SGB/HO/TECH/PMS/GL/ Date: 06/04/2017

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

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

TECHNICAL SPECIFICATION

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

INSTRUCTIONS TO BIDDERS

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

DS-7200HFI-SL Series DVR. Technical Specification

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

HIGH COURT OF BOMBAY AT GOA

INSTRUCTIONS TO BIDDERS

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

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

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

Day/Night Dome Camera (Indoor/Outdoor) OPERATING MANUAL

1/3 INCH COLOR HIGH RESO. CAMERA

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

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

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

SECTION 686 VIDEO DECODER DESCRIPTION

Garmin GC 10 Marine Camera Instructions

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

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

AWT150C/AWT150CS/ AWT151C CCD Camera

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

VITEK VT-PIRC2 VT-PIRC2/H

Gramin Bank of Aryavart

KEEP IN TOUCH STAY CONNECTED.

(Raj Kumar Jha) Deputy Secretary, DACY

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

LTC 113x & LTC123x FlexiDome Series Fixed Dome Cameras

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

INSTALLATION MANUAL. ST-CVTSD520-WSD-W Smoke Detector Covert Camera. v1.2 8/11/11 1

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

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

G ARD SECURITY SYSTEM Product Listing 2007

SPECIAL SPECIFICATION :1 Video (De) Mux with Data Channel

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

Purchasing Department Finance Group INVITATION TO BID

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

LOCAL MONITORING RECORDING HARDDISK MANAGEMENT ALARM & EXCEPTION BACKUP

Owner s Manual. Backup Monitor System. LCD Monitor & CCD Color Camera

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

INSTALLATION MANUAL. ST-CVTMD420-WPIR-W Covert Motion Detection Color Camera. v1.3 8/11/11 1

CM-S38901SV TVL IR Long Range camera

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

Quick Operation Guide of LTN7700/7600 Series NVR

Digital Video Recorder VC-DVR6004

what s in the Box? Camera transmitter with power cable 3M sticker 2 RVS SYSTEMS

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

MAHARSHI DAYANAND UNIVERSITY ROHTAK

VTC-BHOCR MP HD-SDI Vandal Resistant WDR Bullet Camera with mm & 70 IR LEDs VITEK

VTC-T4B4HR2MD. 2.1 Megapixel 4-in-1 HD-TVI/ AHD/CVI/CVBS Motorized Varifocal Bullet Camera with 4 High Power IR LED Illumination VITEK FEATURES

Progressive Scan CCD Color Camera KP-FD30M. Specifications ( Revision.1 )

CM-S23349SV. Vari-Focal IR Bullet Camera

1x4 HDMI SPLITTER MAX. 1x4 HDMI SPLITTER MAX PRODUCT CODE: SPLITTERMAX14 SM1X4-V

Page 1 of 6 PROCUREMENT PROCEDURE OF CPRI (NON WORKS) Revision No. : 03 Issue No : 2 Dt of Revision : Issue Dt. :

HIGH DEFINITION SECURITY CAMERA SYSTEM. For latest Smartphones and Tablets compatibility list and free App download check

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI

Outdoor IR Audio Camera

TRF STEP-DOWN TRANSFORMER USER MANUAL

HIGH DEFINITION PEACE OF MIND

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

KEEP IN TOUCH STAY CONNECTED

Automatic Camera Tracking System

DS-2CE56D0T-IRF HD1080p IR Turret Camera

Application Note 20D45X Family

Digital Video Recorder

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

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.

VITEK VTC-TTAB42R2F VTC-TTAB36R2V

-Technical Specifications-

SPECIAL SPECIFICATION 6713 Ethernet Video Decoder (MPEG-4)

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

Furnish & Install Video Surveillance System for Lot B. Exhibits

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

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

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

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

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

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

Marshall Electronics. Pro A/V Communications VMV-402-SH. 3G/HD/SD-SDI Quad-viewer/Switcher with Audio Meter Display. User Manual.

The BUMA. Available Models: Standard Definition Models BUMA-SD18 BUMA-SD26 BUMA-SD40

NEXT/RADIUS Shelf Mount CCU

Colour Explosion Proof Video Camera USER MANUAL VID-C

9I273 01/10/2012 COU-03/0 AUTOMATIC CHANGEOVER UNIT TO BACK-UP AMPLIFIER

REQUEST FOR QUOTATION

Video Extender DS128 DSRXL. Instruction Manual. 8-Port Cat5 VGA Digital Signage Broadcaster with RS232 and Audio

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

17 19 PROFESSIONAL LCD COLOUR MONITOR ART

Advanced security made easy PRO-555. Day/Night CCD Security Camera. Operating Instructions SW331-PR5 SR331-PR

Model Camera System (CCTV) User Manual

INTERNATIONAL GARMENT FAIR ASSOCIATION

XTND 4K40ARC XTND 4K40ARC PRODUCT CODE: XTND4K40ARC XTND4K40ARC-V

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

Video Series. HCS-4311M Professional Mixed Matrix for Conference 8.2. HCS-3313C High Quality Speed Dome Camera (ceiling) 8.5

FLIR Daylight and Thermal Surveillance (P/T/Z) Multi-Sensor systems

Total MPEG4/JPEG DVR Solution Provider Intelligent Multiplex DVR!

BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

HITACHI. Instruction Manual VL-21A

Transcription:

SGB/HO/TECH/PMS/GL/ Date: 06/04/2017 Notice of Manual (Two Bid System) tendering for Comprehensive Annual Maintenance Contract (AMC) of CCTV along with standalone DVR for 1 year (01/06/2017 to 31/05/2018) for 239 branches/offices. Saurashtra Gramin Bank invites tenders from vendors preferably empanelled with SBI, our Bank or Public Sector Banks or any Government Department in two bid-systems for Comprehensive Annual Maintenance Contract of CCTV along with standalone DVR for 1year (01/06/2017 to 31/05/2018) for our 239 branches/offices in all over Saurashtra, there may be some additional centers too. 1. TENDER OPENING DATE : FROM 10/04/2017 TO 26/04/2017 AT 6.00 PM SUBMISSION OF TECHNICAL 2. : ON OR BEFORE 26/04/2017 AT 6.00 PM BID 3. OPENING OF TECHNICAL BID : ON 27/04/2017 at 11.30 AM onwards 4 OPENING OF FINANCIAL BID : On 28/04/2017 at 2.30 PM onwards Tentative list of CCTV with branches/offices are given in Annexure-D. Tender documents containing terms & conditions are attached herewith. It can also be obtained from bank s website. The offer should be submitted in two phases: 1. Submission of Technical Bid, 2. Financial Bid. The technical bid documents and financial bid documents must be kept in a two separate covers. Both this separate covers must be kept in a single sealed covers and this single cover must be sent to our Head office addressed as Tender for Comprehensive contract of AMC of CCTV along with Standalone DVRs for 1 year to the address mentioned at the top of this Tender document via register AD/courier/speed post only. Tenders will not be accepted in any other mode. After receiving the single cover of tender document, first technical bid cover of all the tenders will be opened in presence of committee at our Head office address on 27/4/17 as mentioned in the schedule. After declaring the qualified bidders in technical bid, financial bid of qualified bidders will be opened. For non-qualified bidders in technical bid, financial bid will not be opened and the prices will also not be considered or checked. The financial Bid should be submitted along with the Technical Bid. The prices must be inclusive of all taxes, duties and transportation. During AMC, quarterly preventive maintenance of all CCTV cameras with DVRs must be done, report of such PM must be sent to H.O. quarterly. All the parties must write concerned person s name, Phone Number/Mobile numbers and E-Mail address on the tender cover for easy communication. 1 P a g e

Pre-qualification criteria (Technical Bid): 1. Technical bid giving your compliance in Annexure-B accepting terms and conditions as per Annexure-A must be submitted as Annexure-A. 2. Proof of Credit total of Rs. 26,000/- (EMD of Rs. 25,000/- and Non refundable Tender Fee of Rs. 1000/-) is to be credited to our Bank A/c. No. 66002647728 with SBI, Gymkhana branch, Rajkot. IFSC: SBIN0060070 on or before 26/04/2017 6.00 PM. Document evidence must be submitted in Technical Bid Cover. 3. The vendors must have minimum five years of experience handling AMC of CCTV along with standalone DVR. 4. The annual turnover in dealing AMC of CCTV should be more than Rs. 10 lac during last 3 years. Net worth of the vendors must be positive. Document evidence must be submitted in Technical Bid Cover named as FA2013_14, FA2014_15 and FA2015_16. 5. Solvency certificate of at least of Rs. 10 lac from any public sector bank including Regional Rural Bank should be attached in Technical Bid Solvency. 6. Copy of Income Tax PAN, Registration Certificate of Service Tax and Registration Certificate of VAT/CST should be attached in Technical Bid Documents. 7. The vendors should be empanelled with SBI, its associates, our Bank or any Public Sector Bank. Document evidence must be submitted in attached in Technical Bid Empanel. 8. The list of clients with the latest satisfactory performance certificate (01/04/2012 onwards) from minimum 5 organizations (out of which 3 must be from Banking Sector) must be submitted. Document evidence must be submitted in attached in Technical Bid named as Reference. 9. The Vendors must have Local Service Centre at Rajkot with adequate Inventory of Spares. 10. The vendors must have Omni-presence allover Saurashtra & Gujarat at all major centers. 11. All attachments must be in A4 Page Setup only. The technically qualified vendors will be allowed to participate in Financial Bid opening. The prices will be inclusive of all taxes, duties and transportation. During AMC, quarterly preventive maintenance of CCTV along with DVR must be done, report of such PM must be sent to H.O. quarterly. Yours faithfully, CHAIRMAN 2 P a g e

