Você está na página 1de 43

VIJAYA BANK, Security Department, H.O.

Bangalore

VIJAYA BANK
(A Government of India Undertaking)
HEAD OFFICE, BANGALORE

REQUEST FOR PROPOSAL

VENDOR EMPANELMENT AND PRICE BID DOCUMENTS


NOTICE FOR EMPANELMENT OF ELIGIBLE REPUTED MANUFACTURERS/AUTHORISED
DEALERS OF CCTV SYSTEMS AND HYBRID ALARM SYSTEMS

SECURITY DEPARTMENT
HEAD OFFICE
41/2, MG ROAD,BANGALORE -560001

Signature of the Vendor with Seal Page 1 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

:
( ) Branch : SECURITY DEPT
VIJAYA BANK
-
(A Govt. of India Undertaking)
Email : security@VIJAYABANK.co.in
Head Office Web : www.vijayabank.com
41/2, M G Road Phone : 080-25559833
Bangalore 560 001 Fax : 080-25598015

CONTENTS

1. Tender Notification.

2. General Conditions.

3. Technical Bid Schedule.

4. Commercial Bid Schedule

5. Annexure

Annexure-I ( Vendor Profile )


Annexure-II ( Application covering letter)
Annexure III (Technical Specification for CCTV & Alarm System)
Annexure IV (List of Regional Offices)
Annexure V (Price bid format for CCTV System)
Annexure VI (Price bid format for Alarm System)
Annexure VII (Optional Items rate)

ELIGIBLE VENDORS THAT FULFIL THE ELIGIBILITY CRITERIA STIPULATED MAY APPLY
UNDER TWO BID SYSTEM. TENDER APPLICATION CAN BE DOWNLOADED FROM OUR
WEBSITE www.vijayabank.com

NOTE: THIS TENDER BOOK, DULY FILLED IN AND SIGNED ON ALL PAGES SHOLD BE DELIVERED TO:

CHIEF SECURITY OFFICER


SECURITY DEPT.,
VIJAYA BANK, HEAD OFFICE,
41/2 M. G. ROAD
BANGALORE 560 001

Signature of the Vendor with Seal Page 2 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

SCHEDULE
Sr. Subject Date/time
No
1 Date of Commencement of RFP 01st Jan, 2016

2 Last Date of Clarification of 16 Jan, 2016, by 2 PM


Observations of Vendors
3 Last date for receipt of 20 Jan, 2016 by 3 PM
Application Documents RFP
4 Date & Time of Opening of 21 Jan, 2016 at 2 PM or as decided by Bank
Application Documents for
empanelment.
5 Conduct of Demonstration / Schedule will be intimated later.
Presentation
(After scrutiny, eligible and
shortlisted Vendors will be called
for presentation)
6 Date & Time of Opening of Price Schedule will be intimated later to
Bid Application Documents technically qualified vendors.

7 Cost of Application Documents Demand Draft/ Pay Order of Rs. 2000/- in


favour of Vijaya Bank payable at par at
Bangalore along-with Application.
8 EMD Amount Demand Draft of Rs. 25,000/- in favour of
Vijaya Bank, payable at Bangalore ( To be
enclosed with the Technical Bid)
9 Place of Opening of Application Vijaya Bank , Head Office, Security
Documents Department ,Ground Floor, 41/2 MG Road,
Bangalore-01
9.1 Website address https://www.vijayabank.com
9.2 E-mail address security@vijayabank.co.in

Part A (Technical Bid/ Empanelment Bid Process) & Part B (Commercial Bid) must be
submitted in a separate envelope super scribed as Technical Bid & Commercial Bid
respectively.

Please note the following points while submitting the offer:

1. The Vendors shortlisted in the empanelment process shall abide by the quality
parameters of service prescribed and other terms of the Bank.
2. Bank reserves the right to terminate the contract at any point of time without assigning
any reason or advance notice. Similarly the terms of the tender may be amended by
the Bank, if necessary, to ensure competitiveness and quality of service.
3. Bidders submitting insufficient information and offers which do not strictly comply with
the stipulations given above, are liable to be rejected.
4. Bank may accept or reject in full or in part any or all the offers without assigning any
reasons whatsoever.
5. Bank reserves the right to amend the RFP / place clarifications/explanations/ additions/
modifications/corrigendum on various aspects of RFP on Bank's Web-site.

Signature of the Vendor with Seal Page 3 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

PART A
EMPANELMENT & TECHNICAL BID

Signature of the Vendor with Seal Page 4 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

NOTICE

EMPANELMENT OF VENDORS FOR SUPPLY OF


CCTV SURVILLANCE & ALARM SYSTEM TO VIJAYA BANK

VIJAYA BANK
41/2 MG ROAD,
Security Dept, Head Office,
Bangalore-560001

GENERAL NOTICE, PROCEDURE, QR AND CRITERIA FOR VENDORS BID

General:

1. Vijaya Bank, Security Dept., HO, 41/2 M.G. Road, Bangalore -560001, invites sealed
offers/ bids from eligible reputed manufacturers and/ or their authorized dealers/
agents for empanelment / supply, installation and maintenance of CCTV Surveillance
Systems & Alarm System for its branches/ Chests/ATM sites/ offices throughout India.
As the requirement covers different Geographical areas of the Country where the
branches/offices/ATM sites are located, common or separate empanelment covering all
the areas will be made. (Vendor profile & Application covering letter as per Annexure I
and II) Prospective Vendors must read Instructions to Vendors: Empanelment for
Supply of CCTV Surveillance & Alarm Systems as per General Conditions. The
offers/ bids will be valid for a period of 6 months from the date of opening the bids.

2. Vijaya Bank has a network of over 1800 Branches/ Offices and 1600 ATMs spread all
over the country. These branches are grouped under 31 Regional Offices. The
branches/ offices function directly under the Regional Offices. (Details of Regional
Offices are given at Annexure- IV). The vendor should select the Region for which
they are willing to empanel.

Broad Scope

3. The criteria for empanelment are as follows and only those agencies that fulfil the
following criteria are eligible to bid.

Tentative Requirement: The Bank requires CCTV and Alarm Systems for strengthening
security arrangements of Branches/Offices/Currency Chests/ATM sites located across
the country. The initial requirement will be for 200 branches/ATM sites.

4. Further, empanelled vendors may have to undertake AMC services of existing CCTV
Surveillance & Alarm System already installed and functional at various branches of the
bank.

5. The current process is for empanelment of CCTV and Alarm vendors and for obtaining
indicative rates. Respective Regional Offices will obtain competitive quotes from
empanelled vendors for CCTV/ Alarm Systems on need basis. The Vendors should not
have any objection to e-tendering process if required by the bank.

Signature of the Vendor with Seal Page 5 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

6. List of CCTV Surveillance & Alarm System for the Branches under different categories
for which empanelment is sought is given at Annexure-III. Vendors may seek
empanelment for one or more categories or all the CCTV Surveillance & Alarm System
items mentioned in the list. The broad technical general technical specifications for
main CCTV Surveillance & Alarm System items are as per Annexure III.

7. Vendors may apply for empanelment pan- India or for one or more Regional Office. The
process of empanelment and basic criteria which the Vendors should fulfil for
empanelment is given in subsequent paragraphs.

Application Form

8. The application form to be filled and submitted as per Annexure II (cover letter) and
Annexure I (Vendor Profile). This notice document General Notice, Procedure, QR and
Criteria for Vendors should be signed as agreed to on each and every page with official
seal and enclosed along with the Application Documents. Cost of Application
Documents: Vendors must enclose Draft/Pay Order for amount Rs. 2000/- (Rs Two
Thousand only) in favour of Vijaya Bank payable at Bangalore towards cost of
Application Documents (Non refundable). The applications without this amount shall be
rejected.

