BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

Similar documents
BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE

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 )

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

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.

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

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

TECHNICAL SPECIFICATION

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

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

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

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

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

G ARD SECURITY SYSTEM Product Listing 2007

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

INSTRUCTIONS TO BIDDERS

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

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

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

1/3 INCH COLOR HIGH RESO. CAMERA

Quick Operation Guide of LTN7700/7600 Series NVR

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

Cisco Video Surveillance 6400 IP Camera

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

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

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

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

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

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

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

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

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

MPEG4 Digital Recording System THE VXM4B RANGE 100 IPS

Purchasing Department Finance Group INVITATION TO BID

INSTRUCTIONS TO BIDDERS

Intelligent Security and Fire Ltd

HITACHI. Instruction Manual VL-21A

HIGH COURT OF BOMBAY AT GOA

FEATURES MPEG4/MJPEG DVR

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

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

DS-7200HFI-SL Series DVR. Technical Specification

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

Digital Video Recorder

SCode V3.5.1 (SP-501 and MP-9200) Digital Video Network Surveillance System

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

VERINT EDGEVR 200 INTELLIGENT DIGITAL VIDEO RECORDER (Rev A)

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

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

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

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

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

DINOX&Digital&Video&Recorder&

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

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

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

Our Ref: GSD/16/78/ November 2014

SECTION 686 VIDEO DECODER DESCRIPTION

LOCAL MONITORING RECORDING HARDDISK MANAGEMENT ALARM & EXCEPTION BACKUP

MAHARSHI DAYANAND UNIVERSITY ROHTAK

HSR-1 Digital Surveillance Recorder Preliminary

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

HOME GUARD USER MANUAL

CM-S23349SV. Vari-Focal IR Bullet Camera

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

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

RS Part No Instruction Manual Solid State DVR. (Single Chanel for Mobile) SSD01CA

DS-9600NI-XT NVR Series

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

XC-77 (EIA), XC-77CE (CCIR)

CM-S38901SV TVL IR Long Range camera

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

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

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

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

Total MPEG4/JPEG DVR Solution Provider Intelligent Multiplex DVR!

Outdoor IR Audio Camera

HIGH DEFINITION PEACE OF MIND

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

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

ARCHITECTURAL AND ENGINEERING SPECIFICATION DIVISION - LEVEL 1 28 ELECTRONIC SAFETY AND SECURITY LEVEL ELECTRONIC SURVEILLANCE LEVEL

LTC 113x & LTC123x FlexiDome Series Fixed Dome Cameras

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

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

HCS-8131M Professional Audio & Video Recorder for Conference

Multi Tester. Multi Tester. Rapport III / Rapport III-PRO. Rapport -10HD/PRO. Rapport Mini Professional CCTV Tester Rapport. Image.

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

KEEP IN TOUCH STAY CONNECTED.

VITEK VT-PIRC2 VT-PIRC2/H

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

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

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

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

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

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

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

Tender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab*

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

Transcription:

BANK OF BARODA Regional Office, AHMEDABAD TENDER NOTICE NATURE OF WORK: RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT TENDER ISSUED ON : 26.02.2011 LAST DATE FOR ISSUE OF TENDER DOCUMETS LAST DATE OF SUBMISSION OF TENDERS DATE OF OPENING OF TENDER (Technical Bid) DATE OF OPENING OF FINANCIAL BID : 18.03.2011 upto 15.00 p.m. : 18.03.2011 upto 15.00 p.m. : 22.03.2011 at 11.00 a.m. : WILL BE ADVISED AFTER EVALUATION OF TECHNICAL BID COST OF TENDER DOCUMENT : * Rs 500/- EARNEST MONEY DEPOSIT : * Rs 20000/- * To be remitted only through DD / Banker Cheque, in favour of Bank of Baroda, Payable at Ahmedabad.

