BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

Similar documents
BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

* To be remitted only through DD / Banker Cheque, in favour of Bank of Baroda, Payable at Surat.

TENDER NOTICE TENDER ISSUED ON : 14/09/09 LAST DATE FOR ISSUE OF TENDER : 03/10/09 ( 01:30 PM)

TENDER NOTICE TENDER ISSUED ON : 05/01/11 LAST DATE OF SUBMISSION OF TENDERS : 28/01/11 ( 03:00 PM )

Block No. 12, CGO Complex Lodhi Road, New Delhi Dated: TENDER NOTICE NO.12/SSC(NR)/2015

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF CCTV SYSTEM AT APROX.

TENDER NOTICE FOR DESIGN, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND MAINTENANCE OF CCTV SYSTEM AT APPROX

NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE NOTICE INVITING TENDER

Bank of Baroda Zonal Office, North Gujarat Zone, BOB towers opp. Law garden Ellisbridge Ahmedabad Gujarat Tel:

Tender for Annual Supply contract of Books and other reading material 1

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF CCTV SYSTEM AT APROX.

INSTRUCTIONS TO BIDDERS

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF 20 NOS OF CCTV SYSTEM DIFFERENT BRANCHES/ OFFICES

EXPORT PROMOTION COUNCIL FOR HANDICRAFTS Tender no. EPCH/IHGF-2017/18 - Tender for CCTV System With Compatibility for Day/Night Monitoring

HIGH COURT OF BOMBAY AT GOA

Delivery, installation, commissioning and warranty of multi-channel Programmable High Voltage Supply System

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING OF 100 CCTV AND MAINTENANCE OF CCTV SYSTEM AT APROX.

TECHNICAL SPECIFICATION

Our Ref: GSD/16/78/ November 2014

Phone: No. Date: Sir, 10,000/- 2:30 p.m. Incomplete CBSE reserves the thereof. Yours faithfully

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

6. Fax Tender or Tender without EMD and Tender Fee will be summarily rejected.

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To

Analogue HD Monitoring Set: 8-Channel Video Recorder + 4 Outdoor Cameras

SUBJECT :- REVISED BID NOTICE FOR PROCUREMENT OF DIGITAL SURROUND SOUND PROCESSOR WITH SURROUND SOUND SYSTEM FOR 5.

ENGINEERING PROJECTS (INDIA) LTD (A Government of India Enterprises) Short Tender Notice

(ii) Highway Research Record (yearly): At present 10,000 copies are printed (print area is 250 mm x 180 mm), 12 pt. font size.

INSTRUCTIONS TO BIDDERS

DS-7204/7208/7216HVI-ST Series DVR Technical Manual

Empanelment of Book Suppliers

DS-7200HVI/HFI-SH Series DVR Quick Operation Guide

2. SB Passbooks for CBS Branches. 3. Paying in Slip for SB/CA/Loan/OD Dep.(F-405)

Quick Operation Guide of LTN7700/7600 Series NVR

TENDER FOR SUPPLY & INSTALLATION OF MICROPHONE AND ACCELEROMETER FOR ENGINE NVH STUDIES ALONG WITH SIGNAL CONDITIONING AMPLIFIERS

G ARD SECURITY SYSTEM Product Listing 2007

Digital Video Recorder

ALLAHABAD BANK (A GOVT. OF INDIA UNDERTAKING) Zonal Office, N-603, Manipal centre, # 47, Dickenson Road, Bangalore Ph: /

DS-7200HFI-SL Series DVR. Technical Specification

DS-7200HVI-ST/RW Series DVR. Technical Manual

INDIAN INSTITUTE OF PULSES RESEARCH KALYANPUR, KANPUR , FAX : PHONE : {EPABX EXCHANGE} , EXT.

MAHARSHI DAYANAND UNIVERSITY ROHTAK

MPEG4 Digital Recording System THE VXM4 RANGE FROM A NAME YOU CAN RELY ON

(Raj Kumar Jha) Deputy Secretary, DACY

B. 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.

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

Department of Planning & Development (Directorate of Economics & Statistics) Government of Bihar

Tender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018)

Purchasing Department Finance Group INVITATION TO BID

G.G.S.INDRAPRASHTHA UNIVERSITY Registration of Vendor(s) for Supply of Books

HSR-1 Digital Surveillance Recorder Preliminary

City of Winter Springs, FL

Portable Otoacoustic Emission Screener [Under Buyback]

Gramin Bank of Aryavart

Provide144ch FREE CMS software. Time / Event / POS / Thumbnail / Panorama

ALL INDIA INSTITUTE OF SPEECH AND HEARING, MYSURU E-PROCUREMENT NOTIFICATION FOR SUPPLY OF ENDOVISION SYSTEM

EVD-L04/100A1-960, EVD-L08/200A1-960 and. EVD-L16/400A1-960 DVRs. Quick Operation Guide

DINOX&Digital&Video&Recorder&

INTERNATIONAL GARMENT FAIR ASSOCIATION

Product Guide Specification

submission of tender documents 3. Date & time for opening of 3.30PM on 31/01/ EMD Prescribed Rs. 8,000/-