Empanelment Bid Process:


9. The empanelment of Vendors for supply and maintenance of CCTV Surveillance &
Alarm System shall be done in three phases as under.

a) Phase I-Technical Process:

i) Applications with validity period of 6 months to be submitted as per instructions and


guidelines given in this notice as per application format. Interested Vendors may arrange to
submit their application duly complete in all respects in a sealed envelope cover superscripted
"Application for CCTV Surveillance & Alarm System Empanelment" on or before 3 PM. on 20th
Jan 2016, at the following address:

Chief Security Officer


Vijaya Bank
Head Office
41/2, M.G. Road
Security Department
Bangalore-560001

ii) The selection/short-listing of the applications so received will be done by carrying out
evaluation and checking of various parameters/criteria fixed by the bank for Phase II.

iii) Prospective Vendors may seek clarification if any, by 2 PM on 16 Jan, 2016, from Vijaya
Bank, Security Dept., Head Office.

iv) The applications shall be opened at 2 PM on 21 Jan, 2016, or on any suitable date as
decided by the banks committee for the purpose. The applications will be valid for a period of
6 months from the date of opening the same. Thereafter scrutiny of Application Documents
will commence.

Signature of the Vendor with Seal Page 6 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

b) Phase II-Demonstration of Equipment.

i) Vendors who are found eligible and selected in Phase - I, will be called upon to
demonstrate their CCTV Surveillance & Alarm Systems as per programme drawn by
the bank at its Head Office. This may require temporary installation of equipment at
designated place for a period of 2 to 7 days in order to evaluate it at the expense of
the Vendor. The equipment will be checked for QR, technical parameters as per
Application Documents submitted and as per requirement and suitability of bank.

ii) The Vendors shall be empanelled if the CCTV Surveillance & Alarm System
demonstrated are found satisfactory in all respects and as per requirement of bank
and after meeting all other criteria as per this document. Vendor may be selected
for all or for a particular CCTV Surveillance or Alarm System category for which
application has been made, if found suitable in all respects.

c) Phase III- Allotment of Regional Office. Shortlisted and selected Vendors will be allotted
to various Regional Offices as per their service network and subject to various criteria laid
down for the same.

BASIC CRITERIA OF PROSPECTIVE VENDORS:


Registration
10. The prospective vendor should be a registered company/firm including system
integrators, manufacturers (OEMs) and or their authorised suppliers and dealers, capable of
providing integrated solution of supply, installation, after sale services and maintenance of
the system provided.

a) The Vendors should have authentic PAN, Sales Tax, CST, VAT, TIN, Service Tax, ESI and
EPF distinguished registration numbers etc allotted by competent authorities. Sales tax
registration should have been done in each of the state where Vendors wish to apply for.
b) The Vendors should have requisite trade/manufacturing/factory licence from appropriate
authority.
c) Certificate of statutory competent authority regarding Registration and Incorporation,
Memorandum & Article of Association, Partnership Deed etc is a must.

Area of Service
11. Area of Service. The Vendors may apply for empanelment for pan India services or for
one or more Regional Office, as per turnover and service centre criteria mentioned in Para
15 below.
12. List of Regional Offices and number of branches in each Region is enclosed at Annexure
IV.
13. The Vendor must have his own established office with required man and material in the
concerned region for which vendor want to empanel.
14. The details of such offices with address, name of in charge, contact numbers and names
of service personnel are required to be submitted as per format given at Annexure I.

Turnover and Service Network Criteria:


15. The Vendors should have following financial turnover and service centre criteria besides
having sales tax registration in each of the state concerned:-

(i) Proof of having executed such work for at least two nationalized banks for last 3 years for
minimum amount of Rs.50 lakhs and above per annum. Performance report/certificate for
same to be enclosed.
(ii) Proof of having executed such work for minimum turnover of Rs. 1.50 crore per annum for
last 2 years.

Signature of the Vendor with Seal Page 7 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

(iii) An undertaking that firm is capable of undertaking installation and maintenance work in
rural areas where majority of banks branches are located.

Experience, Performance and Product Certification:


16. The Vendors should have the following experience, product certification and other
criteria:-

a) Experience. The Vendor should have minimum three (3) years experience in the field of
supplying and maintaining CCTV Surveillance & Alarm System required by the bank and for
which empanelment is sought, as on 31st Dec 2015.

b) Product Certification. The products of the Vendor should have certification of quality
given by the Bureau of Indian Standards BIS/RBI/IBA or UL, EN, FCC, CE and tested at
Electronic Regional Test Laboratory or any other industry recognised certification as applicable
and acceptable to bank. Preference shall be given to products having security certification.
The products should be based on latest technology for the specific requirement.

c) OEM Certificate. The Vendor should have OEM certificate along with confirmation that
they would supply spare parts for the quoted model for a period of 3 years from the date of
installation.

Sr
NO General OEM Guidelines
OEM should have online dedicated CCTV support centre available during working
hours and a fully equipped repair and maintenance office in India. Document details
1 to be submitted for the same for verification.
2 OEM should be ISO 14001 certified.
Documents of Manufacturing license/ Excise Registration of the OEM factory need to
3 be submitted for verification.
4 Product Certification copies to be attached as per the specifications.
5 The firm should produce authorization from OEM for its offered makes in original.
To evaluate the offered solution/products, POC will be conducted by technical
committee. POC date(s) will be intimated separately after evaluation of Technical
6 bids of prospective bidders.
7 Multiple brand Techno-commercial bids from single bidder will be rejected.
8 The CCTV and DVR should be of same Make.
9 Serial number of products to be provided by the OEM.
Audit for Banks whether actual material is provided or not needs to be done by OEM
10 as and when required by Bank without any additional cost.
Service office details to be provided pan india. Regional offices of OEM needs to be
11 there in almost all Tier I and Tier II cities

d) Installation /Work Experience: The Vendor should be on the panel of at least two
PSU/PSBs/Govt Organisation. They should have supplied particular category of security
equipment to Govt. Departments, Public / Private Sector Banks and Govt. Corporations.

e) Performance Certificate: The Vendor should submit a Satisfactory Performance Certificate


from minimum two concerned PSB/PSU/Govt Department on whose panel it is conducting
business related to supply of security equipment.

Signature of the Vendor with Seal Page 8 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

f) Supply & Installation: The Vendor should be able to supply and install the products for
which empanelment is sought by themselves or through their authorised
representatives/dealers, the details of whom should be enclosed along with Application
Documents.
g) Past Record: The Vendor or their entities should not have been blacklisted by any
PSU/PSB/Govt Organisation in past 3 years. A notarised certificate be submitted stating that
the company/firm or its owner or any sister concern have not been so blacklisted.
h) Inspection of Facilities: The Vendor should not have any objection to bank inspecting their
manufacturing / R&D /other infrastructure or any office to verify documentary/other claims as
per application process. Bank may also hold inquiries from past/existing clients of the Vendor.

TERMS & CONDITIONS


Vijaya Banks Right to Accept/Reject any/or all Application:

17. Vijaya Bank reserves the right to accept/reject any or all application and to annul the
empanelment process and accept/reject all applications at any time prior to registration or
any time after registration, without thereby incurring any liability to the affected Vendors or
any obligation to inform the affected Vendors of the grounds for Vijaya Bank's action.

Vijaya Banks Right to Split the Service Area Work:

18. Vijaya Bank reserves the right to split and distribute the work among the registered
Vendors partly or fully. Vijaya Banks Right to Issue Clarifications, Addendums, Corrigendum
etc.

19. If any Vendor should find discrepancies or omission in the terms & conditions of the
tender document, or if any clarification is sought, a written request to the application inviting
authority for correction / clarification or interpretation can be submitted by 2 PM, 16 Jan
2016. VIJAYA BANK can at any time issue clarifications, addendums or corrigendum. The
same will be published in the Vijaya Banks website. The Vendors are requested to regularly
visit the Vijaya Banks website.

