revise their quotation Any sum of money due and payable to the contractor including Security Deposit refundable to them under this or any other contract may be appropriated by Oil India Limited and set off against any claim of Oil India Limited or such other person or persons Page 1 of 5 contracting through Oil India Limited for payment of sum of money arising out of this contract or under any other contract made by the contractor with Oil India Limited or such other person or persons contracting through Oil India Limited f Bidder are advised to fill up the Technical bid check list Annexure EEE and Response sheet Annexure FFF given in MS excel format in Technical RFx gt External Area gt Tender Documents The above filled up document to be uploaded in the Response Special Note 1 0 General Qualification Criteria In addition to the general BRC BEC following criteria on Bidders Experience and their financial capabilities shall be considered as on the Bid Closing Date Criteria Complied Not Complied Documentary evidence submitted not submitted Annual financial turnover of the firm in any of the last 3 financial years or current financial ye
35. al will in particular before and during the tender process provide to all Bidders the same information and will not provide to any Bidder confidential additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution 3 The Principal will exclude from the process all known prejudiced persons 2 Ifthe Principal obtains information on the conduct of any of its employees which is a criminal offence under the relevant Anti Corruption Laws of India or if there be a Page 2 of 6 substantive suspicion in this regard the Principal will inform its Vigilance Office and in addition can initiate disciplinary actions Page 1 of 5 2 Section 2 Commitments of the Bidder Contractor The Bidder Contractor commits itself to take all measures necessary to prevent corruption He commits himself to observe the following principles during his participation in the tender process and during the contract execution 1 The Bidder Contractor will not directly or through any other person or firm offer promise or give to any of the Principal s employees involved in the tender process or the execution of the contract or to any third person any material or immaterial benefit which h e she is not legally entitled to in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract 2 The Bidder Contractor will not ent
36. all Efficiency AC to AC Online Double Conversion gt 92 On Full Load Page 8 of 37 Inverter Overload capacity 125 300 sec 150 30 sec Measurements On LCD Input Voltage Frequency Bypass Voltage Frequency Output Voltage frequency Battery Remaining time Battery Level Indicator Load Percentage Load Level Indicator Fault Indication On LCD Charger Failure Battery Failed Battery Low Overload Indications LED AC indicator Battery Mode of Operation Bypass feeding the load UPS Fault Audible Alarms Battery Low beep DC Fault beep UPS Overload beep o p short ckt fault beep Shutdown beep Backup Required 8 Hrs Battery Bank Voltage 192 V DC or higher Battery Bank VAh Vendor to include battery sizing calculations with tender 49920 VAh or more for 8 Hr backup Batteries Type Sealed Maintenance Free SMP 12V Cells Battery Makes Amara Raja Exide HBL Amco Rocket Number of Battery Banks Maximum Two Banks in parallel Minimum Charger Rating In built chargers will be preffered over external chargers The charger should be able to deliver charging current equivalent to 10 of Battery Ah rating offered In case of external chargers suitable monitoring of the chargers should be provided in the UPS Also all external chargers taking AC input must have PFC Power factor correction Charger type Charging Method amp Charging Voltages Constant Voltage Constant Current
37. amp material from the mining operation operations to be done by the party and how it is to be managed 4 The party shall provide a copy of the SOP to the person designated by the mine owner who shall be supervising the party s work 5 Keep an up to date SOP and provide a copy of changes to a person designated by the Mine Owner Agent Manager 6 Party has to ensure that all work is carried out in accordance with the Statute and SOP and for the purpose he may deploy adequate qualified and competent personnel for the purpose of carrying out the job in a safe manner For work of a specified scope nature he should develop and provide to the mine owner a site specific code of practice in line 7 It will be entirely the responsibility of the party party s Supervisor representative to ensure strict adherence to all HSE measures and statutory rules during operation in Company s installations and safety of workers engaged by him The crew members will not refuse to follow any instruction given by company s Installation Manager Safety Officer Engineer in charge Official Supervisor Junior Engineer in charge for safe operation 11 Any compensation arising out of the job carried out by the party whether related to pollution Safety or Health will be paid by the party only 12 Any compensation arising due to accident of the party s personnel while carrying out the job will be payable by the party 13 The party shall have to report all incident
38. ar should not be less than Rs 11 80 Crores 2 0 Application showing full address email address with Tender Fee Non refundable of Rs 1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head Materials Oil India Limited P O Duliajan Assam 786602 Application shall be accepted only upto one week prior to the bid closing date or as amended in e portal The envelope containing the application for participation should clearly indicate REQUEST FOR ISSUE OF USER ID AND PASSWORD FOR E TENDER NO for easy identification and timely issue of user ID and password On receipt of requisite tender fee USER_ID and initial PASSWORD will be communicated to the bidder through e mail and will be allowed to participate in the tender through OIL s e Procurement portal No physical tender documents will be provided Details of NIT can be viewed using Guest Login provided in the e Procurement portal The link to e Procurement portal has been also provided through OIL s web site www oil india com NOTE PSUs and SSI units are provided tender documents Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue the tender documents before the last date of sale of tender document mentioned in the tender 3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM The bidders are required to submit both the TECHNO COMMERCIAL UNPRICED BID and PRICED
39. arry the load of cable during stringing Stringing of cable shall be done from one pole to another and carried on if required All materials required for stringing of cables will be supplied by party Item No 70 Power circuit wirin ty 1000 Metres Circuit wiring Supply of all materials and wiring of power circuit from RCBO to 5 16 A Modular switch socket for termination point of UPS CCTV with 3 x 4 0 mm2 single core PVC insulated FRLS copper cable 1100 V grade including earthing identical size phase neutral and earth wires colour coded red black and green respectively in Medium grade PVC casing capping conduit in recessed surface Wiring for the switch socket shall be considered as actual running metre Make of cable Finolex Havells AKG or other brands approved by departmental engineer make of casing capping AKG Plaza Presto Plast Other brands shall have to be approved by departmental engineer Payment will be given in actual running metre Item No 71 Supply of 4 Module Board Qty 40 Nos Supply of 4 module Modular switch board with one 16 A switch one 16 A Socket and all materials Placing of boards shall be true vertical and horizontal and at correct height Make of Modular board Legrand L amp T MK Crabtree Indo Asian or other make approved by departmental engineer Note This item included one 16 A switch 16 A switch socket and 4 module box plate Page 31 of 37 with front plate This i
40. ating Ensure that all sub bidders hired by him comply with the same requirement as the party himself and shall be liable for ensuring compliance all HSE laws by the sub or sub sub bidders 2 Every person deployed by the party supplier in a mine must wear safety gadgets to be provided by the party The party supplier shall provide proper Personnel Protective Equipment as per the hazard identified and risk assessed for the job and conforming to statutory requirement and Company PPE schedule Safety appliances like protective footwear Safety Helmet and Full Body harness has to be DGMS approved Necessary supportive document shall have to be submitted as proof If the party fails to provide the safety items as mentioned above to the working personnel the party may apply to the Company for providing the same Company will provide the safety items if available But in turn Company will recover the actual cost of the items by deducting from Bidder s Bill However it will be the party s sole responsibility to ensure that the persons engaged by him in the mines use the proper PPE while at work All the safety gears mentioned above are to be provided to the working personnel before commencement of the work 3 The party shall prepare written Safe Operating Procedure SOP for the work to be carried out including an assessment of risk wherever possible and safe methods to deal with it them The SOP should clearly state the risk arising to men machineries
41. cket Incorporates central spine maintaining pair separation during installation to ensure premium performance after installation Mechanical Characteristics Construction 4 twisted pairs separated by internal X shaped 4 channel polymer spine full separator Half shall not be accepted Conductor Solid Copper Conductor Diameter 0 56 0 005mm 23 AWG Insulator Polyolefin Jacket FR PVC Outer Diameter 6 040 4mm Max Temperature 75 C ROHS ELV Compliant Item No 20 2 Core Power Cable Oty 1 Nos 2 Core Power Cable 1500M 1 5 Sq mm for camera DC Supply Item No 21 3 Core Power Cable Qty 1 Nos 3 Core Power Cable 3000 M 2 5 Sq mm for Camera AC Supply Item No 22 Outdoor Single Mode fiber optic cable Qty 1 Nos 24 Core Armoured Outdoor Single Mode fiber optic cable Cable Type 24 Core fiber Cable Single Mode Armoured Gel filled cable complying to ISO IEC 11801 2nd Edition type OS2 AS ACIF S008 AS NZS 3080 EIA TIA 568 C 3 ITU T REC G 652D spec for Low Water Peak fibre suitable for use in direct burial outdoor ducts and backbone cabling Make Model The OEM should be ISO 9001 2000 amp QS 9000 Certified In the changing needs of the global resources if the company has environmental management systems in place like ISO 14001 accreditation the same shall be added advantage a With Central steel wire b Outdoor direct burial c Loose tube Gel Filled type d Water blocking Tape