To, The Chairman, Saurashtra Gramin Bank, Head Office Rajkot - 360 002. Sir, Assignment of AMC of CCTV systems along with standalone DVR system With reference to your tender No.SGB/HO/TECHNO/GL/ dtd.06/04/2017, we submit necessary information hereunder: Annexure-A Name & address of the company with 1. : direct Phone Number 2. Name of Head/Chief of the company : 3. Registration No. and date of establishment : Dt. 4. Website Address : http://www. 5. Email Address : 6. Present Strength of the firm a) ISO Certification b) No. of UPS Systems Sold c) No. of sites handled presently d) No. of staff members 7. Average time required to attend the call : : : : : 8. Services centers at (mainly in Saurashtra) : Annual turnover as well as Net worth 9. (Rs. In crore with two decimals) for : last 3 years 10. Income Tax PAN (Proof to be : 1. Ph. 2. Ph. 3. Ph. 4. Ph. 5. Ph. Year Turn Over Net worth 2013-14 2014-15 2015-16 3 P a g e

submitted) 11. Service Tax Registration No. : S T 12. Trade Identification No. (TIN) for VAT : 13. Trade Identification No. (TIN) for CST : 1. List of 5 satisfied clients of which 2 2. 14. banks to whom you have provided UPS : 3. Systems (Proof to be submitted) 4. 5. DECLARATION 1. I/We hereby declare that the terms and conditions of the tender stated herein and as may be modified/mutually agreed upon are acceptable and biding to me/us. 2. We undertake to give a service commitment along with availability of spare parts during the AMC period. 3. Proper service/support centre(s) will be provided by our qualified service engineers and wherever found necessary service/support will be set-up in close proximity to these branches. 4. In view of the critically of the application, the equipment(s) at any time will be kept by vendor in efficient running condition. Immediate replacement of defective parts will be done with a view to ensuring at least 98% uptime of the entire systems. 5. Half yearly preventive maintenance (PM) will be carried out and branch-wise report of such PM will be sent to SGB, HO. Rajkot along with invoice. 6. Complaints of repairing / fault will be solved within 24 hours of receipt from branches/banks. This lead-time for making the faulty system operational will include travel time of service personnel. Name of person authorized to sign. : Mobile Phone No. : Email : : Date: Place: Official Stamp: SIGNATURE OF AUTHORISED SIGNATORY 4 P a g e

GENERAL TERMS AND CONDITIONS 1. You have to carry out Comprehensive Preventive & Corrective maintenance of Close Circuit Television (CCTV) Cameras including other hardware and cabling work at the time of site visit at branches/offices enlisted in Annexure-D. 2. The period for this AMC contract will be from 01/06/2017 to 31/05/2018 (1 year). Items for which warranty period is over, the rate of AMC per unit will be calculated on pro-rata basis. 3. The Bank, however, reserves the right to call for fresh quotes at any time during the period if considered necessary or the same rates can be extended for additional three/six months period as per the mutual understanding between Bank and respective vendor(s) based on cost viability of the project and vendor service support. 4. Any delay in attending a complaint will be penalized @ Rs. 3000/- per day, maximum of Rs.15000/- of delay or part thereof. Amount of penalty so calculated will be deducted at the time of making payment. 5. The bidder after collecting the tender documents should preferably visit the Branch Locations where maintenance services are to be provided and shall satisfy himself about the local conditions and locations. No claim of any nature on any ground on inadequate site information or knowledge or misunderstanding or otherwise in such respects will be admissible later on. Interested parties may contact GM, SGB, HO, for any further clarifications. 6. The rates quoted once will be treated as final. No alteration either in rates or in tender documents will be entertained. 7. The successful bidder(s) to whom the work is awarded will be under direct liaison of the representative of SGB, HO, Rajkot and has to follow his instructions time to time. 8. In case of any dispute, decision of SGB authority shall be final and binding to the vendor(s). 9. Bank reserves the right to accept the offer of only one vendor in full or more than one vendor in part or reject any or all quotations, without assigning any reason therefore and irrespective of L1 criteria, at any stage. Further, vendor(s) who do not qualify for the technical bid will not be eligible for financial bid. 10. SERVICE SUPPORT INFRASTRUCTURE : (i) Please mention the Average time required for vendor s engineer(s) to attend complaint calls at our centers in Annexure-A (7). Latest details regarding service set-up at or near our sites should be furnished in Annexure-A (8). (ii) You will have to give an undertaking that a proper service/support centre will be set-up in close proximity to these branches during AMC. (iii) (iv) Guaranteed uptime of 98% and availability of services/support shall be ensured by vendor. Complaints of repairing / fault will be solved within 24 hours of receipt from branches/offices. This lead- time for making the faulty system operational will include travel time of service personnel. 11. The bidder(s) will not be permitted to assign or give sub contract of the work awarded to him without prior permission from The CHAIRMAN, SGB, and Rajkot. The decision of SGB authorities in this regard shall be final and binding to the vendors/bidders. 12. The vendor(s) must meet necessary statutory and legal compliances. SGB will not be responsible for any legal action arising out of non-compliance to statutory & other similar legal compliances. 13. No attempt shall be made by the vendor(s) or their staff deputed at SGB to lawfully reveal, misuse or encroach upon the intellectual or private data/information to which they have access. 5 P a g e