Criteria for Application Rejection/ Cancellation of Registration:

20. Vendors application for empanelment or the registration after empanelment of Vendor
may be rejected / cancelled on the following grounds:

a) Any effort by Vendor/ registered Vendor to influence Vijaya Banks decisions on evaluation
and registration process may result in rejection of application or cancellation of registration.

b) Applications submitted without cost of Application Documents (Rs 2000/-) and EMD
amount Rs. 25,000/- or which do not confirm unconditional validity of the application as
prescribed or submission of false/fake Application Documents or if the information provided
by the Vendor is found to be incorrect /misleading at any stage / time during the
empanelment process or thereafter.

c) Applications received by VIJAYA BANK after the last date and time prescribed for receipt of
application or applications without signature of person (s) duly authorized on required pages
of the application or applications without power of authorization and any other document
consisting of adequate proof of the ability of the signatory to bind the Vendor shall be
rejected.

d) Malpractice / attempt to influence / Manipulation of rates at circle level by itself or by


cartelization shall be viewed very seriously. If such a situation comes to the notice and/or
there are reasons / circumstances for VIJAYA BANK to believe so, the concerned Vendor will

Signature of the Vendor with Seal Page 9 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

be called in to give justification of rates quoted by them to the circles. If they are not able to
give a proper / satisfactory justification of their quoted rates, their empanelment /
enlistments are liable to be cancelled.

e) If the Vendors are found, subsequent to their registration, not complying with, any of the
eligibility criteria.

f) If continuous poor performance has been observed from Vendor.

g) Any other grounds as decided by VIJAYA BANK management after due diligence.
h) Such Vendors, whose empanelment / enlistment is cancelled due to any of the above
reasons, will not be considered for subsequent empanelment for a minimum period of 3
(three) years.

Monitoring of performance and Other Conditions.


21. The Vendors performance on the job will be constantly monitored for quality, adherence
to the Safety Regulations, Labour / Statutory regulations, Conduct / Discipline etc, while
executing jobs in Circle Offices. Any deviations from stated conditions can lead to appropriate
deterrent action as deemed fit by VIJAYA BANK.

a) VIJAYA BANK reserves the exclusive right and absolute discretion to call for tenders for any
job or otherwise it deems fit from open market, even during the validity of the empanelment
period.
b) Successful empanelment by VIJAYA BANK is no guarantee of any future award of work or
inclusion on a particular tender list.
c) The empanelment will be for a period of 3 years subject to yearly review based on
performance.
d) Financial and detailed technical bids for award of work shall be called as per need by Head
Office/Regional Offices.

EMD Amount:
22. The Vendor should deposit Demand Draft/ Pay Order of Rs. 25,000/- in favour of Vijaya
Bank payable at par at Bangalore along-with Technical Bid as EMD amount. The EMD amount
of vendors who qualifies for empanelment will be retained with the Bank till the period of
empanelment, EMD amount will be returned to the unsuccessful bidder /vendor immediately
after completion of empanelment process.

Jurisdiction and Governing Law:


23. All disputes or differences whatsoever arising between the parties out of or in relation to
the construction/meaning and operation or effect of this empanelment document or breach
thereof shall be settled amicably. If, however, the parties are not able to solve them amicably
the same shall be settled by arbitration in accordance with the Arbitration and Conciliation Act
1996 and the award made in pursuance thereof shall be binding on the parties. The
Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be subject to exclusive
jurisdiction of courts at Bangalore.

Penalisation:

24. Any delay in completion of the work over the stipulated period will attract penalty of 1%
of the contract value (site basis) per week subject to maximum of 10% of the contract value.
The Bank reserves its right to recover this amount by any mode, which includes adjusting
from any payment to be made by the Bank to the supplier.

Signature of the Vendor with Seal Page 10 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Facility Management of CMS

25. The Bank may also avail the services of the successful vendor for the Facility
Management of DVRs remotely from a central location. Hence, the vendor shall also offer
Facility Management Services (FMS) through CMS to extend the service support and
monitoring of DVRs, at various locations in the bank, by deploying one engineer per shift
from Monday to Saturday (from 9.00 A.M. to 6.00 p.m.) at the Banks central location i.e.
Vijaya Bank, Head Office Bangalore to achieve the following objectives:

i) Remotely monitoring the working of the DVR Systems, Cameras, Hard disks,
Hubs and other related hardware, software (including central monitoring
software) as per the requirements of the Bank, through their Central Monitoring
Software from the Banks DIT, Bangalore.
ii) Providing image proof/footages through snap shots and/or video clippings to the
Bank officials for producing the same as evidence to the Law Enforcing
Authorities.
The vendor is required to quote the charges on per month basis at Annexure E (Indicative
Price Bid) of this tender and the said FMS Contract shall be valid for a period of two Years
from the date of commencement of FMS at our HO, Bangalore. The Bank will release
payment quarterly, in arrears after completing every quarter, on receipt of claim/invoice
to be routed through the Banks officials at DIT, HO Bangalore with their
recommendation. The scope of work for these services is as per following detailed:

SCOPE OF WORK UNDER FACILITY MANAGEMENT FOR CENTRAL MONITORING


SOLUTION

The Vendor shall provide Central Monitoring System (CMS) Software, at no additional cost
which is required for monitoring DVRs mainly installed/to be installed at Branches/ATMs,
through Facility Management Services at Banks Head Office in Bangalore. The details of
Scope of Work shall be as under:

1) Supply & installation of DVR System


2) First Line Maintenance (FLM) including Preventive Maintenance of DVRs.
3) Help Desk at Banks HO for DVR fault reporting
4) DVR monitoring for improved up-time and Network Management
5) Incident Management & Reporting Services
6) Call escalation and Co-ordination Services
7) Image Retrieval and Forwarding Services
8) Weekly Attendance Sheet of the Vendors Resource Person to be submitted to DIT,HO.
9) Monthly Call Report (for image/video requests provide/not provided) to be submitted to
DIT/ Security Dept.HO
10)MIS Reports as per the Banks requirement

The vendor shall extend the service support and monitoring of DVRs, at various locations in
the Bank, by deploying one engineer per shift from Monday to Saturday (from 9.00 a.m. to
6.00 p.m.) at our DIT, HO. Bangalore who shall perform the following activities:

1) To do the health check for all DVR systems in the network


2) To check the Network status of all DVRs
3) To check the DVR/Cameras/Hard disk Status including space etc.
4) As and when DVRs are found to be defunct/not working, immediately raise alarm to
their Head Office by e-mail with a copy to our DIT,HO/ZOs/Branch/ATM Monitoring
Agencies, for taking corrective action

Signature of the Vendor with Seal Page 11 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

5) To give feed back to the Bank officials on the pending and completed service calls by
sending daily reports to ROs
6) To check the respective DVR and pull the snap shot pictures from the recorded files in
the respective DVR, on demand from the Bank officials and to hand over the same to
the Bank officials, within 24 hours, subject to availability of sufficient bandwidth for
retrieving the images/snap shots
7) To add and cover any new DVR(s) supplied and installed by the vendor in future, into
the CMS module
8) To submit MIS Reports to the Bank Officials as per the requirement of the Bank.

METHOD OF PROVIDING IMAGE PROOF

2.1 For the images pulled through CMS, the vendor shall provide hard or soft copies of the
footage/image snap shots on demand to the officials of the Bank at DIT, HO only,
irrespective of where the demand has come from. However, the video clipping/images
taken physically from the DVR shall be handled over to the respective branch officials
only as per the existing procedure.

2.2 The vendor shall also be responsible to provide required Data Backup duly written on the
storage media viz.DVD/CD/in case of any requirement from the Bank. Wherever video
clipping is required/ requested, the vendor shall provide the same by CD/DVD/any other
suitable media as per the agreed terms. The USB/Pen Drive should not be used in the
systems connected to the banks Wide Area Network without prior permission from the
Banks concerned official(s).

2.3 The vendor shall agree that any information/clippings/images captured in DVRs will not
be shared or disclosed to any third party, without explicit permission of the Bank and
shall also agree that information/images/clippings will be shared only through the
authorized official of the Bank.

COMMENCEMENT OF FMS

The successful vendor shall arrange to commence the Facility Management within 30 days
from the dates of implementation and satisfactory demonstration of the CMS.

PAYMENT TERMS

The Bank will release payment quarterly, in arrears, after completing every quarter, on
receipt of claim / invoice to be routed through the Banks officials at DIT, HO Bangalore with
their recommendation

PRINTING OF IMAGES
The vendor has to provide software or tool required if any at branches for opening / printing of images/snap shots
received through e-mail from the vendor
REGISTERS TO BE MAINTAINED

Following registers will be maintained by the Vendor Resource Person/s at FTS Centre,
Bangalore to record the visits of the Engineers.