-2- SCOPE OF WORK: RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 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 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT 2. Earnest Money Deposit Rs 20000/- (Refundable) 3. The detailed information, eligibility norms and tender document shall be available from 26.02.2011 to 18.03.2011 at 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 500/- (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 500/- in favour of Bank of Baroda, payable at AHMEDABAD, along with Prequalification / Technical Bid towards cost. The last date for submission of tender is 18.03.2011 (15.00 pm) 5. The pre-qualification / Technical Bid will be opened on 22.03.2011 (11.00 a.m. at the above address by a Committee of Officers, Bidders / their authorized representatives, may remain present. 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.

-3- NOTICE INVITING TENDER The Dy. General Manager, Bank of Baroda, Ahmedabad Region, invites sealed tender for RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT from the vendors fulfilling the following mandatory conditions / requirements. 1. Must have the main office / sub office in Ahmedabd/Baroda/Anand/Godhra. 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.. 2. Must have valid Sales Tax Number. 3. Must be registered with Service Tax (if applicable), ESI & EPF authorities. 4. Must have PAN No and must have filed Income Tax returns for the last three years. 5. The firm must be in existence for the last 5 years with experience in security / safety equipments. 6. Minimum turn over of Rs 8/- lacs per year for the last three years of which orders of Rs 15/- lacs per year, for the last three years must only be pertaining to CCTV. Total cost of present project is about 20/- lacs. 7. Should be in position to give FDR for Rs 50000.00 for a period of two years in the event of awarding of the contract. 8. If in past services have been rendered at any of the Regions in Gujarat Zone for SITC or CCTV System then a satisfactory service certificate for last services provided must be enclosed 9. The Bank shall have the sole discretion to decide as to whether the applicant / tenderer has violated any term of the tender order and that any such decision shall be absolute and final. NB: Failing to comply with even one of the above conditions along with relative documentary proof [where ever required] will disqualify the tender Bank reserves the right to cancel one or all tenders without assigning any reason whatsoever. Bank reserve right to award rate contract to more than one vendor or equel or nearly equal terms. The vendors fulfilling the above conditions may apply in two-bid system i.e. Technical Bid & Financial Bid. Note : 1.The earnest money deposit of all the unsuccessful bidders will be returned within a Period of -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 20000/-) 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. 4. Price quoted by the bidder shall be inclusive of all levies, excise duty, sales tax and / or any other taxes. No escalation in price shall be permitted on any ground. 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- Envelope I duly sealed to contain Prequalification / Technical Bid super scribed as: Prequalification / Technical Bid : TENDER FOR RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT and shall contain the following - 1. Earnest money amount through DD / Bankers Cheque for Rs 20,000/- in favour of Bank of Baroda, payable at Ahmedabad.. 2. Tender cost amount of Rs 500/- 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). 3. Offer Letter (Page No.5) 4. Information as per the proforma MANDATORY TECHNICAL REQUIREMENT (Page No.6) 5. Information as per the proforma GENERAL TECHINCAL INFORMATION. (Page No.7 & 8) 6. Form of Declaration (Page No.9) 7. Warranty of 18 months for all items. (Page No.10) 8. General Condition (Page No.11) Envelope II duly sealed to contain Price Bid super-scribed as Financial Bid : TENDER FOR RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT and shall contain the following in envelopes and marked as FINANCIAL BID. Financial Bid Rates Contract for supply and installation of new CCTV Systems as per the package / specifications mentioned in the tender. 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 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 APR 2011 TO MAR 2014 WITH ANNUAL REVIEW OF THE CONTRACT addressed to the Dy. General Manager, Bank of Baroda, Regional Office, Ahmedabad City Region, Bank of Baroda Towers, IIIrd Floor, Law Garden, Ellisbridge, Ahmedabad-380 006. Dy.General Manager Bank of Baroda Ahmedabad City Region Date: 26.02.2011