14. Any loss or damage caused to the SGB property by the personnel deputed by the vendor will be recovered from the bill of payment of the vendor and the decision of SGB authority in this matter will be treated as final and binding to the vendor. 15. Payment Terms: i) Advance Payment - NIL ii) Payment for the AMC will be made on quarterly basis with submission of satisfactory service certificate duly signed and stamped by respective branch managers from all the branches. iii) The necessary TDS will be made as per Central Government norms. iv) Rates quoted must include all the taxes. 16. Scope of Work During the term of this Agreement THE BIDDER agrees to maintain the EQUIPMENT in good working order and for this purpose will provide the following repair and maintenance service: a. THE BIDDER shall correct any faults and failures in the EQUIPMENT and shall repair and replace worn or defective parts of the EQUIPMENT during THE BANK s normal working hours on all working days. In cases where unserviceable parts of the EQUIPMENT need replacement THE BIDDER shall replace such parts, at no extra cost to THE BANK, with brand new parts or those equivalent to new parts in performance. THE BIDDER shall further ensure that the EQUIPMENT is not down at any time for want of spare parts. Each and every components including plastic parts, breakdown due to power conditions, rodents etc. are covers under the contract. b. THE BIDDER shall ensure 24 hours response time (i.e. total time taken by THE BIDDER between registering the complaint and attending the complaint). c. THE BIDDER shall ensure break down call time of 48 hours (i.e. total time taken by THE BIDDER between registering the complaint and rectifying the fault). This time includes time taken to reach the site, diagnose, repair/ replace the faulty component /module/device & network equipment that are covered under the contract. d. THE BIDDER shall ensure Spares availability. In case, it is not possible to repair some equipment or not possible to repair at site and has to be taken out for repairs, THE BIDDER shall provide a suitable replacement as Standby arrangement within 24 hours so that the work is not hampered. The packing/unpacking, transportation, loading/ unloading, connection/disconnection, configuration/re-configuration and any associated activity with the repair and maintenance shall be the sole responsibility of THE BIDDER. However, if standby arrangement has been made then it shall be replaced with original or functionally equivalent equipment within next 15 working business days. e. Preventive Maintenance: THE BIDDER shall conduct Preventive Maintenance (including but not limited to inspection, testing, satisfactory execution of all diagnostics, cleaning and removal of dust and dirt from the interior and exterior of the EQUIPMENT, necessary repairing of the EQUIPMENT) on half yearly basis. f. Qualified maintenance engineers totally familiar with the EQUIPMENT shall perform all repair and maintenance service described herein. g. In case if THE BIDDER is not able to repair the original equipment, THE BIDDER shall supply the new substitute of same specifications or of higher specifications of reputable brand, with prior approval of THE BANK. In case, if THE BANK found the substitute of lower quality or cheaper substitute than the difference between genuine substitute of reputable brand and the one used by THE BIDDER has to be paid by THE BIDDER. h. Failure in adhering to any of the terms and conditions mentioned in the scope of work 6 P a g e

will attract penalty clause. i. THE EQUIPMENT shall not be shifted to an alternate site and installed thereat during the currency of this Agreement without prior written notice to THE BIDDER. However, if THE BANK desires to shift the EQUIPMENT to a new site and install it thereat urgently, THE BIDDER shall be informed of the same immediately. THE BANK shall bear the charges for such shifting and reinstallation and THE BIDDER shall provide necessary assistance to THE BANK in doing so. This Agreement, after such shifting and reinstallation, would continue to be binding on THE BIDDER and THE BANK, provided that the two parties may agree to amended charges for the maintenance services after such an event. j. THE BANK shall arrange to maintain appropriate environmental conditions, such as those relating to space, temperature, power supply, and dust to within the acceptable limits required for equipment similar to that covered by this Agreement. k. THE BIDDER will not subcontract or permit anyone other than THE BIDDER personnel to perform any of the work, services or other performance required of THE BIDDER under this Agreement without the prior written consent of THE BANK. l. THE BANK shall have the right to make changes and attachments to the equipment, provided such changes or attachments do not prevent proper maintenance from being performed, or unreasonably increase THE BIDDER cost of performing repair and maintenance service. m. THE BIDDER agrees that it and its personnel will at all times comply with all security regulations in effect from time to time at THE BANK's premises and externally for materials belonging to THE BANK. n. During the performance of the contract, if the person(s) of THE BIDDER meet with any accident which results into the death or injuries to the person(s) of THE BIDDER or any damage made to the Third party and any claim or legal penalties arise out of it will be responsibility of THE BIDDER only. THE BANK will not be responsible in any way. o. THE BIDDER shall follow all the regulations of CVC. THE BIDDER shall have any and all responsibilities of all the person(s) employed for the performance of the contract. p. THE BIDDER acknowledges that all material and information which has or will come into its possession or knowledge in connection with this Agreement or the performance hereof, consists of confidential and proprietary data, whose disclosure to or use by third parties will be damaging or cause loss to THE BANK. THE BIDDER agrees to hold such material and information in strictest confidence, not to make use thereof other than for the performance of this Agreement, to release it only to employees requiring such information, and not to release or disclose it to any other party. THE BIDDER agrees to take appropriate action with respect to its employees to ensure that the obligations of nonuse and nondisclosure of confidential information under this Agreement can be fully satisfied. q. THE BIDDER represents and warrants that the repair and maintenance service/products hereby sold do not violate or infringe upon any patent, copyright, trade secret, or other property right of any other person or other entity. THE BIDDER agrees that it will, and hereby does, indemnify THE BANK from any claim, directly or indirectly resulting from or arising out of any breach or claimed breach of this warranty. r. The charges payable by THE BANK to THE BIDDER for the repair and maintenance services described herein, are indicated in Annexure "A attached; and unless provided for elsewhere herein, no additional charges shall be claimed by THE BIDDER during the contract period. 7 P a g e