1. Engineers visit to DIT, HO.


2. DVR IP Register
3. Fault/Breakdown register
4. Register of images provided to branches by mail.

Signature of the Vendor with Seal Page 12 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure - I

SUPPLIER PROFILE

1. Name of the Organization and Address:

2. Year of Establishment:

3. Status of the firm:


(Whether Pvt. Ltd. company / Pubic Ltd. company/ Partnership Firm)

4. Name of the Chairman/Managing Director/CEO/Country Head (as the case may be):

5. Whether registered with the Registrar of Companies/Registrar of Firms in India. If so,


mention number and date and enclose Registration Certificate copy.

6. a) Name and address of Bankers :

i) ii)

b) Turnover of the Company/Firm in 2011-12, 2012-13, 2013-14 and 2014-15:

(Please attach a copy of audited Profit & Loss Account for the above four years)

2011-12 :

2012-13 :

2013-14 :

2014-15 :

Signature of the Vendor with Seal Page 13 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

7. Whether registered for sales tax purposes. If so, mention number and date. Also furnish
copies of sales tax clearance certificate.

8. Whether an assessee of Income Tax. If so, mention Permanent Account Number. Furnish
copies of Income tax clearance certificate.

9. Is the Company/Firm a manufacturer of the CCTV Surveillance System & Alarm System
equipment/ accessories required by the Bank? If yes,

10.
a) Give the Name of the equipment and place where manufacturing unit is located.

b) Mention the address and phone number of the companys Head Office/ Offices at
various locations where Banks Regional Offices are located below (Attach details as
separate enclosure):

c) Give the date of opening of companys Offices at various locations where Banks
Regional Offices are located below:

d) Give details of the after-sales service facility in terms of technical manpower and
spares provided by your company at various locations where Banks Regional Offices
are located below:

11.What are your main fields of activities? Mention the fields giving the annual turnover for
each field?
i)
ii)

iii)

Signature of the Vendor with Seal Page 14 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

iv)

12.Since when and how long your Company/firm has been installing CCTV & Alarm System
required by the Bank?

13.If you have been prequalified by other organization/statutory bodies, such as Banks,
companies, etc. for installing CCTV Surveillance & Alarm System, furnish their names,
category and date of registration.

14.Furnish the names of renowned organizations, where you have provided CCTV Surveillance
& Alarm System in the last three years, i.e., from 01 Jan 2013 onwards:
Year of Value of orders
Name of Organization with Address
Installation

(Please attach copies of their orders or other proof documents)

A separate sheet may be attached if the above space is inadequate)

Signature of the Vendor with Seal Page 15 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

15.Details of Technical Staff at various locations where Banks Regional Offices are located:

Sr. Name Qualification Post Held Experience


No.

16.I / We have read and understood the tender documents and I / We understand that if any
false information is detected at a later date, any contract made between ourselves and
Vijaya Bank on the basis of the information given by me / us can be treated as invalid by
the Bank and I / We will be solely responsible for the consequences.
17.I / We agree that the decision of Vijaya Bank in selection of vendors/contractors will be
final and binding to me / us.
18.All the information furnished by me/us above here is correct to the best of my/our
knowledge and belief.
19.I / We agree that I / We have no objection if enquiries are made about the work listed by
me / us here in above and/or in the accompanying sheets.

Place.

Date. SIGNATURE:

Name & Designation & seal of the Company

Signature of the Vendor with Seal Page 16 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure-II

Application for Empanelment of Vendors for Supply of CCTV Surveillance & Alarm System
(TO BE TYPED ON THE VENDOR'S PRINTED LETTER HEAD)

Chief Security Officer


Vijaya Bank
Head Office
41/2 MG Road
Security Department
Bangalore-560001

Ref. No. Date

Dear Sir,

Subject: Application for Empanelment for Supply of CCTV Surveillance & Alarm Systems.

1. With reference to your news paper advertisement on the captioned subject dated 1st Jan
2016, and also the details released on the website of the Bank which we have carefully
perused and understood the criteria mentioned therein.

2. Accordingly, we now submit the application form duly completed in all respects, together
with certified copies of the following documents as required by you for empanelment for
supply of CCTV Surveillance & Alarm System to your bank.

3. We confirm that all information given herein is true to the best of our knowledge. We also
understand and confirm that if any of the information given is found to be incorrect either
fully or partially or any false/fake document is submitted at any stage, you may reject the
application summarily and also take any legal action as per law.

4. It is also confirmed that we hereby agree with all the terms and conditions laid down in the
application/empanelment documents.

Yours faithfully,

(Vendor's Signature, Name with Seal)

Encl: Documents:-

Signature of the Vendor with Seal Page 17 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure III

A- TECHNICAL SPECIFICATION FOR CCTV SURVEILLANCE SYSTEM

1) TRYBRID 720P DVR FOR 4 CHANNEL, 8 CHANNEL AND 16 CHANNEL


Sr Compliance Yes /
Parameters Specifications
No NO
1 Video compression H.264

Analog and HD-TVI 4-ch 8-ch 16-ch


2
video input
BNC interface (1.0Vp-p, 75 )
Supported camera 720P/25, 720P/30, 720P/50, 720P/60, 1080P/25,
3
types 1080P/30, CVBS
1-ch 2-ch 2-ch
4 IP video input
Up to 2.0MP resolution
5 Audio compression G.711u
1-ch, RCA 8-ch 16-ch
Audio input / Two-way
6
audio in (2.0 Vp-p, 1 (2.0 Vp-p, 1
(2.0 Vp-p, 1 K)
K) K)
1920 1080 / 60 Hz,1280 1024 / 60 Hz, 1280 720 / 60
7 HDMI / VGA output
Hz, 1024 768 / 60 Hz
Main stream: 1080P(non-real-time) / 720P / VGA / WD1 /
4CIF / CIF
8 Encoding resolution
Sub-stream: WD1(non-real-time) / 4CIF(non-real-time) /
CIF / QCIF / QVGA
Main stream: 1/16 fps ~ Real time frame rate
9 Frame rate
Sub-stream: 1/16 fps ~ Real time frame rate
10 Video bitrate 32 Kbps-6 Mbps
11 Audio output 1-ch, RCA (Linear, 1K)
12 Audio bitrate 64 Kbps
13 Dual-stream Support
14 Stream type Video, Video & Audio
15 Synchronous playback 4-ch 8-ch 16-ch
16 Playback resolution 1080P / 720P / VGA / WD1 / 4CIF / CIF / QVGA / QCIF
17 Remote connections 128

TCP/IP, PPPoE, DHCP, EZVIZ Cloud P2P, DNS, DDNS, NTP,


18 Network protocols
SADP, SMTP, SNMP, NFS, iSCSI, UPnP, HTTPS

19 SATA 4 SATA interface


20 Capacity Up to 4 TB capacity for each disk
1; 10M /
100M /
1000M
1; 10M / 100M self-adaptive Ethernet
21 Network interface self-
interface
adaptive
Ethernet
interface

Signature of the Vendor with Seal Page 18 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

22 Serial interface 1; standard RS-485 serial interface, half-duplex


23 USB port 2 USB2.0
24 Alarm in / out 4 INPUT / 1 OUTPUT 4 INPUT / 2 OUTPUT
25 Power supply 12V DC
Consumption
26 15W 30W
(without hard disks) 20W
27 Working temperature -10 C ~+55 C (14 F ~ 131 F)
28 Working humidity 10% ~ 90%
380mm 1U
29 Chassis 1U chassis
chassis
30 Certifications UL,CE,FCC
31 Brand Samsung, Honeywell, Hikvision, Dahua

2. ATM DVR
Sr Parameters Specification
No Compliance Yes / No
1 Video compression H.264
2 Video input 4-ch
IPC input 2-ch 720P
3 3G Dongle Supported Model K4203I

Video input interface BNC (1.0 Vp-p, 75 ), PAL /NTSC self-adaptive


5
6 Audio compression G.711u
7 Audio input 4-ch, RCA (2.0 Vp-p, 1 k)

Two-way audio input 1-ch, RCA (2.0 Vp-p, 1 k) (using the audio input)