42. conduit pipes Qty 1 Nos Item No 24 PVC HDPE pipes Qty 1 Nos Item No 25 Galvanized Pole Qty 97 Nos Item No 26 Angle for cemara fitting Qty 97 Nos Item No 27 GI Pipes Qty 1 Nos Item No 28 Cat 6 patch cord Qty 230 Nos Item No 29 2 M Cat6 Patch Cord Qty 40 Nos Item No 30 I O Cat 6 face Plate Qty 40 Nos Item No 31 FO Patch Cord SC LC Qty 240 Nos Page 2 of 5 Item No 32 5 Amp 5 PIN Socket Qty 100 Nos Item No 33 24 Port Patch Panel Cat6 Qty 69 Nos Item No 34 9U 19inch Rack Qty 15 Nos Item No 35 24 Port Fiber Optic Rack mount LIU loaded with adapter plates Splice Tray and Pigtails Qty 15 Nos Item No 36 10 KVA 9 KW 1 Phase Input 1 Phase Output UPS System with Individual Battery Bank in PRS 1 1 MODE for Control Room 1 Set Item No 37 1 KVA UPS Qty 8 Nos Item No 38 Edge switch with 8 port copper and 1 SFP Port Qty 15 Nos Item No 39 42U 19 Inch Rack Qty 1 Nos Item No 40 NVR 8 CH Qty 15 Nos Item No 41 Installation and Commissioning of CCTV System at OIL Township and Remote Drilling Locations Qty 1 AU Item No 42 Any item which may be required Qty 1 LOT Item No 43 CCTV for Materials Department Qty 8 Nos Item No 44 Cables and Conduit Qty 1 Nos Item No 45 24 Port Switch Qty 1 Nos Item No 46 Accesso
43. d With corrugated steel tape Armoured e 9 125um f Single Mode FO Cable Page 17 of 37 g Operational Wavelenghts 1310nm 1550nm h No of Core 24 Nos i Maximum Attenuation 0 4 dB Km j RoHS Compliant f Total 45 000 M Item No 23 MS conduit pipes Qty 1 Nos The vendor need to supply 3000M MS conduit pipes required for OIL Township Surveillance System Item No 24 PVC HDPE pipes Oty 1 Nos The vendor need to supply 30000 Mtr PVC HDPE pipes required for OIL Township Surveillance System Item No 25 Galvanized Pole Qty 97 Nos The vendor need to supply 9M 3inch dia Galvanized Pole required for OIL Township Surveillance System Item No 26 Angle for cemara fittin ty 97 Nos The vendor need to supply necessary angle for cemara fitting on walls and accessories required for OIL Township Surveillance System Item No 27 GI Pipes Qty 1 Nos The vendor need to supply 2Inch GI Pipes required for OIL Township Surveillance System Item No 28 Cat 6 patch cord Qty 230 Nos The vendor need to supply 1 M Cat 6 patch cord required for OIL Township Surveillance System Type Cat 6 U UTP Patch Cords are key components of Power Cat 6 U UTP End to End Solution and are designed to support data networks for 10 100BASE T and 1000BASE T applications Conductor 24 AWG stranded copper wire Length 1 Meter RJ45 plug and boot material Clear polycarbonate Outer Sheath LSO
44. d Bids and Priced Bids through electronic form in the OIL s e Tender portal within the bid Closing date and time stipulated in the e tender The Techno commercial Unpriced bid is to be submitted as per scope of works and Technical specification of the tender and the priced bid as per the online Commercial bid format For details of submission procedure please refer relevant para of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders Any offer not complying with the above shall be rejected straightway Bid security The bid must be accompanied by Bid Security of Rs 11 81 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque in favour of OIL The Bid Security shall be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Head Materials Materials Department Oil India Limited Duliajan 786602 Assam on or before the Bid Closing Date and Time mentioned in the Tender If bid security in ORIGINAL of above mentioned amount is not received within bid closing date and time the bid submitted through electronic form will be rejected without any further consideration For exemption for submission of Bid Security please refer Clause No 8 8 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders The Bank Guarantee towards Bid Security shall be valid for 10 months from Bid closing date i e upto In case of
45. d by N 1 redundancy system design 25 NVR storage unit should supports up to 48TB expansion total storage up to 144 Page 13 of 37 TB with additional expansion slots 26 It should have option of Hot swappable hard disk for easy maintenance and high availability Item No 12 Display Units for CCTV Control Room for Township Surveillance Oty 3 Nos Specification of Monitor Display Unit for CCTV Control Room Make Model Vendor must specify Diagonal Viewing Size 70 75 Inches Resolution 1920 x 1080 native resolution supporting 1080p Full HD Contrast Ratio 1000 to 1 typical Dynamic Contrast Ratio 2 Million 1 Max Backlight Technology LED Viewing Angle 178 vertical 178 horizontal Display Type Widescreen Flat Panel Display Connectors Video in Audio IN Audio OUT HDMI PC in RJ 45 STAND Height Adjustable stand tilt swivel and built in cable management wall mount accessories and all cables Item No 13 Server for VMS and DB Management for CCTV for OIL Township Qty 1 Nos Specification of Server for VMS and DB Management 1 Processor Intel Xeon Processor E3 1230 E5 4 Threads 64 bit 8M Cache 3 20 GHz 2 Minimum RAM Size 8 GB DDR3 RAM should be sufficient to support 128 cameras 3 Motherboard Intel or OEM Motherboard only 4 Form Factor Rack mountable 5 HDD Minimum 3 TB Usable SAS RAID 5 6 Network Interface Integrated 10 100 1000 Mbps Ethernet Connection a
46. d properly dressed Any change in the above mentioned size shall be instructed by the Engineer in Charge Cable shall be laid through GI pipe and buried in the trench b Bricks shall be placed crosswise irrespective of one or more cables laid in the trench pit over the cable cables as well as the entire pit as per instructions There shall be at least ten bricks in every 1150 mm long normal trench and covering the entire cable cables brick size 230mm x 115mm The bricks should be placed close to each other without any gap Broken bricks shall not be allowed to use c After the bricks have been laid the trench shall be filled back with earth cut earth from the trench and rammed properly in layers of 25 cms d Cable route markers shall be fixed as per instructions 8 Overhead cable stringing i In case of tapping power from overhead electrical line termination from overhead line to the incomer isolating device i e power tapping shall be done by OIL However all materials like 3X6 sqmm PVCA Aluminium cable U clip binding wire cable gland and lugs required for termination connection from overhead line to incomer RCBO shall be supplied by the party ii Supply erection concreting of pole base as per CPWD standard and stringing of cable in the 9 mtr step pole is in the scope of the party iii Electrical Poles shall have following specification STEEL TUBULAR POLES FOR OVERHEAD LINE 9 mtrs Long Steel stepped Tubular Poles conforming to I
47. der process If the Bidder makes incorrect statement on this subject he can be disqualified from the tender process or the contract if already awarded can be terminated for such reason Section 6 Equal treatment of all Bidders Contractor Subcontractors The Bidder Contractor undertakes to demand form all subcontractors a commitment in conformity with this Integrity Pact and to submit it to the Principal before contract signing The Principal will enter into agreements with identical conditions as this one with all Bidders Contractors and Subcontractors Page 3 of 5 3 The Principal will disqualify from the tender process all bidders who do not sign this Pact or violate its provisions Section 7 Criminal charges against violating Bidders Contractors Subcontractors If the Principal obtains knowledge of conduct of a Bidder Contractor or Subcontractor or of an employee or a representative or an associate of a Bidder Contractor or Subcontractor which constitutes corruption or if the Principal has substantive suspicion in this regard the Principal will inform the Vigilance Office Section 8 External Independent Monitor Monitors three in number depending on the size of the contract to be decided by the Chairperson of the Principal 1 The Principal appoints competent and credible external independent Monitor for this Pact The task of the Monitor is to review independently and objectively whether and to what extent the pa
48. digital zoom Page 6 of 37 iv Wide Dynamic Range WDR Minimum 60 dB and Sodium Vapour White Balance mode v Dual recording iSCSI and SD card Minimum 32 GB SD Card to be provided vi Effective Picture Elements PAL 440 000 vii Lens 36x Zoom 3 3 3 4 119 122 4 mm viii Focus Automatic ix Optical Zoom Field of View 1 7 to 57 8 x Video Output 1 0 Vp p 75 Ohm xi Gain Control Auto Manual xii Electronic Shutter Speed 1 1 to 1 10 000 sec xiii Signal to Noise Ratio SNR gt 50 dB xiv White Balance xv Camera Setup Control Via Web browser xvi Pan Range 360 continuous xvii Tilt Angle minimum 10 above horizon xviii Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xix Video compression H 264 MJPEG MPEG xx GOP Structure IP IBP IBBP xxi Resolution Horizontal x Vertical PAL NTSC 4CIF D1 704 x 576 480 25 30 ips or 50 60 fields s for interlaced fields xxii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xxiii Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xxiv Ingress Protection Rating Standard IP66 NEMA 4X xxv Operating Temperature 0 C to 50 C xxvi Humidity 0 to 90 or better xxvii Mount Pendant arm mount and pole mount adapter Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera H
49. ding Rate 30 mpps minimum 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support advanced Layer 3 switching IPv4 and IPv6 features 5 All SFP ports 2 to be populated with appropriate single mode transceivers 6 Appropriate SMARTNET service to be supplied alongwith Item No 8 Accessories for Fixing CCTV Cameras at Civil Engineering Department Qty 1 Nos The vendor need to supply all necessary accessories required for fixing the CCTV Cameras at Civil Engineering Department Item No 9 Outdoor Fixed Camera for OIL Township 25 Nos Specification for High Performance Colour Day Night Fixed Box Type IP Camera Outdoor 1 High Performance Colour Day Night Fixed Box type Outdoor IP Camera with 1 Sensor 1 3 inch type CCD CMOS ii Pixels 1280x720 minimum iii Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON iv Video resolution 720p 480p 240p configurable v Frame Rate 30 fps vi Night Vision Minimum 15 meter capability vii Lens type Varifocal auto iris with 5 50 mm lens viii Audio Line in Line out jack ix Audio Compression G 711 x Camera Setup Control Via Web browser xi Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xii Video compression H 264 MJPEG MPEG xiii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xiv Protocols RTP UDP TCP IP HTTP HTTPS FTP DH
50. eel for additional strength and durability Ports 24 ports Plastic Housing Jack Connector Polycarbonate UL94V 0 rated or equivalent Contact Plating 50u Gold 100 Nickel Front Connector interface RJ45 Circuit Identification Scheme Icons on each of 24 ports Port Identification 9mm or 12mm Labels on each of 24 ports to be included in supply Height 1 U 1 75 inches ROHS ELV Compliant Item No 34 9U 19inch Rack Qty 15 Nos The vendor need to supply 9U 19 inch Rack CM H W front Panel Power Connection required for OIL Township Surveillance System Item No 35 24 Port Fiber Optic Rack mount LIU loaded with adapter plates Splice Tray and Pigtails Oty 15 Nos Fiber Management Shelf 24 Port Configurable Fibre drawer Sliding drawer is a 1U rack mount unit for storing and terminating incoming fibre cable Using our vast range of 6 Pak Plates you can configure your fibre system to suit all fibre applications Configurable Fits up to four 6 Pak Plates Angled 6 Pak plates Adhesive labelling for port identification Management rings within system to accommodate excess fibre cordage behind the trough adapters and maintain fibre bend radius Rugged steel construction Powder coated mild steel Compact size mm Rack Mount 482mm W x 254mm D x 43mm H Optical Fibre Adapter Plates SC Adapter Plate Loded As per requierment Splice Tray Loaded Pigtail SC Singlemode 9 125 m Item No 36 10 KVA 9 KW_