s. THE BIDDER shall submit to THE BANK their invoice(s) for payments due in accordance with this AGREEMENT. The terms of such invoice(s) is that they shall be payable as indicated in Annexure A. t. All of the prices, terms, warranties and benefits granted by THE BIDDER herein are comparable to or better than the equivalent terms being offered by THE BIDDER to any of its present customers. If THE BIDDER shall, during the term of this Agreement, enter into arrangements with any of its customers providing greater benefits or more favorable terms, this Agreement shall thereupon be deemed to provide the same to THE BANK. u. Payment: The bidder shall be paid half yearly payment after satisfactory services. 17. The quantities mentioned in the bid document are based on the records of THE BANK. THE BIDDER has to ensure the details mentioned in Annexure-A during the site visit. THE BIDDER may communicate to THE BANK in case of deviation found to THE BANK prior to the submission of the bid. No communication in such case will be entertained after the submission of the bid. 18. The equipments which are not covered under the contract and which are still under the warranty at the time of the finalization of the contract but warranty period finishes during the period of the contract shall be covered under the contract on additional charges on Pro-Rata basis on the request of THE BANK for the period of contract. 19. All correction/addition/deletion shall require authorized countersign. 20. During the period of contract, in any dispute arising between THE BANK and THE BIDDER, the decision of THE BANK will be considered final. However, in any case if the requirement of Arbitration is felt then the appointment of Arbitrator will be made by THE BANK only and the decision of THE BIDDER shall be bound by the decision taken by such appointed Arbitrator. 21. The jurisdiction of any dispute will be Rajkot. 8 P a g e

TECHNICAL SPECIFICATIONS Item No 1 A) 4- CHANNEL DVR STANDALONE SYSTEMS ANNEXURE B (TECHNICAL SPECIFICATIONS) SL DVR Standalone Specifications Vendors Compliance Y/N 1 Number of Video channels 4 channel (MAKE Dahua Model 3104 ) 2 Operating system Embedded Linux / Windows 3 User Interface GUI, Mouse supported 4 Video Compression Embedded with H.264 Video Compression algorithm 120 fps -NTSC,100 fps - PAL 5 Video Frame Speed/ Frame Rate 6 Video input 4 channels (30 fps per channel -NTSC, 25 fps per channel PAL) 7 Recording Resolution D1 ON 2 CHANNELS 8 Video Output 1 Composite, 1 VGA 9 Video display (Division) 1, 4 10 Audio in / Out 1 Channel RCA / 1 Channel RCA 11 Recording Mode Continuous, Manual, Scheduled, Motion detection 12 HDD Inbuilt with DVR 1 TB Samsung / Seagate/WD/Hitachi. 32~64 MB Cache, 3Mb ~ 6Mb per second data transfer rate, Spindle Speed 7200 RPM or more 13 Recording duration 30 days minimum, data recycling FIFO basis 14 Backup for video HDD, DVD±RW, USB Flash Memory Stick, USB Pen drive. 15 Remote viewing TCP/ IP enabled or Client Software 16 DVR operation Pentaplex: or Sextaplex - Live, Record, Playback, Backup, Program & Remote viewing at the same time. 17 Motion detection Detecting zones, multi-levels of sensitivity. 18 System functions Date and time Stamping 19 System reliability Shut down detection, auto recovery after power restoration. 20 Communication Port RS 232, RS 485, Network Port RJ-45 (Ethernet) 21 Other functions Panic recording, remote firmware upgrade, advanced search. 22 Connectors Min 2 USB Ports - version 2.0 or above backward compatible with v. 1.1 23 Language support English compulsory 24 Power AC 220 V (±20) 50Hz (±2%) 25 Product warranty 1 YEAR 26 Make [any one of the specified] Dahua, Hikvision, CPPLUS, Secutrek, Sparsh 27 System should be robust and capable of working in 24x7 environments 9 P a g e