Rs.10,000/- (Rupees Ten Thousand only)

MAGICLiteSeries-16CH1080pDVRSystem-SupportsEX- SDI/HD-SDI/960H/Analog/IP

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI

MPEG4 Digital Recording System THE VXM4B RANGE 100 IPS

VERINT EDGEVR 200 INTELLIGENT DIGITAL VIDEO RECORDER (Rev A)

प रध नमह ल ख क रक क र लर (ल ख पर क ष ) OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(AUDIT) ANDHRAPRADESH, HYDERABAD

16CH 1080p HD-SDI Security MAGIC Lite Series DVR System - Auto detects Analog/960H/HD-SDI

MAGICUSeries-4CH1080pDVRSystem4Kouput- SupportsEX-SDI/HD-SDI/HD-TVI/A-HD/960H/Analog/ IP

4CH DVR, AS-DVR004A. AL - Aswar Trading Group Co., FEATURES. Pentplex ( Recording, Playback, Network simultaneously ) Up to 60fps Recording Speed

CENTRAL WOOL DEVELOPMENT BOARD, C-3, Shastri Nagar, Jodhpur (Rajasthan) TENDER NOTICE

Intelligent Security and Fire Ltd

Magic U Series 4CH Octa-brid DVR System, 4K Output, 2 HDD slots, esata, 4CH Audio

FEATURES MPEG4/MJPEG DVR

SCode V3.5.1 (SP-601 and MP-6010) Digital Video Network Surveillance System

Cisco Video Surveillance 6400 IP Camera

SECTION 686 VIDEO DECODER DESCRIPTION

HOME GUARD USER MANUAL

A. All equipment and materials used shall be standard components that are regularly manufactured and used in the manufacturer s system.

-Technical Specifications-

Audio (providing, fixing complete including all accessories)

CamPlus IP Rugged Dome. GE Security. Video Surveillance IP Network Dome Camera. high-resolution network dome camera. Overview.

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE PREET VIHAR, DELHI

OFFICE OF THE PRINCIPAL & SECRETARY MORIDHAL COLLEGE P.O. MORIDHAL, DIST. DHEMAJI From :

MAGICUSeries-32CHDVR4Koutput-SupportsEX-SDI/ HD-SDI/HD-TVI/A-HD/960H/Analog/IP

DATA/SPEC SHEET 16-CHANNEL HYBRID DIGITAL VIDEO RECORDER. Built for Reliability, Usability, and Low Cost of Ownership.

Department of Corrections Facilities Bureau Security Equipment Solicitation #TO8133

HIGH DEFINITION PEACE OF MIND

LTC 113x & LTC123x FlexiDome Series Fixed Dome Cameras

LOCAL MONITORING RECORDING HARDDISK MANAGEMENT ALARM & EXCEPTION BACKUP

Notice for Empanelment of Vendors/suppliers of Books & Journals

EVD-L04/100A1-960 EVD-L08/200A1-960 EVD-L16/400A1-960

MAGICUSeries-16CHDVR4Koutput-SupportsEX-SDI/ HD-SDI/HD-TVI/A-HD/960H/Analog/IP

epos & Security Essentials Trade ONLY ONLY Trade Catalogue Call us Now on Visit Our Website

MAGICQLSeries-4CH1080pDVRSystem-SupportsEX- SDI/HD-SDI/960H/Analog/IP

VITEK VT-PIRC2 VT-PIRC2/H

Total MPEG4/JPEG DVR Solution Provider Intelligent Multiplex DVR!

KEEP IN TOUCH STAY CONNECTED.

Magic U Series 16CH Octa-brid DVR System, 4K Output, 8 HDD slots, esata, 16CH Audio, 4MP EX-SDI/HD-TVI Support

AN2 Series. 900tvl. CMOS Technology High Resolution Sensor. elinetechnology.com P/N 01.BSM V1.0

Transcription:

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 OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE,, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT TENDER ISSUED ON : 02.08.2011 LAST DATE FOR ISSUE OF TENDER DOCUMETS : 22.08.2011 UPTO 01.000 P.M. LAST DATE OF SUBMISSION OF TENDERS : 22.08.2011 UPTO 03.00 P.M. DATE OF OPENING OF TENDER (Technical Bid) : 25.08.2011 AT 11.00 A.M. DATE OF OPENING OF FINANCIAL BID : WILL BE ADVISED ONLY TO QUALIFIED BIDDER AFTER EVALUATION OF TECHNICAL BID COST OF TENDER DOCUMENT : * Rs 1000/ 00/- EARNEST MONEY DEPOSIT : * Rs 65,000/-- * To be remitted only through DD / Banker Cheque, in favour of Bank of Baroda, Payable at Ahmedabad. 1 P a g e