51. ement for the additional poles arises Bidder may visit sites at Duliajan and assess the requirement with prior intimation to OIL Item No 62 Installation amp Commissioning of Poles Oty 1 AU Installation amp Commissioning Planting depth of poles shall be 1 8 metre for 9 metre long pole The planting depth of the pole shall be as per DSR 11 3 2012 and with cement concreting for base 1 3 6 1 cement 3 coarse sand 6 graded stone aggregate 40 mm nominal size foundation including excavation and refilling etc as required Item No 63 Supply of stay set complete galvanised ty 50 Nos Supply of stay set complete galvanised with 19 20 mm dia X 1 8 metres long stay rod anchor plate of size 45 cm X 45 cm X 7 5 mm thimble stay clamps bow tightener 3 8 SWG G I stay wire Item No 64 Installation amp Comm Stay set Qty 1 AU Stay set shall be fixed with the pole and anchor plate shall be placed underground after excavation and refilling etc as required Item No 65 Supply of 6 16 A combined Modular S Soc Qty 140 Nos Supply of suitable size Modular box with modular plate and cover in front on surface including providing and fixing one number 5 pin 5 6 amp 15 16 amps modular socket outlet and 15 16 amps modular switch connection etc as required Make of Modular item Legrand L amp T MK Scheider Crabtree Indo Asian Page 30 of 37 Note This item will be used
52. ensation for Damages If the Principal has disqualified the Bidder from the tender process prior to the award according to Section 3 the Principal is entitled to demand and recover from the Bidder liquidated damages equivalent to 3 of the value of the offer or the amount equivalent to Earnest Money Deposit Bid Security whichever is higher If the Principal has terminated the contract according to Section 3 or if the Principal is entitled to terminate the contract according to section 3 the Principal shall be entitled to demand and recover from the Contractor liquidated damages equivalent to 5 of the contract value or the amount equivalent to Security Deposit Performance Bank Guarantee whichever is higher The bidder agrees and undertakes to pay the said amounts without protest or demur subject only to condition that if the Bidder Contractor can prove and establish that the exclusion of the Bidder from the tender process or the termination of the contract after the contract award has caused no damage or less damage than the amount or the liquidated damages the Bidder Contractor shall compensate the Principal only to the extent of the damage in the amount proved Section 5 Previous transgression The Bidder declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Tl approach or with any other Public Sector Enterprise in India that could justify his exclusion from the ten
53. er with other Bidders into any undisclosed agreement or understanding whether formal or informal This applies in particular to prices specifications certifications Subsidiary contracts submission or non submission of bids or any other actions to restrict competitiveness or to introduce cartelisation in the bidding process 3 The Bidder Contractor will not commit any offence under the relevant Anticorruption Laws of India further the Bidder Contractor will not use improperly for purposes of competition or personal gain or pass on to others any information or document provided by the Principal as part of the business relationship regarding plans technical proposals and business details including information contained or transmitted electronically 4 The Bidder Contractor will when presenting his bid disclose any and all payments he has made is committed to or intends to make to agents brokers or any other intermediaries in connection with the award of the contract The Bidder Contractor will not instigate third persons to commit offences outlined above or be an accessory to such offences Section 3 Disqualification from tender process and exclusion from future Contracts If the Bidder before contract award has committed a transgression through a violation of Section 2 or in any other form such as to put his reliability or risibility as Bidder into question the Principal is entitled to disqualify the Bidder from the tender
54. erally to the terms and conditions given in this document Notwithstanding the general conformity of the bids to the stipulated specifications the following requirements will have to be particularly met by the Bidders without which the same will be considered as non responsive and rejected A TECHNICAL 1 Bidder s Experience a The bidder must have experience of implementing at least one similar campus township Security Surveillance System in other PSUs Govt organizations public limited companies during the last seven years from the bid closing date Implementations carried out in closed premises like malls office buildings will not be considered as relevant in this case b The implementation should have had a minimum of 35 surveillance cameras c The project should be of minimum Rs 3 00 Three Crores value d The bidders must submit copy of Purchase Order along with the bid to substantiate the same Bidders not conforming to quoting against Bidders Experience and or not providing documentary evidence shall be rejected 2 The bidder must quote for fiber optic cable laying Bids for a non OFC implementation will be rejected 3 All items must be supplied by single vendor Bidders not quoting for all items in the NIT will be rejected Page 1 of 4 B COMMERCIAL i ii iii Bids are invited under Single Stage Two Bid System Bidders have to submit both the Techno commercial Unprice
55. es and Practices in Electrical Works shall be strictly followed 3 No inflammable materials shall be stored in places other than the rooms specially constructed for this purpose in accordance with the provisions of Indian Explosives Act If such storage is unavoidable it should be allowed only for a short period and in addition special precautions such as cutting off the supply to such places at normal times storing materials away from wiring and switch boards giving electric supply for a temporary period with the permission of consultants shall be taken 4 The electrical switchgears and distribution boards should be clearly marked to indicate the areas being controlled by them 5 Before energizing on an installation after the work is completed it should be ensured that all tools have been removed and counted no person is present inside any Page 5 of 37 enclosure of the switch board etc any earthing connection made for doing the work has been removed TECHNICAL SPECIFICATIONS Item No 1 IP Fixed Indoor Camera for Civil Department Oty 10 Nos Specification for High Performance Colour Day Night Fixed Dome IP Camera Indoor 1 High Performance Colour Day Night Fixed Dome IP Camera with 1 Sensor 1 3 inch type CCD CMOS ii Pixels 1280x720 minimum iii Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON iv Video resolution 720p 480p 240p configurable v Frame Rate 30 fps vi Night Vision Minimum
56. es not contain any data On EDIT Mode The following screen will appear Bidders are advised to Upload Techno Commercial Unpriced Bid and Priced Bid in the places as indicated above RFx Response Number 60006452 RFx Number TEST2 Status vil Submission Deadline 13 04 2013 11 00 00 INDIA RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respdnse Version Number 2 RFx Version Number 5 Adda Clear Assigned To Category Text Preview En Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version E The table does not contain any data Processor Note The Techno Commercial Unpriced Bid shall contain all techno commercial details except the prices Page 3 of 5 The Price bid must contain the price schedule and the bidder s commercial terms and conditions For uploading Price Bid first click on Sign Attachment a browser window will open select the file from the PC and click on Sign to sign the Sign On Signing a new file with extension SSIG will be created Close that window Next click on Add Atachment a browser window will open select the SSIG signed file from the PC and name the file under Description Assigned to General Data and clock on OK to save the File 4 0 Please note that all tender forms and supporting documents are to be submitted
57. extension of Bid Closing date against the tender where a bidder has already submitted his bid with requisite bid security validity within the original B C Date such bidders will extend validity of bid security covering the extended period of the bid closing date Performance Security The successful Bidder will have to provide Performance Security as below a 1 Performance Security 10 of total value of the materials shall be submitted after receipt of order The Performance Security shall be valid for entire period of warranty of 3 years from the date of commissioning b 2 Performance Security 10 of AMC value shall be submitted before expiry of 1 Performance Security The Performance Security shall be valid for entire period of AMC of 4 years Bidder must confirm the same in their bid Offers not complying with this clause will be rejected Page 2 of 4 The validity requirement of Performance Security is assuming despatch within stipulated delivery period and confirmation to all terms and conditions of order In case of any delay in despatch or non confirmation to all terms and conditions of order validity of the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 9 12 of General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders iv The Bank Guarantee should be allowed to be encashed at a
58. exure CCC contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM LOCAL E 01 2005 for E procurement LCB Tenders elsewhere those in the BEC BRC shall prevail sis NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Yours Faithfully Sd T ROY DEPUTY MANAGER MATERIALS IP FOR HEAD MATERIALS Page 5 of 5 Annexure CCC Modified Tender No amp Date SDI3784P15 dated 03 06 14 BID REJECTION CRITERIA BRC BID EVALUATION CRITERIA BEC The following BRC BEC will govern the evaluation of the bids received against this tender Bids that do not comply with stipulated BRC BEC in full will be treated as non responsive and such bids shall prima facie be rejected Bid evaluation will be done only for those bids that pass through the Bid Rejection Criteria as stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide MM LOCAL E 01 2005 for E Procurement LCB Tenders However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria BRC BEC contradict the Clauses of the tender or MM LOCAL E 01 2005 elsewhere those in the BRC BEC shall prevail Criteria Complied Not Complied Remarks if any 1 0 BID REJECTION CRITERIA BRC The bid shall conform gen