B) 8 CHANNEL DVR STANDALONE SYSTEMS SL DVR Standalone Specifications Vendors Compliance Y/N 1 Number of Video channels 8 channel (MAKE Dahua Model 3108 ) 2 Operating system Embedded Linux / Windows on flash 3 User Interface GUI, Mouse supported 4 Video Compression Embedded with H.264 Video Compression algorithm 240 fps -NTSC,200 fps - PAL 5 Video Frame Speed/ Frame Rate 6 Video input 8 channels (30 fps per channel -NTSC, 25 fps per channel PAL) 7 Recording Resolution D1 ON 4 CHANNELS 8 Video Output 1 Composite, 1 VGA 9 Video display (Division) 1, 4,6,8 10 Audio in / Out 4 Channel RCA / 1 Channel RCA 11 Recording Mode Continuous, Manual, Scheduled, Motion detection, 12 HDD Inbuilt with DVR 2 TB Samsung / Seagate/WD/Hitachi. 32~64 MB Cache, 3Mb ~ 6Mb per second data transfer rate, Spindle Speed 7200 RPM or more 13 Recording duration 30 days minimum, data recycling on FIFO basis 14 Backup for video HDD, DVD±RW, USB Flash Memory Stick, USB Pen drive. 15 Remote viewing TCP/ IP enabled or Client Software 16 PTZ camera support Yes 17 DVR operation Pentaplex / Sextaplex. 18 Motion detection Detecting zones, multi-levels of sensitivity. 19 System functions Date and time Stamping 20 System reliability Shut down detection, auto recovery after power is re-connected. 21 Communication Port RS 232, RS 485, Network Port RJ-45 (Ethernet) Panic recording, remote firmware upgrade, advanced search. 22 Other functions 23 Connectors Min 2 USB Ports - version 2.0 or higher backward compatible with version 1 24 Language support English compulsory 25 Power AC 220 V (±20) 50Hz (±2%) 26 Product warranty 1 YEAR 27 Make [any one of the specified] Dahua, Hikvision, CPPLUS, Secutrek, Sparsh 28 System should be robust and capable of working in 24x7 environments 10 P a g e

TECHNICAL SPECIFICATIONS Item No 2 FIXED DOME COLOUR CAMERA Sr. No Fixed Dome Camera (MAKE CP PLUS ) Specifications 1 Image Sensor 1/3 Sony Super HAD-II CCD 2 Recording & Playback 30/25 fps for NTSC/PAL respectively 3 Horizontal resolutions 480 TV Lines of High Horizontal Resolution 4 Signal/ Noise ratio 48 db or more 5 Minimum illumination 0.1 Lux level 6 Video Output 1Vp-p, 75 Ω, Composite 7 Scanning System 2:1 Interlace 8 White Balance Auto white Balance 9 Backlight compensation Built in Auto 10 Power input 12 V DC / 24 V AC 11 Power consumption Max 4 Watts 12 Mount Ceiling/ wall mountable base 13 Camera Use Internal area of branch 14 Night vision Not available 15 Sync system Internal 16 Operating Temperature -10 C to 50 C 17 Storage temperature -20 C-70 C 18 Operation Humidity <80% (non-condensing) 19 Required Make [any one of specified] Hikvision, CPPLUS, Sparsh, Advert Vendors Compliance Y/N 11 P a g e

TECHNICAL SPECIFICATIONS Item No 3 VARIFOCAL AUTO IRIS C / CS MOUNT COLOUR CAMERA Sr. No Varifocal C Mount Colour Camera (MAKE CP PLUS ) Specifications 1 Image Sensor 1/3 Sony Super HAD-II CCD 2 Recording & Playback 30/25 fps for NTSC/PAL respectively 3 Horizontal resolutions 480 TV Lines of High Horizontal Resolution 4 Signal/ Noise ratio 48 db or more ( AGC off) 5 Minimum illumination 0.05 lux 6 Video Output 1Vp-p, 75 Ω, Composite 7 Lens focal length 2.8 to 10mm 8 Shutter speed Range 1/60-1/100,000 sec or more 9 White Balance Auto white Balance 10 Backlight compensation Built in Auto 11 Power input 12 VDC/ 24 V AC 12 Power consumption 4 Watts Max 13 Mount Ceiling mount 14 Camera Use At entry gate of branch 15 Night vision Not Applicable 16 Sync system Internal 17 Operating Temperature -10 C-50 C 18 Storage temperature -20 C-70 C 19 Operation Humidity <80% (non-condensing) 20 Product warranty 1 years 21 Make [any one of specified] Hikvision, CPPLUS, Sparsh, Advert Vendors Compliance Y / N 12 P a g e

