NATIONAL SCIENCE CENTRE (National Council of Science Museums) Near Gate No.1, Bhairon Road, Pragati Maidan, New Delhi NOTICE INVITING TENDER
|
|
- Wilfred Gordon
- 5 years ago
- Views:
Transcription
1 NATIONAL SCIENCE CENTRE (National Council of Science Museums) Near Gate No.1, Bhairon Road, Pragati Maidan, New Delhi NOTICE INVITING TENDER Sealed Tenders are invited for Supply, Installation, Testing & Commissioning of IP CCD Camera based Monitoring and Surveillance System and Annual Maintenance Contract of Existing Surveillance System at National Science Centre, Delhi at an estimated value of `21.00 lakhs. For further details, please log on to NSCD website and submit their offers at this Centre by
2 TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF IP CCD CAMERA BASED MONITORING AND SURVEILLANCE SYSTEM & COMPREHENSIVE ANNUAL MAINTENANCE OF EXISTING IP / CCD CAMERA BASED SURVEILLANCE SYSTEM AT NATIONAL SCIENCE CENTRE, PRAGATI MAIDAN, NEW DELHI , NATIONAL SCIENCE CENTRE (NATIONAL COUNCIL OF SCIENCE MUSEUMS) NEAR GATE NO. 1, PRAGATI MAIDAN NEW DELHI
3 Form No... Date of issue NATIONAL SCIENCE CENTRE (National Council of Science Museums) Bhairon Road, Near Gate No.1 Pragati Maidan, New Delhi NOTICE INVITING TENDER Tender No. 11/ Tender for Supply, Installation, Testing & Commissioning of IP CCD Camera based Monitoring and Surveillance System & Comprehensive Annual Maintenance of existing IP / CCD Camera based Surveillance System at National Science Centre, Delhi 1 LAST DATE OF SALE OF TENDER: ( , Hrs.) 2 LAST DATE OF RECEIPT OF TENDER: ( , 15:30 Hrs) 3 DATE OF OPENING OF TENDER ( Ist PART) : ( , 16:00 Hrs) 4 DATE OF OPENING OF TENDER ( IInd PART) : ( , 16:00 Hrs) 5 COST OF TENDER DOCUMENT: `500/- 6 EARNEST MONEY : `52,500/- (Rupees Fifty Two Thousand Five Hundred only) ISSUED TO M/s Important Note: -Original/Downloaded Tender document must be submitted with the bid. As far as possible columns given in this document should be used to provide information and each page should be signed with official seal of the agency duly affixed thereon otherwise the bid is liable to be rejected. Signature of Tenderer and Seal 3
4 TERMS AND CONDITIONS NATIONAL SCIENCE CENTRE (National Council of Science Museums) Bhairon Road, Near Gate No.1, Pragati Maidan, New Delhi Sealed Tenders are invited in two separately sealed bids, one Technical (Part I) and the second Commercial (Part II), for Supply, Installation, Testing & Commissioning of IP CCD Camera based Monitoring and Surveillance System & Comprehensive Annual Maintenance of Existing IP / CCD Camera based Surveillance System at National Science Centre, Delhi. The service includes preventive maintenance/repair/replacement of accessories included in the systems for which the contract is executed. On termination or expiry of the contract, the equipment must be left functioning and no part repaired or installed can be removed or taken away by the firm. Essential conditions of the Tender are as below: Estimated Cost (in `) EMD (in `) Tender Fee (in `) Date of opening (1 st part) lakhs 52,500/- 500/ Tender form can be obtained by hand from National Science Centre by depositing `500/- on cash counter of NSCD or producing Crossed Demand Draft drawn on any Scheduled bank in favour of National Science Centre, Delhi, payable at Delhi on any working day upto between 10:30 to 16:00 hours by submitting an application. 2. Tender document may also be downloaded from website & cost of tender Document should be submitted with the bid as per details given in point 1 above. If at any stage of the tendering process it is found that the downloaded document has been altered / manipulated, the bid shall stand cancelled and EMD shall be forfeited. 3. Tender form cost is neither transferable nor refundable. 4. The firm should have valid URL at internet. 5. The firm must have turnover of minimum of `35.00 lakhs per annum or above for last 3 financial years. 6. The firm must have the valid TIN/VAT/PAN Nos, Service Tax & VAT Registration Certificate. 7. The firm must have ESIC/EPF registration with last three months returning/challan. 8. The firm must have minimum 3 years of experience in Govt. Organization/Undertaking/ PSUs/reputed Pvt. Firms in rendering such works (copy of Performance certificate/work orders shall be attached). 9. The Agency must have one past contract (executed) and one running contract of minimum 5 lakhs or above in Govt. Organization/Undertaking/PSUs in maintenance of IP CCD Camera based Monitoring & Surveillance System and must have one maintenance contract of any Govt. dept. continuously executed for two years in continuation in last five years. 4
5 CHECK LIST This Checklist is to be filled in after reading complete bid document & to be submitted in technical bid (Envelope A ). Please Tick or Fill in the appropriate clauses. Please strike off clause not applicable. Envelope A EMD - Demand Draft drawn in favour of National Science Centre payable at Delhi (i) No. Amt. Bank Valid up to (ii) Attested copy of firm s partnership/proprietorship deed /Memorandum of Association Yes / No / N.A.. (iii) Power of Attorney in favor of the person -Yes / No / N.A.. signing the Bid Envelope B (i) Offer form duly filled in, signed & with official seal affixed thereon -Yes / No. Signature of Authorised Signatory Name :- Designation. : Dated : IMPORTANT NOTE: - All pages of Bid should be numbered by the bidder & page number should be filled in above checklist. & Statements of deviations, if any, should be enclosed. 5
6 NATIONAL SCIENCE CENTRE (National Council of Science Museums) Near Gate No.1, Bhairon Road, Pragati Maidan, New Delhi PROFILE OF THE TENDERER Tender is to be submitted in this form only. Tender submitted by the tenderer in their own proforma is liable to be rejected. Separate sheets may be attached where space provided against any clause is insufficient. 01) Name & Address of the Firm : 02) Telephone Number : a) Office : b) Workshop : c) After Office Hours : d) Telefax Number : e) f) Website : 03) Type of the Firm (Whether Proprietorship : Partnership/Private Limited/Limited, etc. and submit relevant documentary evidences. 04) Manpower\strength of the Firm : 05) Technology Partners : (attach proof) 6
7 -:2:- 06) Facilities available for executing such works : 07) Working Experience with list of clients : (attach details ) 08) Submit documentary evidence regarding : execution of work order of similar nature of job in Govt. Depts./public sector/private sector and submit relevant documentary evidence. 09) Whether Regd. With SSI/NSIC/DGS&D : (Submit documentary evidence) 10) Sales Tax /TIN/VAT Regn. No. (Submit : copy of valid clearance certificate) 11) Attach Xerox copy of valid Income : Tax Clearance Certificate/PAN 12) PAN No/Service Tax Reg. No. : 13) Any other information : 14) Copies of Annual Accounts of the firm : for the last 3 years I/We declare that the above statements are true. Dated Official Seal Signature of Tenderer 7
8 NATIONAL SCIENCE CENTRE (National Council of Science Museums) Bhairon Road, Near Gate No.1, Pragati Maidan, New Delhi NOTICE INVITING TENDER TENDER NO. 11/15-16 Instructions for Filling up the Tender 01. The instructions, specifications, drawings and General Terms and Conditions given herein will be strictly binding on the tenderers and deviation, if any, shall make the tender liable to be considered invalid. Tenders incorporating additional conditions by the tenderers are liable to be rejected. 02. Tender should be placed in two parts (technical and commercial bid), superscribing SITC of IP CCD Camera based Monitoring and Surveillance System and Annual Maintenance Contract of existing Surveillance System at National Science Centre, Pragati Maidan, New Delhi. 03. The tenderers shall fill up the enclosed Offer Form and submit the same along with the General Terms and Conditions, Technical Specifications for SITC of IP CCD Camera based Monitoring and Surveillance System and Annual Maintenance Contract of existing Surveillance System at National Science Centre, and Declaration in sealed envelope duly signed and stamped on all pages as a token of their acceptance. 04. Incomplete offers i.e. offers received without prescribed Offer Form General Terms and Conditions, Technical Specifications for SITC of IP CCD Camera based Monitoring and Surveillance System and Annual Maintenance Contract of existing Surveillance System at NSCD, Declaration duly signed with official seal on all pages and Earnest Money Deposit (EMD) will be rejected straightway without any reference to the tenderer. 05. Conditional offer shall not be accepted. 06. Tenders will be issued between AM and PM on all working days till and received at NSC, Delhi up to 3.30 PM on The Tenders will be opened in presence of available tenderers in two stages i.e. the Tender Opening Committee (TOC) shall open first the Technical Bid (part I) and check the credentials and other documents with reference to bid security and fees of tender document. For those bidders, who are found competent by the TOC and who fulfill the eligibility conditions without any material deviation, the TOC shall open the Commercial bid (part - II) on at16.00 hrs. Tenders received after the due date and time shall not be accepted and will be rejected straightway without any further reference. 08. Overwriting in the Offer Form is not permitted and shall be rejected straightway without any further reference. 09. The offer shall be valid for a minimum period of 3 months from the date of opening of tender. 10. Offers should be submitted in sealed cover along with the Earnest Money deposit of `52,500/- (Rupees Fifty Two Thousand Five Hundred only) by way of crossed Demand Draft/Pay Order drawn from any nationalized bank of India payable in favour of National Science Centre, payable at Delhi. Earnest Money Deposit in the form of Bank Guarantee bond or any other form shall not be accepted. Earnest Money Deposit in respect of such offers which are not accepted will be returned to the tenderers within 15 working days from the date on which the final decision is taken about the tender or within 1 month from the date of opening of the tender whichever is earlier. Earnest Money Deposit in respect of the successful tenderer will be retained 8
