Home
TENDER NO. SJI5662P15 Dated 11.12.2014 Dear Sirs, 1.0 Oil India
Contents
1. Engineers SUCCESS fully Receptionist so that they can be contacted any instal Engineer be provided w Receptionist imposed subje FMS charges not be payable Besides the penalt for 2 10 5 The charges the period of ithout any absence a penalty of Rs 1000 ct to a maximum 7 5 y charges OI the replacement deputed lation the L fication TO amp Receptionist In case per the daily rate will such absenteeism for FMS should be quoted on yearly basis and will be considered for commercial evaluation However if E is found that the FMS charges are quoted unrealistically unreasonably low Bidder will be required to furnish detailed support plan and methodology to maintain the system as per this tender requirement In case it is found unacceptable then OIL will inevitably be compelled to exercise alternative options by readjusting the FMS charges from the total material Cost at its own discretion 3 Delivery Installation and Commissioning Beal Successful Bidder has EO arrange delivery installation and commissioning of the security access control system complete in all respect within 120 days from the date of order SJI5662P15 14 4 1 70 paid a of fter receipt of 4 Paymen
2. Duty Cycle 5 000 pages month or higher Connectivity USB port with Cable DDD Oy WTA ODO 17 Access and Time Attendance Management software 17 1 The Software should be one unit running on one server and having the i Access Control System amp ii Time amp Attendance system SJI5662P 15 23 Ls 1 w N 4 Cr The Software must be included with license Database The software should be able to support unlimited number of client at no extra commercial implication If licensed based client software is to be quoted Bidder to quote minimum 500 user licenses at no extra cost Software with following features eation of data base and PIN for each employee apx 300 ii G eneration of reports periodically weekly Fortnightly or monthly employee code wise iil Generation of Daily reports for HR Complete report Incomplete Late Early out absent report etc iv Backup option V So ftware is to be customized as per our requirement to include other features like leave management vi GI obal Anti passback 17 5 Make amp Model Bidder should mention 18 Network Switch 18 1 24 Gigabit Port L2 switch with SFP Port 18 1 1 Ports i Should ha
3. rack t panel color monitor with tible To be fixed in the mouse To be fixed in the 5 KVM switch Digital rack mounted KVM switch to connect all the Windows based servers to TFT monitor keyboard and mouse to carry out administrative functions of all the servers using the common monitor T 6 Rack mounting accessories o be fixed in the rack for above items are to be Bidder should mention ries Make amp Model Bidder should V V rms Hz aled lead acid battery for supplied 11 7 Rack Make amp Model 11 8 KVM Switch with accesso mention 12 UPS 12 1 Output Capacity 3 kVA 2400w 12 2 Nominal Output Voltage 230 12 3 Nominal Input Voltage 230 12 4 Input Frequency 50 Hz 65 12 5 Battery Maintenance free s 30 minutes backup on full load 12 6 Make amp Model Bidder should mention 13 Card Printer Memory 16 MB WW WW WwW Owe WNE mil 229mm to 1 02mm internal print server Accepted Card Sizes CR 80 Accepted Card Thickness 0 13 6 Interface USB 2 0 high s Print Method Dye Sublimation Resin Thermal Transfer Resolution Minimum 300 dpi CR 79 009 9 mil to 040 40 peed and Ethernet with SJI5662P15 22 3 7 Color Capability Full Color Monochrome 13 8 Cartridge Minimum 10 nos ribbon should be given 13 9 Make amp Model Bidder sho
4. submit along with the tender Bit Operating System Microcontroller Based or 3 0 Controller 3 1 CPU 32 ter 3 2 Memory Minimum 3 3 Readers Controll 3 4 Onboard Alarm led Doors 1 In 1 Out Input 2 or better 16 MB flash and 32 MB SDRAM SJI5662P 15 18 3 5 Output Relays 2 or better onboard ithernet converter not 3 6 Operating Temperature 0 to 50 degree Celsius 3 7 Operating humidity 0 95 relative humidity non condensing 3 8 Communication protocol TCP IP 10 100Mbps true IP controller Serial to E accepted 3 9 Make amp Model Bidder should mention 3 10 Certification UL FCC CE EN must submit along with the tender 4 0 Lock Door Strike 4 1 Type Single Door 11 Nos 4 2 Holding Force 600 lbs 4 3 Input Voltage 12V DC 4 4 Current drawn controller for its regul The lock shall draw power ar operations condensing 4 7 Make amp Model o Oo Resolution Communication Sensor mode S S Celsius thentica D DO OQ a L N H ree Au AOT A T OT O AA O ae es i 5 7 Make amp Model 4 5 Operating Temperature 4 6 Operating humidity Biometric Reader 0 9 minimum 500 DPI Ethernet 1 1 1 N ass Transaction Log Capacity tored on device Environmental Specification IP 65 rated tion options 5 re TCP
5. system Service the of and as well MI S 2 10 2 General Qualification amp The suitable quali Bidder sho The be deployed satisfactory OIL Engineers Receptionist deployed fication and experience uld provide the bio data of the service of cem fice hours as per She must have proi report when Engineer must have a relevant qualit for executing the services Experience to quali rating amp She m services to be provided by ted mart supporting She has to issue and when required instruction given One service engineer who has to take care of problems as weekly its O for for the fied amp experienced the ust have graduate the by ficiency in written and spoken English amp Hindi language and age less than 35 years to tal backup of required to OI f Resources the job must have the assigned job the personnel shall ask the Bidder shall wi time 2 10 3 FMS thin a week shall have the cell will All S particular for the suit personnel is no table replacement be required to provide the phone tart after commissioning 2 10 4 In case replacement should absent of Engineer day person will be of absence of