8 LCD screen 5-inch LCD display screen


9 1-ch, resolution:
10 VGA output 19201080/60Hz, 12801024/60Hz,
11 1280720/60Hz, 1024768/60Hz
12 Main stream:WD1/4CIF/2CIF/CIF/QCIF
Encoding resolution
13 Sub stream: CIF/QCIF
14 Frame rate 25 fps (P) / 30 fps (N)
15 Video bitrate 32 Kbps ~ 3072 Kbps
16 Audio output 1-ch, RCA (Linear, 1 k)
17 Audio bitrate 64 Kbps
18 Dual-stream Support
19 Stream type Video, Video & Audio
20 Synchronous playback 4-ch
21 SATA 2 SATA interfaces
22 Capacity Up to 4TB capacity
23 Network interface 1, RJ45 10M / 100M Ethernet interface

USB interface 2, USB 2.0


24
Serial interface RS-232, RS-485 (half-duplex)
25

Signature of the Vendor with Seal Page 19 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Alarm input 4
26

VQD, HDD Error & Full, Video Tampering, LAN


Exception support
Failure etc
27
28 Alarm input 1
29 Power supply 12 VDC
Consumption
(without hard disk or DVD- 10 W
30 R/W)
31 Working temperature -10 C ~+55 C
32 Working humidity 10% ~ 90%
33 Certification UL, CE , FCC
Required Make [any one
34 of Samsung, Honeywell, Hikvision, Dahua
specified]

3. VARIFOCAL HD IR DOME CAMERA


Sr
Parameters Specifications
No Complaince Yes / NO
1 Image Sensor 1.3MP CMOS Image Sensor
2 Effective Pixels 1280(H)*960(V)
4 Min. Illumination 0.01 Lux @(F1.2,AGC ON), 0 Lux with IR
5 Shutter Time 1/25(1/30) s to 1/50,000 s
6 2.8 - 12 mm @ F1.4
Lens
7 Angle of view: 97 - 30.4
8 Lens Mount 14
9 Angle Adjustment Pan: 0 - 360, Tilt: 0 - 75, Rotation: 0 - 360
10 Day & Night ICR
11 Synchronization Internal synchronization
12 Video Frame Rate 720p@25fps/720p@30fps
13 HD Video Output 1 Analog HD output
14 CVBS Output Can Connect to any existing or HD DVR
15 S/N Ratio 62dB
16 Working -40 C - 60 C (-40 F - 140 F)
17 Temperature/Humidity Humidity 90% or less (non-condensing)
18 Power Supply 12V DC15%
19 Power Consumption Max. 5W
20 Weather Proof Ratings IP66
21 IR Range Up to 40m
22 Certifcations UL,CE,FCC
23 Brand Samsung, Honeywell, Hikvision, Dahua

Signature of the Vendor with Seal Page 20 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

4. VARIFOCAL HD IR BULLET CAMERA


Sr
Parameters Specifications
No Compliance Yes / No
1 Image Sensor 1.3MP CMOS Image Sensor
2 Effective Pixels 1280(H)*960(V)
3 Min. Illumination 0.01 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 2.8 - 12 mm @ F1.4
Lens
Angle of view: 97 - 30.4
6 Lens Mount 14
Pan: 0 - 360, Tilt: 0 - 90, Rotation: 0 -
7 Angle Adjustment
360
8 Day & Night ICR
9 Synchronization Internal synchronization
10 Video Frame Rate 720p@25fps/720p@30fps
10 HD Video Output 1 Analog HD output
11 CVBS Output Can Connect to any existing or HD DVR
12 S/N Ratio 62dB
13 -40 C - 60 C (-40 F - 140 F)
Working Temperature/Humidity
14 Humidity 90% or less (non-condensing)
15 Power Supply 12V DC15%
16 Power Consumption Max. 4W
17 Weather Proof Ratings IP66
18 IR Range Up to 40m
19 Certifcations UL,CE,FCC
20 Brand Samsung, Honeywell, Hikvision, Dahua

5. FIXED HD IR DOME CAMERA


Sr
Parameters Specifications
No Complaince Yes / NO
1 Image Sensor 1MP CMOS Image Sensor
2 Effective Pixels 1296(H)*732(V)
3 Min. Illumination 0.1 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 3.6mm (2.8mm, 6mm optional)
Lens Angle of View: 70.9(3.6mm), 92(2.8mm),
6 56.7(6mm)
7 Lens Mount M12
8 Angle Adjustment Pan: 0 - 360, Tilt: 0 - 75, Rotation: 0 - 360
9 Day & Night ICR
10 Synchronization Internal synchronization
11 Video Frame Rate 720p@25fps/720p@30fps
12 HD Video Output 1 Analog HD output
13 CVBS Output Can Connect to any existing or HD DVR
14 S/N Ratio 62dB
15 Working -20 C - 45 C (-4 F - 113 F)
16 Temperature/Humidity Humidity 90% or less (non-condensing)

Signature of the Vendor with Seal Page 21 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

17 Power Supply 12V DC15%


18 Weather Proof Ratings IP66
19 Power Consumption Max. 4W
20 IR Range Up to 20m
21 Certifcations UL,CE,FCC
22 Brand Samsung, Honeywell, Hikvision, Dahua

6. FIXED HD IR BULLET CAMERA


Sr
Parameters Specifications
No Complaince Yes / NO
1 Image Sensor 1MP CMOS Image Sensor
2 Effective Pixels 1296(H)*732(V)
3 Min. Illumination 0.1 Lux @(F1.2,AGC ON), 0 Lux with IR
4 Shutter Time 1/25(1/30) s to 1/50,000 s
5 Lens 3.6mm (2.8mm, 6mm optional)
Angle of View: 70.9(3.6mm), 92(2.8mm),
6 56.7(6mm)
7 Lens Mount M12
8 Angle Adjustment Pan: 0 - 360, Tilt: 0 - 180, Rotation: 0 - 360
9 Day & Night ICR
10 Synchronization Internal synchronization
11 Video Frame Rate 720p@25fps/720p@30fps
12 HD Video Output 1 Analog HD output
13 CVBS Output Can Connect to any existing or HD DVR
14 S/N Ratio 62dB

Working
-40 C - 60 C (-40 F - 140 F)
Temperature/Humidity
15
16 Humidity 90% or less (non-condensing)
17 Power Supply 12V DC15%

Power Consumption Max. 4W


18
Weather Proof Ratings IP66
19
20 IR Range Up to 20m
21 Certifcations UL,CE,FCC
22 Brand Samsung, Honeywell, Hikvision, Dahua

7. HIGH RESOLUTION PIN HOLE CAMERA


Sr
Feature specification
No Compliance Yes/No
1 Pick-up device 1/3'' SONY CCD
2 Effective pixels NTSC: 768*494.PAL:752*582
3 Resolution Color-700 TVL 720 TVL
4 Sync system Internal
5 Min.illumination Colour-0.01Lux B/W 0.001Lux
6 S/N ratio 50dB
7 Electronic shutter Auto, 1/50 (1/60), 1/1000,000 sec

Signature of the Vendor with Seal Page 22 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

8 Lens 3.7mm Pin Hole (2.8mm optional)


9 D-WDR Off/Indoor/Outdoor
10 Mirror function On/off
11 BLC On/off
12 Motion detection Yes
13 Gamma Auto/manual
ATW/AWB/AWC
14 White balance
Set/Manual/Indoor/Outdoor
15 AGC Off/Low/Middle/High
16 Day & Night Color/B/W/Auto level adjust

17 Video output 1.00V p-p Composite Video Output, 75 Ohm

18 Power supply DC12V


19 Power consumption 3 Watts max
20 Certification CE, FCC, UL
21 Brands Samsung, Honeywell, Hikvision, Dahua

8. FIXED 1.3MP IP IR DOME CAMERA


Sr
1.3 MP NETWORK D/N IR CAMERA Compliance (Yes/ No)
No
1 Video standards H.264 / MPEG4 / MJPEG
2 Sensor 1/3 inch HD resolution CMOS/CCD
3 Scanning Progressive Scan system
4 System Compatibility ONVIF
5 Resolution 1280 x 960
6 Signal Stream Dual Stream
7 Lens 4 mm
0.01 lux@F1.2
8 Minimum Illumination
0 lux with IR
9 IR Cut Filter Yes
10 Wide Dynamic Range Yes
11 Digital noise reduction 3D DNR
12 Day & night ICR
13 AGC Yes
14 BLC/HLC Yes
15 Iris control DC drive
16 IR Range Up to 20m or more
TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP,
DNS, DDNS, RTP, RTSP, RTCP, PPPoE,
17 Protocols
NTP, UPnP, SMTP, SNMP, IGMP, 802.1X,
QoS, IPv6,
18 Ethernet 1 RJ45 10M / 100M Ethernet port
19 Input voltage 12 VDC 10% or PoE, IEEE 802.3 af
20 Operating Temp. -10C ~ 60C
21 Operating Humidity Humidity 95% or less (non-condensing)
22 Local Storage Micro SD/SDXC card slot, up to 64GB