9 with the National Science Centre, Delhi. If the successful tenderer fails to execute the order strictly as per the drawings and specifications, provided by the National Science Centre, Delhi, within the stipulated period of the work order, the Earnest Money Deposit retained shall be forfeited forthwith after cancellation of the concerned Work order. No interest will be paid on the Earnest Money Deposit with National Science Centre, Delhi. 11. Tender must be submitted in two separate sealed covers marked PART I (Technical Bid) and PART II (Commercial Bid) superscribing SITC of IP CCD Camera based Monitoring and Surveillance System and Annual Maintenance Contract of existing Surveillance System at NSC, Delhi. 12. The contents of PART I and PART II will be as follows: PART I This sealed cover shall contain:- a) The profile of the tenderer duly filled and signed alongwith copies of all the documents / credentials b) Forwarding letter clearly indicating the documents attached therein. (The tenderer shall clearly state in the forwarding letter that they have not quoted any extra conditions in the offer form in the PART - II). c) Earnest Money Deposit as detailed in clause No. 10 of Instructions for filling up the Tender, in the form of Bank Draft / Pay Order drawn on any nationalized bank payable at Delhi. d) General Terms and Conditions, Technical specification for SITC of IP CCD Camera based Monitoring and Surveillance System and Comprehensive Annual Maintenance Contract of existing IP / CCD Camera based Surveillance System and Declaration duly singed by the tenderer on all the pages along with official seal, as detailed in Clause No. 3. e) Declaration of non-relationship. All the details of documents required to a party to qualify must be mentioned for verification. PART II Part II sealed cover shall contain the Offer Form, duly filled in and signed with stamp and date in all its pages. The cover will have to be superscribed with the name of the work. No extra conditions whatsoever shall be put in Part II. If any such additional conditions are found in this cover, it will not be taken into consideration and the tender will be rejected. 13. The authorities of National Science Centre, Delhi (NSCD) do not bind themselves to accept the lowest tender and reserve the right to reject or accept any or all tenders wholly or partially without assigning any reason whatsoever. 9
10 NATIONAL SCIENCE CENTRE (National Council of Science Museums) Bhairon Road, Near Gate No. 1, Pragati Maidan New Delhi Tender No. 11/15-16 GENERAL TERMS AND CONDITIONS (GTC) FOR SUBMISSION OF TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF IP CCD CAMERA BASED MONITORING AND SURVEILLANCE SYSTEM AND COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT OF EXISTING IP / CCD CAMERA BASED SURVEILLANCE SYSTEM AT NATIONAL SCIENCE CENTRE, DELHI. Tenderers shall be required to execute the above work at National Science Centre, Bhairon Road, Near Gate No.1, Pragati Maidan, New Delhi as per enclosed specification and completion schedule as specified in the clause No The tenderers shall not be a close relative of any employee of the National Council of Science Museums. A declaration in this regard is to be submitted on the agency letter head as per the format provided with the offer form. 02. The agency shall execute an agreement with the National Science Centre, Delhi on non-judicial stamp paper of appropriate value before commencement of the job. 03. The successful tenderer(s) shall submit the following documents within 7 (seven) days from the date of placement of the work order. i) Duplicate copy of the work order duly signed and stamped by the tenderer as a token of acceptance of the order. ii) iii) Security Deposit as detailed in Clause No. 8 of General Terms and Conditions Non-judicial stamp paper of appropriate value for preparing the Agreement governing the terms and conditions of the Contract. 04. Price: a) The rates quoted/indicated shall include cost of all materials, labour, installation, labour supervision and all working accessories, tools and tackles, reliable standard testing equipment, etc. and including all handling charges to supply, deliver and install the system strictly as per the specifications / drawings at NSC, Delhi as specified in the tender document. The rates of Excise Duty (if any), Sales Tax, Service Tax and other taxes/levies to be imposed on the rate shall have to be clearly and separately mentioned if already not included in the quoted price/cost. Price and rate quoted shall be firm and fixed for the entire period of execution of the work and no escalation of rate on any ground whatsoever shall be allowed. b) The work will be awarded to lowest acceptable bidder separately in the case of SITC & AMC. 05 Time of Completion (For SITC) : Time is the essence of this tender. The entire work viz. Supply, Installation, Testing & Commissioning of IP CCD Camera based Monitoring and Surveillance System at National Science Centre, Delhi as per enclosed specification and drawings shall be completed within 30 days from the date of placement of order. 06. Every effort shall be made to complete the work/job by the successful tenderer within the specified time schedule. In case the firm fails to comply with Clause No. 5 i.e. within the specified time schedule as per the finalized and accepted terms & conditions, National Science Centre, Delhi shall have the right to either impose penalty Clause or cancel the order or both as per its discretion. 10
11 National Science Centre may get the work completed that remained un-finished at the risk and cost of the successful tenderer. The decision of National Science Centre in this regard shall be final and binding on the successful tenderer. 07. Penalty Clause: a) For SITC The successful tenderer shall strictly observe the time allowed for carrying out the works as detailed in clause No. 5 The work shall, throughout the stipulated period of the contract, be proceeded with all diligence (time being deemed to be the essence of the contract) and the tenderer shall pay to the National Science Centre, Delhi an amount equal to 2% of the amount of the Contract value for every week that the work may remain incomplete as per delivery schedule as stipulated in clause No.5, subject to a maximum compensation of 10% of the contract value or the order placed / executed after which period appropriate action will be taken by National Science Centre, Delhi as will be deemed fit. b) For AMC Delay will be calculated from the date and time of making over the fault to the contractor. In case of delay in rectification of the fault beyond 48 hours, a penalty of `100/- per day per fault on Camera/ DVR and other equipments will be levied. In case of delay in rectification of the fault beyond 7 days, the penalty of `200/- per day per fault on Camera / DVR and other equipments will be levied. In such an event, NSCD may get the faults rectified by third party and such cost of repairs shall have to be borne by the contractor, in addition to the penalty. In case contractor fails to pay the penalty and/or cost of the repairs (by third party) it shall be deducted from the Security Deposit /bill. The total penalty during the period of AMC, in each order, under this contract, shall not be more than 10% of the concerned order value. More than one half of a day shall be treated as a day. 08. Security Deposit: Total Security deposit shall be 10% of the gross value of the order (which includes the EMD submitted by the tenderer) which is to be paid in the form of Bank Draft / Banker s cheque by the tenderer drawn in favour of National Science Centre, Delhi and payable at Delhi. The Security Deposit of the successful tenderer shall be released as follows : a) For SITC 50% Security Deposit shall be released after expiry of 2 years defect liability period (defect liability period shall be 24 (Twenty four) months from the date of final completion of the work / job) and balance 50% shall be released after completing the period of AMC contract. b) For AMC The Security Deposit shall be released after completion of the period of contract. In case the total value of order exceeds the assessed value of the work order, security deposit for the excess amount will also be deducted. No interest shall be paid on the security deposit retained with National Science Centre, Delhi. 09. Inspection : i) The successful tenderer shall arrange for inspection of all equipments by the authorized official of the National Science Centre, Delhi to conform to the specified brand and specifications as per the tender document before the equipments are used for installation of the ordered jobs. ii) Inspection after installation of the Surveillance System. Inspection may also be made at any time during the process of installation, if felt by the officials of National Science Centre, Delhi. Any defect pointed out by the competent representative of the National Science Centre, Delhi during such inspections shall be promptly rectified to ensure desired quality of work. It would be mandatory on the part of the successful tenderer to arrange inspection and obtain approval at every stage of work failing which action will be taken as deemed fit by the NSCD. The decision of NSCD in this regard shall be final and binding on the successful tenderer. 11
12 10. TERMS OF PAYMENT: a) For SITC of the System:- No advance payment shall be made by National Science Centre, Delhi under any circumstances. However, interim payments may be released at the discretion of the Centre based on the following: i) 50% payment shall be released after supply of the entire equipment/materials at site. ii) iii) 25% payment shall be released after completing 90% of the work ordered. Balance 25% (Final) payment shall be released within 30 (Thirty) days from the date of receipt of Invoice/Bill duly supported by receipted challan and satisfactory inspection/work completion certificate from NSCD authority for the entire job. b) For Comprehensive AMC of existing System: Quarterly payment of the AMC value shall be made at the end of each quarter on presentation of bill duly verified to the effect that the equipments have been maintained and there was no interruption of service. 11. Defect Liability Period (For SITC) : The defect liability period shall be 24 (Twenty four) months from the date of completion of the work. The successful tenderer shall be responsible for all defects in the material supplied like defective workmanship, use of defective materials, breakage, etc. for a period of 24 (Twenty four) months from the date of completion of the job. The successful tenderer shall rectify the defects/defective parts within 24 hrs or maximum upto 48 hrs from the time of lodging the compliant up to the satisfaction of the competent authority of the Centre or otherwise the Centre shall have the right to rectify the defect at the successful tenderer s own risk and the cost of which will be adjusted from the Security Deposit. Decision of National Science Centre, Delhi in this regard shall be final and binding on the successful tenderer. 12. In case, the successful tenderer refuses to accept the offer after finalization or does not comply with the Clause No. 03 of General Terms and Conditions within 7 (seven) days from the date of placement of the order as per the finalized and accepted terms & conditions, the order shall be cancelled forthwith without any further reference and the EMD will be forfeited. 