SCOPE OF WORK: RATE CONTRACT FOR SUPPLY, INSTALLATION NSTALLATION,, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE,, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT 1. Bank of Baroda invites sealed tenders in two bid systems (Pre-qualification / Technical Bid and Price Bid separately) from eligible tenderers for RATE CONTRACT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT 2. Earnest Money Deposit Rs 65000/- (Refundable) 3. The detailed information, eligibility norms and tender document shall be available from 02.08.2011 TO 22.08.2011 the Bank s website www.bankofbaroda.com, Tenders. 4. Interested vendors may either collect the Tender Form from this office, against a payment of Rs 1000/- (Non refundable) by way of DD / Bankers cheque in favour of Bank of Baroda, payable at Ahmedabad or download the same from Bank s website / www.bankofbaroda.com and submit a DD / Banker cheque of Rs 1000/- in favour of Bank of Baroda, payable at AHMEDABAD, along with Prequalification / Technical Bid towards cost. The last date for submission of tender is 22.08.2011 (15.00 pm) 5. The Tender, pre-qualification / Technical Bid will be opened on 22.08.2011 (11.00 a.m. at the above address by a Committee of Officers, Bidders / their authorized representatives, may remain present..technical Evaluation of the bid will be done by team of officer on a later date. 6. Envelope I will be opened as per the schedule date in presence of the Bidders. 7. Envelope II of only those Bidders whose Prequalification / Technical Bids meet the requirements will be opened on a date to be intimated later on. 2 P a g e

NOTICE INVITING TENDER The Dy. General Manager, Bank of Baroda, Ahmedabad Region, invites sealed tender for RATE CONTRACT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT from the vendors fulfilling the following mandatory conditions / requirements. The vendor must fulfill Mandatory requirements. (Page No. 8 ) Failing to comply with even one of the conditions along with relative documentary proof [where ever required] r will disqualify the tender The vendors fulfilling the above conditions may apply in two-bid system i.e. Technical Bid & Financial Bid. Bank reserves the right to cancel one or all tenders without assigning any reason whatsoever. Bank reserve right r to award rate contract to more than one vendor on o equel or nearly equal terms. The rates shall be applicable for a period of -03 03- years from the date of contract. No rate revision shall be allowed. NO PRICE VARIATIONS : The Financial Bid shall be on a fixed price basis. No upward revision in the price will be considered on account of subsequent increase in customs duty, excise tax, sales tax, etc. However, if there is any reduction in government levies/taxes, during the offer validity period, the same s shall be passed on to the bank. VALIDITY OF OFFER: The offer should be valid for period of 90 days from the last date for submission of the offer. Note : 1.The earnest money deposit of all the unsuccessful bidders will be returned within a Period of -30 30- days from the date of opening of the financial bids. The successful bidders will be required to make an FDR of the EMD amount ( Rs 65000/-) with Bank of Baroda, Ahmedabad duly discharged and under lien with us, for a period of 3 years. However, in case the lowest / successful bidder backing out from the terms and conditions mentioned in his tender or refusing to honour his tender, the earnest money deposit in the form of FDR, will be forfeited. Submission of Tenders in any other format will not be entertained and will be Summarily rejected. 2. The Bank will not be bound to accept the lowest tender and reserves the right to accept or reject any or all the tenders without assigning any reason whatsoever. Submission of tenders in any other format will not be entertained and will be summarily rejected. Bank at its own discretionary may appoint one or more vendors. 3. Please note, canvassing in any form will entail disqualification. Conditional or incomplete offers are liable to be rejected. 3 P a g e

4. Price quoted by the bidder shall be exclusive of all levies, excise duty, sales tax and / or any other taxes. No escalation in price shall be permitted on any ground. Taxes as actual shall be charged separately. 5. Each page shall be duly signed by the tenderer as a token of their acceptance of the technical and contractual details, incl tender form duly filled in, complete details and description, including all the data to be supplied by the tenderer as specified in the information and instructions to the tenderers. 6. Supplier shall not sublet any part of the awarded work to any other person or agency. 7. Please put your firm s name and signature of the authorized person on each page of the tender document as token of your perusal. 8. All the letters/certificates, wherever required, should be in the name of Bank of Baroda. 4 P a g e