-5- OFFER LETTER TENDER TO BE SUBMITTED ON OR BEFORE 15.00 HRS ON 18.03.2011 To, The Dy. General Manager Bank of Baroda Regional Office Ahmedabad City Region 3 rd Floor, Bank of Baroda Towers Law Garden Ellisbridge Ahmedabad 380 006 Dear Sir, Re- TENDER FOR RATE CONTRACT FOR SUPPLY / INSTALLATION 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 APR 2011 TO MAR 2014 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 500/-( Rs Five Hundered only) and refundable Earnest Money Deposit of Rs 20000/-( Rs Twenty 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)

-6- TECHNICAL BID I MANDATORY TECHNICAL 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 * 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 annual turn over of Rs 25/- lacs per year for the last three years. Details of work order for Rs 8/- lacs per year for the last three years, pertaining to CCTV alone. Satisfactory Services 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. Certificate of ISI / UL / CE / FCC / MIC or equivelent for the quoted stand alone DVR to be installed with the system 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. A copy of the undertaking that the DVR supplied / installed are original 2007-08 2008-09 2009-10 2007-08 2008-09 2009-10 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. * In case the Tenderer does not have an office in Ahmedabad 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)

-7- TECHNICAL BID II GENERAL TECHNICAL 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- 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 Whether any of the family members working with Bank Of Baroda (If Yes, give details) Will give Rs 50000.00 as bank guarantee (performance guarantee) in the event of awarding of the contract. YES / NO YES / NO YES / NO Seal: Date: (Signature of Tenderer)

Details of 3 works of Rs 15 Lacs and above executed during the last 3 years for CCTV only:- -8- Sr. N o Type of Work Year Work executed for (Name & Address of the Institution / Body) 2007-08 2008-09 2009-10 Brief description of work Locatio n Valu e (Rs) Duration of Work with date of Commencem completi ent on Note- Copies of work orders along with Zerox copies of satisfactory completion obtained from the clients shall be enclosed as Annexure VI. Please note that without the copies of certificates, your application is liable to be rejected. Details of work on hand Sr.N o Type of Work Work executed for (Name & Address of the Institution / Body) Brief description of work Locatio n Valu e (Rs) Duration of work stipulate d time Completio n

-9- 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. 12 to 18 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 contractors 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

-10- 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

-11- GENERAL CONDITIONS: RATE CONTRACT FOR SUPPLY & INSTALLATION OF CCTV SYSTEMS AT THE BRANCHES 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- 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 be inclusive of all the levies i.e. Excise Duty, Sales Tax, Turnover Tax, Wiring cost, Installation charges, any other taxes / charges. 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. Any complaint after installation of the system and with in the guarantee period will be attended to and rectified with in -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- 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 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. 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

-12- TECHNICAL SPECIFICATIONS FOR CCTV SYSTEM GENERAL 1. The work under this system shall consist of designing, supply, installation, testing, training & handing over of all materials, equipment, appliances and labour necessary to Commission the said system, complete with fixed Dome cameras, outdoor fixed mount cameras, Monitors and Digital Video Recorder. 2. 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. 3. In the bid, the Vendor shall also submit detailed catalogs, data sheets etc., for each of the Products quoted. 4. The Bidder necessarily shall submit in the technical bid their detailed point-by-point compliance/deviation to this tender document. 5. The Bidder shall submit copy of certification of all equipment i.e. ISI / UL / CE / FCC/MIC or equivalent. 6. The Bidder shall submit document of authorization from Manufacturer to Indian Dealer and/or Indian Dealer to the Bidder. 7. The bidder shall provide authorization from the manufacturer for providing test reports complying the specifications at the time of inspection 8. Provide authorization from the manufacturer that the items quoted by the tenderer are in production and would be serviceable for atleast 3 years from the date of tender. No obsolete products should be quoted. 9. Letter from manufacturer for supporting the system for atleast 3 years, for this an MOU between the manufacturer and Tenderer should clearly state support for products and systems for next 3 years. 10. 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.