13. The materials used by the successful tenderer shall conform to the description and/or specification given by National Science Centre, Delhi. Sub-standard quality of materials will not be accepted. The samples must be got approved in advance from the competent authority of National Science Centre. 14. Bad workmanship will not be accepted and if carried out is liable to be rejected and should be rectified by the successful tenderer at his cost as per specifications and directions given by the authorized representative of National Science Centre, Delhi. Decision of National Science Centre, Delhi, as to items of bad workmanship and proper replacement/rectification will be final and binding on the successful tenderer. 15. Specifications of the items under tender are as given in the Annexures. However, if any ambiguity in the specification is detected it shall be promptly brought to the notice of National Science Centre, Delhi for clarifications. No deviation from the approved specifications shall be made by the successful tenderer without written approval of National Science Centre, Delhi. 16. The authorities of National Science Centre, Delhi reserve the right to amend, alter or modify the terms & conditions or quantities mentioned above if necessary. 17. The authorities of National Science Centre, Delhi, who do not bind themselves to accept the lowest tender, reserves the right to reject or accept any or all tenders wholly or partially without assigning any reason whatsoever. 18. The NSCD shall not be liable for any kind of injury resulting in temporary or permanent disability or loss of life of any employee or workers who are deployed by the successful tenderer within/outside the premises of the work at the time of execution of the said work. 12
13 19. The successful tenderer shall pay not less than minimum wages as prevalent in the concerned municipal area and shall abide by all and every kind of legislation such as the Contract labour (Regulations & Abolition Act, 1970 & the Contract labour (Regulation & Abolition) Central Rules, 1971 that are incidental to and concerned with engagement of persons for the time being for carrying out and execution of the work. NSCD shall have no liability of any kind with regard to the workers of the successful tenderer. 20. The successful tenderer shall ensure that all wages and allied benefits as per statutory norms are paid to their workers for the purpose of this contract. The Agency shall remain liable to the authorities concerned for compliance of respective existing rules and regulations of the Govt. for the purpose of this contract and shall remain liable for any contravention thereof. They shall keep NSCD indemnified against any liabilities arising out of non-compliance of any of the acts, rules, orders of the Govt./Council on their part. 21. The National Science Centre, Delhi or its representatives shall, at all reasonable time, have free access to the works and/or to the workshops/factories or other places where materials are being prepared installation for the contract and also to any places where materials are lying or from which they are being obtained and the successful tenderer shall give every facility to them for inspection, examination and testing of the materials and workmanship. Except the representative of Public Authorities and those mentioned above, no person shall be allowed on the works at any time without the prior written permission of National Science Centre, Delhi. 22. The successful tenderers shall obtain necessary trade and other licenses as may be required to carry on the tendered job and shall also be responsible for compliance of all rules and regulations which may be in force from time to time by the appropriate authority at his/their own cost. 23. The successful tenderer shall not under any circumstance whatsoever transfer wholly or partially this contract/agreement to any other person(s)/firm/company or assign the contract/agreement or benefits of this contract/agreement to any other party for any reason whatsoever. Otherwise this contract/agreement will automatically stand cancelled. 24. All disputes and differences between the successful tenderer and National Science Centre, Delhi of any kind except quality of workmanship and materials whatever arising out of or in connection with the order on the carrying out the work (whether during the progress of the work or after their completion and whether before or after the determination, abandonment or breach of the terms and conditions of the order) shall be referred to the sole arbitration of a person nominated by the Director General, National Council of Science Museums, whose decision in this regard will be final and binding on both the successful tenderer and National Science Centre, Delhi. The provisions of the Arbitration and Conciliation Act 1996 or any statutory modification or reenactment thereof and of the rules made thereunder for the time being in force shall apply to arbitrations proceedings under this clause. 25. All the statutory deductions such as WCT / TDS, etc. at prevailing rates shall be deducted from the bill(s) of the contractor. 26. The successful tenderer should furnish documentary proof in support of TIN number and PAN number of their establishments. In case of successful tenderer is stationed outside the NCT Delhi Authority, they shall make necessary arrangements to obtain valid TIN and submit the same to NSCD to enable this Centre to deposit necessary taxes to concerned authorities. Payments will be released only after receipt of proper and valid TIN number/certificate. 27. The agency shall take care of all statutory and other obligations as required under the Contract Labour Act. 28. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the parties who resort to canvassing will be liable to rejection on that ground. 29. The agencies participating in the tenders & bidding may obtain on specific request, details about the outcome of the Tender and other related details, if any
14 Scope of Work for Comprehensive Maintenance of IP / CCD Camera based Monitoring & Surveillance system, installed at the premises of National Science Centre, Delhi. Validity of the approved rates shall be upto Three (3) years from the date of issuing the Letter of Intent and the contract may be extended beyond the first year at the discretion of the authorities of National Science Centre and subject to satisfactory performance by the agency during the previous year of contract. Necessary Certificates from OEM shall be enclosed with the offer mentioning that the bidding agency is authorized to provide the component level servicing & trouble shooting of its products i.e. Cameras, Hybrid DVRs, Analytical Encoders, Lenses, CMS software, etc. It shall also mention that the OEM is providing back end support for the AMC of its products. 1. The agency has to provide Comprehensive maintenance of LG make IP and / or CCTV Camera based system for the period of contract. 2. Being a highly sensitive public accessed area, uninterrupted viewing & recording for 24 hours is required as is being done at present. 3. The material with the specification similar to the CCTV already used at the site is listed and attached as Annexure- A. 4 If any existing material / equipment is damaged beyond repair during contract period and new material or standby material is installed during AMC then agency will get it back only after installing back the equipment in running condition. 5. The agency will ensure that the CCTV System is in proper working condition throughout the entire duration of contract. 6. No additional expenses will be paid by this Centre for any consumables including, wires, etc. which might be required to be changed during the contract period. 7. The agency has to ensure that the equipment/spares provided by it shall be compatible with Cameras, Analytical Encoders, DVR & Video management Software with Analytical features which are already installed at the site. 8. The scope of the AMC includes One Mandatory visit per week & servicing of the equipment per month and on need basis. In addition to above, the Agency has to attend to the complaints, if any, within a day. 9. Shifting is not covered in AMC only minor shifting of equipment with the permission of the Centre is allowed. 14
15 Annexure A List of IP / CCD Camera based Surveillance System installed at NSC, Delhi: Sl. ITEM QTY No. 1. Vari Focal Dome Cameras, 650 TV lines Vari Focal vandal Proof Dome Cameras, 620 TV lines Vandal Proof, vari focal, IR Dome/Bullet cameras, 620 TV lines HSBLC enabled, C mount camera, 650 TV lines with 5-50 vari focal lens Vari focal dome cameras, 620 TV lines Video analytical encoders Hybrid DVR, D TB HDD VMS Video management software with 16 channel licensed analytical software capable of seeing upto 64 cameras LCD TV, LG TFT monitor with computer, licensed MS Office, DVD writer, keyboard, mouse Power supply, 12 volts, 10 amp UPS backup Video Balun sets CAT 6 wire 2100 mtrs 16 Power cable 700 mtrs 17 Conduits, flexible & connectors 1 set 18 Analytical software 1 set 01 15
16 TECHNICAL SPECIFICATIONS IP CCD CAMERA BASED MONITORING AND SURVEILLANCE SYSTEM TO BE INSTALLED AT NATIONAL SCIENCE CENTRE, DELHI A. Scope of Work: 1. The work would include Supply, Installation, Testing, and Commissioning (inclusive of Accessories, Connectors, power supplies, connectors, mounts, etc.) of IP CCD CAMERA AND CCTV BASED SURVEILLANCE AND MONITORING SYSTEM at an estimated cost of about `19,00,000/-. 2. Laying of wire in appropriate PVC Conduit (ISI Mark) for indoors and Metal conduit (ISI Mark) for outdoors, with Cat-6 Cables should be included as and when necessary. 3. The Surveillance system is required to ensure effective surveillance of target areas as well as create a tamper proof record for post event analysis. The System shall provide an online display of video images on TFT monitors located in one designated control room. 4. System should facilitate viewing of live and recorded images and controlling of all cameras by the authorized users controlling the system. 5. System should provide inter-operability of hardware, O.S, software, networking, printing, database connectivity, reporting, and communication protocols. System expansion should be possible through off-the-shelf available hardware procurement. 6. Equipment with given specifications shall be accepted but any equipment with lower specification will be summarily rejected. 7. System is to be supplied and installed at the National Science Centre, Delhi and the subsequent warranty and support is to be provided at Delhi, India. 8. Indoor Cameras are to be placed as per the indicative Layout of the institutional area and location guidelines shown in Annexure A. Outdoor camera positions to monitor entrance to the premises, backyard and other vantage points will be indicated to the selected vendor at the time of installation. B. Minimum Qualifying Criteria: 1. The bidder should be a registered company / firm involved in manufacturing/ supply, installation & maintenance of CCTV Systems for at least last 5 years. The bidder should enclose Manufacturers' Authorization Letter related to this Project from the Original Equipment Manufacturer (OEM). 2. The bidder should have a back-to-back support from the OEM of the CCTV system. 3. Any upgrade and updates provided by the manufacturer for the next 3 years shall be made available by the vendor supplying the material without any additional cost. 4. Preference shall be given to the Manufacturers whose Plants have ISO-9000 series or equivalent Certificate for quality management. 5. The OEM should have its own support & service Centres in Delhi or NCR. The OEM shall have a 24 hours toll free number for support. 6. The tenderer must be a reputed agency with currently valid VAT Tax registration of more than one year and they must furnish details of projects completed in last one year. 16