Envelope I duly sealed to contain Prequalification / Technical Bid super scribed as: Prequalification / Technical Bid : TENDER FOR RATE CONTRACT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE, AHMEDABAD FOR A PERIOD OF THREE YEARS FROM SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT and shall contain the following 1. Offer Letter (Page No.5) 2. Earnest money amount through DD / Bankers Cheque for Rs 65,000/,000/- in favour of Bank of Baroda, payable at Ahmedabad.. 3. Tender cost amount of Rs.1000.1000/- through DD / Bankers cheque in favour of Bank of Baroda, payable at Ahmedabad (to be remitted only by vendors who download the tender document from Bank s website). 4. Information as per the proforma MANDATORY REQUIREMENT (Page No.8 8 & 9) 9 5. Information as per the proforma GENERAL INFORMATION (Page No.10 ) 6. Form of Declaration (Page No.11) 7. Warranty of 18 months for all items. (Page No.12) 8. General Condition (Page No.13 & 14) Envelope II duly sealed to contain Price Bid super-scribed as Financial Bid : TENDER FOR RATE CONTRACT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT and shall contain the following in envelopes and marked as FINANCIAL BID. Financial Bid-I I : Rates Contract for supply and installation of new CCTV Systems as per the package / specifications mentioned in the tender. (Page No. 21 & 22) Financial Bid II : Comprehensive AMC (Page No.22) Terms & Conditions : 1. The cost of the CCTV SYSTEM and the post warranty Comprehensive AMC cost for three years will be taken into consideration for deciding the lowest quotation. 2. Total cost must be quoted in FIGURES AND WORDS. 3. In case of any discrepancy, total cost quoted in words will be considered for computation of TCO. 4. Cost comparison will be on the basis of total cost of ownership calculated as explained above alongwith comprehensive AMC cost for five years 5. The price quoted above shall be inclusive of all labour costs, for SITC of CCTV System be as excluding all taxes.) 6. In case, less cameras are used, the price will be deducted accordingly or will be as per actual. 7. The prices quoted should be only in Indian rupees and inclusive of following. 5 P a g e

7.1 Cost of the CCTV with accessories F.O.R. destination. 7.2 Installation and commissioning charges, if any. 7.3 Cost of training to be imparted 7.4 18 months comprehensive on site warranty maintenance covering all parts, service, and visits to the site. 7.5 Post warranty comprehensive AMC for 3 years after defect liability period of 18 months covering the entire CCTV System encompassing all software/hardware items, accessories, spares and consumables. 7.6 No advance will be paid by the bank. Bill to be submitted with duly receipted challan invoice for payment to individual branches. 7.7 On satisfactory completion of the job, the Bank branch will recover TDS, VAT and 5% retention money to be held at branches as Retention Money. 7.8 Payment Terms : ( As given in page No.13) Prices of the various spare components. Envelope I & II will be placed in a sealed cover super-scribed as TENDER FOR RATE CONTRACT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT addressed to the Dy. General Manager, Bank of Baroda, Regional Office, Ahmedabad City Region, Bank of Baroda Towers, III rd Floor, Law Garden, Ellisbridge, Ahmedabad-380 006. Dy.General Manager Bank of Baroda Ahmedabad City Region Date: 6 P a g e

OFFER LETTER TENDER TO BE SUBMITTED ON OR BEFORE 15.00 1 HRS ON 22.08.2011 To, The Dy. General Manager Bank of Baroda Regional Office Ahmedabad City Region 3 rd rd Floor, Bank of Baroda Towers Law Garden Ellisbridge, Ahmedabad 380 006 Dear Sir, Re- TENDER FOR RATE CONTRACT FOR SUPPLY, INSTALLATION,, TESTING AND COMMISSIONING (SITC) OF NEW CCTV SYSTEMS AS AND WHEN REQUIRED AT THE BRANCHES OF AHMEDABAD, ANAND, BARODA AND PANCHMAHAL REGIONS, UNDER GUJARAT ZONE,, AHMEDABAD FOR A PERIOD OF THREE YEARS SEP 2011 TO AUG 2014 AND AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT 1. Having examined the nature and quantum of work relating to the above mentioned work. I / We, the undersigned hereby offer SITC of new CCTV Systems as and when required at the Branches of Ahmedabad, Anand, Baroda and Panchmahal Regions, under Gujarat Zone, Ahmedabad, as per enclosed Schedule of Work. I/We further agree to give required FDR for Rs.50,000/- for a period of -2- years,, if our Tender is accepted. 2. I/We have also deposited non refundable Tender Fees of Rs.1000/.1000/--( ( Rs One Thousand only) and refundable Earnest Money Deposit of Rs 65,000/ 000/-( ( Rs Sixty Five Thousand only) in the form of DD/BC drawn in favour of Bank of Baroda, payable at Ahmedabad as per details given:- (a) (b) 3. We have read general Terms & conditions of the Work Contract and agree to abide and comply with the same. Yours faithfully, (Name of the Partner of the Firm or Name of person having Power of Attorney, if applicable, to be submitted which will be compared with the original in case the Tender is awarded) 7 P a g e