-13-1/3 COLOR CCD FIXED DOME / CS MOUNTED CAMERA SPECIFICATIONS 1. The camera unit shall be 1/3 CCD type Color and shall provide a minimum of 480 TV Lines resolution. It shall be possible to use lenses of 3.6 mm focal length. It shall be possible to adjust the camera head in both the planes so that it can be wall or ceiling mounted. The camera shall operate on 12 volts D.C. 2. The Camera shall comply with the following parameters :- EFFECTIVE PIXELS PAL: 752(H)*582(V) (MINIMUM) SYNC. SYSTEM: INTERNAL. RESOLUTION: 480 TV LINE MINIMUM. MINIMUM ILLUMINATION: 0.002 Lux / F2.0 / 50IRE. S/N RATIO : (AGC OFF) MORE THAN 48 db. GAMMA CORRECTION : 0.45 GAIN CONTROL : AUTO WHITE BALANCE : AUTO (2500 K ~ 9500 K) EXPOSURE AUTO E. SHUTTER : 1/60(1/50) ~ 1/100000 SEC VIDEO OUTPUT : 1.0 Vp-p COMPOSITE (75Ω LOAD) SUPPLY VOLTAGE: DC 12V +/- 10% POWER CONSUMPTION :100mA OPERATION TEMP.: -10 C ~ 50 C LENS TYPE : 3.6 mm (Focal length) 1/3 COLOUR CCD CS MOUNT IR CAMERA SPECIFICATIONS 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 Camera shall comply with the following parameters. Pick up Element: 1/3 inch Color CCD image Sensor (interline) Power supply: 12VDC/24VAC Auto Detectable Scanning System: 2:1 interlace Resolution: 540 TV lines Sensitivity: 0.03 lux S/N Ratio: less than 50 db Electronic shutter: Auto: 1/50 (60) to 1/1, 00,000sec Output: 1Vp-p Composite video output, 75 Ohm Lens mount: CS Mount Lens Type : 1/3 3.5-8mm Auto Iris and IR corrected Day/Night : Digital Auto White Balance : Auto Back Light Compensation : Dedicated Dip Switch Automatic Gain Control : Dedicated Dip Switch Flicker less Mode : Dedicated Dip Switch IP rating for Housing: IP 67 Operating Temperature: - 10 to 50 C / 30 90% RH 8 CHANNEL STAND ALONE DIGITAL VIDEO RECORDER 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.

-14-5) The digital video recorder should have mouse or keyboard control options through USB ports. 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. The digital video recorder shall have the option to change the menus to different languages. 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 4, 6, 9, 16 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 multiscreens, up to and including 16 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 full screen live and playback modes, including the ability to move around a zoomed image. 20) The Digital Video Recorder shall be capable of displaying user definable cameras in any of the multiscreen 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 have the option to remove cameras from normal viewing on the monitor, so that they are recorded but not viewed. 22) The Digital Video Recorder shall record the camera video signals as a full screen image from each of the cameras. 23) The Digital Video Recorder shall be able to record a single camera at up to 25 frames per second (PAL). 24) The Digital Video Recorder shall have a maximum record rate of up to 200 frames per second (PAL). 25) 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.

-15-26) 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. 27) 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. 28) 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. 29) The Digital Video Recorder shall be capable of playing back one camera full screen. 30) The Digital Video Recorder shall have the ability to go to a particular time and date. 31) The Digital Video Recorder shall be able to playback, pause, frame advance / rewind and multi speed fast forward or rewind either using front panel buttons, IR remote control or mouse or keyboard. 32) The Digital Video Recorder shall have a History log feature displaying system events. This shall include power failures & recovery, menu access, network access (including user name), motion detection, sensor activation and video loss. 33) The Digital Video Recorder shall have a pre-set menu option which will determine whether the internal HDD will overwrite or stop recording once full. The current status of the HDD space remaining will be displayed on a status bar on the main monitor. 34) The Digital Video Recorder shall apply a digital signature to recordings contained on the internal hard disks, without affecting performance. 35) 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 back up 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. The back up CD will also be able to be played back on the digital multiplexer itself via the internal CD-RW and the main monitor. 36) The digital multiplexer will allow the operator to preview the images selected for archiving before starting the archive process to CD. 37) The Digital Video Recorder shall be able to provide a relay trigger on video loss, motion detection and sensor activation. 38) 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. 39) 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. 40) The operator shall be able to set the polarity of each individual alarm contact to either normally open or normally closed. 41) 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. 42) The Digital Video Recorder shall have 16 internal programmable alarm inputs. 43) 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. 44) 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.