17 C. General & Technical Terms & Conditions 1. All the products Cameras, lenses, DVRs, Analytic software, Encoders etc. shall be of the same brand. 2. All the Dome cameras (Normal, Vandal proof, IR) should have resolution of 620 / 650 TV lines respectively or more as per tender specs enclosed. C mount Box cameras should have resolution of 650 TV lines as per tender specs enclosed.the Cameras & CCTV product should have CE, FCC, UL (all three) Certifications (Certificates to be attached). 3. Analytic Software should be edge based, i.e. the analytics should be at the camera end or Encoder end only. 4. Cost of Video Management Software with Analytics capability should be included for capacity up to 16 cameras having features for Live viewing, playback, recording & analytics function. 5. The DVR should be hybrid based which has the capacity to take 16 Analog Cameras Input & 2 IP Cameras Input. 6. Two years comprehensive on-site warranty should be given by the manufacturer. 7. The brochures, mentioning model number, shall be enclosed with the tender document. 8. The models which are quoted shall be available on the official website of the OEMs before the issuing of this tender and it should not be on its way to obsolescence. D. General Specifications: 1. Proposed system shall be an open-standard based integrated system with functional and management architecture aimed at providing high-speed manual/automatic operation for best performance. 2. System may use video signals from about 64 nos. of cameras installed at the National Science Centre, Delhi so as to process them for viewing on workstations/monitors at Central Control Room and simultaneously record all the cameras after compression using MPEG 4 or better standard. Joystick or Mouse-Keyboard controllers shall be used for functions of desired cameras. 3. System shall have combination of Digital CCD Colour video Cameras with individual IP address, CCD Colour Video Cameras with appropriate Lens to cover the whole surveillance spaceand the entry points as tentatively marked in Annexure A, CCTV cameras, Network Video recorders (NVR/DVR), Network attached storage / backup device for recording, Application software, Colour Video Monitors, Keyboards with pointing controllers / Mouse-Keyboard, software based Video Matrix Switcher, workstation for System Administration / Management / Maintenance etc. 4. Network Video Recorder shall offer both video stream management and video stream storage management. Recording frame rate & resolution in respect of individual channel shall be programmable. 5. System should ensure that once recorded, the video cannot be altered; ensuring the audit trail is intact for evidential purposes. 6. System shall provide sufficient storage of all the camera recordings for a period more than FPS, at 4 CIF or better quality using necessary compression techniques for all cameras (extended capacity of cameras i.e. present capacity + 25 %). 7. The Area under surveillance shall be monitored and controlled from Central Control Room through workstations and Mouse/Joystick controllers. 8. Surveillance CCTV System shall operate on 230 V, 50 Hz single-phase power supply. 9. Power for all the equipment provided in the control room will have to be conditioned using appropriate capacity UPS with minimum 2 hours or more back up. If any equipment 17
18 operates on any voltage other than the supply voltage and supply frequency, necessary conversion/correction device for power supply shall be supplied along with the equipment. 10. All the control equipment e.g. servers, NVR/DVR, Backup device, decoders etc. shall be provided in standard Racks. 11. All the cameras & control equipment shall be suitable for operation from C to C and relative humidity up to 80 % non-condensing. E. System Design 1. All camera recordings shall have Camera ID & location/area of recording as well as date/time stamp. Camera ID, Location/Area of recording & date/time shall be programmable by the system administrator with User ID & Password. 2. Facility of camera recording in real-time mode (25 FPS)/15/12.5/10 or lower FPS as well as in any desired combination must be available in the system. 3. Facility of Camera recording in CIF, 2CIF, 4 CIF as well as in any combination i.e. any camera can be recorded in any quality Selective or Group of cameras must be available in the system. 4. System to have facility of additional camera installation beyond the originally planned capacity. 5. Video can be viewed on a Control room workstation or on monitor using a hardware decoder (MPEG-4/compatible standard Receiver) and shall be recorded on NVR/DVR and shall be backed up on suitable Backup device. 6. System shall be triplex i.e. it should provide facility of Viewing, Recording & Replay simultaneously. 7. The offered system shall have facility to export the desired portion of clipping (from a desired date/time to another desired date/time) on CD or DVD. Viewing of this recording shall be possible on standard PC using standard software like windows media player etc. F. Video Surveillance Application Software 1. Digital video surveillance control software should be capable to display and manage the entire surveillance system. It should be capable of supporting variety of devices such as cameras, video encoders, video decoders, PTZ controller, NVR, NAS boxes/raid backup device etc. to be added in the system as and when necessary. 2. The software should Support flexible 1/2/4 Windows Split screen display mode or scroll mode on the PC monitor or on preview monitor as per site requirement. 3. The software should be able to control all cameras movement control, Iris control, auto / manual focus, and color balance of camera, selection of presets, video tour selection etc. if applicable for any camera 4. The software is required to generate reports of stored device configuration. 5. The system shall provide user activity log (audit trail) with user id, time stamp, and action performed, etc. 6. The administrator should be able to add, edit & delete users with rights. It shall be possible to view ability / rights of each user or the cameras which can be viewed & controlled as per the permission assigned by the administrator. 7. It should have recording modes viz. continuous, manual, or programmed modes on date, time and camera-wise. All modes should be disabled and enabled using scheduled configuration. It should also be possible to search and replay the recorded images on date, time and camera-wise. It should provide onscreen controls for remote operation of cameras. It should have the facility for scheduled recording. 18
19 8. It should provide programmable motion detection and recording, to be defined areawise. 9. Retrieval: The CCTV application should allow retrieval of data instantaneously for any date / time interval chosen through search functionality of the application software. In case data is older than 30 days and available, the retrieval should be possible. The system should also allow for backup of specific data on any drives like CD/DVD/Blu ray Recorders or any other device in a format which can be replayed through a standard PC based software. Log of any such activity should be maintained by the system which can be audited at a later date. 10. Backup: Online backup should be maintained to protect against storage failure. 11. Storage should be equal to a minimum of 30 days of recoding of all cameras at 25 fps/4 CIF. The system should follow FIFO on recording. G. Warranty: 1. At least 2 years onsite comprehensive warranty for Parts and Labor to be provided at National Science Centre, Delhi. 2. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer s system and should not in the process of obsolescence. 3. All systems and components used / quoted for shall have been thoroughly tested and proven in actual use. 4. All systems and components shall be provided with the availability of a toll-free (India), 24-hour technical assistance facility from the manufacturer. The facility shall allow for immediate technical assistance for either the dealer/integrator/installer or the end user at no charge for as long as the product is covered under warranty or AMC. 5. All systems and components shall be provided with a preferably same day and maximum of two-day turnaround repair & replacement condition. The repair and parts replacement shall be guaranteed by the manufacturer on warranty and non-warranty items for at least 2 years after warranty period. 19