TECHNICAL BID I MANDATORY REQUIREMENT (The tender not fulfilling even one of the following requirements / conditions will be summarily rejected.) Address of Main / Sub Office in Gujarat Address of Main / Sub Office / Well Established Service Workshop at Ahmedabad/ Anand/ Baroda/ Godhra * Date of Establishment Telephone Nos. Income Tax No Service Tax No. EPF Regn. No ESI Regn. No TIN / VAT No PAN No & Copies of Income Tax Returns for the last -3- years. Copies of Audited Balance Sheet and Profit & Loss for the last -3- years. Details of work order for Rs 48/- lacs for the last three years upto 22nd August 2011. (Attached Proof) pertaining to CCTV only. Satisfactory Services Certificate from any Regions of Bank of Baroda, Gujarat Zone if services have been provided in past. If having an AMC, in the past, with any of the Regions of Bank Of Baroda, Gujarat Zone,, the firm should not have been warned / cautioned for flouting of tender specifications / terms and conditions and / or for poor services / visits, in last one year. N.A. / We confirm that we had AMC for security gadgets in the branches of Gujarat Zone, in the past and we have not been warned for poor services and / or flouting of tender specifications / terms and conditions, in last one year. If the above confirmation / undertaking is found to be false, the bank has the right to summarily reject my tender. Make and Model No. for f which rates are quoted. Cameras DVR Monitior Cables Certificate of ISI / UL / CE / FCC / MIC or equivelent for the quoted items to be installed with the system with make and model. (Attach copies for above models & make) Copy of the document of authorization from the manufacturer to Indian Dealer and from Indian Dealer to the Vendor supplying / installing the equipment i.e. to your firm for above model / makes. A copy of the undertaking that the Cameras, DVR, Monitor and cables supplied / installed are original 8 P a g e

* In case the Tenderer does not have an office in any of these cities then it is obligatory on the dealer to commence an office/workshop within 15 days of awarding the contract at Ahmedabad or Anand or Baroda or Godhra. Failing which the EMD will be forfitted. A duly attested Xerox copy, by the appropriate authority and / or original undertaking / confirmation of all the above documents are enclosed. Seal: Date: (Signature of Tenderer) 9 P a g e

TECHNICAL BID II GENERAL INFORMATION Name of the Firm Type of Firm Sole proprietorship / Partnership / Ltd., Co./others. Year of Establishment Whether ISO Yes / No If Yes, details Address of Main Office Telephone Nos No. of Technical Staff No. of Administrative Staff Guarantee period (Replacement guarantee) Whether on the approved panel / having an AMC for any Govt.Deptt. / PSU / industry (enclose respective proof) Minimum 18 18- months (i) (ii) (iii) Whether had any Rate Contract / AMC for any of the Region of Bank of Baroda, Gujarat Zone, Ahmedabad, in the past / present. If yes then satisfactory certificate to be attached YES / NO Whether any of the family members working with Bank Of Baroda (If Yes, give details) YES / NO Will give Rs 50000.00 as FDR (performance guarantee) in the event of awarding of the contract and allow branches to retain 5% of total cost towards EMD in form of FDR. 03 (Three) References of PSU/Banks where works of similar nature done with contact data for verification. YES / NO Seal: Date: (Signature of Tenderer) 10 P a g e

FORM OF DECLARATION 1. We confirm that we have studied and accepted all terms, conditions, Technical Specification for CCTV System and confirm that all terms and conditions are complied with and the product meet all laid down specifications. (Given in Page No. 15 to 20 of the Tender) 2. I / We have read the instructions appended and all terms and conditions and I / We understand that if any false information is detected at a later date, any future contract made between ourselves and Bank of Baroda, on the basis of the information given by me / us can be treated as invalid by the Bank and I / We be solely responsible for the consequences. 3. I / We agree that the decision of Bank of Baroda in selection of vendor will be final and binding to me / us. 4. All the information furnished by me hereunder is correct to the best of my knowledge. 5. I / We agree that I / We have no objection if enquiries are made about the work listed by me / us in the accompanying sheets. 6. I / We agree that I / We have not applied in the name of sister concern for the subject empanelment process. Place: Date: Signature Name & Designation Seal of Organization 11 P a g e

WARRANTY CERTIFICATE We give hereunder replacement warranty of -18- (Eighteen) monthsfor all items from the date of installation of the quoted CCTV System. We will make a quarterly visit to check the System at the installed site. Signature of Proprietor 12 P a g e

GENERAL CONDITIONS: RATE CONTRACT FOR SUPPLY, INSTALLATION ON,, TESTING AND COMMISSIONING (SITC) OF CCTV SYSTEMS AT THE BRANCHES AMC FOR THREE YEARS ON EXPIRY OF WARRANTY PERIOD WITH ANNUAL REVIEW OF THE CONTRACT The successful bidder will have to give a security deposit @ 5% of the cost, in the form of FDR, with the concerned Branch. This amount will remain with the Bank for the period of guarantee (i.e. -18 18- months minimum) and shall be liable to be forfeited in case of any breach of contract or any violation of technical specification / configuration while undertaking installation of the CCTV gadgets. Flouting of any terms & conditions and flouting of technical specifications will also lead to termination of contract and black listing of the firm. The security amount will be refunded to the vendor after satisfactory completion of the guarantee period and after sales service thereof + one month of processing time. The Rates quoted must only be for the configuration / technical specifications given in the tender document. The rates quoted must be net rates for each component and for the respective proposed package for eight channel CCTV with configuration mentioned therein.. The rates must also be inclusive of cost of any power point (if required) to be provided, for installation of any of the monitors, in the branch. The quoted rate will also include the cost of bracket / brackets for placing of the monitors if there is no suitable place available in the branch for the same. Taxes as applicable will be charged as actual. Any complaint after installation of the system and with in the guarantee period will be attended to and rectified with in -48 48- hours of the lodging of the complaint by the branch. Any lapse in this regard will be treated as lapse in after sales service or unsatisfactory after sales service. The Tender submitted should be valid for a period of six months keeping in mind the time taken for processing by the Bank. However, the rate contract once approved by the bank will be binding for a period of 36 36- months. After awarding of the Rate Contract, no revision of rates / terms and conditions will be entertained during the said period. Any breach of terms and condition during the rate contract period will lead to forfeiture of the EMD, security deposit & Performance guarantee, kept with the Bank. Contract can c be terminated at any point of time during the above period, if services are not of required standard, without assigning any reason. The installation work, if awarded, will be time bound. If the work is not completed within the time period given in the work order, a penalty @ 2% of the value of total work order, for a delay of -1- to -7- days and a penalty @ 5% of the value of total work order, for a delay of -8- to -15- days will be levied. Any delay beyond the -15- days period, in executing the complete composite order, the same will stand cancelled and EMD, security deposit & Performance guarantee may be forfeited. No conditional discount will be considered. The tender with any conditional discount will not be entertained and will be summarily rejected. Payment will be made by the branches within -10- days of the satisfactory supply & installation of CCTV and submission of original bill thereof. The bill amount less 5% would be paid by individual branches after successful SITC of CCTV System. 5% will be paid after expiry of warranty period. 5% be retained by branch in form of FDR with lien to Bank. Xerox copy to be retained by supplier. 13 P a g e