6. Duly filled in aforesaid Annexure must be submitted by the bidders as a part of APRICE BIDO Please ref to para 4 2 above on uploading of Price Bid as attachmnet 18 0 NOTE Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the terms and conditions of NIT Yours Faithfully Sd KRISHNA MOHAN KUMAR DY MATERIALS MANAGER FOR CHIEF MANAGER M amp C FOR EXECUTIVE DIRECTOR RP SJI5662P15 6 Annexure IA 1 0 Introduction 1 1 Th requirement under this tender is for supply installation amp commissioning of Access Control system visitor s management System Attendance monitoring system and CCTV Monitoring System at OIL s Rajasthan Project Plot No 2A District Shopping Centre Saraswati Nagar Basni Pali Road Jodhpur Rajasthan which is a three storied building with a basement 1 2 The entire job of supply installation amp commissioning 0 Access Control system Visitor s Management System Attendance monitoring system and CCTV Monitoring System will be done on a turnkey basis and handed over to OIL after completion 2 0 Scope of Work 2 1 Access Control system 2 1 1 It is proposed to provide an electronic access control system smart card I class based system to ensure that only authorised persons are allowed to enter the building as may be designated by OIL from time to time at their respective
7. ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected NOTE SJI5662P 15 32 Bidders should submit their bids preferably in tabular form explicitly mentioning compliance non compliance to all the NIT terms and conditions of NIT Note Details of above e Tenders can be viewed using fGuest Logindprovided in OILG e Procurement portal https etender srm oilindia in irj portal The link to e procurement portal has also been provided through OILG website www oil india com SJI5662P 15 33
8. authorised time which shall be programmable dynamically for various cards and for different time zones 2 1 2 For this purpose it is proposed to use Smart Cards based access control system It is proposed to have control for entry and exit both 2 1 3 The proposed system must be integrated with the existing Fire Detection amp Alarm system FDAS of Notifier make In case of fire alarm activated by FDAS all access controls should be disabled 2 1 4 Individual Floors The Bidder is required to install access control at each floor as described in Annexure A 2 1 5 For the entry and exit on different floors doors are proposed to have electromagnetic lock strike controlled by card reader and controller 2 1 6 In case of power or communication failure the reader controller should be able to function independently and upon restoration of power communication link the data should get transferred to the computer memory SJ15662P15 7 2 1 7 The Battery back up provided shall be for 30 minutes and should support operation of lock strike Further the battery provided shall be chargeable type and the charger is included in the scope of the work 2 1 8 Besides the usual features of the access control software such as keeping a record of entry exit time of entry e
9. conf documentary evidence amp Double door 4 Nos from the 0 to 50 degree Celsius lative humidity non Bidder should mention IP e Mi igurab nimum operating 10000 transaction temp 0 to 50 i Finger only Smart card Finger 5 8 Certification C along with the tender Bidder should mention E documentary evidence must submit 6 0 IP Based Indoor Vandal Resistant Megapixel Low Light IP Minidome Camera with POE SJI5662P15 19 EG 1024 768 6 1 Image Sensor 1 3 progressive scan CMOS 6 2 Dynamic Range minimum 50db 6 3 Sensitivity B W 0 01 Lux F1 2 6 4 Video Compression H 264 M JPEG 6 5 Maximum Resolution 1920 720 H 264 MJPI 6 6 Optional Resolution Major stream 1920 720 800 600 3 6 6 6 6 6 6 6 D 6 6 6 6 e 6 Minor stream 720 576 720 480 640 480 352 288 52 240 7 Maximum Frame Rate Minimum 25 fps 1920 720 8 Audio Audio Compression G 711 u input 1 output 9 Motion Detection Up to 4 areas 10 ONVIF Available 11 Password Protection Available 12 Network Port One RJ45 10 100M 13 Applicable Protocols TCP IP UDP HTTP SNMP SMTP HCP RTP RTSP IGMP 802 1X 14 Alarm 2 alarm inputs relay output 15 Lens 3 0 to 9 MM 16 Operating Temperature 0 to 50 Degree Celsius 17 Certifications CE FCC UL must EN documentary vid
10. in favour of OIL The Bid Security shall be submitted manually in sealed envelope superscribed with Tender no and Bid Closing date to Chief Manager M amp C Oil India Limited Rajasthan Project 2A District Shopping Centre Saraswati Nagar Basni Jodhpur 342005 Rajasthan India 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 The Bank Guarantee towards Bid Security shall be valid for 300 days from Bid closing date In case of 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 iv Performance Security The successful Bidder will have to provide Performance Security as below a 1 Performance Security 10 of total Order Value except FMS amp AMC shall be submitted after receipt of order The Performance Security shall be valid for 20 months from the date of issue of Purchase Order b 2 Performance Security 10 of FMS charges shall be submitted after successful installation and commissioning The Performance Security shall be valid for 5 years amp 3 months from the date of commissi
11. issued the bid document by the Company will be rejected Any Bid containing a false statement shall be rejected Bids received by Company after the bid closing date and time will be rejected All the Bids must be Digitally Signed using fClass 30 digital certificate with OrganisationG 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 Organisationd Named digital certificate will be rejected 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 Price should be maintained in the online price scheduled only The price submitted other than the fonline price scheduled shall not be considered xv Integrity Pact SJI5662P15 31 OIL shall be entering into an Integrity Pact with the bidders as per format enclosed vide Annexure XII of the tender document This Integrity Pact proforma has been duly signed digitally by OILG 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 b
12. such as name designation umber date of birth blood group e smart chip shall be sufficient capture all the aforesaid personal H fiable readable only by the card b Finger print deta c Personal identifi ils minimum two per users cation marks etc d Date of joining OIL s service e Meets ISO 15693 a communications 1 4 Make amp Model Bidd nd 14443B for contactless 1 5 Card Holder Extend extender and clip 2 0 smart features a du er should mention er The retractable card holder rable metal case with 80cm pulls cord for attaching card Reader ID Badge Holders or light keys 2 1 Read range Minimum 2 to 3 inch Working on 13 56 MHz Each of the access control at entry exit points shall be provided with the above type of card reader 2 2 Desig n It shall proof etc be rugged vandal resistant temper 2 3 Audio Visual Indication shall be available in form of Buzzer beep and multicoloured LED 2 4 Power supply 05 16 VDC shall draw power from the controller 2 5 Operating Temperature 10 to 65 degree Celsius 2 6 Operating humidity 0 95 relative humidity non condensing 2 7 Meets ISO 15693 2 8 Make amp Model Bidder should mention 2 9 Certification UL FCC documentary evidence must