20 DETAILED GENERAL AND TECHNICAL SPECIFICATION OF ITEMS REQUIRED TO COMPLETE THE PROJECT 1 General: The technical specifications specified in this section are the minimum suggestive specifications. a. Bids not meeting with minimum suggestive technical specifications are liable to be rejected. In case the equipment quoted exceeds/ differ with the RFP technical specifications, the same should be clearly mentioned along with justification. b. The bidder can indicate missing component if any, that may be considered necessary in this bid to implement and operate the facility to meet the required objective of the project as has been laid down in this document. c. The bidder will offer equipment that will best accommodate and meet the present and future requirement of the Centre. d. CCTV equipment and allied accessories like network switches, NVRs, UPSs, LIU and fiber accessories shall be rugged in construction so as to keep dust, insects, termite & other foreign materials out of the equipment. e. VMS shall have ONVIF compliance and shall have SDK based integrations with more than 5 camera manufacturers. f. Video Surveillance system is required to ensure effective surveillance of an area as well as create a tamperproof record for post event analysis. g. All CCTV cameras, Video Analytics & VMS should be from same OEM. h. The System shall provide as on - Line display of video images on LCD monitors located Central Control Room and Sub-control Centers. 2 System should facilitate viewing of live and recorded images and controlling of all cameras by the authorized users present in the LAN. The equipment supplied should tolerate Indian power and weather conditions of Delhi. Further, all equipment shall comply with the applicable power and safety standards. 3 Bidder to specify required line voltage, voltage tolerance, frequency tolerance, max. Current consumption, max power consumption, maximum operating temperature, maximum operating humidity for each of the equipment. 4 One set of service and operation/instruction manual is required to be supplied with each of the equipment. 5 Successful Bidder shall maintain necessary inventory of spares for smooth uninterrupted networking operations of these sites during the warranty period. 6 The Successful Bidder shall provide patches, updates and upgrades of all the supplied software free of cost during the warranty period. 7 All the equipment's should be new and of the prevailing/current standard production of the manufacturer at the time of the proposal and shall not bid/ supply any equipment that is likely to be declared end of sale with one year of the date of the supply of the said equipment. 8 The successful bidder is required to supply the latest version of software, providing all the features enumerated in this specification, at the time of award of contract. Equipment must be compatible with other Network vendor equipment. The principal vendor of products/equipment supplied under this project should have relevant quality certifications such as ISO 9001 and the entire product should be certified by the original manufacturers. a. All the OFC used in the networking shall be G.652D ITU standard, if otherwise specified, networking cables shall be CAT-6e and other electrical cable should be of BIS standards. b. The CCTV solution should be highly scalable and have seamless integration with reputed makes of Access control solution for future expansion & integration program. This information shall be available in the public domain for reference and should be demonstrated during POC being a critical requirement for the future. 20
21 Supply and Installation of following list of equipments (Annexure B - 1 to 6): Sl.No. Item Details Qty Unit 1 8 port PoE/PoE+ Switches with all necessary accessories as mentioned 8 Nos. in the technical specs. 2 Fixed Color Network Camera (Outdoor) 3 No. 3 Full HD Dome Network Camera (Indoor) 38 Nos Vandal-resistant Dome Network Camera (Indoor) 2 No. 5 VMS and Storage Server as per the specifications with 12TB storage 1 No. 6 Cat-6 UTP Cable (Make: D-Link) 1172 Mtrs. 7 1 PVC Conduit / Channel/ Cable Tray Supply, Lying and Installation 880 Mtrs port Jack Panel loaded 4 Nos. 9 1 mtrs. Patch Cords (Make: D-Link) 43 Nos. 10 9U Rack 4 Nos LED Monitor as mentioned in technical specs. 2 Nos. OEM Prequalification Criteria: 1. All CCTV hardware products offered in the project should be UL, RoHS, FCC certified. 2. The OEM for cameras should have its own registered office in India. This has to be supported by necessary statutory documents. 3. OEM for cameras should have Self-owned Repair center in the country. Attach documentary proof of the same. 4. CCTV cameras, Recording Software, Video Analytics Solution and Command and Control application for the project should be from the same OEM to ensure seamless integration and single point of contact and ownership from the CCTV OEM. 5. The CCTV OEM should have supplied Cameras in a project of similar environment in single/multiple Govt. Campuses in India within the last three years with minimum number of 150 Cameras. PO copy of the same should be produced along with the bid. 6. The CCTV OEM should be present in India for more than 5 years and this has to be supported by PO copies from and customer or other values documents. System Integrator (SI) Eligibility: 1. The System Integrator (SI) should be an ISO 9001: 2008 and ISO Certified. 2. The SI should have collective turnover totaling to rupees 8-10 crore in last 3 years. 3. SI should be 10 years old company. 4. SI should have experience in supply and maintenance of IP based CCTV Surveillance System of similar quantity or more. 5. SI should be registered in EPF and ESIC and minimum 15 engineers should be on company payroll. 6. Must submit original OEM manufacturer certification. 7. The SI must have trained team in CCTV, Networking and Wireless. The HR details of the company should be provided. 8. The SI should have executed at least 3 jobs related to CCTV wired or wireless surveillance implementation in last 3 years. Give related details and relevant document. 21
22 Technical specification for various items: IP Video System: The lp Video System (IPVS) must be designed and developed to the ISO 9000 standards and incorporate all of the following functionality & equipments: Equipment list attached as Annexure (B-1 to B-6) Network Video Recorder The Network Video Recorder shall run on a Linux / Windows Platform to enable support a secure operating system, ability to run on a wide range of hardware platforms, and operate efficiently as a network appliance. While operators are actively using the system and accessing the live and recorded video / audio, a single NVR bundled server shall support any combination of supported IP cameras or encoders that meet both of the following criteria: o Maximum of 128 streams can be supported simultaneously on a single server. The Network Video Recorder shall support the completion of a motion search over 1 week of available recorded video of a scene containing an average level of motion throughout, regardless of codec or resolution of the recorded video, within 2 minutes. The Network Video Recorder shall natively support intelligent video analytics that can be enabled with the software license. The build in intelligent video analytics shall be easily switched between any of the video channels. The Network Video Recorder shall synchronize audio and video streams and maintain synchronization to within half-a-second. The Network Video Recorder (NVR) shall be software-based, open platform solution that functions as an appliance server and operates on a 64-bit Linux / Windows based OS. The NVR shall be available also as software to be installed on any hardware that meets or exceeds the system requirements and is supported by the Enterprise Linux Operating System. The NVR shall support the following video compression technologies as native operation: o M-JPEG o MPEG4 o H.264 The NVR shall support the following audio compression technology as native operation, o G.711 o G.726 The NVR shall be also available as a preinstalled, preconfigured appliance server solution: With internal storage of up to 36T8 Capability to connect to virtually unlimited external storage over; SCSI interface that is supported by the Linux / Windows OS All storage internal and external provides RAID capability. The NVR shall operate in server-client architecture as a network appliance and simultaneously supports live viewing, recording, and playback of video while managing all alarms, alerts, analytics generation aid system management. The Network Video Recorder shall provide required functionality in the following areas: NVR shall support dynamic bandwidth management with no need to add additional hardware or software that provide video format (CODEC), and resolution transcoding for up to four streams NVR shall support the ability to transcode older video formats, such as mpeg or MPEG-4, to a more efficient optimized h.264 video stream on-the-fly. NVR shall provide the ability to transcode high quality high frame rate h.264 video for the purpose of transmitting over narrow bandwidth communication channels and for the purpose of streaming to thick clients or smart phone apps. NVR shall make the transcoded streams available to windows based clients and mobile applications running on mobile devices (e.g. smart-phone, tablets, etc...) NVR shall make the transcoded stream available through the product API and SDK to provide 3 rd party applications the ability to view transcoded streams through the Dynamic Bandwidth Management interface 22
Block No. 12, CGO Complex Lodhi Road, New Delhi Dated: TENDER NOTICE NO.12/SSC(NR)/2015
No. 29012/5/2014-Admn(NR) Government of India Staff Selection Commission Northern Region Department of Personnel & Training Ministry of Personnel, Public Grievance & Pensions Block No. 12, CGO Complex
More informationNATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE NOTICE INVITING TENDER
NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE 411004 NOTICE INVITING TENDER Ref No: 824/36/2014 - IFFI Dated: 12.10.2015 Sub: NOTICE INVITING
More informationHIGH COURT OF BOMBAY AT GOA
HIGH COURT OF BOMBAY AT GOA Calling Quotations for Supply and Installation of Wireless Synchronized Digital Clocks Quotations are invited from the Manufacturers/Suppliers of Wireless Synchronized Digital
More informationDelivery, installation, commissioning and warranty of multi-channel Programmable High Voltage Supply System
Item No.*1- "12 Channel Programmable High Voltage generation unit (2 Nos.) with appropriate Modular Power Supply Crate with Ethernet Connectivity (1 No.)" Specifications: Delivery, installation, commissioning
More informationRural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To
Rural Development Department Old secretariat, Patna Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To Dear Sir(s), 1. You are invited to submit your most competitive quotation
More informationTender for Annual Supply contract of Books and other reading material 1
DELHI TECHNOLOGICAL UNIVERSITY (formerly DELHI COLLEGE OF ENGINEERING) Govt. of NCT of DELHI Shahbad Daulatpur, Bawana Road, Delhi 110 042 Tel : +91-11-2787 1016, Fax : +91-11-2787 1023 www.dtu.ac.in,
More informationENGINEERING PROJECTS (INDIA) LTD (A Government of India Enterprises) Short Tender Notice
ENGINEERING PROJECTS (INDIA) LTD (A Government of India Enterprises) Short Tender Notice Tender No. DLI/CON/SEC/550 03.10.2016 Last Date & Time of Submission of Tender : 13.10.2016 upto 11.00 AM Date &
More information6. Fax Tender or Tender without EMD and Tender Fee will be summarily rejected.
FILE/IEG/CU/Comp.-Acces/2016-17 06th June 2016 (ReQ) TENDER FOR DIGITAL SMART PODIUM (Tender No. : IEG/CU/Comp.-Acces/02/2016-17 Sealed Tenders are invited from manufactures / authorized distributors,
More informationDepartment of Planning & Development (Directorate of Economics & Statistics) Government of Bihar
TENDER FORM NO.------------------------- DATE--------------- Department of Planning & Development (Directorate of Economics & Statistics) Government of Bihar Tender for Printing of Journal/Various Reports/Guidelines/
More informationSUBJECT :- REVISED BID NOTICE FOR PROCUREMENT OF DIGITAL SURROUND SOUND PROCESSOR WITH SURROUND SOUND SYSTEM FOR 5.