Signature of the Vendor with Seal Page 23 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Motion detection, tampering


23 Alarm trigger alarm, network disconnect, IP address
conflict, storage exception
Watermark, User authentication, IP
24 Security address
filtering, anonymous access.
25 Enclosure IEC60068 up to IK10 Impact protection
26 Certification UL, FCC & CE
Required Make [any one of
Samsung, Honeywell, Hikvision, Dahua
27 specified]

9. MOBILE DVR:
Compliance
Model
(Yes/No)

Analog video 4-ch


input BNC interface, PAL / NTSC self-adaptive

Video/Audio input 2-ch


Audio input
BNC interface; corresponding to CH1, CH2

IP video input None

1-ch
VGA output Resolution: 19201080, 12801024,
1280720, 1024768

Video/Audio output 1-ch;


CVBS output BNC interface; resolution: PAL: 704 576,
NTSC: 704 480

Audio output 1-ch; 3mm connector

Video
H.264
compression

Encoding Main stream: WD1 / 4CIF / 2CIF / CIF

Encoding/Decoding resolution Sub stream: CIF / QCIF


parameters
Frame rate PAL: 1~25fps; NTSC: 1~30fps

Video bitrate 32Kbps~2Mbps; custom (Max.: 4Mbps)

Audio G.711

Signature of the Vendor with Seal Page 24 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

compression

Audio bitrate 16Kbps

Stream type Video, Video & Audio

Dual stream Supported

Type One 2.5-inch SATA HDD/SSD

Capacity Up to 1TB capacity supported

Installation Pluggable
Hard disk
Protection 3-generation hard disk box

USB interfaces on hard disk box and device


Backup
front panel supporting data backup

3G WCDMA (2G module optional)


Wireless Network Wi-Fi
802.11 b/g/n supported, 2.4GHz
(optional)

Positioning GNSS GPS; BDS (optional)

Two-way
G.722
audio

7-ch high/low level signal input; 1-ch pulse


Alarm in
signal input; 3mm connector

Alarm out 2-ch; 3mm connector

Network 1; RJ45; 10M/100M self-adaptive Ethernet


interface interface
External interface
SMA interfaces on pluggable module
Antenna
including one for 3G, one for Wi-Fi and one
interface
for GPS

Serial interface RS-232, RS-485, 3mm connector

USB port 1 USB2.0

SIM card 1, standard SIM card slot

SD/SDHC card 1, standard SD/SDHC card slot

Operating
General Linux
system

Signature of the Vendor with Seal Page 25 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Operating
IR remote control
method

Input: +8~ +36VDC; Output: 12VDC/2A,


Power supply
5VDC/1A

Standby: Max. 0.5W;


Consumption
Full load: Max.20W (without 7-inch screen)
Working -10 C ~ +55 C (14 F ~ 131 F)
temperature
Working 10%~90%
humidity

Dimensions
178mm170mm50mm
(WDH)

Aprox.1.6kg (without hard disk or SD/SDHC


Weight
card)

10. 700TVL IR Doom Camera for Mobile DVR:

Camera Compliance (Yes/No)


ImageSensor 1/3DIS
Signal System PAL/NTSC
EffectivePixels 976(H) 496(V)
Min.Illumination 0.1Lux@ (F1.2,AGC ON),0Lux with IR
PAL:1/50s to1/100,000s
Shutterspeed
NTSC:1/60sto1/100,000s
3.6 mm (2.8mm,6mm optional)
Lens Angle ofview: 68.4(3.6mm)
LensMount M12
Angle Adjustment Pan:0 -360,Tilt:0-75,Rotation:0-360
Day &Night IR cutfilterwith auto switch
Horizontal Resolution 700TVL
Synchronization Internal
Video Output synchronization
1Vp-p compositeoutput (75 /BNC)
S/NRatio Morethan62dB
Working -40 C-60C(-40F -140F)
Humidity 90% or less(non-
Temperature/Humidity
condensing)
PowerSupply 12VDC 10%
Max.
PowerConsumption 1.8W(Max.4W
Ingress Protection with
IP66
IR Range IRcutfilteron)
Approx.10 to 20meters
Dimensions 89.6 59.1mm(3.53 2.33)

Signature of the Vendor with Seal Page 26 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Weight 400g(0.88lbs)

HARD DISK:
Hard disk should be of Seagate, HITACHI or Western Digital Makes only.

Hard disk supplied should be capable of taking minimum 90 days recording.

COMPUTER SPECIFICATION FOR IP CAMERA:


CPU: i7-3770 3.90GHz ,
RAM: 4 GB
Graphics card with 2 GB video memory
1000Mbps Network Card.
HDD: 2T, 7200r/ Min
4 port network switch POE or non-POE as per requirement for connecting DVR, IP camera
and PC

TECHNICAL SPECIFICATIONS FOR VIDEO CABLE

Video Cable RG-59 of the following minimum specifications shall be used for connecting
cameras installed at various locations to the DVR :-

Sr.
Required General Specifications for Video Cable
No.
1 Centre conductor size: Solid Bare Copper 63mm
2 Di - electric material : Polyethylene (PE), 7.1mm
dia white colour
3 DC resistance inner conductor: 8.5 Ohms/Km
4 Capacitance : 53 +/- 3 ohms
5 Di-electric strength : 10 KVA AC mains
6 Insulation resistance : 50 M Ohm/km
7 Nominal impedance : 75 Ohms
8 Min Bending radius : 55 mm
9 Certification : ISI/CE/UL/FCC Certificate or any other
standard certificate in the field

TECHNICAL SPECIFICATIONS FOR POWER CABLE:


Power cables used for extending power supply to various cameras and other devices shall
have the following minimum specifications:-

Sr. Required General Specifications for Power Cable

Signature of the Vendor with Seal Page 27 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

No.
1 No. of Cores - 02 (Two)
2 Two Core inner conductor 1.0 sq. mm
3 PVC insulated
4 Working temperature higher than 60 degrees
5 Insulation resistance more than 100 M ohm
6 Certification : ISI Mark
TECHNICAL SPECIFICATIONS FOR PVC CONDUIT:

Sr.
Required General Specifications for PVC Conduit
No.
PVC Conduit of medium grade with 20 mm dia will be used for laying Video Cables
1
/Power cables.
2 Certification : ISI Mark

Networking Cables
For networking cat-5 E /cat-6 of D-LINK OR TYCO has to be supplied
Power supplies & UPS back-up
Power supplies for cameras and UPS/power back-up required for 72 hours for CCTV
system.
LCD COLOR MONITOR -Features:

Note: Suppliers should state Yes if the LCD Monitor offered by them conform to the
required specifications, or else they should state No. The suppliers who reach Stage-III
of the Evaluation Process will be required to demonstrate these specifications in the
CCTV SYSTEM offered by them.

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 LCD.

The LCD monitor should meet the following Specifications.

Sr.no Required General Specifications for LCD Monitor


1 Video: PAL / NTSC color composite 1.0Vp-p
2 LCD: 17 diagonal, 0.66 mm Stripe pitch
3 Resolution: 1280 / 1024 pixels
4 Viewing angle : 140 degree horizontal,130 degree
Vertical

Signature of the Vendor with Seal Page 28 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

5 Power Input: 90 260 VAC, 50/60 Hz


6 Consumption: 40 Watts
7 Certification : ISI/CE/UL/FCC Certificate or any
other standard certificate in the field

SOFTWARE REQUIREMENT FOR CCTV MONITORING


Central monitoring software:

The central management software should be designed to connect multiple devices for video
surveillance. Featuring a user-friendly interface, it can be deployed for device add-on, configuration,
status monitoring, alarm event checking, video live view and recording, as well as E-map central
management system.