13. system 10 1 Make amp Model Bidder should mention 10 2 Processor Xeon 64 bit processors E2407 Quad Core or higher 10 3 Chipset Original Intel 10 4 Memory Minimum 8 GB 4 X 2GB DDR3 SDRAM 1333 MHz 10 5 Hard Disk Minimum 2 TB SATA 3Gbps HDD 10 6 Optical Drive 16X DVD RW with Dual Layer Write Drive Capabilities or higher 10 7 Ethernet Integrated 10 100 1000 Mbps Ethernet Controller 10 8 Monitor OEM 19 TFT Monitor or higher 10 9 Keyboard 10 10 Mouse T G O M USI 104 Keys OEM keyboard B optical scroll mouse with mouse pad SJI5662P15 21 latest with latest servic requirement 11 42U Rack with KVM switch 10 11 OS OEM Windows Server 2008 R2 Standard 64 bit or pack and patches on CD DVD media with 5 Client Access License 10 12 Data Base Licensed database as per software 11 1 Rack 42 U Heavy duty racks for installation of all the servers Monitor with Keyboard KVM Switch amp other accessories which are installed at server room with power distribution unit cable manager doors with necessary locking facili 2 Monitor Slide necessary cable To be rack US cooling fans front amp rear ty 19 TFT fla fixed in the rack 3 Keyboard Windows OS compa B scroll 4 Mouse Optical
14. the Bid Rejection Criteria Bid Evaluation Criteria as per Annexure IB contradict the Clauses of the tender and or General Terms amp Conditions as per Booklet No MM RP GLOBALL E 01 2005 elsewhere those in the BEC BRC shall prevail 13 0 Materials to be supplied hereunder shall be new unused of recent make of best quality amp workmanship and shall be guaranteed by the seller against defects arising from faulty materials workmanship or design Defective goods materials or parts notified by OIL to the seller shall be replaced immediately by the supplier at the suppliers expense at no extra cost to OIL 14 0 Bidder to quote best delivery period 15 0 To ascertain the substantial responsiveness of the bid OIL reserves the right to ask the bidder for clarification in respect of clauses covered under BRC also and such clarifications fulfilling the BRC clauses in toto must be received on or before the deadline given by the company failing which the offer will be summarily rejected SJI5662P15 5 16 0 All the Bids must be Digitally Signed using Class 30 digital certificate e commerce application with organisation name 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 17 0 Please refer to Annexure AA on Price Break Up against Tender No SJI5662P15 uploaded under ANotes amp AttachmentsO tab
15. 0 viewing All licenses Attendance within the s for smooth ope Visitor Management System etc shall fall cope of work ration of CCTV Access Control 2 5 Completeness of Tender 2 5 1 To information make the syst access levels furnished by OIL The con em operational the personal etc of all the users will be tractor shall prepare all the smartcards and enter the information on the system and the cards as well as subsequent amendments if any during the course of warranty and AMC period sundry fittings assemblies accessories DDE All hardware items like con conduits etc foundation trollers cables connectors bolts termination lugs for electrical connections as required and all other sundry items which and efficien are useful and system whether such item the tender documents or not the contractor shall have to supply amp ins necessary for proper assembly t working of the various components of the work s are specifically mentioned in tall for efficient working of the system 2 6 Works to be done by the contractor 2 6 1 Unless and otherwise mentioned in the tender documents Contractor included in 2 6 1 1 Care the following works shall be done by the and therefore their cost shall be deemed to be their tende
16. 0 CCTV Recording Server 8 1 Make amp Model Bidder should mention 8 2 Processor Intel Xeon 64 bit processors E2407 Quad Core or higher 8 3 RAM Min 8 GB DDR3 1333 MHz 8 4 HDD Min 8 TB Scalable upto 30 TB 8 5 I O Interface i 10 100 1000 Mbps Ethernet interface card with RJ 45 Port 2 Two nos ii 4 USB 3 0 Min 2 in front 8 6 Optical Drive DVD Combo 8 7 Operating System OEM Windows Server 2008 R2 Standard 64 bit or latest with latest service pack and patches on CD DVD media with 5 Client Access License 8 8 Chassis Rack model 9 Client Computer 9 1 Make amp Model Bidder should mention 9 2 Processor Teel Core i7 3770 or higher 9 3 Chipset Original Intel 9 4 Memory Minimum 8 GB 4 X 2GB DDR3 SDRAM 1600 MHz 9 5 Hard Disk Minimum 1 TB SATA 3Gbps HDD 7200rpm 9 6 Graphics Card Minimum 2GB nVIDIA 9 7 Optical Drive Minimum 16X DVD RW with Dual Layer Write Drive Capabilities 9 8 Ethernet Integrated 10 100 1000 Mbps Ethernet Controller 9 9 Monitor OEM 19 TFT Monitor or higher 9 10 Keyboard 104 Keys OEM keyboard 9 11 Mouse OEM USB optical scroll mouse with mouse pad 9 12 OS Preloaded Genuine Microsoft Windows 8 1 professional or latest with recovery DVD CD 10 Data Base Server For Access control
17. Bidder shall have to quote for all items as specified in Tender Partial offer will be considered as non responsive and rejected 10 Manufacturer should be registered company in India for minimum 3 years as on the bid closing date 11 Manufacturer shall be ISO 9001 2000 certified or should be an SEI CMM Level 5 certified company B COMMERCIAL i Bids are invited under fSingle Stage Two Bid System Bidders have to submit both the ATechno commercial Unpriced BidsO and Priced BidsO through electronic form in the OILG 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 bidl as per the online Commercial bid format Any offer not complying with the above shall be rejected straightway ii In Technical Bid opening only the echnical RFX ResponseO tab will be opened Therefore the bidder should ensure that Technical Bid is uploaded in the Technical RFX Response gt User gt Technical Bid only No price should be given in above echnical RFX ResponseO tab otherwise the offer will be rejected Please go through the help document provided in OILG e Portal in details before SJI5662P15 29 uploading the documents iii Bid security The bid must be accompanied by Bid Security of Rs 92 000 00 in OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier cheque