No. :D-21013/01/2014-S Dated:12.02.2014 SUBJECT :- REVISED BID NOTICE FOR PROCUREMENT OF DIGITAL SURROUND SOUND PROCESSOR WITH SURROUND SOUND SYSTEM FOR 5.1 DIGITAL SURROUND SOUND DESIGN STUDIO. The Director
More informationTender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018)
Tender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018) Dear Sir/Madam, We are looking for a high-resolution scanning
More informationENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO. ERO/MMD/BDD/Road/1084C
ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO. ERO/MMD/BDD/Road/1084C Tender for appointment of Consultant for Topographical Survey, Preparation of tender stage BOQ, site visit
More informationTECHNICAL SPECIFICATION
TECHNICAL SPECIFICATION Scope of Work. 1. Installation & commissioning of IP CCTV Surveillance system consisting of 15 CCTV cameras (12 Dome & 03 Bullet) with 01 no. of 24 channel Hardware based NVR with
More informationHIGH COURT OF HIMACHAL PRADESH, SHIMLA
HIGH COURT OF HIMACHAL PRADESH, SHIMLA - 171 001 No. HHC/Comp./e-Courts/Phase-II/2015-II- Dated Shimla, 26 th October, 2017. Subject: Purchase of Projector with Screen, 2 TB USB Powered Hard Disk (without
More informationINTERNATIONAL GARMENT FAIR ASSOCIATION
INTERNATIONAL GARMENT FAIR ASSOCIATION NOTICE FOR INVITING QUOTATION OFFICIAL PHOTOGRAPHER AND VIDEOGRAPHER DURING 62 nd & 63 rd EDITION OF INDIA INTERNATIONAL GARMENT FAIR (IIGF) TO BE HELD FROM 16-18
More informationCASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS
CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS Cass County, Michigan invites qualified vendors to submit proposals for the purchase, installation, and programming of: a door card
More informationCASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS
CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS Cass County, Michigan invites qualified vendors to submit proposals for the purchase, installation, and programming of a centralized
More informationSECTION 686 VIDEO DECODER DESCRIPTION
686 SECTION 686 VIDEO DECODER DESCRIPTION 686.01.01 GENERAL A. This specification describes the functional, performance, environmental, submittal, documentation, and warranty requirements, as well as the
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. This document set contains the following: a) Terms and conditions of the Tender - Pages 2 & 3 b) Details of the Firm offering this Quote - Page 4 c) Technical Compliance & Quotation
More informationsubmission of tender documents 3. Date & time for opening of 3.30PM on 31/01/ EMD Prescribed Rs. 8,000/-
Name of Tender:- TERMS AND CONDITIONS: ANDAMAN AND NICOBAR ISLANDS INTEGRATED DEVELOPMENT CORPORATION LOIMITED (a Government Undertaking) Tender for supply of Printing items in bilingual form for official
More informationB. The specified product shall be manufactured by a firm whose quality system is in compliance with the I.S./ISO 9001/EN 29001, QUALITY SYSTEM.
VideoJet 8000 8-Channel, MPEG-2 Encoder ARCHITECTURAL AND ENGINEERING SPECIFICATION Section 282313 Closed Circuit Video Surveillance Systems PART 2 PRODUCTS 2.01 MANUFACTURER A. Bosch Security Systems
More informationRs.10,000/- (Rupees Ten Thousand only)
TENDER NOTICE FOR INVITATION OF EXPRESSION OF INTEREST TO DEVELOP A VIDEO STUDIO MEASUREMENT OF 580 SQFT IN THE ROOM NO: G4 OF SALT LAKE CAMPUSOF MAULANA ABUL KALAM AZAD UNIVERSITY OF TECHNOLOGY, WEST
More informationTender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab*
Tender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab* General Scope of Work: Supply and installation of Computer Laboratory setup in MIU Location of Installation:
More informationG.G.S.INDRAPRASHTHA UNIVERSITY Registration of Vendor(s) for Supply of Books
G.G.S.INDRAPRASHTHA UNIVERSITY Registration of Vendor(s) for Supply of Books The Book Sellers, Publishers, Vendors etc. interested in supplying books to GGS Indraprastha University on the Terms and Conditions
More informationPurchasing Department Finance Group INVITATION TO BID
Purchasing Department Finance Group July 3, 2013 INVITATION TO BID The City of Norwalk is soliciting bids for the Building Management Department for Network Video Recording (NVR) Equipment for the existing
More informationEmpanelment of Book Suppliers
Adv. No. FDDI/LIB/BOOKS/2014-15, 17 & 18 Dated: 20 June, 2018 Empanelment of Book Suppliers FDDI invites applications from book suppliers / agencies registered with national / state federations with minimum
More informationTAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE
TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE Auction No: TACTV/Satellite Channels/2/2018 dt.31.12.2018. Tamil Nadu Arasu Cable TV Corporation
More informationDATA/SPEC SHEET 16-CHANNEL HYBRID DIGITAL VIDEO RECORDER. Built for Reliability, Usability, and Low Cost of Ownership.
DATA/SPEC SHEET V920 KOLLECTOR - PRODUCT FORCE DESCRIPTION 16-CHANNEL HYBRID DIGITAL VIDEO RECORDER Configured with ViconNet Video Management Software (VMS) Scalable from one to hundreds of recorders Support
More information-Technical Specifications-
Annex I to Contract 108733 NL-Petten: the delivery, installation, warranty and maintenance of one (1) X-ray computed tomography system at the JRC-IET -Technical Specifications- INTRODUCTION In the 7th
More information(Raj Kumar Jha) Deputy Secretary, DACY
Government of Bihar Department of Art, culture & Youth 3 rd Floor, Vikas Bhavan (New Secretariat), Patna 800 015 Bihar Museum, Patna NOTICE INVITING Tender for LED TV (Commercial)" Sealed tender for purchasing
More informationTAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE
TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE Auction No: TACTV / Satellite Channels / 3 / 2018 dt.05.02.2019. Tamil Nadu Arasu Cable
More informationARCHITECTURAL AND ENGINEERING SPECIFICATION DIVISION - LEVEL 1 28 ELECTRONIC SAFETY AND SECURITY LEVEL ELECTRONIC SURVEILLANCE LEVEL
Eventys EX 4 CRDN0410-PA Network Video Recorder (NVR) ARCHITECTURAL AND ENGINEERING SPECIFICATION DIVISION - LEVEL 1 28 ELECTRONIC SAFETY AND SECURITY LEVEL 2 28 20 00 ELECTRONIC SURVEILLANCE LEVEL 3 28
More informationHONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA
Section 00000 SECURITY ACCESS AND SURVEILLANCE HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA PART 1 GENERAL 1.01 SUMMARY The intent of this document is to specify the minimum criteria for the
More informationOur Ref: GSD/16/78/ November 2014
Our Ref: GSD/16/78/2014 21 November 2014 Subject: Printing of BIS Diary 2015 Dear Sir, Sealed quotations are invited from Class A Offset Printers, only located in Delhi and NCR on the panel of Directorate
More informationIndian Institute of Technology, Kharagpur Kharagpur , WB, India
Indian Institute of Technology, Kharagpur Kharagpur 721 302, WB, India Sub: CCTV SURVEILLANCE SYSTEM AND ACCESSORIES FOR COMPUTER & INFORMATICS CENTRE, IIT KHARAGPUR Ref: Tender Notice No. IIT/CIC/CCTV/2017-18/30
More informationCity of Winter Springs, FL
City of Winter Springs, FL Request for Quote RFQ/006/17/LS Commission Chambers Audio Visual System Upgrades The City of Winter Springs will be upgrading its Commission Chambers (Chambers) audio visual
More informationप रध नमह ल ख क रक क र लर (ल ख पर क ष ) OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(AUDIT) ANDHRAPRADESH, HYDERABAD
प रध नमह ल ख क रक क र लर (ल ख पर क ष ) OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(AUDIT) ANDHRAPRADESH, HYDERABAD No. PAG (Audit)/OE/Forms/2017-18/ Date:05-01-2018. Limited Tender Notice for Printing of
More informationVERINT EDGEVR 200 INTELLIGENT DIGITAL VIDEO RECORDER (Rev A)
VERINT EDGEVR 200 INTELLIGENT DIGITAL VIDEO RECORDER (Rev A) TECHNICAL SPECIFICATIONS SECURITY SYSTEM DIVISION 28 ELECTRONIC SAFETY AND SECURITY LEVEL 1 28 20 00 ELECTRONIC SURVEILLANCE LEVEL 2 28 23 00
More informationINDIAN INSTITUTE OF PULSES RESEARCH KALYANPUR, KANPUR , FAX : PHONE : {EPABX EXCHANGE} , EXT.
INDIAN INSTITUTE OF PULSES RESEARCH KALYANPUR, KANPUR 208 024, FAX : 091-512-572582 PHONE : 2570 146 {EPABX EXCHANGE} 2572464, 2572465 EXT. 229 No. 1-25/08-09/ST/ Dated: 18.07.2014 To, M/s Sub: Tender
More informationINDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI
INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI BID NOTICE (No. IIITD/MM./Comp. Consumables/31/(4)/2017-18 ) Rate Running Contract for Supply of I.T. Items for the Financial Year 2017-18 Sealed
More informationSPECIAL SPECIFICATION 6713 Ethernet Video Decoder (MPEG-4)
2004 Specifications CSJ 0016-04-103, etc. SPECIAL SPECIFICATION 6713 Ethernet Video Decoder (MPEG-4) 1. Description. Furnish, install, and make fully operational with the TransGuide or Combined Transportation,
More informationBANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE
BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE NATURE OF WORK: RATE CONTRACT FOR SUPPLY, INSTALLATION,, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES
More information(ii) Highway Research Record (yearly): At present 10,000 copies are printed (print area is 250 mm x 180 mm), 12 pt. font size.