TECHNICAL SPECIFICATIONS Item No 4 IR COLOUR DOME CAMERA Sr. No Fixed Dome Camera (MAKE CP PLUS ) Specifications 1 Image Sensor 1/3 Sony Super HAD-II CCD 2 Recording & Playback 30/25 fps for NTSC/PAL respectively 3 Horizontal resolutions 480 TV Lines of High Horizontal Resolution 4 Signal/ Noise ratio 48 db or more ( AGC off) 5 Minimum illumination 0.01 Lux Illumination / 0 Lux at IR LEDs On 6 Video Output 1Vp-p, 75Ω, Composite 9 White Balance Auto 10 Backlight compensation Auto 11 Power input 12 VDC/24 VAC auto detectable 12 Mount Ceiling/ wall mountable base 13 Camera Use To cover Safe deposit vault 14 Night vision Integral IR LED 15 Sync system Internal 16 AGC ( Automatic Gain Control ) Auto 17 Operating Temperature -10 C-50 C 18 Operation Humidity 80 % RH 19 Product warranty 1 YEAR 20 IR LED Illuminator (Integral) not addon. Range - Minimum 15mtrs 21 Make [any one of the specified] Hikvision, CPPLUS, Sparsh, Advert Vendors Compliance Y/N 13 P a g e

TECHNICAL SPECIFICATIONS Item No 5 IR Bullet Camera -20 Mtr Sr. No Fixed Dome Camera (MAKE CP PLUS ) Specifications 1 Image Sensor 1/3 Sony Super HAD-II CCD 2 Recording & Playback 30/25 fps for NTSC/PAL respectively 3 Horizontal resolutions 480 TV Lines of High Horizontal Resolution 4 Signal/ Noise ratio 48 db or more ( AGC off) 5 Minimum illumination 0.01 Lux Illumination / 0 Lux at IR LEDs On 6 Video Output 1Vp-p, 75Ω, Composite 9 White Balance Auto 10 Backlight compensation Auto 11 Power input 12 VDC/24 VAC auto detectable 12 Mount Ceiling/ wall mountable base 13 Camera Use To cover Safe deposit vault 14 Night vision Integral IR LED 15 Sync system Internal 16 AGC ( Automatic Gain Control ) Auto 17 Operating Temperature -10 C-50 C 18 Operation Humidity 80 % RH 19 Product warranty 1 YEAR 20 IR LED Illuminator (Integral) not Range - Minimum 15mtrs add- on. 21 Make [any one of the specified] Hikvision, CPPLUS, Sparsh, Advert Vendors Compliance Y/N 14 P a g e

TECHNICAL SPECIFICATIONS Item No 6 FIXED DOME COLOUR CAMERA SGB 600tvl Specifications No Fixed Dome Camera Specifications Vendors Compliance 1 Image Sensor 1/3 Sony CCD 2 Recording & Playback 30/25 fps for NTSC/PAL respectively 3 Horizontal resolutions 600 TV Lines of High Horizontal Resolution 4 Signal/ Noise ratio 48 db or more 5 Minimum illumination 0.05 Lux level 6 Video Output 1Vp-p, 75 Ω, Composite 7 Scanning System 2:1 Interlace 8 White Balance Auto white Balance 9 Backlight compensation Built in Auto 10 Mirror Selectable 11 Privacy masking selectable 12 Flickerless mode On/Off 13 Power input 12 V DC / 24 V AC 14 Power consumption Max 4 Watts 15 Mount Ceiling/ wall mountable base 16 Gamma Correction 0.45 17 Camera Use Internal area of branch 18 Night vision Not available 19 Sync system Internal 20 Operating Temperature -10 C to 50 C 21 Storage temperature -20 C-70 C 22 Operation Humidity <80% (non-condensing) 23 Preferable brands Hikvision, CPPLUS, Sparsh, Advert 15 P a g e

TECHNICAL SPECIFICATIONS ITEM No 7, 8, 9 and 10 Sr. No Fixed Dome Camera (MAKE CP PLUS ) 7 MONITOR Make : LG, Samsung Screen size Make Video Resolution Power Input Viewing Angle Power consumption 8 Cable 3 +1 9 Power Supply 10 PVC Conduits for cabling Specifications Acceptable Quality Grade Specifications 19 diagonal TFT Samsung/ LG/ Intex PAL / NTSC color composite 1280*1024 / 1368*720 Pixels @ 60~85 Hz Refresh Rate, True Colour (32 Bit) 90-260 VAC, 50/60 Hz 140 degree H., 130 degree V 40~60 Watts High Grade 3 +1 CCTV Special Combined- Virgin PVC quoted Shielded Cable with Coaxial Video Audio and Power Including Labour Charges 12V DC Regulated Power supply for CCTV cameras 20 mm dia ISI Marked Medium Vendors Compliance Y/N 16 P a g e