18. MERCIAL UNPRICED BIDO shall contain all techno commercial details except the prices Please note that no price details should be uploaded in Technical RFx Response 4 2 The MPRICE BIDO must contain the price schedule and the bidderG commercial terms and conditions 43 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 IB Display RFx Respons Edit PrintPreview Technical RFx Response Closel_ _Withdrayy vd RFx Response Number 60006452 RFx Number TEST2 Status Submittd RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V Go to this Tab Technical RFx ResponseO for Uploading fiTechno commercial Unpriced BidO Event Parameters Service and Delive Currency Indian Rupee Incoter Deaied Rice teforeention EEEO Go to this Tab fNotes and AttachmentsO for Uploading and Statist Terms of Payment 9010 90 against despatch 10 after receipt Priced BidO files Created C Created E Last Processed C Last Processed E Details Send EMail Call Clear Function Number Name Valid fr E The table does 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 SJI5662P15 3 Bid on AEDITO Mode Submit Read Only Print
19. OTE PSUs and SSI units are provided USER_ID and initial PASSWORD Free of Cost as per govt guidelines however they have to apply to OIL s designated office to issue USER_ID and initial PASSWORD before the last date of apply 3 0 Please note that all tender forms and supporting documents are to be submitted through OILG e Procurement site only except following document materials which are to be submitted manually in sealed envelope super scribed with Tender no and Due date to Chief Manager M amp C Oil India Limited Rajasthan Project 2A Saraswati Nagar District Shopping Centre Basni Jodhpur 342005 Rajasthan 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 duplicate 4 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 BID through electronic format in the OIL s e Tender portal within the Bid Closing Date and Time stipulated in the e Tender SJI5662P15 2 4 1 Please ensure that Technical Bid all technical documents related to the tender are uploaded in the Technical RFx Response gt User gt Technical Bid only The ATECHNO COM
20. Oil India Limited RP Sa aTe z fafine 2 A District Shopping Centre gfs i Saraswati Nagar Basni O E a er i H i ATT HFT Jodhpur 342005 r Phone 0291 2729 473 E Qil India Limited 0291 2729 466 VSeaermerd af nia Esrari Repaire Moa Dulajer Aans Fax 0291 2727050 Email km_kumar oilindia in erp_mm oilindia in FORWARDING LETTER TENDER NO SJI5662P15 Dated 11 12 2014 INVITATION TO e BID UNDER SINGLE STAGE TWO BID SYSTEM Dear Sirs 1 0 Oil India Limited Rajasthan Project invites Bids for the entire job of supply installation amp commissioning of Access Control system Visitor s Management System Attendance monitoring system and CCTV Monitoring System on a turnkey basis through its e Procurement site The details of the tender are as under 1 Details of item with specification Scope of Work and Qty Refer Annexure IA 2 Details of Bid Rejection Criteria BRC Bid Evaluation Criteria BEC Refer Annexure IB 3 General terms and Conditions of the tender are as per attached document No MM RP GLOBALL E 01 200S 4 The prescribed Bid Forms for submission of bids are available in the tender document folder Technical Bid Checklist Annexure EEE Response Entry Sheet Annexure FFF and Bank Details Annexure GGG must be filled up and submitted along with the technical bid 5 The tender is invited with firm price for the specified quantity Further details of tender are given in Technical Rfx gt Ext
21. Preview Check TechnicalRFx Response Cloge Save Verify sign RFx Response Number 60006452 RFx Number TEST2 Status RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Resp thdrawn Submission Deadline 13 04 2013 11 00 00 INDIA dnse Version Number 2 RFx Version Number 5 Area for uploading Techno Commercial Unpriced Bid __Sugin Adda Clear Assigned To Category Text Preview moO EE eee Area for uploading Priced Bid Sign Attachment Add Attachment Edit Description Versioning Delete Create Qualification Profi Assigned To Category Description File Name Version Processor GJ The table does not contain any data Note The fifechno Commercial Unpriced BidO shall contain all techno commercial details except the prices The fPrice bidO must contain the price schedule and the bidder amp 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 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
22. de MM RP GLOBAL E 01 2005 for E Procurement Both ICB amp 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 RP GLOBAL 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 generally 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 Bidders have to be OEM or authorized partner Service provider dealer of OEM The Bidder must provide relevant authorization from OEM stating that the Bidder is an authorized service provider and their authorization is valid up to or beyond eighteen 18 months from the bid closing date of this tender 2 The Bidder should have completed minimum one similar order of Rs 27 60 Lakhs during last 3 years and must provide necessary documentary of successful implementation of IP CCTV or Access Control system Bidder also has to submit completion certificate of the same Bidder also has to certify that the make as quoted by bidder has been installed in any PSU s Government department in India and running successfully from not less t
23. e by the However expenditure towards to amp fro and OIL engineers will be borne by OIL shall have to impart training to OIL nfiguration operation security features the supplied equipments for Two days at our by one Engineer after successful installation amp 6 General Terms and Conditions 6 1 Bidder must follow all safety norms prescribed by OIL while carrying out the job 6 2 Bidder has to obtain necessary security pass etc to enter the worksite OIL shall arrange for the necessary security passes 6 3 Bidder has to arrange for all necessary tools measuring equipments for carrying out the job 7 APPLICABLE LAWS 7 1 The Bidder shall be governed by and perform in accordance with the laws of India 7 2 Bidder shall ensure full compliance of various Indian Laws and statutory regulations as stated below but not limited to in force from time to time and obtain necessary permits licenses etc from appropriate authorities for conducting operations under the Order Contract Employees Compensation Act The Maternity Benefit Act 1961 Payment of Bonus Act 1965 Contract Labour Regulation amp Abolition Act 1970 The Employees Provident Funds and Miscellaneous Provisions Act 1952 Interstate Migrant Workmen Act 1979 Regulation of employment and conditions of service Income Tax Sales Tax amp Service Tax Acts etc Customs and Excise Act amp Rules The Minimum Wa