Dated: 06.07.2017 No.IRC:13(1)/2017 Sub: Invitation of Quotations for the Printing work of various publications of the Indian Roads Congress through offset process with DTP Composing on Turn-Key basis
More informationMAHARSHI DAYANAND UNIVERSITY ROHTAK
MAHARSHI DAYANAND UNIVERSITY ROHTAK Tender Notice Sealed Tenders superscribed as CCTV Intelligent Surveillance Solution in two separate envelopes one containing technical specifications and DD for tender
More informationDepartment of Corrections Facilities Bureau Security Equipment Solicitation #TO8133
Department of Corrections Facilities Bureau Security Equipment Solicitation #TO8133 General Information: The Department of Corrections Facilities Bureau seeks bids for CCTV and Audio Equipment, delivery,
More informationV.M. No. 780/IXA-307/2016 (Vol-II) 12 April Notice Inviting Tender
V.M. 780/IXA-307/26 (Vol-II) 12 April 27 Notice Inviting Tender Sealed tenders are invited by the Victoria Memorial from experienced and reputed contractors for the work of Temporary supply, installation
More informationPortable Otoacoustic Emission Screener [Under Buyback]
ALL INDIA INSTITUTE OF SPEECH AND HEARING, MYSURU - 570 006 E-PROCUREMENT NOTIFICATION FOR SUPPLY OF Portable Otoacoustic Emission Screener [Under Buyback] E-PROCUREMENT REFERENCE SH/Pur/POCD/Eproc-03/2015-16
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS 1. This document set contains the following: a) Terms and conditions of the Tender - Pages 2 & 3 b) Details of the Firm offering this Quote - Page 4 c) Technical Compliance & Quotation
More informationRequest for Proposals Fiber Optic Network Backbone Upgrades
Introduction Request for Proposals Fiber Optic Network Backbone Upgrades RFP Released on February 18, 2015 The Dexter R-11 Public School District is seeking proposals from qualified service providers to
More informationRFIs AND RESPONSES; ANSWERS ARE IN RED.
January 4, 2013 ADDENDUM #3 TITLE OF RFQ: Gateway Audio Visual Bid REFERENCE: 12/13 B-30 Please note the following information regarding 12/13 B-30: 1. The due date is: January 11, 2013 at 1:00 p.m. in
More informationMTN Subscriber Agreement
MTN Subscriber Agreement MOBILE TELEPHONE NETWORKS (PTY) LTD Head Office: 216 14th Ave Fairland 2195 Private Bag 9955 Cresta 2118 South Africa Tel +2711 912 3000 Fax +2711 912 3001 http://www.mtn.co.za
More informationDS-7204/7208/7216HVI-ST Series DVR Technical Manual
DS-7204/7208/7216HVI-ST Series DVR Technical Manual Notices The information in this documentation is subject to change without notice and does not represent any commitment on behalf of HIKVISION. HIKVISION
More informationA. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer s system.
ENDURA NET5308T VIDEO ENCODER TECHNICAL SPECIFICATIONS SECURITY SYSTEM DIVISION 28 ELECTRONIC SAFETY AND SECURITY LEVEL 1 28 20 00 ELECTRONIC SURVEILLANCE LEVEL 2 28 23 00 VIDEO SURVEILLANCE LEVEL 3 28
More information5 Port DVI Splitter VIDEO WALLS VIDEO PROCESSORS VIDEO MATRIX SWITCHES EXTENDERS SPLITTERS WIRELESS CABLES & ACCESSORIES
AV Connectivity, Distribution And Beyond... VIDEO WALLS VIDEO PROCESSORS VIDEO MATRIX SWITCHES EXTENDERS SPLITTERS WIRELESS CABLES & ACCESSORIES 5 Port DVI Splitter Model #: SPLIT-DVI-5 2013 Avenview Inc.
More informationTENDER FOR SUPPLY & INSTALLATION OF MICROPHONE AND ACCELEROMETER FOR ENGINE NVH STUDIES ALONG WITH SIGNAL CONDITIONING AMPLIFIERS
TENDER FOR SUPPLY & INSTALLATION OF MICROPHONE AND ACCELEROMETER FOR ENGINE NVH STUDIES ALONG WITH SIGNAL CONDITIONING AMPLIFIERS IN SCHOOL OF ENGINEERING, IIT MANDI Tender No.: IITMANDI/Admin/PUR-177/2014-15/7992-93
More information1X4 HDMI Splitter with 3D Support
AV Connectivity, Distribution And Beyond... VIDEO WALLS VIDEO PROCESSORS VIDEO MATRIX SWITCHES EXTENDERS SPLITTERS WIRELESS CABLES & ACCESSORIES 1X4 HDMI Splitter with 3D Support Model #: SPLIT-HDM3D-4
More informationREDFISH TECHNOLOGIES
REDFISH TECHNOLOGIES CLIENT CCTV PRELIMINARY DESIGN REQUIREMENTS Client Name: Client Address: Client Site: Date Important The more detailed information that can be provided in this form, the more accurate
More information2. Designation of the Applicant in the Cable Network: Managing Director Managing Partner Sole Proprietor Karta 3. Name of the Cable Network:
1. Name of the Applicant applying on behalf of the Cable Network in each city/town (collectively DAS Areas ) in which the Cable Network is willing to operate: 2. Designation of the Applicant in the Cable
More informationBILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School
BILOXI PUBLIC SCHOOL DISTRICT Biloxi Junior High School Request for Proposals E-Rate 2014-2015 - Internal Connections Submit Proposals To: Purchasing Department Attn: Traci Barnett 160 St. Peter Street
More informationEXPORT PROMOTION COUNCIL FOR HANDICRAFTS Tender no. EPCH/IHGF-2017/18 - Tender for CCTV System With Compatibility for Day/Night Monitoring
EXPORT PROMOTION COUNCIL FOR HANDICRAFTS Tender no. EPCH/IHGF-2017/18 - Tender for CCTV System With Compatibility for Day/Night Monitoring BACKGROUND The Export Promotion Council for Handicrafts is an
More informationHAZARA UNIVERSITY TENDER DOCUMENTS. Procurement of Scanner, Photocopier, Multimedia and Branded Workstation Page 1 of 7
Tender Cost Rs. 1,000/- Tender No-HU/PO/2018-19/05-04 HAZARA UNIVERSITY Procurement of Scanner, Photocopier, Multimedia and Branded Workstation. TENDER DOCUMENTS 2018-19 Page 1 of 7 HAZARA UNIVERSITY,MANSEHRA
More informationTender Ref.: ELCOT/Networks/OT/33178/VCS/DOTE/
Supply and Commissioning of Video Conferencing System with accessories for DOTE CORRIGENDUM -1 to the Tender Document The Pre - bid meeting for the above tender was held on 09.11.2018. Clarifications raised
More information2. SB Passbooks for CBS Branches. 3. Paying in Slip for SB/CA/Loan/OD Dep.(F-405)
B A N K O F B A R O D A (Head Office, Mandvi, Baroda) Zonal Stationery Cell 19 Way Road, Ist Floor, Lucknow (Tel.0522-2207402) Re: Tender for printing and supply of 1. Account Opening Forms for individuals(f-401)
More informationTO BE PUBLISHED IN THE GAZETTE OF INDIA EXTRAORDINARY, PART III SECTION 4 TELECOM REGULATORY AUTHORITY OF INDIA NOTIFICATION
TO BE PUBLISHED IN THE GAZETTE OF INDIA EXTRAORDINARY, PART III SECTION 4 TELECOM REGULATORY AUTHORITY OF INDIA NOTIFICATION New Delhi, the 14 th May, 2012 F. No. 16-3/2012-B&CS - In exercise of the powers
More informationCENTRAL WOOL DEVELOPMENT BOARD, C-3, Shastri Nagar, Jodhpur (Rajasthan) TENDER NOTICE
CENTRAL WOOL DEVELOPMENT BOARD, C-3, Shastri Nagar, Jodhpur (Rajasthan) TENDER NOTICE Tenders are invited for Scanning/Digitization of records of the Board. Detailed tender documents and other terms and
More informationKENYA ELECTRICITY GENERATING COMPANY PLC. KGN-HYD
KENYA ELECTRICITY GENERATING COMPANY PLC. KGN-HYD-050-208. TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF A COMMERCIAL GRADE DISPLAY SCREEN AT KAMBURU CONTROL CENTRE. 7 th January, 209. ADDENDUM
More informationCENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE PREET VIHAR, DELHI
CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE PREET VIHAR, DELHI-110 301 L a s t d a t e f o r s u b m i s s i o n o f T e n d e r - 2 4-0 9-2 0 1 3 u p t o 2. 0 0 p. m. O p
More information(1) These Regulations may be called PEMRA Standards for Cable Television Regulations 2003.
PEMRA Cable Television (Operations) Regulations, 2002. Pakistan Electronic Media Regulatory Authority (PEMRA) The Pakistan Electronic Media Regulatory Authority (PEMRA) is pleased to make the Standards
More informationELIGIBLE INTERMITTENT RESOURCES PROTOCOL
FIRST REPLACEMENT VOLUME NO. I Original Sheet No. 848 ELIGIBLE INTERMITTENT RESOURCES PROTOCOL FIRST REPLACEMENT VOLUME NO. I Original Sheet No. 850 ELIGIBLE INTERMITTENT RESOURCES PROTOCOL Table of Contents
More informationDS-7200HFI-SL Series DVR. Technical Specification
DS-7200HFI-SL Series DVR Technical Specification Notices The information in this documentation is subject to change without notice and does not represent any commitment on behalf of HIKVISION. HIKVISION
More informationPhone: No. Date: Sir, 10,000/- 2:30 p.m. Incomplete CBSE reserves the thereof. Yours faithfully
Gram : CENBOSEC, Delhi 92 E-Mail: cbsedli@nda.vsnl.net.in website: www.cbse.nic.in Phone: 22509256-59 Fax: 22515826 CENTRAL BOARD OF SECONDARY EDUCATION (An Autonomous Organisation under the Union Ministry
More informationRETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: AMENDMENT (1) ONE to RFP
RETURN THIS AMENDMENT TO THE ISSUING OFFICE AT: AMENDMENT (1) ONE to RFP 160000071 Department of Military and Veterans Affairs Division of Administrative Services Procurement Section P.O. Box 5800 Joint
More informationNOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows:
NOW THEREFORE, in consideration of the mutual covenants and conditions herein contained, the parties hereto do hereby agree as follows: ARTICLE 1 RECOGNITION AND GUILD SHOP 1-100 RECOGNITION AND GUILD
More informationIntroduction Congratulations and thank you for purchasing W Box Technologies 0E-HDMISPL2.