Penal Clause : After a clear written order for SITC of CCTV System is given the order must be completed within 21 days, failing which Rs.500/- will be reduced @ one week from Final Bill or from PG. ACCEPTANCE I have read and understood the above conditions for quoting the rates. Signature of Proprietor 14 P a g e

TECHNICAL SPECIFICATIONS FOR CCTV SYSTEM GENERAL 1. The CCTV System of approved makes and will comply with all Technical Specifications given for each product. 2. The work under this system shall consist of designing, supply, installation, testing, training & handing over of all materials, equipment and appliances necessary to Commission the said system, complete with Cameras, Monitors and Digital Video Recorder or any other accessories. 3. It shall also include laying of cables necessary for installation of the system as indicated in the specifications and Bill of Quantities. Any openings/chasing in the wall/ceiling required for the installation shall be made good in appropriate manner. 4. In the bid, the Vendor shall also submit detailed catalogs, data sheets etc., for each of the Products quoted. 5. The Bidder necessarily shall submit in the technical bid their detailed point-by-point compliance/deviation to this tender document. 6. The Bidder shall submit copy of certification for all equipment i.e. UL / CE / FCC. 7. The Bidder shall submit document of authorization from Manufacturer to Indian Dealer and/or Indian Dealer to the Bidder. 8. Provide authorization from the manufacturer that the items quoted by the Bidder are in production and would be serviceable for at least 3 years from the date of tender. No obsolete products should be quoted. 9. The system shall be so set that it provides minimum 45 days recording for the cameras installed in the Normal branches and minimum 90 days recording for the cameras installed in the Currency Chests. 15 P a g e

SPECIFICATIONS FOR CAMERA C 1. The camera shall be of 1/3 format CCD type, compact of rugged design and shall employ solid state circuitry. The camera shall deliver clear, high resolution colour picture without geometric distortion. 2. The 1/3 Colour CCD CS mount Camera shall comply with the following parameters. o Pick up Element: 1/3 inch Color CCD image Sensor (interline) o Power supply: 12VDC Auto Detectable o Scanning System: 2:1 interlace o Resolution: 540 TV lines o Sensitivity: Minimum 0.01 lux o S/N Ratio: 50 db or more o Electronic shutter: Auto: 1/50 to 1/1, 00,000sec o Output: 1Vp-p Composite video output, 75 Ohm o Lens mount: CS Mount o Lens Type: 1/3 3.5-8mm Auto Iris. o Day/Night : Digital o Auto White Balance : Auto o Back Light Compensation : Auto o Automatic Gain Control : Auto o Flicker less Mode : Auto o Operating Temperature: - 10 to 50 C o Certification ISI/CE/UL/FCC or Equivalent 3. The 1/3 Colour CCD CS mount Camera WDR Camera and all above specifications of Point 2 4. The 1/3 CCD Colour Bullet IR Camera should have all above specifications of Point 2 with 24 LED. 5. APPROVED MAKES FOR CAMERAS : Sony / LG / Honeywell / Hikvision / Samsung 16 P a g e