24. ence must submit along with the tender 18 Make amp Model Bidder should mention 7 0 Outdoor Box Type Megapixel IP Camera with POE 1 3 progressive scan CMOS 3 Ts tes 7 Ssh D ee Een a a e 7 1 7 7 Ta As 7 7 8 ol Image Sensor Dynamic Range Sensitivity B Video Compressi Maximum Resolut minimum 50db W 0 01 Lux F1 2 on H 264 M JP ion 1920 1080 EG F E 2 3 4 lt 5 6 Optional Resolu 00 450 Minor stre 52 240 7 Maxim 8 Audio Audio Co 9 Motion Detectio 10 ONVIF Availab 11 Password Prote 12 Network Por 13 Applicable Pro HCP RTP RTSP 14 Alarm 2 a um Frame Rate IGMP tion H 264 MJP Major stream 1920 1080 EG F E 1280 720 am 720 576 Minimum 25 720 480 640 480 352 288 920 1080 mpression G 7 fps l l u 1 input 1 output n Up to 4 areas le ction Available One RJ45 10 100M tocols TCP IP 802 1X 15 Lens 5 to 16 Operating Temp 17 Housing IP66 18 Certi vidence must submi 9 Make amp Model arm inputs 50 MM vari fications focal erature Ou CE FCC UL t along with the Bidder should men SJI5662P15 20 relay ou UDP HTTP SNMP SMTP tp th u 0 to 50 Degree Celsius tdoor Housing wi must tend tion Blower tary Heater and EN documen er 8
25. ernal Area gt Tender Documents 6 Type of Bidding Single Stage Two Bid system 7 Tender Fee 2 INR 1 000 00 8 Bid security INR 92 000 00 SJ15662P15 1 9 Performance Security Applicable For details pls refer Annexure IB 10 Integrity Pact Applicable 11 Bid Closing Opening Date amp Time Please refer to the e Tender Portal 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 Rajasthan Project and payable at Jodhpur is to be submitted to Chief Manager M amp C Oil India Limited Rajasthan Project 2A Saraswati Nagar District Shopping Centre Basni Jodhpur 342005 Rajasthan Application shall be accepted only one week prior to 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 SJI5662P15 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 also been provided through OIL s web site www oil india com N
26. essories Nos 1 28 Rack Mounted Sliding type Monitor Nos 1 29 Cat 6 UTP Cable for CCTV amp Access Mtr 2000 30 6 Core Cable for Reader amp Controller Mtr 1600 SJI5662P15 26 31 Power Cable Mtr 100 32 PVC Pipe for Cable Protection Mtr 1500 Laying of Cables 33 Laying of all types of Cable Mtr 3700 34 Laying of pipe Mtr 1500 Other Charges 35 Documentation Charges ofthe Systeme Aetivity 1 36 goa Items Please mentioned in the Activity l 37 Training Charges Activity 1 38 FMS charges for 1st Year Year 1 39 FMS charges for 2nd Year Year 1 40 FMS charges for 3rd Year Year 1 41 FMS charges for 4th Year Year 1 42 FMS charges for 5th Year Year 1 43 AMC charges for the 1st Year Year 1 44 AMC charges for the 2nd Year Year 1 45 AMC charges for the 3rd Year Year 1 46 AMC charges for the 4th Year Year 1 KKKKKKKAKKKKKKKK SJI5662P15 27 Annexure IB 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 CriteriaOas stipulated in this document Other terms and conditions of the enquiry shall be as per General Terms and Conditions vi
27. ful Bidder ault shall have from Jodhpur personnel for by the 2 9 Comprehensive Annual Maintenance Contract SJI5662P15 12 259 parts components period shall be provided and installed by any extra cost 2 9 2 For any warranty p reason if the warranty period is The comprehensive Annual Maintenance Contract shall start after successful completion of whatsoever needs replacement during the Bidder without eriod Any extended AMC shall start after completion of the extended warranty period 2 9 3 The AMC shall be for a period of four 4 years from the date of successful completion of warranty 2 9 4 During the AMC period any failed device shall have to be replaced repair within 48 hrs of reporting the failure If replacement then necessary configuration of the device to be carried out by the successful Bidder 2 9 5 During the AMC 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 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 2 9 6 In case Bidder to rectify a repor
28. ges Act 1948 The Payment of Wages Act 1936 SJI5662P 15 16 Annexure A Door Details Security System Indoor Sl Card Bio Metric Camera N Floor Door Reader Reader From the Main Gate Admin block 2 Ground Floor Fire Exit Gate Cafeteria Room all three doors w Geosciences Dept Gate ED RP Office Gate Fire Exit Gate V Director amp ED Room First Floor NIO OJIOJ A i ed ed x a lt lt a xX Ke Xx Xx a x lt a Drilling Dept Gate lt lt x lt ae Second Floor IT Vigilance Office Gate 10 Fire Exit Gate y x y Three Camera for covering the Electricity N equipment amp One will cover for UPS room 11 Basement Annexure B Detailed Specifications 1 0 smart card I Class 1 1 Read range Minimum 2 to 3 inch Working on 13 56 MHz 1 2 Card Design Thin Flexible polyvinyl chloride laminate or composite polyester PVC 1 3 Properties i card shall have uniquely identifiable serial number SJI5662P15 17 Bet ii It should be strong and shall not bend or get damaged during usage iii The cards shall have sufficient space for printing company logo personal department employee n etc iv The capacity of th minimum 2 KB bit to information following a A unique number ident reader details
29. h Oil India Limited 10 0 SINGLE STAGE TWO BID SYSTEM shall be followed for this tender and only the PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall be opened for further evaluation 11 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 XII 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 GOPLASW AML I A S Retd Former Chief Election Commissioner of India E mail Id gopalaswamin gmail com ii SHRI RAMESH CHANDRA AGARWAL IPS Retd Former Director General of Police E mail Id reagarwal rediffmail com 12 0 The tender shall be governed by the Bid Rejection amp Bid Evaluation Criteria given in enclosed Annexure IB However if any of the Clauses of