59. f Cameras and other diagrams attached b Items Checklist for compliance attached c Since this is a turnkey project all items must be supplied by the vendor Scope of Work The successful bidder will be responsible for implementing the entire project on a turnkey basis The jobs to be carried out by the successful bidder are 1 Set up a single mode fiber optic network to connect the CCTV cameras to the central control room This will include a Trenching b Conduiting through HDPE pipes underground c Conduiting through GI pipes from ground level to junction box d Laying of FO cable e The cable route must be properly marked with concrete markers at every 50 meters The text to be written on each marker will be finalized at the time of implementation 2 Install and set up the CCTV cameras as per the list 3 Set up the central control room for CCTV with all necessary monitoring facilities a Necessary servers and storage facilities to record all video footage with redundancy to ensure round the clock availability of the system b Tape Backup system using LTO 6 or later c Display screens for real time viewing of video footage and also viewing of footage already recorded d UPS as per detailed BoM 4 Operation of the central control room for a period of One 1 year from the date of commissioning 24x7x365 This will also include onsite training of OIL personnel The vendor s personnel will be responsible for monitor
60. for giving power supply to outdoor type CCTV Item No 66 Installation amp Comm S S Oty 1 AU Installation amp Commissioning of switch socket on power outgoing FRP box or location instructed by concern Engineer in charge Item No 67 Supply of 2 GI pipe Qty 1000 Metres 2 GI pipe for cable entry GI pipe shall be fixed on the pole where cable shall be taking in and taking out to from the cable trench Cable shall be passed through the GI pipe and entered in the trench and out of the trench through the pipe Pipe shall be attached with the pole by using clamp with nut amp bolts Make of GI pipe Tata jindal Item No 68 Installation amp Comm of GI pipe Qty 1 AU Installation of commissioning of GI pipe per metre GI pipe shall be attached with the pole as a Guard pipe by using clamp with nuts amp bolts Pipe shall carry the incoming outgoing cable from trench to pole Payment will be based on actual per metre Item No 69 Installation commissioning of O H Cable Qty 1 AU Stringing of 3x4 mmsq and 3 x 6 mmsq Cu PVCA cable with 6 SWG GI wire as catenary with the cable where overhead stringing of cable is required GI wire and the 3x4 mmsq and 3 x 6 mmsq Cu PVCA shall be bound by using binding wire and wrapped with black adhesive tape Binding shall be done in the cable with GI wire at regular intervals of 0 75 m Binding distance shall be uniform for entire lenght of cable Binding shall be tight to c
61. g stay rod anchor plate of size 45 cm X 45 cm X 7 5 mm thimble stay clamps bow lightener 3 8 SWG G I stay wire foundation including excavation and refilling etc as required 10 2 GI pipe for cable entry GI pipe shall be fixed on the pole where cable shall be taking in and taking out to from the cable trench Cable shall be passed through the GI pipe and entered in the trench and out of the trench through the pipe Pipe shall be Page 4 of 37 attached with the pole by using clamp with nut amp bolts Make of GI pipe Tata jindal 11 Stringing of overhead cable 6 SWG GI wire and the 3x 4 0 mmsq or 3X6 0 mmsq Copper PVCA cable shall be bound by using binding wire and wrap with black adhesive tape Binding shall be done in the cable with GI wire at a distance of 75 CM Binding distance shall be uniform for entire length of cable Binding shall be tight to carry the load of cable during stringing Stringing of cable shall be done from one pole to another and carry on if required 9 All electrical items and works are to guaranteed for one year from the date of commissioning 10 The party shall submit the following details after commission i Location wise electrical schematic diagram showing make model rating of electrical items with quantity length ii The party shall submit test reports signed by a person having valid electrical supervisory license of competency 11 All materials required for cable trench and stringing
62. ge 37 of 37 FIXED AND PTZ CAMERA LOCATION DETAILS LIST 1 SECURITY OFFICE GATE 2 INSIDE B LANE NEAR QTR NO B165 B186 From Hostel 4 Pole JB 3 NEW HOSTEL NEAR W 57 HOSTEL 4 From INSIDE B LANE NEAR QTR NO B165 B186 Pole JB 4 FIELD COMMUNICATION From Outdoor junction box nare NFT office 5 CONTRACT OFFICE From Field Comm Pole JB NEF OFFICE From Control Room 7 PIPELINE FIELD OFFICE FromContract Office Pole JB N O Q O 1 N O ray Q O 1 1 en a ray Ui Ui ol ray Q O PACHIM ZALONI L P SCHOOL From Pipeline field Pole JB HOSTEL 4 From outside Pachim Zaloni LP Pole JB O PIPALTAL CROSSING From ER Pole JB POLICE STATION From 10 Junction box BOILER BATTERY UPCOMING BUS From Police Station Pole JB TERMINAL UNION OFFICE GATE From LAND DISASTER CONTROL Pole JB LAND DISASTER CONTROL From 10 Junction box 1 EMPLOYMENT RELATION OFFICE From Control Room ray Ui u u 5 o o 1 2 11 12 eje Oju ojlo 13 14 5 1 IT R amp D Bldg From IT R amp D Bldg pO CT CT UBI BANK CROSSING From IT R amp D Bldg 50 1 18 OIL MARKET From Outdoor Junction box near 410 2 2 EE a RE EA 19 NEAR ALLAHBAD ATM FANCY BAZAR From Outdoor Junction box near 150 1 a From NEAR ALLAHBAD ATM Pole JB 200 DPS SCHOOL MAIN GATE From DPS existing building Shift Bus Stand From DPS SCHOOL MAIN GATE Pole JB DPS FRONT SIDE TEACHER S COLONY GATE From DPS existing building 21 a 20 21 1 2
63. i e New Delhi 2 Changes and supplements as well as termination notices need to be made in writing Side agreements have not been made 3 Ifthe Contractor is a partnership or a consortium this agreement must be signed by all partners or consortium members 4 Should one or several provisions of this agreement turn out to be invalid the remainder of this agreement remains valid In this case the parties will strive to come to an agreement to their original intensions TUHIN ROY DEPUTY MANAGER MATERIALS IP For the Principal For the Bidder Contractor Place Duliajan Witness 15 cicesssacnsincececcetessntees Date 03 06 2014 Witness BE oneness Page 5 of 5 List of Spare Items to be kept at Site during Warranty and AMS Period 1 Indoor FIXED Dome cameras for IT CIVIL Materials Contracts 4 Nos 2 Outdoor Fixed box type camera for Town ship 5nos 3 PTZ camera for town ship and Remote drilling Location 10 Nos 4 LX modules for Town ship 10 Nos 5 Industrial Grade Media Converter for Town ship 10 nos 6 10 G modules forTown ship 5 Nos 7 8 ports NVR for remote drilling locations 1 nos 8 8 ports L2 edge switches for remote drilling locations 1 Nos 9 1TB hard disk for NAS NVR NVMS server for Town ship 4 no 10 Cartridge for LTO for town ship 5 Nos Bidders Response Sheet Annexure FFF Bidders Name Bid Security Submitted if applicable Details of Bid Security Submitted
64. iate arrangement like increasing the size of cable step up devices etc for getting required quality of power for camera devices 3 On finalization of the contract the party along with electrical personnel will visit the locations and finalize the electrical plan for underground cable trench or overhead stringing of cables and other electrical works The bidder will prepare the plan and get it approved from Electrical Engineer in Charge before starting of electrical works 4 The make and model of electrical items shall be as mentioned in the PR or approved by Electrical Engineer in Charge 5 The party will tap power from nearest OIL installation in a single point Power may be available in an outdoor unit like feeder pillar overhead line etc In that case the party shall have to mount the isolating device with overload short circuit and earth leakage protection in an IP 65 enclosure The box shall be fixed in a safe place The cable shall be connected using appropriate size lugs and glanding have to be done at cable entry outgoing point with appropriate size gland 6 In case power is available in an indoor installation in that case also isolating device shall be mounted in an enclosure of IP 43 All cable connection shall be done using lug glands etc Page 3 of 37 7 Under ground cable laying procedure a The normal size of the trench will be 45 cms wide and depth of 75 cms The bottom of the trench must be levelled an
65. ing assisting OIL security personnel taking backups as per mutually decided schedule and any other relevant jobs A minimum of 4 personnel must be considered exclusively for this job Page 1 of 37 5 Warranty support of all supplied equipment and software for 3 years 6 AMS of supplied equipment and software for a period of four 4 years after the expiry of the warranty period 7 Replacement of all defective equipment during warranty and AMS periods 8 Supply of all hardware software and any required accessories to complete the entire project 9 Placement of one support engineer and two technician in addition to minimum of 4 personnel operators mentioned above onsite at Duliajan during warranty and AMS 10 Civil Department must be able monitor the footage of the cameras installed in Civil Department also after its being hooked up with the central system The Civil Department Control Room will continue to function even after the central Control Room becomes operational 11 If OIL requires any new location under the surveillance during warranty period the vendor must supply and install the additional items at the same rates and under same terms and conditions 12 For remote drilling installations 15 Locations bidder has to supply and install CCTV systems for each location The mobile CCTV systems must consist of an NVR and monitor connected to the camera installed in each location The mobile CCTV systems may need
66. ion 2 or Less Output Frequency 50 Hz 60 HZ 0 2Hz Voltage Harmonics Less than 3 Linear load Output Power Factor 0 7 or better Overall Efficiency 85 or better on rated full load of 0 7 PF amp 230V 50Hz AC output Protections Short Circuits Over Loading Over Temperature Input low high voltage control DC low high voltage Indications LED To measure and monitor Online Bypass On battery Overload Battery low Fault Replace battery Battery level Loading level Audible Alarms Over Temperature Main failure Battery low Inverter Overload Backup Required 6 Hrs Rating Voltage 36 V DC Batteries Type Sealed Maintenance Free SMP 12V Cells Battery recharge time after complete discharge to 100 charge amp charge rating Battery recharge time should not exceed 12Hrs hours and charger should be capable to charge battery on C10 rating Battery Bank VAh Vendor to include battery sizing calculations with tender Page 23 of 37 Min 5760 VAh or more for 6 Hr backup Number of Battery Banks Single bank Battery Makes Battery Make Exide Quanta Rocket Operating Temperature 0 to 40 deg C Operating Humidity 5 90 RH Manufacturer ISO 9001 2008 ISO 14001 2004 OHSAS 18001 2007 Safety Standard EN 62040 1 EQUIVQLENT EMC EMC Complied Product Certification Mandatory CE MARK Item No 38 Edge switch with 8 port copper and 1 SFP Port Qty 15 Nos Layer 2 Switch for Mobile locations