FINANCIAL BID (Summery of Items to be covered under AMC) Annexure-C NOTE: The bidder has to compulsorily offer/ quote the unit price for all the items in this document as to be conclusive in deriving L1. Item No ITEMS UNIT RATE (Rs ) 1 a. DVR 4 Channels 164 and b. DVR 8 Channels 75 2 Camera-Fixed Dome colour 239 3 VARIFOCAL AUTO IRIS C / CS MOUNT 47 COLOUR CAMERA 4 IR COLOUR DOME CAMERA 209 5 IR Bullet Camera -20 Mtr 239 6 FIXED DOME COLOUR CAMERA 600tvl 300 Specifications 7 MONITOR 230 8 Cable 3 +1 Per meter 9 Hard disk 1 TB 162 10 Hard disk 2 TB 84 11 Power Supply 239 Grand Total (Inclusive of all taxes) (for 1 year) The bidder has to compulsorily offer/ quote the unit price for all the items in financial bid document Annexure-C as to be conclusive in deriving L1. The L1 criteria decided by the Bank is: The bidder whose total value, for all the items in required quantity, is least among all bidders as per their offered/ quoted price in financial bid, will be declared as L1 vendor. Date: Place: Authorized Signatory 17 P a g e

BRANCHES TO BE COVERED UNDER AMC Annexure-D HEAD OFFICE RAJKOT - SSI GADHADA SWAMINA JAMNAGAR R.O. VIRPUR SIDSAR AMRA JETPUR TALAJA ROAD JAMNAGAR TANKARA DAWN CHOWK MOTI BANUGAR RANCHHODNAGAR SIHOR MATWA KOTHARIA ROAD SHASHTRINAGAR FALLA MADHAPAR BHARATNAGAR CHELA SHAPAR VERAVAL TANA DHUNVAV UPLETA JUNAGADH R.O. DHUTARPAR UNIVERSITY RD-RAJKOT AJOTHA NAVAGAM GHED JASDAN AMODRA DHROL AATKOT BHANDURI MOTA ITALA RAIYA ROAD - RAJKOT CHANDWANA JAIVA SURENDRANAGAR R.O. DHAVA MEGHPAR ADARIYANA JUNAGADH BHADRA ANANDPUR KEVADRA JAM DUDHAI CHOTILA MEKHDI PITHAD DEDADARA MENDPARA AMRAN DHRANGDHRA MENDARDA GADHAKA HALVAD MOTA SAMADHIALA DEVALIA JAMBU NANADIA RAN JASAPAR NAREDI KHIRASARA KUNTALPUR SAVANI BANKODI LILAPUR KESARIYA MOTA PANCHDEVDA LIMBDI TALALA MOTA VADALA MAYURNAGAR TIKAR NAVAGAM (KALAVAD) METHAN VADHAVI MAKRANI SANOSRA MORTHARA VIRDI BERAJA MOTA ANKEVALIA VERAVAL PADANA MOTI MOLDI RAVANI PIPERTODA NAGNESH KODINAR HARIPAR NANA ANKEVALIYA VISAVADAR LALPUR PATDI NAKARA KHAD KHAMBHALIA RAJPARA IVNAGAR VIRAMDAD RAMPARA KESHOD VADATARA SANOSARA MALIYA HATINA BHAN KHOKHARI SHEKHPAR UNA JAM KHAMBHALIA SURENDRANAGAR MANGROL BHANGOR UMARDA TIMBAWADI SHIVA WADHWAN AMBA. MOTA GUNDA SAYLA AMRELI 18 P a g e

PACHHATAR SSI S'NAGAR DATARDI MOTI GOP CHUDA DHARAGNI SHETH VADALA KOTHARIA (BALA) HEMAL GINGANI GHANSHYAMPUR KERIACHAD SADODAR JORAVARNAGAR KHAMBHALA SURAJ KARADI NANI KATHECHI MOTA BARMAN VARVALA LAKHTAR PIPALVA BHANVAD ALKA CHOWK SALADI KALAVAD MALHAR CHOWK-S'NAGAR SANALI BHATIYA THANGADH (THAN) DHARI JAM JODHPUR S'NGR P-SEGMENT AMRAPARA BHANVAD (VERAD NAKA) BAJUD SAVARKUNDLA DWARKA BHAVNAGAR MANDAL SADHANA COLONY BODANANESH INGORALA HARIYA SCHOOL DEVLI CHAKKARGADH ROAD SIKKA DUDHALA RAJULA BEDIBANDAR MAHUVA BALEJ RAJPARA MANGADH GAREJ DODIYALA NANA ASHARANA KHAMBHODAR AMBARDI PADVA SISALI WANKANER ROHISHALA PORBANDAR KHAJURDA SARVA PARWADA RAJKOT TAJPAR VADALA MALIYASAN TALAJA KUTIYANA DHEBAR ROAD TARSAMIYA KHAPAT GONDAL TATAM CHHAYA PADADHRI VALUKAD RANAVAV DHORAJI PALITANA RANAKANDORANA MORBI BOTAD KUVADVA LATIPAR SALAYA KANJHA KHARVA VANTHALI KANKANA TALGAJARDA LALPAR (MORBI) RANMALPUR GUNDALA METODA SAPAKADA RAJPAR (MORBI) BHAVNAGAR P-SEGMENT NANDURI CHOGATH AKWADA FARIYADKA HATHAB BILIYALA ZANZARDA ROAD BALOL BEDI SARA BORVAV RAJKOT P'SEGMENT KAMALPUR KUCHHADI RANA ROZIVADA 19 P a g e