Shall provide multi-DVR management, support at least 800 video channel connection

Shall support up to 64 live view windows at one single screen and maximum 144 windows
extension viewing
Shall have video recording and playback management
Local recording
Shall support digital matrix switch with decoder connection to create wall display if required

Devices management, auto search configuration and status monitoring shall be possible
Shall provide alarm management
Shall have Video Snap-shot feature
Shall support E-map

Signature of the Vendor with Seal Page 29 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure III

B- TECHNICAL SPECIFICATION FOR HYBRID ALARM SYSTEM:


Sl. ITEM ITEM DESCRIPTION WITH REMARKS/ Make/Model Complianc
No. COMMENTS e (Yes/No)
(Yes/No)
1 CONTROL PANEL & KEYPAD The Hybrid Alarm Panel should have the Texecom/GE/
following capabilities:- Honeywell/
DSE/
Securens
[Hybrid Security Alarm Panel (wired & wireless) A) Support at least 24 wired zones & 10
with Autodialer. Compatible with GSM/IP/PSTN wireless zones. (sufficient to meet Banks
communicators and on board/ External Keypad, requirement) B) Should have 12V
LCD display with inbuilt transformer & enclosure. 7AH Battery enclosed.
C) Tamper switch on Control Panel.
TCP/ IP communicator should enable two way D) Should support 05 User Codes.
communication between alarm monitoring
software & programming/ diagnostic software].
E) Should have minimum 500 event log to
keep track of all events and Authority levels.

F) HW/ Wireless expansionAnytime


expansion with help of expansion module/
wireless receiver, seamless expansion.
A) Control Panel PCB G) Local & Remote Control Features For
arming & disarming using phone/ mobile.

B) Small Cabinet, tamper switch H) Phone line monitor Alerts locally if PSTN
is disconnected.

C) Transformer I) Bell output Provides communication


locally to neighbours, Police & CMS.

D) Key Pad J) Keypad panic Configurable panics for


different situations.

K) Scheduling/ Auto stay Arming


Automatic arming at a specific time & other
events.
L) Cross Zoning False Alarm reduction.

[Control Panel should afford flexibility of


operation; System should be capable of being
partitioned/ configured to be independent
systems to avoid interference of different
users, separate partition for branch/ Strong
Room/ ATM site to be made available]

2. Autodialer with LCD display To be integrated/ mounted next to Control Texecom/GE/


Panel. Should be able to call 5 Nos. with Honeywell/
separate messages for Fire/ Intrusion/ Panic, DSE/
any other emergency fully customized. Securens
Password protected. Call No. Change through
CMS software, call ack feature, 2 way voice
alarm verification.
3 WIRED SENSORS

3(i) Wired - Vibration Sensor cum magnetic contact Wired vibration sensor cum magnetic contact Texecom/GE/
to be installed on the Strong Room Door thus Honeywell/DS
protecting from any shock based intrusion or E/ Securico
opening of door.
Sensor should support Mesh Technology, also
act as repeater, complete range adjustable
vibration sensor.
3(ii) Wired Panic Switches At various critical locations [BM, ABM, Cash Texecom/GE/
Cabin & Single Window] Honeywell/DS
E/ Securico
3(iii) Wired Shutter contact For Rolling Shutter at Main Entrance Texecom/GE/
Honeywell/DS
E/ Securico

Signature of the Vendor with Seal Page 30 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

3(iv) Wired Optical Smoke Detectors For Banking Hall, Cabin, Record Room, ATM System
cabin Sensor/
Appolo/
Siemens
3(v) Wired Heat Detector For UPS & Battery enclosure System
Sensor/
Appolo/
Siemens
3(vi) Wired Manual Call Point Banking Hall (staff area) System
Sensor/
Ravelle/Agni
3(vii) Wired Motion Detector with Pet immunity PIR Motion Sensor to be installed outside Texecom/GE/
Strong Room Honeywell/D
SE/ Securico
3(viii) Wired Electronic Hooter Indoor & Outdoor Hooter 110db , 40 watts System
Sensor/Ravel
le/Agni
4 WIRELESS SENSORS
4(i) Wireless PIR Motion Sensors Inside Strong Room & inside ATM kiosk. The
ATM motion sensor will operate as a separate
area with night arming automatically
activated through a pre-programmed
schedule.12m (40 Volumetric coverage)
Texecom/GE/
Honeywell/DSE
Sensor should support Mesh Technology, also / Securens
act as repeater, Sensor should have tamper
detection capability, digital temperature
compensation, Sensor should have battery life
of 2 3 years

4(ii) Wireless Panic Switch Wireless panic button to be installed at ATM


site
(Double push panic button with reset keys) Panic buttons should have various mounting Texecom/GE/
option with reset keys. Honeywell/DSE
/ Securens
Sensor should support Mesh Technology, also
act as repeater.
CONDUIT & CABLING
5 2 Core cable Multi strand 2 core cables for wired sensors &
Hooters Polycab/Finolex
6 1.5 sq.mm FRLS cable Unarmoured cable for Fire Alarm / Havells
7 PVC conduit For casing capping ISI Mark ISI Mark
CENTRAL MONITORING SOFTWARE
8 Central Monitoring Software CMS should facilitate central monitoring,
remote maintenance, remote programming
and wireless diagnostics.
The Security Alarm panel should have the
capability to connect to software based alarm
receiver interface.
The alarm system should be capable of being
integrated with third party monitoring
software.
INSTALLATION & TESTING
9 Installation & Testing IP connectivity with CMS at Vijaya Bank, HO
will be established by the vendor.
The CMS should give real time alerts of
events in respect of all connected sensors.
(wired/ wireless)
Report of all events generated on daily/
weekly basis

Report of branches closed/ open before


scheduled time

In case of non receipt of closing signal from


alarm panel a pop should be available for CMS
staff to call the branch & arm/ secure the
alarm system.

Signature of the Vendor with Seal Page 31 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

DESCRIPTION OF HYBRID INTEGRATED BURGLARY AND FIRE ALARM SYSTEM:

Security Alarm System with auto dialer and CMS enabled control panel should have capacity for expansion using
hardwire or wireless expansion. The system should have the capability for customizing each and every zone
attributes & should be capable of addressing any special requirements. The system should be able to review event
logs with time and date stamp. The alarm system should have the capability to be connected to a central monitoring
station to give real time alerts of events and also facilitate remote health check up of sensors/ control panel on 24/7
basis.

HYBRID ALARM CONTROL PANEL SYSTEM DESCRIPTION

The system shall be a Fire / Burglary Alarm System that includes the following capabilities:

1. Commercial Burglary Alarm Detection and Signaling Unit


2. Maximum Zones up to 08. (sufficient to meet Banks requirement)
3. Supports up to two (2) separate areas.
4. Supports up to 25 users
5. Support up to 500 Event Logs
6. Provides supervision of peripheral devices.
7. Supports alarm reporting via PSTN/Internet/Intranet/GSM/
8. On board USB connectivity
9. On board PSTN/IP/GSM Connectivity
10. On board serial connectivity for printer.
11. On board Flash port for upgrading softwares and integrating new features
12. On board Engineer Keypad for easy programming of the control panel.
13. On board Non Volatile Memory devices to store all the system programming and event log.
14. Control panel should be maintained remotely and generate health reports regularly over IP.
15. Maintenance reports should provide complete health status of the panel like Zone conditions, System
voltages etc.
16. Control panel should be completely programmable and diagnosed remotely over IP and PSTN through
software.
17. Control panel should be completely programmable and diagnosed locally through USB through software.
18. One single software should be used to maintain all the programming and diagnostics of all the sites.
19. All the control panels from different sites should be able to report to the main command centre over IP and
PSTN.
20. In case of Alarm and emergency, software should provide pop ups along with the beeps from the system.
21. Battery backup, upto 48hrs, automatic switch over to battery in case of power failure.
22. Automatic Battery charging
23. Low battery indication.
24. Supports combination of hooters/ speakers.

Signature of the Vendor with Seal Page 32 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

25. Availability of Test facility.

QUALITY ASSURANCE

The alarm manufacture shall be certified as being compliant with ISO9001 and BABT accredited /.CE Certified/ UL/
ETDC certification.