Introduction Congratulations and thank you for purchasing W Box Technologies 0E-HDMISPL2. 0E-HDMISPL2 is a 1:2 splitter for HDMI with Ultra HD 4K support. 0E-HDMISPL2 reliably distributes one HDMI source
More informationRequest for Quote E- Rate Eligible Services Scope of Work - Wireless LAN and Cabling for Access Points
Request for Quote E- Rate Eligible Services Scope of Work - Wireless LAN and Cabling for Access Points Due Date: Allowable Contract Date from Posted 470 The Palo Verde Elementary School District is requesting
More informationRef No: NITP/Proc/IT/14 Date:
NATIONAL INSTITUTE OF TECHNOLOGY PATNA (An Institute under Ministry of HRD, Govt. of India) ASHOK RAJPATH, PATNA-800 005 (BIHAR) Ph. 0612-2371715, 2372715,2371929 Fax-061-2660480 Website- www.nitp.ac.in
More informationTable of Contents. Section E: Inspection and Acceptance
Table of Contents Section E: Inspection and Acceptance Section Page E.1 52.252-2 Clauses Incorporated by reference (Feb 1998) 1 E.2 Cutover and Acceptance Testing of Services and Systems 1 E.2.1 Cutover
More informationDS-7200HVI-ST/RW Series DVR. Technical Manual
DS-7200HVI-ST/RW Series DVR Technical Manual Notices The information in this documentation is subject to change without notice and does not represent any commitment on behalf of HIKVISION. HIKVISION disclaims
More informationTerms & Conditions of the Bid
Terms & Conditions of the Bid 1. Eligibility Criteria Bidder must be a registered firm in India under the applicable law and shall have base with technical support in Delhi / NCR. Bidder should have reputed
More informationCOLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS
COLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS Optional Pre-Bid Conference: June 7, 2017, at 1:00 p.m. CST Columbia County Administration Building 112 E. Edgewater
More informationColorado River Union High School District 1004 Hancock Rd Bullhead City, AZ (928)
Colorado River Union High School District 1004 Hancock Rd Bullhead City, AZ 86442 (928) 758-3961 NOTICE OF REQUEST FOR PROPOSAL RFP NAME: 2018 MHS Office Low Voltage. MATERIAL OR SERVICE: CRUHSD is seeking
More informationFor high performance video recording and visual alarm verification solution, TeleEye RX is your right choice!
TeleEye RX carries a range of professional digital video recording servers, which is designed to operate on diverse network environment and fully utilize the existing network bandwidth with optimal performance.
More informationUser Manual. Model 1351 DVI Repeater with HDCP
User Manual Model 1351 DVI Repeater with HDCP 2 Table Of Contents 1.0 Introduction....................... 4 2.0 Specifications...................... 5 3.0 Checking Package Contents............... 7 4.0
More informationITU-T Y Functional framework and capabilities of the Internet of things
I n t e r n a t i o n a l T e l e c o m m u n i c a t i o n U n i o n ITU-T Y.2068 TELECOMMUNICATION STANDARDIZATION SECTOR OF ITU (03/2015) SERIES Y: GLOBAL INFORMATION INFRASTRUCTURE, INTERNET PROTOCOL
More informationTENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY ANNUAL MAINTENANCE
TENDER FOR DESIGN, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY ANNUAL MAINTENANCE OF 3D HOLOGRAPHIC PROJECTION BASED SETUP AT NATIONAL SCIENCE CENTRE, DELHI NATIONAL SCIENCE CENTRE (NATIONAL
More informationPage 1 of 6 PROCUREMENT PROCEDURE OF CPRI (NON WORKS) Revision No. : 03 Issue No : 2 Dt of Revision : Issue Dt. :
Page 1 of 6 1 Place where equipment /service to be supplied /provided SHORT-CIRCUIT LAB : CPRI BENGALURU 2 Scope Supply, Installation and Training Page 2 of 6 3 CAMERA i) Full HD Image with Video Capturing
More informationOFFICE OF THE PRINCIPAL & SECRETARY MORIDHAL COLLEGE P.O. MORIDHAL, DIST. DHEMAJI From :
OFFICE OF THE PRINCIPAL & SECRETARY MORIDHAL COLLEGE P.O. MORIDHAL, DIST. DHEMAJI - 787057 From : Dr. K. Gogoi, M.A., Ph.D., B.Ed. & Secretary, Moridhal moridhalcollege@gmail.com Ref. No. MC/RUSA/01/245/2013-14/2017/46(A)
More information3 rd Bengal International Short Film Festival
~ A ~ 3 rd Bengal International Short Film Festival (1 st May to 4 th May 2018) SUBMISSION FORM APPLICANT S DETAILS A. Name : B. Address C. Tel.(Office): Tel.(Resi.) D. Contact No. : E. Email: F. Email
More informationIMS Brochure. Integrated Management System (IMS) of the ILF Group
Br ochur e IMS Brochure Integrated Management System (IMS) of the ILF Group FOREWORD ILF Consulting Engineers always endeavours to precisely analyse the requests and needs of its customers and to subsequently
More informationATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION
ATTACHMENT 2: SPECIFICATION FOR SEWER CCTV VIDEO INSPECTION 1.0 General 1.1 The work covered by this section consists of providing all labor, equipment, insurance, accessories, tools, transportation, supplies,
More informationTANZANIA COMMUNICATIONS REGULATORY AUTHORITY
ANNEX 10 THE UNITED REPUBLIC OF TANZANIA TANZANIA COMMUNICATIONS REGULATORY AUTHORITY FEES AND APPLICATION GUIDELINES FOR TELECOMMUNICATIONS/RADIOCOMMUNICATIONS EQUIPMENT TYPE APPROVAL COMMUNICATIONS EQUIPMENT
More informationTRF STEP-DOWN TRANSFORMER USER MANUAL
TRF STEP-DOWN TRANSFORMER USER MANUA www.ventilation-system.com 2013 ! WARNING The present operation manual consisting of the technical details, operating instructions and technical specification applies
More informationOpen Your World! Honeywell Systems Group. April 17, Kristopher Cuva-Scheible Scott Ferguson. Presented by: Marek Robinson
Honeywell Systems Group IP Complete Video Solution IP Security Solutions Solution for networked Video & Acc Presented by: Marek Robinson April 17, 2012 High Definition IP Video Open Your World! HD4MDIP
More informationIP BASED CCTV SURVEILLANCE SYSTEM
E-TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM DEPARTMENT OF SOCIAL WELFARE, CHANDIGARH ADMINISTRATION Tender No. SPIC/2017/39099/A Date. 17/11/2017 Society
More informationRESOLUTION MSC.333(90) (adopted on 22 May 2012) ADOPTION OF REVISED PERFORMANCE STANDARDS FOR SHIPBORNE VOYAGE DATA RECORDERS (VDRs)
MSC 90/28/Add.1 Annex 21, page 1 ANNEX 21 RESOLUTION MSC.333(90) THE MARITIME SAFETY COMMITTEE, RECALLING Article 28(b) of the Convention on the International Maritime Organization concerning the functions
More informationHybrid Video Recorder SISTORE MX 3G
Hybrid Video Recorder SISTORE MX 3G V2.90 SP2_M1 SISTORE MX1608 2000/520 SISTORE MX1616 4000/1200 SISTORE MX3232 4000/1200 SISTORE MX is a hybrid recording and video monitoring system. It provides reliable
More informationNew York MX700 Room. PWD-NY5-MX700-P60 List Price: $11, SLA Price: $1,100.00/year (Other options available See Appendix B)
New York MX700 Room PWD-NY5-MX700-P60 List Price: $11,000.00 SLA Price: $1,100.00/year (Other options available See Appendix B) Statement of Work (SoW) Project Summary RoomReady will install the following
More informationTelephone, Cable TV, Radio Contract San Diego Convention Center
Telephone, Cable TV, Radio Contract San Diego Convention Center Exhibitor Company Name: Show Name: Billing Company Name: Show Dates: / / To / / Billing Company Address: Incentive Order Deadline: 14 Days
More informationFLIR Daylight and Thermal Surveillance (P/T/Z) Multi-Sensor systems
FLIR Daylight and Thermal Surveillance (P/T/Z) Multi-Sensor systems Item No. 1 Specifications Required Daylight and Thermal Surveillance (P/T/Z) Multi-Sensor (cooled) systems SMC 3500 x 3 sets Required
More informationNotice for Empanelment of Vendors/suppliers of Books & Journals
Notice for Empanelment of Vendors/suppliers of Books & Journals Central University of Haryana is interested to have competent, cost effective and resourceful vendors on its approved Vendor list for supply
More information