30. han one year Such Installation in any PSU s Government department may be bidder or any third party OIL reserves the right to visit such installation for necessary verification If OIL demands Bidder has to obtain necessary permission from the competent authority for such visits 3 Annual turnover of the firm in any of the last 3 financial years or current financial year should not be less than Rs 92 00 Lakhs Documentary SJI5662P15 28 evidence to be submitted along with Technical Bid 4 Bidders have to submit the Technical compliance to the specifications given in the Tender 5 All the Cameras Access control system Access amp CCTV Software Visitor management system amp accessories equipment s for CCTV Systems shall be of same make for seamless integration except universal platform of Smart card and Smart card Reader 6 Authorization that the items quoted by the Bidders are in production and would be serviceable for at least 5 years from the bid closing date No obsolete products should be quoted Undertaking certificate should be attached from the OEM for the service will be given to OIL 7 The Manufacturer shall have its own Service centre in India for CCTV Access control amp Visitor management system etc Document should be attached from the OEM with full address and phone no 8 A copy of all the desired material certification should be attached with the tender else tender will be rejected 9
31. ial cost then on amp AMC charge install ly 20 s will be will ation Remaining 10 amp will be or then Ful 10 of during certifica last for fied by the contract person Labour the PF Dy Chief to deduct applicable have documen above icable the con the shall be tractors as app as contractor fails the to produce evidences employee s contribution will Contrac bills Paymen T Oo tor have to pay Bonus Act 1965 The reimbursed by Pre Dispatch Inspection amp Training for Pre dispatch inspection o 5 5 1 Necessary arrangemen all the equipments contractor accommodation of the company 5 2 The contractor personnel on co and control of site be deducted nel with have required document the amount equal to employer s contribution from his monthly Bonus on yearly basis as per amount to tion against month dul the invoice to the Central Ajmer the tenure of ly be paid on monthly basis the competent LY employee s deposit of PE contribution paid commissioning of the system SJI5662P 15 15 will the the the tary and be by OIL Engineers to be mad
32. ning of all 2 8 2 During the warranty period have to be replaced repaired within 48 hrs acement of the failure If repl the systems equipments supplied by the successf for a period of shall also be supplied with relevant firmware shall cost during warranty implementation and Warranty has to cover all failed device shall reporting out by the successfu then necessary configuration of l Bidder 2 8 3 During the warranty period the call shall have nature of the fault parts serial no of replacement equipment OIL The report has to submit a call report ment action taken replaced equipment and any other details of to be duly signed by Ol shall be considered attended and then only the call 2 8 4 In case of failure on the part of Bidder to rectify a reporting the problem a penal reported problem wit ty at the ra per day will be imposed till subject to a maximum of 7 5 of total material cost 2 8 5 All visits including transport the engineer att ponent is required the device is to be carried tending replacement of number of the call to L s personnel successful 48 hrs of tioning 1000 and accommodation at Jodhpur warranty related work success
33. oning b 3 Performance Security 10 of AMC value shall be submitted 1 month before expiry of warranty period The Performance Security shall be valid for 4 years and 4 months from the date of issue Bidder must confirm the same in their bid Offers not complying with this clause will be rejected 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 SJI5662P 15 30 v vi vii viii 1x x xi xii xiii xiv the Performance Security is to be extended suitably as advised by OIL For exemption for submission of Performance Security please refer Clause No 10 of General Terms and Conditions vide MM RP GLOBAL E 01 2005 for E Procurement ICB LCB Tenders The Bank Guarantee should be allowed to be encashed at all branches within India Validity of the bid shall be minimum 120 days from the Bid Closing Date 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 Bids received in physical form but not uploaded in OILG e Tender Portal will be rejected The Bid documents are not transferable Offers made by bidders who have not been
34. 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 0 Bid must be submitted electronically only through OILG e procurement portal Bid submitted in any other form will be rejected 8 0 In the event of receipt of only a single offer 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 9 0 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 SJI5662P15 4 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 throug
35. ork re connection frame rate and other Cameras in the Fect the one shall not af Ftware shall provide Digital electronic map in which user shall be able to view video by double click mouse on the camera icon on the map also map preset should be available 2 4 2 8 VMS Shall have facilities for play forward rewind pause along with fast forward and rewind for reviewing the recorded videos 2 4 2 9 VMS Shall is capable of 4 X 4 max viewing panes at 16 frames 2 4 2 10 The VMS should have dual stream video capture support It should be possible to have different stream for Viewing and Recording 2 4 2 11 The VMS shall provide the following A The system shall allow for live view playback and system configuration of the IP video system B Several simultaneous live picture connections of camera in network It shall be capable of showing video pane layouts including 2x2 3x3 4x4 various Hot Spots 1 5 1 7 1 9 1412 14 16 and custom layouts C It shall be possible to display video and audio bit rates frame rate and resolutions on each video pane as overlays D VMS shall provide manual recording auto recording alarm recording and motion recording E The VMS shall cater and playback capability for 21 cameras recording SJI5662P 15 1