67. ivity 0 3 lux IR OFF and 0 0 lux IR ON iv Video resolution 720p 480p 240p configurable v Frame Rate 30 fps vi Night Vision Minimum 15 meter capability vii Lens type Varifocal auto iris with 3 3 12 mm lens viii Audio Line in Line out jack ix Audio Compression G 711 x Camera Setup Control Via Web browser xi Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xii Video compression H 264 MJPEG MPEG xiii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xiv Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xv PoE IEEE 802 3af Compliant xvi Ingress Protection Rating Standard IP66 NEMA 4X xvii Operating Temperature 0 C to 40 C xviii Humidity 0 to 90 or better xix Mount Suitable vandal resistant mount for wall and ceiling Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability Wall Mount for housing must be provided Ethernet surge protector for camera Item No 52 Cables and Conduit Oty 1 Nos The vendor need to supply all inter connecting cables conduit required for the CCTV Page 27 of 37 system Item N
68. lame resistant self extinguishing junction box with following specification Junction box shall be simialr to Hensel make box model no 9255 with dimension not less 200mm x 160mm x 98mm Junction box shall be comprised of DIN rail channel for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq copper armoured cable Box shall have self supporting arrangement for mounting on the pole ie pole shall have minimum diameter of 90 mm and maximum diameter shall be 150 mm Box shall have minimum 4 nos of knockout for cable entry in the bottom side Box shall have ingress protection of IP65 for outdoor installation Required number of cable gland made of polyamide shall be supplied Make of Junction box Hensel or equivalent Bidder has to submit technical catalogue of offered make with detail specification along with the offer Item No 78 Warranty 3 years Oty 1 AU Warranty Terms Page 32 of 37 1 Minimum 3 three years onsite warranty must be provided for the entire solution after successful commissioning of the entire solution to the acceptance by OIL as described in Delivery Installation and Commissioning terms 2 Warranty has to cover all equipment including power devices and batteries supplied by the successful bidder OFC LAN workmanship of any equipment fixing work carried out by successful bidder 3 During the warranty period any defective device shall have to be replaced with a new one
69. lation commissioning of O H Cable Qty 1 AU Page 4of5 Item No 70 Power circuit wiring Qty 1000 Metres Item No 71 Supply of 4 Module Board Qty 40 Nos Item No 72 Installation amp Comm of 4 Module board Qty 1 AU Item No 73 Supply of 20 A RCBO with enclosure Qty 40 Nos Item No 74 Installation amp Comm of RCBO Qty 1 AU Item No 75 Supply of RCBO Qty 20 Nos Item No 76 Supply of DP MCB Qty 20 Nos Item No 77 Supply of FRP box Qty 20 Nos Item No 78 Warranty 3 years Qty 1 AU Item No 79 Annual Maintenance Services for 4 years AMS Qty 1 AU Page 5 of 5
70. lay following function panels to multiply monitors A Alarm list panel Task list panel Device status panel Device event panel B System information panel Historical video search and playback panel C E Map vi 9 Restore scenario user used for last time client supports to restore scenario user used for last time when he she logout after login 10 Recording and Playback on Customization 11 Frame by Frame Playback client can play historical video frame by frame 12 Backward Playback client can backward play historical video only by i frame 13 Monitoring system health status trigger alarm information notification for initiative diagnosing and maintenance 14 High Profile H 264 15 ONVIF global standardization support interoperability between IP based physical security products 16 Should support latest Windows OS Clients 17 Manage video streaming from IP cameras and NVR 18 Record searching by time camera number event devices or complex conditions 19 Record and playback by various compression devices including MPEG 4 H 264 and MJPEG video streams along with audio 20 Snapshot video image for immediate actions 21 Support all cameras offered in this solution 22 NVR should Built in standalone server with 16 hard disk bays capable of continuous 24x7 video recording 23 NVR should Support multi front end solution including H 264 MPEG 4 MPEG2 and MJPEG formats 24 It should support Complete fail over solution provide
71. ld be capable to carry out self test of Rectifier Charger Battery amp Inverter module during start up Physical Operating Temperature 0 to 40 deg C Operating Humidity 5 to 95 RH No Condensing Type of Cooling Forced Air Noise Level lt 58 dbA at I meter distance Form Factor Rack amp Tower mountable Reliability MTBF greater than 100000 hours Standard Package of UPS to include the following minimum accessories 1 UPS 2 CD Monitoring Software 3 RS232 Cable 4 Tower Stand Foe use as Tower 5 Brackets for mounting in 19 IT Server Networking Rack 6 UPS to Battery bank connecting Cable 7 User Manual Manufacturer QMS As per ISO 9001 2008 EMS As per ISO 14001 2004 OSHAS As per ISO 18001 2007 Product Safety Certifications EN 50091 2 1995 Class A or Equivalent SURGE IEC61000 4 5 level4 or Equivalent CE declaration of conformity or Equivalent Conducted Magnetic Field IEC61000 4 8 level3 or Equivalent Item No 6 Cable and Conduit for CCTV at Civil Engineering Department Oty 1 LOT The vendor need to supply all inter connecting cables conduit required for the CCTV system at Civil Engineering Department Item No 7 24 Port Switch for CCTV at Civil Engineering Department Oty 1 Nos Layer 3 Switch Make Cisco Model Vendor must specify 1 Minimum 24 nos IGE PoE 2 nos 10 GE SFP Uplink Ports 2 Switching Fabric 80 Gbps minimum Page 10 of 37 3 Forwar
72. ll branches within India v Validity of the bid shall be minimum 120 days from the Bid Closing Date vi The prices offered will have to be firm through delivery and not subject to variation on any account A bid submitted with an adjustable price will be treated as non responsive and rejected vii Bids received after the bid closing date and time will be rejected Similarly modifications to bids received after the bid closing date amp time will not be considered viii All the Bids must be Digitally Signed using Class 3 digital certificate with Organisation s name e commerce application as per Indian IT Act obtained from the licensed Certifying Authorities operating under the Root Certifying Authority of India RCAD Controller of Certifying Authorities CCA of India The bid signed using other than Class 3 with Organisation s Name digital certificate will be rejected ix Technical RFx Response folder is meant for Technical bid only Therefore No price should be given in Technical RFx Response folder otherwise the offer will be rejected x Price should be maintained in the online price schedule only The price submitted other than the online price schedule shall not be considered x1 Integrity Pact OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by
73. mount for wall and ceiling Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability Wall Mount for housing must be provided Ethernet surge protector for camera Item No 48 Cables and Conduit Oty 1 Nos The vendor need to supply all inter connecting cables conduit required for the CCTV system Item No 49 24 Port Switch Qty 1 Nos Layer 3 Switch Make Cisco Model Vendor must specify 1 Minimum 24 nos 1GE PoE 2 nos 10 GE SFP Uplink Ports Page 26 of 37 2 Switching Fabric 80 Gbps minimum 3 Forwarding Rate 30 mpps minimum 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support advanced Layer 3 switching IPv4 and IPv6 features 5 All SFP ports 2 to be populated with appropriate single mode transceivers 6 Appropriate SMARTNET service to be supplied alongwith Item No 50 Accessories Oty 1 Nos The vendor need to supply all necessary accessories required for fixing the CCTV Cameras Item No 51 CCTV for IT Department Qty 7 Nos Specification 1 High Performance Colour Day Night Fixed Dome IP Camera with 1 Sensor 1 3 inch type CCD CMOS ii Pixels 1280x720 minimum iii Sensit
74. nce with any requirement under the act or the regulations that is imposed in the interest of health safety and welfare of the employee or any other person 22 Party s supplier arrangements for health and safety management shall be consistent with those for the mine owner 23 In case party supplier is found non compliant of HSE laws as required company will have the right for directing the party supplier to take action to comply with the requirements and for further non compliance the party supplier will be penalized prevailing relevant Acts Rules Regulations 24 When there is a significant risk to health environment or safety of a person or place arising because of a non compliance of HSE measures Company will have the right to direct the party supplier to cease work until the non compliance is corrected 25 The party supplier should prevent the frequent change of his contractual employees as far as practicable 26 The party supplier should frame a mutually agreed bridging document between Company amp the party supplier with roles and responsibilities clearly defined 27 For any HSE matters not specified in the contract document the party supplier will abide the relevant and prevailing Acts rules regulations pertaining to Health Safety and Environment NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Pa
75. nic Fused Transient Response Dynamic Regulation for 10 to 90 step linear load 10 Transient Recovery to steady state condition after 10 to 90 step linear load lt 1 cycle Transfer Time Mode of operation Nil from Mains mode to Battery Mode Nil from Battery Mode to Mains mode Transfer Time Inverter to Bypass Bypass to Inverter lt 4 ms Synchronized Mode Automatic amp Bi directional static by pass In built Should be provided to take care of uninterrupted transfer of load from Inverter to bypass under overload fault conditions amp automatic retransfer from bypass to inverter on removal of overload fault conditions Overall Efficiency AC to AC Online Double Conversion gt 90 On Full Load Overall Efficiency AC to AC ECO Mode Bypass feeding the load under normal conditions gt 96 On Full Load Inverter Overload capacity 125 300 sec 150 30 sec Measurements On LCD Input Voltage Frequency Bypass Voltage Frequency Output Voltage frequency Battery Remaining time Battery Level Indicator Load Percentage Load Level Indicator Fault Indication On LCD AC indicator Battery Mode of Operation Bypass feeding the load UPS Fault Audible Alarms Battery Low beep DC Fault beep UPS Overload beep o p short ckt fault beep Shutdown beep Backup Required 8 Hrs Battery Bank Voltage 192 V DC or higher Battery Bank VAh Vendor to include battery sizing calculations