-16-45) 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. 46) The Digital Video Recorder shall have 3 different layers of Password for better authenticity and flexible level of control. 47) The Digital Video Recorder shall have both manual and automatic lock functions that will not affect the recording operation of the unit. This shall either be done manually or by using a pre-set menu option to automatically lock the unit after 30 seconds of no buttons being pressed on either the front panel or IR remote control. This will prevent unauthorized use and shall require an operator to input a password to unlock the unit. 48) The digital Video Recorder shall be able to control telemetry cameras and should support multiple telemetry protocols. 49) Cameras with telemetry shall be controllable using the Enterprise Viewing Software across an Ethernet network. 50) The Digital Video Recorder shall have the ability to connect to LAN / ETHERNET Each remote unit will have varying levels of password protection for remote access. Users logging on via the network will have their user names logged locally in the digital video recorder history log with their log on / off dates and times. The operator will have the option to be alerted via on-screen symbols and audible alarm for video loss, motion and sensor events as they happen. Optimum bandwidth settings shall be available for Ethernet network transmissions. License free Enterprise Viewing Software for Windows shall be included with each unit. 51) The DVR shall comply with the following parameters:- Display Speed (NTSC / PAL) Recording Speed Max. CIF (352*240) Max. 2CIF (704*240) 120 / 100 fps 120/ 100 fps 60 / 50 fps Video In Video Out Audio Alarm Control Device Screen Signal Level 1.0Vpp Composite (+-10%) / 75Ohm Balanced Channel 8 Channel (BNC) Main Display 1 VGA (1024 x 768 @ 60Hz ) Loop-Out 8 Channel (BNC)-Loop Out / 1ch(BNC) Out / 1 S-Video Spot out 2 Channel Digital(BNC) Input / output 4 Line in (RCA) / 1 Line out (RCA), Codec:G.711(64Kbps) DI / DO 8 input / 8 digital out ( 5Vpp) Panic Alarm Input Yes Keypad/PTZ keyboard Controller Remote Controller USB mouse controller USB Keyboard Display Split 1, 4, 6, 8, 9 Interface Graphic User Interface Format NTSC / PAL Auto detection Video Multi-Language Support System Reliability Codec Image Quality Recording type Functions Modified MPEG-4 Highest/ High/ Standard/ Low Continuous/ Motion/ Event /Panic English compulsory Water Mark Watch Dog

Storage firmware Update Interface type Hard Disk Capacity Recording HDD mode Back Up File Format File Export Shut Down Detection Auto Recovery Factory Default by USB or Network PATA, SATA (option) 2TB ( FOR SUPPORTING 45 DAYS RECORDING) 4 TB ( FOR SUPPORTING 90 DAYS RECORDING) Write once / Overwriting AVI, JPG, BMP USB Flash, Internal CD/DVD + RW burner Playback Search Function Remote Access Power Connectors Source / Consumption USB port Time/Date, Event (Alarm/Motion), Event motion (Smart search) TCP/IP, View, Search, Recording and Control (Client Software or browser) 120 to 240 VAC / 60 watt Max. USB port * 4 (Ver 2.0, Front:2, Rear:2) RS-232 1-D type female connector ( for PTZ, GPS ) RS-485 2 pin ( for Keyboard, PTZ, GPS or POS connection ) TFT / LCD Colour Monitor Specifications 1. The Color display shall be suitable with the standards of the selected cameras. It shall be solid state and modular in design. It shall provide a bright, clear and well-defined picture display on the screen. 2. All controls for brightness, contrast etc. shall be provided on the front panel for readily adjusting the levels of the video signal. The rear panel shall be provided with input and output connectors for coupling the video output to other Monitors. 3. The video monitor installed shall be of 17 size. 4. The Monitor shall comply with the following parameters :- Video: PAL / NTSC color composite 1.0Vp-p LCD: 17 diagonal, 0.66 mm Stripe pitch Resolution: 1280 / 1024 pixels Contrast Ration: 500: 1 Viewing angle : 140 degree horizontal,130 degree vertical Power Input: 90 260 VAC, 50/60 Hz Consumption: 40 Watts