36. osoft Windows 8 1 l or latest with recovery DVD CD SJI5662P15 25 Schedule of Rates Annexure C Sr No Item Description Unit Qty Make Model CCTV 1 Indor megapixel IP minidome camera PoE Nos 13 2 Outdoor megapixel IP fixed camera POE Nos 8 3 Camera Recording and Viewing software Nos I with minimum 5 client Software 4 32 LED For Viewing of Camera Nos 2 5 Server for recording of camera 8 0 Nos 1 6 Workstation for viewing of camera 9 0 Nos 2 7 3 KVA UPS Nos 2 Network Switch 8 24 Port Layer 3 Nos 1 9 8 Port POE Switch Nos 3 ACCESS CONTROL SYSTEM 10 Door Controller 1 IN and 1 OUT with Nos 14 Enclosure Adapter amp battery backup 11 HID iClass Readers Nos 28 12 Single Door Electomagnetic Lock Nos 11 13 Double Door Electromagnetic Lock Nos 4 14 Biometric Reader with power supply Nos 2 15 Finger Enrolment Kit Nos 1 16 Server with license Database 10 0 Nos 1 17 Workstation for client operation 19 0 Nos 1 18 Access amp Attendance Software Nos 1 19 I Class Smart Card with card holder Nos 300 20 Smart Card Printer Nos 1 21 Cartridge for smart card printer Nos 3 Visitor Management System VMS 22 Visitor Management Software Nos 1 23 Workstation for VMS 19 0 Nos 1 24 Web Camera Nos 1 25 Laser Printer Nos 1 26 Cartridge for Laser Printer Nos 2 Control Room Equipment amp Cables 27 42 U Rack With Acc
37. rammed card may have different color ribbons or cards so that it is easily identifiable to security persons for monitoring the movement of the visitors Color schemes to be finalized in consultation with OIL SJI5662P15 8 2 2 4 The software for Visitor s Management System should be made available on a branded PC and a mono laser printer also be provided to carry out the printing jobs specification details given in the annexure B 2 2 5 The Visitor Management Software should have the following features i Option for fingerprint capturing ii Integration with Security Access Control System iii Provision to take picture of visitor iv Should be able to know which visitor s have signed out 2 3 Attendance Monitoring System 2 3 1 A sound Attendance Monitoring System should be provided The system should be capable of keeping records of employees in a database and should be able to query fetch records to generate reports as required by OIL 2 3 2 Two dedicated biometric readers Attendance Docking Stations should be provided in the ground floor as per Annexure A for capturing the attendance of all employees 2 3 3 All the two biometric readers should work in tandem and transactions captured should be stored in database of Security Access control server 2 3 4 Detailed
38. red cost shall be taken by the contractor to avoid damage to the building during execution of the work He shall be responsible for restoring th shall also e same of their repairing all the damages and original finish at his cost He materials ar remove at his cost all unwanted and waste ising out of his work from the site 2 6 1 2 Painting at site of to finished the company fittings Swi erection shal f all exposed metal surfaces of the installation other than pre painted items like tchgear distribution gear items etc Damages surfaces of these items while handling and ll however be rectified to the satisfaction of 2 6 1 3 Storage space and locking arrangement thereof and watch and ward of the mater till complet ion of the work ials and completed installation SJI5662P15 11 2 6 1 4 Testing installation 2 7 Software 2 7 1 The application soi license in the name of and card readers etc software embedded 2 7 2 Any software upgrades or patches or and commissioning Ftware shal f OIL INDIA L completed ll be supplied with the The controllers be provided by the Bidder free of and or AMC period 2 8 Warranty 2 8 1 Comprehensive on site warranty year from the date of successi commissio
39. specifications are attached as Annexure B 2 4 CCTV monitoring System 2 4 1 A sound CCTV monitoring System should be provided The system should be capable of keeping records of the entire cameras for a period of one month in a database and should be able to query fetch records to generate reports as required by OIL Two nos of 32 display unit will be placed one will be at reception and other in the Admin department for monitoring the system 2 4 2 Video Management Software VMS 2 4 2 1 VMS should be of the same make of that of camera and should be single software Multiple software shall not be accepted VMS will be a highly scalable enterprise level software solution It must offer a complete Video Surveillance solution that will be scalable SJI5662P15 9 4 2 2 VMS shall allow the f system settings configuration of 2 4 2 3 VMS shal to 2 4 2 4 The sot and date time 2 at 2 5 The So 2 system settings of other cameras 2 4 2 7 The Soi live 1 2 6 For each camera set up bit rate resolution shall be set independent of Altering the setting of display of cameras amp ll have a navigation panel to allow the user select the required camera Ftware shall support searching as per camera ftware shall resume recording automatically fter reboot or netw
40. ssignment E 802 1x MAC based authentication E 802 3ad Link aggregation E 802 10 Tagged VLAN Er 802 1d STP EEE 802 1lw RSTP IEE 802 1s T i 18 2 3 IP Multicast Support IPv4 IGMP snooping 18 2 4 Management Features Window based configuration of the Switches SNMP Trap View and Discovery Support SNMPv1 v2 v3 LLDP RMON Groups 1 2 3 amp 9 tching Fabric 20Gbps oughput 14Mpps 000 1MB 18 2 6 Power Budget 18 2 8 E FCC EN6 Minimum 75W or higher ectrical Mechanical Approvals EN55022 CI SPR 22 Class A CSA CULE 3 C 0950 TUV E Mark 19 Workstation Computer VMS client Mode Bidder should mention 1 Make amp Proces Chipse Optica 2 3 4 Memory 5 6 sor Intel Core i7 3770 or higher t Original Intel Minimum 8 GB 4 X 2GB DDR3 SDRAM 1600 MHz Hard Disk Minimum 1 TB SATA 3Gbps HDD 7200rpm Ethern ee Monito 1 Drive 16X DVD RW with Dual Layer Write ive Capabilities or higher et Integrated 10 100 1000 Mbps Ethernet r OEM 19 7 ntroller s3 9 Keyboa vpi t EE H a WOOT OR CRCECECECET 10 Mouse TFT Monitor or higher rd 104 Keys OEM keyboard professiona OEM USB optical scroll mouse with mouse pad 11 OS Preloaded Genuine Micr
41. t Terms the total material cost 4 2 equal tO AMC charges 10 FOR Jodhpur complete material at site is more than the total material co of the comp T etion emaining fe amount will be to Ol A 3 of L the to paid a be paid in the contra 4 4 AMC an on subm the total material cost fter commissioning and han Ct d FMS charges will onl ission of FOR Jodhpur successful completion ding over to OI four equal instalments the invoices duly authority or his representa tive 45 The con tractor have to submit the the paymen signed veri 4 6 The contractor have to pay the basic wages Receptionist as per the minimum wages Commissioner from the and deposit the same in his long with employer s contribution tary evidence of employer s reimbursed by bear In case appointed as Con mon tractor On contribu componen company adminis intimated by thly wages if respective PF account al production of tion However trative charges as required as per law of his contract personnel quoted by the bidder paid FOR Jodhpur L certified by st af O cer FOR Jodhpur success installation amp commissioning and handing over f AMC charges quoted by the bidder is less than tal mater