76. nsion not less 200mm x 160mm x 98mm Junction box shall be comprised of DIN rail channel for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq copper armoured cable Box shall have self supporting arrangement for mounting on the pole ie pole shall have minimum diameter of 90 mm and maximum diameter shall be 150 mm Box shall have minimum 4 nos of knockout for cable entry in the bottom side Box shall have ingress protection of IP65 for outdoor installation Required number of cable gland made of polyamide shall be supplied 20 A DP MCB shall be similar to legrand cat no 6049 65 Make of Junction box Hensel or equivalent Make of MCB Legrands Schneider Siemens Havells Item No 56 Installation amp Commissioning of Item no 71 Qty 1 AU Installation amp Commissioning of FRP Junction box with all accesories for Incoming power point from OIL s installations The box shall be fixed into the existing pole or wall by means of clamp or screw of proper size Termination of cable to the RCBO shall be done by using proper sized tinned copper lugs Item No 57 Installation amp Commissioning of Item no 72 Qty 1 AU Installation amp Commissioning of FRP Junction box with all accessories near the camera UPS point for providing power to these The box shall be fixed into the existing pole or wall by means of clamp or screw of proper size Termination of cable to the MCB shall be done by using proper
77. o 53 Accessories Oty 1 Nos The vendor need to supply all necessary accessories required for fixing the CCTV Cameras Item No 54 Supply of ERP box for I C Power tappin ty 94 Nos Supply of polycarbonate flame resistant self extinguishing junction box with 25 A RCBO 100mA with following specification Junction box shall be simialr to Hensel make box model no 9255 with dimension not less 200mm x 160mm x 98mm Junction box shall be comprised of DIN rail channel for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq copper armoured cable Box shall have self supporting arrangement for mounting on the pole ie pole shall have minimum diameter of 90 mm and maximum diameter shall be 150 mm Box shall have minimum 4 nos of knockout for cable entry in the bottom side Box shall have ingress protection of IP65 for outdoor installation Required number of cable gland made of polyamide shall be supplied 25 A RCBO 100mA shall be similar to legrand cat no 6033 85 Make of Junction box Hensel or equivalent Make of RCBO Legrands Schneider Siemens Havells Bidder has to submit technical catalogue of offered make with detail specification along with the offer Item No 55 Supply of FRP for O G power tappin ty 94 Nos Supply of polycarbonate flame resistant self extinguishing junction box with 20 A DP MCB with following specification Junction box shall be similar to Hensel make box model no 9255 with dime
78. of State Central govt 19 While working in the electrical circuit including poles and cables the vendor s personnel shall use PPE and follow all safety practices as per CEA regulations 20 The tools and tackles transportation etc required for operation and maintenance of the entire system shall be arranged by the vendor However OIL may provide transport for attending calls installation at mobile locations only General Terms and Conditions 1 Bidders must have designated office single point of contact in Assam Address of the same must be submitted with the bid 2 The bidder must submit the Manufacturer s Authorisation Form MAF for the quoted cameras media converters and Cisco switches 3 The successful bidder must follow all safety norms prescribed by OIL while Page 2 of 37 carrying out the job 4 The successful bidder has to obtain necessary security passes etc for his personnel to enter the worksites OIL shall facilitate the process 5 Successful bidder has to arrange for all necessary tools measuring equipment for carrying out the job 6 Successful bidder has to arrange for their own accommodation and transport during implementation warranty and AMS periods 7 All onsite personnel stationed by the vendor at Duliajan for operations and maintenance of the entire solution will have to be paid a minimum salary of Rupees 6 500 Basic DA per month or as applicable as per Govt norms Terms
79. ofc sm amp from control room 53 55 56 57 58 59 61 62 63 64 65 67 IT R amp D Bldg Type 2 Distribution Mention at S N 16 15 Remote Drilling Sites Via VSAT Wireless Hi E eal EE O J 5 Z Overall layout showing all the Zones with Distribution Points DS Phase Contract Dept DS Type 2 IT R amp D DS3 Materials Dept DS Type 2 8 Pol am wile be connected Existing Fiber New SM OFC 24 Core forCore to Distribution 10 G Uplink 13 Cam wile be connected Using existing SM OFC Cores for Core to Distribution 10G Uplink ost 4 Cam wile be connected Pop Y 18 Cam wile be connected Phase 8 PoE Cam wile 13 Cam wile be be connected connected 17 Cam wile be conn USSEE SERGE Cam wile be connected Civil Dept DS Type 2 2 control room 14 Cam wile be conhected 4SFP 10 PoE 5 Cam wile be connected DPS DS4 5 Cam wile be connected Underground OFC CD Junction Box 85 8a R amp D DS3 170 C17 gt 220 150 19 220 20 Go ad O Outdoor Junction Box MTDC DS5 Shift Bus Stand 22 gt Outdoor Junction Box Oil Hospital DS8 Outdoor Junction Box 28 b gt 28 28 d gt CD Outdoor Junction Box Zaloni Club DS7 G9 28 BD DD DD O Outdoor Junction Box r fare ef 8 Outdoor Junction Ce Box Checklist to be submitted by the bidder Please indicate YES NO against each clause
80. one and DS 7 Zaloni Club zone within 150 days from the date of order Phase II Remaining zones including indoor locations Materials Contracts IT and Civil Engineering departments within 240 days from the date of order 4 However for mobile drilling locations installation of the system will have to be carried out whenever the drilling site is ready for the same 5 All items must be delivered in good condition Damaged defective items must be replaced immediately Penalty Terms 1 During the AMS Warranty period any failed device shall have to be repaired replaced with a new standby device within 48 hours of reporting the failure In case of failure on the part of the successful bidder to rectify the problem within 48 hours of reporting it following penalties will be applicable 7 Rupees 1000 00 per device per day for devices located outside the control rooms i Rupees 5000 00 per day for any control room failure 2 Absence of service engineer technician i Rupees 1000 00 per day per engineer technician 3 However total penalty during the year of the AMS period will not exceed 15 of the annual charges 4 Total penalty charges during warranty period of 3 years will not exceed 5 of the total material cost of the PO held with OIL Refer payment terms Payment Terms 1 70 of total material cost will be paid to the successful bidder on delivery of material at Duliajan 2 15 of material cost will be
81. ousing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability WallMount for housing must be provided Ethernet surge protector for camera Item No 3 NVR for Civil Deptt Qty 1 Nos 16 channel Video Database Manager Network Video Recorder with 8 TB storage inbuilt analytics for Civil department Item No 4 40 42 inch Colour LED Professional Monitor for Civil Engineering Department Oty 1 Nos 40 42 inch Colour LED Professional Monitor with resolution 1920 x 1080 for Civil Engineering Department Item No 5 5 KVA UPS for CCTV at Civil Engineering Department Qty 1 Nos Page 7 of 37 Online 5 KVA UPS 1 Ph in 1 Ph Out Capacity in KVA kW 5 kVA 4 5 kW 1 Phase Input 1 Phase Output UPS system or bidder can supply 5KVA s highercapacity UPS system for matching 4 5kW capacity Technology and Capability a True Online configuration with double conversion UPS b Microprocessor DSP based control using IGB Tdevices c Active Power Factor Correction d Capability of enhancing UPS capacity redundancy by operating UPS in 1 1 Parallel Redundant Configuration PRS Input facility Phases Wires 1 Phase 2 Wire amp Gnd Phase amp Neutral Ground Input Voltage Range 160 275V AC On Full Load Nominal Input Frequency 50 60 Hz Auto selectable Input Frequenc
82. paid after successful installation and commissioning of Phase I and at least 5 mobile locations along with 60 of installation and commissioning charges for township 3 10 of material cost will be paid after successful installation and commissioning of Phase II and remaining mobile locations and indoor departmental locations along with 40 of installation and commissioning charges for township and 100 of installation and commissioning charges for departments 4 5 of material cost will be paid after successful completion of warranty period 5 In case the successful bidder is unable to complete installation and commissioning within the defined period because of OIL not being able to provide site readiness the balance 25 of material cost for that site will be paid by OIL on submission of relevant invoices by the bidder to Materials Department 6 The vendor must submit quarterly invoices for the AMS charge for the preceding period to Head Security The invoice must clearly mention the OIL PO No and period of billing APPENDIX IX Page 35 of 37 CLAUSES GENERAL HEALTH SAFETY AND ENVIRONMENTAL HSE ASPECTS 1 It will be solely the parties responsibility to fulfill all the legal formalities with respect to the Health Safety and Environmental aspects of the entire job namely the person employed by him the equipment the environment etc under the jurisdiction of the district of that state where it is oper
83. per prevailing Govt of Assam guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer ii Priced bids of only those bidders will be opened whose offers are found technically acceptable The technically acceptable bidders will be informed before opening of the priced bid NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Page 4 of 4 ANNEXURE IA TECHNICAL SPECIFICATIONS WITH QUANTITY Tender No amp Date SDI3784P15 dated 03 06 14 Oil India Limited OIL is a premier Indian National Oil company under the administrative control of Ministry of Petroleum and Natural Gas Govt of India engaged in the business of exploration development and production of crude oil and natural gas transportation of crude oil and production of LPG intends to implement CCTV Surveillance System for its Township Civil Engineering Department Materials Department Contracts Department IT Department and Remote Drilling Sites on a turnkey basis Pre bid Survey of CCTV Surveillance System Prospective bidders may carry out a reconnaissance of the OIL Township to ascertain the BOM to be quoted Security Civil Engineering Materials Contracts IT Departments may be contacted before the bidder s personnel arrive to carry out the survey Note a Locations o