7 CHANNEL STAND ALONE DIGITAL VIDEO RECORDER (DVR) SPECIFICATIONS 1) The DVR shall be a digital image recording device with the functionality of 8 cameras video inputs. 2) The digital video recorder shall be fully multitasking capable of simultaneously recording whilst playing back. 3) The digital video recorder shall incorporate hard disk to enable it to provide minimum 45 days recording for the cameras installed in the Normal Branches and minimum 90 days recording for the cameras installed in the Currency Chests. 4) The digital video recorder shall have an integral CD/DVD-Writer for archiving purposes. 5) The digital video recorder should have mouse or keyboard control options 6) The Digital Video Recorder shall operate on an embedded Linux Operating System. 7) The digital video recorder shall auto-detect connected cameras and be configured to record at the touch of a button. PTZ cameras must be configured manually. 8) The digital video recorder shall have composite BNC inputs for up to 8 color or monochrome cameras. 9) The digital video recorder shall have loop-through connectors with automatic software controlled termination to connect to other equipment. 10) The digital video recorder shall have software-controlled contrast and brightness adjustment settings for each camera. 11) The digital video recorder shall have Automatic and Static Gain Control settings for each camera. 12) The firmware of the digital video recorder shall be upgradeable remotely across a computer network and through USB port. 13) Operation of the digital video recorder shall be from the front panel or via an infrared remote control. 14) The digital video recorder shall have an easy to follow, logical menu system in English. 15) The Digital Video Recorder shall feature dual monitor outputs: a primary or main monitor output and a secondary or spot monitor output. The primary monitor output screen must have connections for BNC, or SVHS monitors, any of which can be used simultaneously. 16) The main monitor shall be able to provide any camera full screen, sequencing full screen and 1, 4, 9 ways multi-screen displays whilst full frame recording is taking place. 17) The main monitor shall display a true live picture without digitization, on full screen or any of the multi-screens, up to and including 8 way camera displays. An on screen colored indicator shall show whether all individual cameras are recording. 18) The secondary monitor shall display live, analogue full screen video from either a selected camera, sequencing cameras and / or be used to display alarm / motion events. 19) The Digital Video Recorder shall provide a digital freeze frame and x 2 digital zoom in playback mode, including the ability to move around a zoomed image in live. 20) The Digital Video Recorder shall be capable of displaying user definable cameras in any of the multi-screen modes available. When sequencing, the Digital Video Recorder shall have the option to display specified multi-screen display as per the operator s requirements so that specific cameras can be programmed to remain on view even though other cameras around it may be sequencing. 21) The Digital Video Recorder shall record the camera video signals as a full screen image from each of the cameras. 22) The Digital Video Recorder shall be able to record a single camera at up to 25 frames per second (PAL). 23) The Digital Video Recorder shall have a maximum record rate of up to 200 frames per second (PAL). 24) The Digital Video Recorder incorporates quality settings and record rates per camera, which allows the user to individually program each camera s record priority. An adjustable global resolution of up to 720x576 (PAL) (maximum) shall be available. 17 P a g e

25) The Digital Video Recorder shall have the ability to alert the operator via an on board buzzer should there be an error whilst writing images to hard disk. 26) Connected cameras shall be able to be removed from the recording sequence without affecting the ability to display that camera on the main or spot monitor. 27) The Digital Video Recorder shall provide a user-programmable character title for each camera and shall record time, date and title with each video image. 28) The Digital Video Recorder shall be capable of playing back one camera full screen. 29) The Digital Video Recorder shall have the ability to go to a particular time and date. 30) The Digital Video Recorder shall be able to playback, pause, frame advance / rewind and multi speed fast forward or rewind using front panel buttons, IR remote control or mouse or keyboard. 31) The Digital Video Recorder shall have a History log feature displaying system events. This shall include power failures & recovery, menu access, network access, motion detection, sensor activation and video loss. 32) The Digital Video Recorder shall be able to copy a specified image sequence to its internal CD Writer. The digital multiplexer must continue to record when writing to the CD-RW. The backup CD will auto-run on a PC and will not require the user to install any additional software to play back the video images contained on the CD. 33) The digital multiplexer will allow the operator to preview the images selected for archiving before starting the archive process to CD. 34) The Digital Video Recorder shall be able to provide a relay trigger on video loss, motion detection and sensor activation. 35) The Digital Video Recorder shall have the ability to sound a buzzer on alarm, motion detection, video loss, disk full or writing to HDD error. 36) The Digital Video Recorder shall be able to switch to a full screen image on both the main and / or spot monitors when an alarm / motion event happens, in addition to alerting a network operator. 37) The operator shall be able to set the polarity of each individual alarm contact to either normally open or normally closed. 38) The Digital Video Recorder shall provide a history log for all the alarms/activity on the internal hard disk with time, date and camera name and/or number. The history log shall have a filter to be able to show the operator alarm, motion, video or other events only, as required. 39) The Digital Video Recorder shall have 8 internal programmable alarm inputs. 40) The Digital Video Recorder shall have a user definable schedule to allow multiple schedules to be set for each individual hour of the day for each camera. This shall include the ability to select different hours of the day for normal recording, motion recording, sensor recording, motion & sensor recording, and off. 41) Recording schedules shall be able to be copied and pasted to other individual cameras, or copied and pasted to all cameras to assist the operator with the configuration of the unit. 42) The Digital Video Recorder shall feature individually programmable activity detection on all video channels, with an on screen 16 x 12 set up grid, and 5 sensitivity level selectable on all channels. 43) The Digital Video Recorder shall have 3 different layers of Password for better authenticity and flexible level of control. Two Users must be there for a normal user having back up facility, viewing facility but admin user will have the formatting or deletion rights other than access by normal user. 18 P a g e