42. ting the problem a penalty at the rate of of failure on the part of the reported problem within day will be imposed till rectification of fault a maximum 7 5 of the total AMC charges 2 9 7 All visits including transport to and and accommodation at Jodhpur by Bidder s personnel related work Bidder 2 10 1 The Bidder shall shall have to be borne by the 2 10 Facility Management Services FMS all required to provide al the equipment covered under this order 1 the services based on industry best be required to provide services Bidder shall successful 48 hrs of Rs 1000 per subject to from Jodhpur for AMC successful for be practices The equipment availability of Bidder should ensure the all the systems required to be provided Monday to Friday 5 30pm and Saturday applicable as from from 9 30am to 2 30pm per our company holiday list The SJI5662P 15 13 service The Services are and 9 30am to Holiday will be following are the broad coverage of Bidder but not limi successful i1 Bidder femal e Visitors Visitor has to provide one s operator Management Syst degree and Computer literate ID card as pass for ope and new during OIL Tig system
43. uld mention 13 10 Certification UL CE documentary evidence must submit along with the tender 14 Cable Cat6 Cable 14 1 Category 6 Unshielded twisted pair 4 cable shall be compliant with ANSI TIA EIA 568 C 2 Additional Transmission Performance Specifications for 4 pair Category 6 Cabling 14 2 The 4 pair Unshielded twisted pair cable shall be UL listed 14 3 Make amp Model Bidder should mention 15 Cabling 15 1 All the power supply control and communication cables shall be of the required size and type 15 2 Power and control cables shall be armoured un armoured copper conductor cables while the communication data cables shall be of twisted pair copper nylon taped and drained and provided with overall shielding earth drain and sheath 15 3 The cable shall be laid either in concealed way in embedded pipes conduits or sleeves as required to suit the site condition 15 4 Bidder has to quote per meter length of cabling and pipes conduits However the payment would be made as per actual quantity used 16 Mono Laser Printer 16 1 Make amp Model Bidder should mention 16 2 Print Speed 16 ppm or higher 16 3 Media Size Legal letter executive A4 A5 A6 Etc 4 Media Type Paper envelopes transparencies labels 5 Resolution 600 X 600 dpi or higher 6 Memory 64 MB RAM or higher 7 8
44. ve 24 RJ 45 autosensing 10 100 1000 ports full duplex ii should have 2 SFP 100 1000 Mbps ports 18 1 2 Memory 128 MB RAM packet buffer size 512 KB 8MB flash 18 1 3 Throughput should support minimum up to 35 mpps 18 1 4 Switching capacity should support minimum up to 50 Gpps 18 1 5 Management features should support manageable through Web browser or CLI 8 packet strom protection 8 6 Connectivity should support Auto MDI MDIX and 1 7 Performance should support half full duplex auto negotiating capability on every port 18 1 8 Quality of Service Should support Traffic prioritization IEEE 802 1p and broadcast control 18 1 9 Layer 2 Switching should support VLAN and tagging up to 64 port based VLAN and dynamic configuration of EEE 802 10 VLAN tagging providing security between work groups 18 2 8 port Gigabit POE layer 2 switch SJI5662P15 24 18 2 1 Ports Conf iguration 10 port Gigabit Ethernet PoE Switch with 2 nos of SFP ports Combo ports 18 2 2 Standards an v1l v2 18 2 5 Performance Swi Thr MAC Pac Address 8 ket Buffer d Protocols E 802 1x Remote authentication through RADIUS E 802 1x Dynamic VLAN a
45. xit the software shall have the following features also a Raising audio visual alarm in case of i Presenting invalid cards ii Keeping the entry door forcibly open beyond specified and pre programmed time iii Failure of any card reader iv Failure of door operating mechanism to respond 2 1 9 System Equipment requirements The system shall be scalable and shall permit expansion of both the capacity and functionality through the addition of controllers card readers etc Ziel 0 The system shall incorporate necessary hardware software comprising broadly of smart cards smart card readers controllers electromagnetic door lock strike PC interface cards etc to meet the scope and requirements as stated above 2 1 11 Detailed specifications are attached as Annexure B 2 2 Visitor s Management System 2 2 1 A sound Visitor s Management System should be provided The system should be capable of keeping records of visitors in a database and should be able to query fetch records pertaining to regular visitors 2 2 2 The visitors may be given pre programmed access cards as detailed above so that their access is limited to the floor where they want to visit For example a visitor intending to go to first floor should not have access to other floors 2 2 3 The pre prog
46. y 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 amp authorized signatory who sign the Bid 2 0 BID EVALUATION CRITERIA BEC 1 0 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 2 0 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 3 0 For evaluation of bids total project cost of equipments with all accessories installation amp commissioning charges training charges facility management system charges for 5 years and post warranty annual maintenance charges for 4 years are to be considered All the items will be procured from the same source 4 0 Comparison of offers will be done on FOR OIL Office Jodhpur basis 5 0 To evaluate the inter se ranking of the offers Rajasthan Entry Tax on purchase value will be loaded as per prevailing Govt of Rajasthan guidelines as applicable on bid closing date Bidders may check this with the appropriate authority while submitting their offer 6 0 To
Download Pdf Manuals
Related Search
Related Contents
Atomic-scale structure of nanosized materials by x LG 60PV450 Product manual ÍNDICE MANUAL DE USUARIO Protec User Manual Pressure vessels 住まいの全てをトータルサポート 住まいの売りたい、買いたいを安心 Scosche magicMount Copyright © All rights reserved.
Failed to retrieve file