84. plink Ports 2 Switching Fabric 80 Gbps minimum 3 Forwarding Rate 30 mpps minimum 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support advanced Layer 3 switching IPv4 and IPv6 features 5 All SFP ports 24 2 to be populated with appropriate single mode transceivers Page 15 of 37 6 Appropriate SMARTNET service to be supplied alongwith Item No 16 Laver 3 Switch Qty 2 Nos Make Cisco Model Vendor must specify 1 Minimum 24 nos IGE PoE 2 nos 10 GE SFP Uplink Ports 2 Switching Fabric 80 Gbps minimum 3 Forwarding Rate 30 mpps minimum 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support advanced Layer 3 switching IPv4 and IPv6 features 5 All SFP ports 2 to be populated with appropriate single mode transceivers 6 Appropriate SMARTNET service to be supplied alongwith Item No 17 Layer 3 Switch for control room Qty 2 Nos Make Cisco Model Vendor must specify 1 Minimum 32 No 10 GE SFP Ports to be populated with appropriate Single mode SFP transceivers 2 Layer 2 hardware forwarding at 960 Gbps minimum Layer 3 performance of up to 160 Gbps minimum 3 Redundant Fan and power supplies to be supplied 4 Cisco Feature set In addition to IP Base and IP Services feature sets the offered switch must also support advanced Layer 3 switching IPv4 and IPv6 feature
85. ries Qty 1 Nos Item No 47 CCTV for Contracts Department Qty 8 Nos Item No 48 Cables and Conduit Qty 1 Nos Item No 49 24 Port Switch Qty 1 Nos Item No 50 Accessories Qty 1 Nos Item No 51 CCTV for IT Department Qty 7 Nos Page 3 of 5 Item No 52 Cables and Conduit Qty 1 Nos Item No 53 Accessories Qty 1 Nos Item No 54 Supply of FRP box for I C Power tapping Qty 94 Nos Item No 55 Supply of FRP for O G power tapping Qty 94 Nos Item No 56 Installation amp Commissioning of Item no 71 Qty 1 AU Item No 57 Installation amp Commissioning of Item no 72 Qty 1 AU Item No 58 3 core 4 mmsq Copper PVCA cable Qty 4000 Metres Item No 59 3 core 6 mmsq Copper PVCA cable Qty 7500 Metres Item No 60 Installation amp Comm of cable Qty 1 AU Item No 61 9 Mtrs Pole Qty 120 Nos Item No 62 Installation amp Commissioning of Poles Qty 1 AU Item No 63 Supply of stay set complete galvanised Qty 50 Nos Item No 64 Installation amp Comm Stay set Qty 1 AU Item No 65 Supply of 6 16 A combined Modular S Soc Qty 140 Nos Item No 66 Installation amp Comm S S Qty 1 AU Item No 67 Supply of 2 GI pipe Qty 1000 Metres Item No 68 Installation amp Comm of GI pipe Qty 1 AU Item No 69 Instal
86. rties comply with the obligations under this agreement 2 The Monitor is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently He reports to the Chairperson of the Board of the Principal 3 The Contractor accepts that the Monitor has the right to access without restriction to all Project documentation of the Principal including that provided by the Contractor The Contractor will also grant the Monitor upon his request and demonstration of a valid interest unrestricted and unconditional access to his project documentation The same is applicable to Subcontractors The Monitor is under contractual obligation to treat the information and documents of the Bidder Contractor Subcontractor with confidentiality 4 The Principal will provide to the Monitor sufficient information about all meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Principal and the Contractor The parties offer to the Monitor the option to participate in such meetings 5 As soonas the Monitor notices or believes to notice a violation of this agreement he will so inform the Management of the Principal and request the Management to discontinue or heal the violation or to take other relevant action The monitor can in this regard submit non binding recommendations Beyond this the Monitor has no right to demand from the par
87. s 5 Appropriate SMARTNET service to be supplied alongwith Item No 18 Media Converter Single Mode for CCTV OIL Townshi ty 90 Nos Industrial Grade Single mode Media Converter Port type amp Quantity 1x 10 100 1000 BaseT 1x1000 Base LX Single Mode 1000 Base LX module for above to be supplied Operating Temperature 40 C to 75 C Degree of Protection IP 30 Power supply 230V AC Surge protection Shall be equipped with inbuilt surge protection or with external surge protection devices of Obo Bettermann Phonix MTL Distance to be supported 8 km minimum Certifications CE amp UL Certified IP66 NEMA 4X junction box of suitable size to be supplied This will have to be fixed on the camera pole to house the media convertor and power supply to the camera Item No 19 Category 6 Solid UTP Cable Box Qty 1 Nos 305 meter per box Total 4270 M Type Category 6 Unshielded Twisted Pair 4 pair cable shall be compliant with ANSI TIA EIA 568 B 2 1 Additional Transmission Performance Specifications for 4 pair Category 6Cabling Page 16 of 37 Type Category 6 UTP cables shall extend between the work area location and its associated telecommunications closet and consist of 4 pair 23 AWG UTP with Fire Retardent PVC jacket Supports ultrahigh speed data networks such as Gigabit Ethernet 1000 Base T and 1000 Base TX and beyond Jacket The cable jacket shall be Fire Retardent PVC ja
88. s including near miss to Installation Manager departmental representative of the concerned department of Company 14 The party has to keep a register of the persons employed by him her The party s supervisor shall take and maintain attendance of his men every day for the work Page 36 of 37 punctually 15 If the Company arranges any safety class training for the working personnel at site company employee Bidder worker etc the party will not have any objection to any such training 16 The health checkup of party s personnel is to be done by the party in authorized Health Centers as per Company s requirement amp proof of such test s is to be submitted to Company The frequency of periodic medical examinations should be every five years for the employees below 45 years of age and every three years for employees of 45 years of age and above 17 To arrange daily tool box meeting and regular site safety meetings and maintain records 18 Records of daily attendance accident report etc are to be maintained in Form B E J as per Mines Rules 1955 by the party 19 A supplier party s employee must while at work take reasonable care for the health and safety of people who are at the employee s place of work and who may be affected by the employee s act or omissions at work 20 A party s supplier employee must while at work cooperate with his or her employer or other persons so far as is necessary to enable complia
89. se Ratio SNR gt 50 dB xiv White Balance xv Camera Setup Control Via Web browser Xvi Pan Range 360 continuous xvii Tilt Angle minimum 10 above horizon xviii Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xix Video compression H 264 MJPEG MPEG xx GOP Structure IP IBP IBBP Xxi Resolution Horizontal x Vertical PAL NTSC 4CIF D1 704 x 576 480 25 30 ips or 50 60 fields s for interlaced fields xxii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xxiii Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xxiv Ingress Protection Rating Standard IP66 NEMA 4X xxv Operating Temperature 0 C to 50 C xxvi Humidity 0 to 90 or better xxvii Mount Pendant arm mount and pole mount adapter Others The quoted camera must be of ONVIF standard and have UL and FCC Certifications Camera Housing amp Lens should be from the same OEM Enclosure housing for cameras must be vandal resistant Camera housing indoor outdoor Mount Adapter Adds H V adjustability WallMount for housing must be provided Ethernet surge protector for camera Item No 11 NVR NVMS server having capability for viewing or control at atleast 128 cameras 60 TB storage inbuilt analytics for Control Room Qty 1 Nos Network Video Management Solution Page 12 of 37
90. size lugs Page 28 of 37 Item No 58 3 core 4 mmsq Copper PVCA cable Oty 4000 Metres Supply of 3 core 4 mmsq Copper PVCA cable for power supply arrangement with following specification i No of core 3 ii Size 4 mmsq iii Conductor Copper Cable shall be stranded copper conductor suitable for 1100 volts PVC insulated covered with inner sheath of either extruded regenerated rubber or plastic tapes galvd tape wire armoured with PVC outer sheath overall conforming to IS 1554 1976 Part I The cable must bear voltage grade size manufacture name amp IS marking monogram embossed on the outer surface Make NICCO ASIAN CRYSTAL UNIVERSAL CCI RPG INCAB POLYCAB ANKUR NECAB Bidder shall submit technical details of offered make of cable along with the offer Item No 59 3 core 6 mmsq Copper PVCA cable Qty 7500 Metres Supply of 3 core 6 mmsq Copper PVCA cable for power supply arrangement with following specification i No of core 3 ii Size 6 mmsq iii Conductor Copper Cable shall be stranded copper conductor suitable for 1100 volts PVC insulated covered with inner sheath of either extruded regenerated rubber or plastic tapes galvd tape wire armoured with PVC outer sheath overall conforming to IS 1554 1976 Part I The cable must bear voltage grade size manufacture name amp IS marking monogram embossed on the outer surface Make NICCO ASIAN CRYSTAL UNIVERSAL CCI RPG INCAB POLY
91. tems will be used for giving power supply to internal CCTV Item No 72 Installation amp Comm of 4 Module board Oty 1 AU Installation amp Commissioning of 4 module board including inside connection for 16 A modular switch socket on brick wall by means of adequate number min 4 nos of screws embedded into wall holes are to be drilled in wall and filled up with approved type of plastic gutka rowl plug to receive screws Item No 73 Supply of 20 A RCBO with enclosure ty 40 Nos Supply and wiring of Incomer Isolator RCBO 2 pole 20 A 100 mA 10 kA with all accessories Make of RCBO and enclosure Siemens Legrand Schneider Indo Asian Havells Item No 74 Installation amp Comm of RCBO Qty 1 AU Installation amp Commissioning of RCBO RCBO shall be enclosed in a 2 pole enclosure and fixed on the frame or wall with minimum four screws Connection shall be made from the incomer cable to incoming side of RCBO with proper sized aluminium lug thimble Item No 75 Supply of RCBO Qty 20 Nos Supply of Incomer Isolator RCBO 2 pole 20 A 100 mA 10 kA with all accessories Make of RCBO and enclosure Siemens Legrand Schneider Indo Asian Havells Item No 76 Supply of DP MCB Oty 20 Nos Supply of Isolator MCB 2 pole 20 A 10 kA C curve Make of MCB Siemens Legrand Schneider Indo Asian Havells L amp T Item No 77 Supply of FRP box Qty 20 Nos Supply of polycarbonate f
92. that the the price bid is in conformity with OIL s online bidding format 8 __ Confirm that the Bid comply with allthe terms amp conditions Confirm that the offers and all attached documents are digitally signed using digital signatures issued by an acceptable Certifying Authority CA as per Indian IT Act 2000 10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY PACT DOCUMENT Wherever Applicable 11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON YOU Wherever Applicable 12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL QUALIFICATION CRITERIA NOTE Please fill up the greyed cells only ANNEXURE GGG TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD ALL FIELDS ARE MANDATORY Tender No Name of Beneficiary Vendor Code Address Phone No Land Line Mobile No E mail address Bank Account No Minimum Eleven Digit No Bank Name Branch Complete Address of your Bank IFSC Code of your Bank a RTGS b NEFT PAN VAT Registration No CST Registration No Service Tax Registration No Provident Fund Registration I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to our above mentioned account directly and we shall not hold Oil India Limited responsible if the amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished by us