44) The DVR shall comply with the following minimum parameters:- Display Speed 240 / 200 fps Recording Speed Max. 2 CIF (352*240) 240/ 200 fps Video In Signal Level 1.0Vpp Composite (+-10%) / 75Ohm Balanced Channel 8 Channel (BNC) Main Display 1 VGA (1024 x 768 @ 60Hz ) Video Out Loop-Out Spot out 8 Channel (BNC)-Loop Out / 1ch(BNC) Out 2 Channel (BNC) Alarm DI / DO 4 input / 4 output Control Device RS485 and RS 232 Screen Display Split 1, 4, 9 Format PAL Video Multi-Language Support Codec H. 264 Image Quality Highest/ High/ Standard Recording type Continuous/ Motion/ Event /Panic English compulsory System Reliability Functions Water Mark TIMER Shut Down Detection Auto Recovery Factory Default Firmware Update by USB Interface type SATA Hard Disk Capacity 4 TB Storage Recording HDD mode FIFO Back Up File Format Auto download of PLAYER Playback Search Function File Export USB Flash, Internal CD/DVD + RW burner Time/Date, Event (Alarm/Motion), Event motion (Smart search) Power Source / Consumption 120 to 240 VAC / 60 watt Max. Connectors USB port USB 2.0 19 P a g e

APPROVED MAKES FOR DVR : PELCO / BOSCH /SONY / LG / SIEMENS / HONEYWELL / PANASONIC / SAMSUNG / HIKVISION / Dahue APPROVED MAKES FOR LCD MONITOR : LG / Samsung APPROVED MAKES FOR VIDEO CABLE AND POWER CABLE: FINOLEX / POLYCAB / RR KABEL 20 P a g e

FINANCIAL BID-I RATE CONTRACT FOR SUPPLY, INSTALLATION,, TESTING AND COMMISSIONING (SITC) OF CCTV COMPONENTS / PROPOSED PACKAGES AT BRANCHES Net Rate per unit, component and / or proposed packages (inclusive of cost of all the components / equipment as per technical specification mentioned in the tender document, installation charges, wiring cost, installation of power points (if required), cost of brackets for placing of the monitors, sales tax or any other taxes / charges whatsoever.) Cost of individual component Cost of proposed package of 8- channel CCTV Specification as given in Tender system.. All specification as per Tender Component (as per Technical specification) given in Tender 16 Channel Standalone Digital Video Recorder COMPANY, MAKE AND MODEL NO Net Rate per unit (all Package consisting of Net Rate package inclusive) 8 Channel Standalone Digital Video Recorder 8 Channel Standalone Digital Video Recorder 1/3 CS/ C Mount -6- Cameras 1/3 CS / C Colour CCD 540 TVL Mount Colour CCD 540TVL Mounted Camera WITH Mounted Camera with AUTO IRIS Lens AUTO IRIS lens 1 1/3 CS Mount WDR 1 1/3 CS Mount WDR 540 540 TVL Function TVL; Function Camera with Camera with Auto Iris Auto Iris Lens Lens 1/3 Colour CCD 540 TVL Bullet IR Camera with 24 LED 1 1/3 Colour CCD 540 TVL Bullet IR Camera with 24 LED 18.5 LCD Colour One 18.5 LCD Colour Monitor Monitor 4 TB Hard Disc (WD) 4 TB HARD DISC (WD) Cabling (Per Meter in PVC conduit). Separate Cables for video & power Cabling 200 Mtrs (in PVC conduit). Separate Cables for video & power supply. supply. Coaxial cable Coaxial cable RG-6, Two RG-6, Two Core Cable in Core Cable in PVC Conduit PVC Conduit Grand Total (Excluding ( Taxes) Taxes Extra 21 P a g e

NB: - In case, less cameras are used, the price will be deducted accordingly or will be as per actual. Buy Back of the existing CCTV System if replaced with a new one. We confirm that the rates quoted above are Net Rates as per the Configuration/Technical Specifications and the terms and conditions as given in the Tender Document. Place: SIGNATURE NAME DESIGNATION SEAL OF ORGANISATION FINANCIAL BID-II II FOR AMC OF 3 YEARS Rates to provide a Comprehensive AMC for a period of 3 Three years on expiry of Warranty Period of 18 months : Broad Terms (Final terms to be on similar lines): a. Four Quarterly visits and Two additional visits on call b. When DVR is to be taken to workshop then Providing at least alternative DVRs at 4 different places on need basis c. Payment after every Second visit for last two visits. d. Penal charges of Rs 500/= for each Quarterly visit Missed from the EMD kept with the Bank. COMPREHENSIVE RATES OF AMC PER YEAR (EXCLUDING ( TAXES) AFTER WARRANTY PERIOD 18 MONTHS TAXES EXTRA RS Place: SIGNATURE NAME DESIGNATION SEAL OF ORGANISATION 22 P a g e