-18- Video Cable Specifications Video Cable RG-59 of the following minimum specifications shall be used for connecting cameras installed at various locations to the DVR :- Centre conductor size : Solid Bare Copper 63mm Di - electric material : Polyethylene (PE), 7.1mm dia white colour DC resistance inner conductor : 8.5 Ohms/Km Capacitance : 53 +/- 3 Ohms Di-electric strength : 10 KVA AC mains Insulation resistance : 50 M Ohm/km Nominal impedance : 75 Ohms Min Bending radius : 55 mm Power Cable Specifications Power cables used for extending power supply to various cameras and other devices shall have the following minimum specifications:- No. of Cores - 03 (three) Conductor size - 1.5 sq mm, 7/0.68 multi strand with standard annealed electrolytic copper conductor. Primary Insulation - PVC Insulated Armouring - Galvanized Steel Wire PVC Conduit Specifications PVC Conduit of medium grade (ISI mark) with 20 mm dia will be used for laying Video Cables / Power cables. LIST OF RECOMMENDED MAKES FOR CCTV SYSTEM OTHER THAN ISI OR ISO HOLDING COMPANY 1. Cameras: CBC / Sony / Honeywell 2. Digital Video Recorder: CBC / Sony / Honeywell 3. Monitor: LG / SAMSUNG / Sony / Panasonic 4. Video Cable : Finolex / Ocean / Polycab / RR Kabel / Poliplast 5. Power Cable : Finolex / Ocean / Polycab 6. PVC Conduit : BEC / AKG / Precision / Circle Arc / Pressfit

-19- FINANCIAL BID-I RATE CONTRACT FOR SUPPLY & INSTALLATION 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 system for 2 TB Component (as per Net Rate Package consisting Net Rate per tender specification) per unit (all of package (all inclusive) inclusive) 8 Channel Standalone 8 Channel Digital Video Recorder Standalone Digital Video Recorder with 2 TB HDD 1/3 Colour CCD Fixed Dome / CS Mounted Camera 1/3 Colour CCD CS Mount IR Camera 17 TFT/LCD Colour Monitor 2 TB Hard Disc (SEAGATE/SAMSUNG) 4 TB Hard Disc (SEAGATE/SAMSUNG) Cabling (Per Meter) (RG-59 Video Cable & Power Cable in PVC conduit) Warranty Period -7- Cameras 1/3 Colour CCD Fixed Dome / CS Mounted -1- Camera 1/3 Colour CCD CS Mount IR One 17 TFT/LCD Colour Monitor Cabling 200 Mtrs (RG-59 Video Cable & Power Cable in PVC conduit) Cost of proposed package of 8- channel CCTV system for 4 TB Package Net Rate per package (all consisting of inclusive) 8 Channel Standalone Digital Video Recorder with 4 TB HDD -7- Cameras 1/3 Colour CCD Fixed Dome / CS Mounted -1- Camera 1/3 Colour CCD CS Mount IR One 17 TFT/LCD Colour Monitor Cabling 200 Mtrs (RG-59 Video Cable & Power Cable in PVC conduit) Buy Back of the existing CCTV System if replaced with a new one. We confirm that the above rates are NET RATES inclusive of MATERIAL and all the Taxes /levies / transportation /installation/commissioning/after sales service without any charge during warranty period. 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