93. this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 9 0 a The Integrity Pact is applicable against this tender OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the tender document This Integrity Pact proforma has been duly signed digitally by OIL s competent signatory The proforma has to be returned by the bidder along with the technical bid duly signed digitally by the same signatory who signed the bid i e who is duly authorized to sign the bid Any bid not accompanied by Integrity Pact Proforma duly signed digitally by the bidder shall be rejected straightway Uploading the Integrity Pact with digital signature will be construed that all pages of the Integrity Pact has been signed by the bidder s authorized signatory who sign the Bid b The name of the OIL s Independent External Monitors at present are as under i SHRI N GOPLASWAMI I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Page 4 of 5 Former Director General of Police E mail Id rcagarwal rediffmail com 10 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure CCC However if any of the Clauses of the Bid Rejection Criteria Bid Evaluation Criteria as per Ann
94. ties that they act in a specific manner refrain from action or tolerate action 6 The Monitor will submit a written report to the Chairperson of the Board of the Principal within 8 to 10 weeks from the date of reference or intimation to him by the Principal and should the occasion arise submit proposals for correcting problematic situations 7 If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an offence under relevant Anti Corruption Laws of India and the Chairperson has not within reasonable time taken visible action to proceed Page 4 of 5 against such offence or reported it to the Vigilance Office the Monitor may also transmit this information directly to the Central Vigilance Commissioner Government of India 8 The word Monitor would include both singular and plural Section 9 Pact Duration This Pact begins when both parties have legally signed it It expires for the Contractor 12 months after the last payment under the respective contract and for all other Bidders 6 months after the contract has been awarded If any claim is made lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact as specified above unless it is discharged determined by Chairperson of the Principal Section 10 Other provisions 1 This agreement is subject to Indian Law Place of performance and jurisdiction is the Registered Office of the Principal
95. tion testing as per ISTA 1G Non operational with Packing 2 Drop Test as per ISTA 1A 3inch Non operational wth Packing Page 22 of 37 Standard Package of UPS to include the following minimum accessories 1 UPS 2 CD Monitoring Software 3 RS232 Cable 4 Tower Stand Foe use as Tower 5 Brackets for mounting in 19 IT Server Networking Rack 6 UPS to Battery bank connecting Cable 7 User Manual Manufacturer QMS As per ISO 9001 2008 EMS As per ISO 14001 2004 OSHAS As per ISO 18001 2007 Product Safety Certifications EN 50091 2 1995 Class A or Equivalent SURGE IEC61000 4 5 level4 or Equivalent CE declaration of conformity or Equivalent Conducted Magnetic Field IEC61000 4 8 level3 or Equivalent Item No 37 1 KVA UPS Oty 8 Nos Specification Capacity in kVA Vah IkVA 700W 1 Phase Input 1 Phase Output Technology and Capability a Pulse Width Modulation PWM using IGBTs double conversion b Noise level Less than 45 dB c Operating Temperature 0 40 C d Output Wave Form Pure sine wave e Cooling Air Cooled f Total Harmonic Distortion THD Voltage lt 3 for 100 linear load D G set comp ability Required Input Voltage Range 100 V AC to 280 V AC Load dependent Input Frequency Range 50 10 Hz Implementation Input Power Factor 0 9 or better at full output load with power factor correction PFC Voltage 230VAC Single Phase Output Voltage Regulat
96. using Polycarbonate UL94V 0 rated or equivalent IDC Contact Plating Tin Lead Plate Faceplate Square shuttered plate with 1 2 4 port 86 x 86 mm ROHS ELV Compliant Item No 31 FO Patch Cord SC LC Qty 240 Nos The vendor need to supply FO Patch Cord of length 3M SM SC LC required for OIL Township Surveillance System Specifications Requirement Make and Type SC to LC Duplex tuned Fiber Optic Patch Cord 3 Mtr 9 125 Micron Cable Sheath LSZH Cable Diameter 1 8 mm twin zip Ferrule Ceramic Buffer Tight buffered Insertion Loss MAX 3 db Return Loss gt 45 db Temperature Range 10 Degree C to 60 Degree C ROHS ROHS Compliant Item No 32 5 Amp 5 PIN Socket Oty 100 Nos The vendor need to supply 5 Amp 5 PIN Socket with boards joint boxes circular boxes MCB 30 Nos MCB Boxes 4 Nos required for OIL Township Surveillance System Item No 33 24 Port Patch Panel Cat6 Oty 69 Nos The vendor need to supply 24 Port Patch Panel Cat6 19 Inch required for OIL Township Surveillance System Page 19 of 37 Type 19 24 port loaded with Jack A key product used in both Category 6 link and channel gigabit ethernet applications The IDC section consists of V shaped contacts that flex not fatigue when terminated Each port features spring loaded shutter and can be colour coded to match jack outlets Offering both front and rear labelling options the patch panel is constructed of cold rolled st
97. uto sensing amp auto negotiation Full Duplex 2 Nos 7 Monitor 22 LCD LED Monitor 8 Keyboard Mouse Standard Keyboard amp two button optical scroll Mouse 9 Power Supply 220 10 VAC 50 Hz pf corrected or better 10 Cables Suitable Power cables amp monitor input cables required 11 Manageability The system should have following hardware software capabilities Pre installed OEM s diagnostic tool for hardware diagnostics System Hardware Management Tool Rescue and Recovery with Rapid Restore 12 Pre loaded compatible genuine Microsoft Windows 64 bit OS with DVD media for restore 13 Data Base Any suitable database software 14 Operating Environment Up to 35 C ambient temp and Up to 85 RH non condensing 15 GPU options One NVIDIA Quadro 6000 graphics card or equivalent Item No 14 WS server with 22 LED monitor for managing LTO device for Page 14 of 37 Township control room Oty 1 Nos Model Bidder to Specify Processor Intel Xeon Processor E5 1620 or higher Quad core 3 6GHZ 10MB Chipset Intel C600 Series RAM Size 16 GB 1600MHz DDR3 Motherboard Intel or OEM Motherboard only Form Factor Tower Type HDD 1000 GB SAS 3 5 inch 7200 RPM min 3 no in RAID 1 configuration Optical Drive Slim DVD R RW Network Interface Integrated 10 100 1000 Mbps Ethernet Connection auto sensing amp auto negotiation Full Duplex Audio High Definition Audio Monitor
98. utside main guest house 45 Pole JB 47 MAHIRSHI BALMIKI MANDIR GATE 1 From MAHIRSHI BALMIKI MANDIR GATE 2 48 Pole JB Le i 1 1 1 1 1 MAHIRSHI BALMIKI MANDIR GATE 2 From midpoint of 43 44 placing uderground fiber junction box DZ ENTRY POINT From OLD TSK EXIT GATE 51 Pole JB UPCOMING GIRLS HOSTEL NEAR DZ From DZ ENTRY POINT 49 Pole JB 30 30 50 50 30 180 150 100 00 120 100 50 90 00 65 290 OLD TSK EXIT GATE From DD END POINT 52 Pole JB 290 SOS 52 DD END POINT From Outdoor Junction Box near colony DS APPROCH POINT OF DX From Outdoor Junction Box between control room and distribution switch uplink DX MARKET POINT From Outdoor Junction Box between control room and distribution switch uplink DX TDX MIDDLE POINT From DS near DX TDX MIDDLE POINT 55 NEW TD END POINT From DX TDX MIDDLE POINT 55 Pole JB BX WATER TANK From TD FIELD 60 Pole JB BX EXIT GATE From BX WATER TANK 57 Pole JB NEAR BX 1 12 SIGN BOARD From BX EXIT GATE 58 pole JB TD FIELD From Outdoor junction Box BOTANICAL GARDEN END POINT From Outdoor junction Box CHILDREN PARK CROSSING FromAX CORNER 64 Pole JB AX CORNER From BOTANICAL GARDEN END A omenpaems n CT END POINT From Outdoor OFC Junction Box ee er ASSAM PUBLIFC SCHOOL From Outdoor OFC Junction Box ae ei a MONALI RESTRURENT POINT From DS near DX TDX MIDDLE OE ewe Distribution Point 1 From Zaloni Club new ofc sm Distribution Point 2 From Distribution Point 1 new
99. vanced Layer 3 switching IPv4 and IPv6 features 5 All SFP ports 2 to be populated with appropriate single mode transceivers 6 Appropriate SMARTNET service to be supplied alongwith Item No 46 Accessories Oty 1 Nos Page 25 of 37 The vendor need to supply all necessary accessories required for fixing the CCTV Cameras Item No 47 CCTV for Contracts Department Oty 8 Nos Specification 1 High Performance Colour Day Night Fixed Dome IP Camera with 1 Sensor 1 3 inch type CCD CMOS ii Pixels 1280x720 minimum iii Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON iv Video resolution 720p 480p 240p configurable v Frame Rate 30 fps vi Night Vision Minimum 15 meter capability vii Lens type Varifocal auto iris with 3 3 12 mm lens viii Audio Line in Line out jack ix Audio Compression G 711 x Camera Setup Control Via Web browser x1 Camera to function on 230 VAC 50 Hz necessary power adapter and surge protector must be supplied xii Video compression H 264 MJPEG MPEG xiii Ethernet 10 Base T 100 Base TX auto sensing half full duplex RJ45 xiv Protocols RTP UDP TCP IP HTTP HTTPS FTP DHCP IGMP ICMP SMTP SNMPv1 RTSP iSCSI UPnP IPv4 IPv6 QoS xv PoE IEEE 802 3af Compliant Xvi Ingress Protection Rating Standard IP66 NEMA 4X xvii Operating Temperature 0 C to 40 C xviii Humidity 0 to 90 or better xix Mount Suitable vandal resistant
100. y Range 45 to 65 Hz Input Power Factor gt 0 97 on Full Load Input Current Harmonic Distortion THDi lt 10 on full resistive Load with Mains THDu less than 1 Generator Compatibility to genset supply required Input Protection Thru In built 1P MCB Should be provided at the input of the UPS suitable for the full rated capacity of the UPS Nominal Output voltage 220 230 240VAC Selectable Output Voltage Regulation 2 Nominal Output Frequency 50 60 Hz Auto selectable Output Frequency Regulation 0 05 Hz Free Running Self Clocked Mode Output Frequency Slew Rate lt 1 Hz s Output Wave Form Pure sine wave Output Voltage Distortion THDu lt 3 For R Load lt 5 For RCD Load Crest Factor 2 5 1 On Full Load Minimum Output Short circuit Protection Electronic Fused Transient Response Dynamic Regulation for 10 to 90 step linear load 10 Transient Recovery to steady state condition after 10 to 90 step linear load lt 1 cycle Transfer Time Mode of operation Nil from Mains mode to Battery Mode Nil from Battery Mode to Mains mode Transfer Time Inverter to Bypass Bypass to Inverter lt 4 ms Synchronized Mode Automatic amp Bi directional static by pass In built Should be provided to take care of uninterrupted transfer of load from Inverter to bypass under overload fault conditions amp automatic retransfer from bypass to inverter on removal of overload fault conditions Over
Download Pdf Manuals
Related Search
Related Contents
Chicago Electric 40764 User's Manual PFC-Sergio Marabot Garcia User Manual White Rodgers 1F80-0471 Specification Sheet (French) GR-DA20E GE - Aerne Menu Istruzioni per l`uso Anleitung MA PHV.book GIRTON CABINET WASHER MODEL 944 Copyright © All rights reserved.
Failed to retrieve file