SYSTEM PERFORMANCE

Control Panel - The control panel shall be partitioned as per requirement, EN standards commercial burglary control
panel that supports zones using basic hardwired, zone expanders, and wireless zones. It shall also provide
supervision of the bell output, wireless receivers, and relay modules. In addition, the control shall provide the ability
to schedule time-driven events, and allow certain operations to be automated by pressing a single button.

Hardwired Zones - The control shall provide up to 24 supervised hardwired zones with the following characteristics:

a) Normally closed and Normally open zone configuration for all the zones.
b) The control panel should have various Zone Types with different properties assignable to every zone.
The control panel should have various zone attributes to customize the working of the sensors.

Auto Arm/Disarm: The control panel shall provide the ability to Auto Arm and Disarm different Areas at Pre
Programmed time on selected days.

Delay Timers: The control shall provide the ability to program the time delays required for different functions
according to the site requirements.

Programmable Areas/Partitions: The control shall be programmable for different areas or partitions for various
features in accordance to the site.

Peripheral Devices The control shall support up to10 addressable devices, which can be any combination of
keypads, RF receivers, output modules, zone expanders. Peripheral devices have the following characteristics:

a. Each device set to an individual address according to the device's instructions.

b. Each device enabled in system programming.

c. Each devices address shall be supervisable (via a programming option).

Battery Kick StartThe control should have a kick start button and mechanism to power the control panel from
battery in case AC is not there for a long time

Event Log The System shall maintain a log of different event types. The event log shall provide the following
characteristics:

Signature of the Vendor with Seal Page 33 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Communication Features - Supports the following formats and features for the primary and secondary central
station receivers.

It should be able to send messages to 2 Central Monitoring Stations with separate/same formats.

Each Central Monitoring Station to have 2 Numbers Primary and Secondary for backup in case the alarm
communication fails to the Primary Number.

Internet reporting The system shall be capable of communicating with the central station via the internet module.
It shall provide the user with the ability to control the system via / Software

GSM reporting - The system shall be capable of communicating with the central station by way of wireless GSM
module

SMS Reporting The system should be capable of reporting the following information with time and date stamp

Alarms and Cancels


Open/Close
Tamper/Power/Health status
Zone/Area/Address

ENCLOSURE
The Control Panel shall be enclosed in a Poly cabinet, suitable for wall mounting.

Signature of the Vendor with Seal Page 34 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure-IV
EMPANELMENT OF VENDORS FOR SUPPLY OF CCTV SURVEILLANCE SYSTEM & ALARM
SYSTEM FOR BRANCHES/ATM SITES OF FOLLOWING LISTED REGIONS OF BANK:

STATE COVERED Selection of Region


for empanelment
SL. NO. NAME OF REGION (Yes/No)
GUJARAT
1 AHMEDABAD
KARNATAKA
2 BANGALORE(N)
KARNATAKA
3 BANGALORE(S)
MADHYA PRADESH
4 BHOPAL
CHANDIGARH, HARYANA,
JAMMU & KASHMIR , HIMACHAL PRADESH, PUNJAB
5 CHANDIGARH
6 CHENNAI ANDAMAN & NICOBAR, PONDICHERRY, TAMILNADU
TAMILNADU
7 COIMBATORE
DELHI
HARYANA
8 DELHI UTTAR PRADESH
ARUNACHAL, ASSAM, MANIPUR, MEGHALAYA, MIZORAM
9 GUWAHATI NAGALAND, TRIPURA
KARNATAKA
10 HASSAN
KARNATAKA
11 HUBLI
TELANGANA
12 HYDERABAD
RAJASTHAN
13 JAIPUR
KARNATAKA
14 KALABURAGI
KERALA
15 KOCHI
16 KOLKATA ORISSA, SIKKIM, WEST BENGAL
KERALA
17 KOZHIKODE
UTTAR PRADESH
18 LUCKNOW
KARNATAKA
19 MANDYA
KARNATAKA
20 MANGALORE
UTTAR PRADESH, UTTARANCHAL
21 MEERUT
MAHARASHTRA
22 MUMBAI
KARNATAKA
23 MYSORE
CHATTISGARH
24 NAGPUR MAHARASHTRA

Signature of the Vendor with Seal Page 35 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

BIHAR
JHARKHAND
25 PATNA UTTAR PRADESH
GOA
26 PUNE MAHARASHTRA
KARNATAKA
27 SHIMOGA
DADRA & NAGAR HAVELI
DAMAN & DIU
28 SURAT GUJARAT
KARNATAKA
29 UDUPI
ANDHRA PRADESH
30 VIJAYAWADA
ANDHRA PRADESH
31 VISAKHAPATNAM

Signature of the Vendor with Seal Page 36 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

PART B
COMMERCIAL BID

NOTE
a. The vendor will quote the rate as per enclosed format only.

b. The Vendor who is interested to quote for one or more Regions must
submit their price bid in a separate envelop for each Region super-
scribed as PRICE BID FOR CCTV / ALARM SYSTEM FOR REGIONAL
OFFICE________________.

c. The price quoted by the L-1 Vendor for concerned Region will be fixed
for two year without any changes.

d. The Vendor should furnish Performance Bank Guarantee (BG)


equivalent to 10% of the total cost of project and effective for a period
of contract tenure to the Regional Office.

Signature of the Vendor with Seal Page 37 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure-V

PRICE BID FOR CCTV SURVEILLANCE SYSTEM


1. CCTV System - 16 Channel:
S. ITEMS QTY MAKE MODEL UNIT PRICE TOTAL
NO. (In ) PRICE
(In )
1 TRYBRID 720P - 16 channel Samsung/Honeywell
DVR, H.264 Compression D1 / Hikvision/ Dahua
with Text overlay support
including Rack, cabling & civil
1 No.
work; 6 TB HDD [SATA] for 90
days storage of data

4 High resolution [HR] IR Fixed 03 Samsung/Honeywell


Dome Camera 700 TVL
Nos. / Hikvision/ Dahua

5 HR IR Varifocal Dome Camera 06 Samsung/Honeywell


700 TVL
Nos. /Hikvision/ Dahua

6 IR Outdoor Varifocal Bullet 06 Samsung/Honeywell


Camera 700 TVL
Nos. / Hikvision/ Dahua

7 High Resolution 1.3 MP IP Fixed 01 Samsung/Honeywell


Dome Camera
No. /Hikvision/ Dahua

8 High Resolution Pin Hole Nil Samsung/Honeywell


Camera
/ Hikvision/ Dahua

9 Monitor wall mounted 20 (LED 01 Acer/LG/DELL


Display) No.
10 Total including wiring ,Taxes, duties, levies, VAT, transport, transit insurance, loading-
unloading, installation charges etc. with inclusive of 3 years comprehensive warranty.

Signature of the Vendor with Seal Page 38 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

2. CCTV System - 8 Channel:


S. ITEMS QTY MAKE MODEL UNIT PRICE TOTAL
NO (In ) PRICE
. (In )
1 TRYBRID 720P- 8 channel DVR , Samsung/Honeywe
H.264 Compression D1 with
Text overlay support including
ll/ Hikvision/ Dahua
1 No.
Rack, cabling & civil work; 4 TB
HDD [SATA] for 90 days storage
of data
2 High resolution [HR] IR Fixed 02 Samsung/Honeywe
Dome Camera 700 TVL
Nos ll/Hikvision/ Dahua

3 HR IR Varifocal Dome Camera 01 Samsung/Honeywe


700 TVL
No. ll/ Hikvision/ Dahua

4 IR Outdoor Varifocal Bullet 03 Samsung/Honeywe


Camera 700 TVL
Nos. ll/ Hikvision/ Dahua

5 High Resolution 1.3 MP IP Fixed 01 Samsung/Honeywe


Dome Camera
No. ll/ Hikvision/ Dahua

6 High Resolution Pin Hole 01 Samsung/Honeywe


Camera
No. ll/ Hikvision/ Dahua

7 Monitor wall mounted 20 (LED Acer/LG/DELL


Display)
8 Total including wiring ,Taxes, duties, levies, VAT, transport, transit insurance, loading-
unloading, installation charges etc. with inclusive of 3 years comprehensive warranty.

Signature of the Vendor with Seal Page 39 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

3. CCTV System - 4 Channel:


S. ITEMS QTY MAKE MODEL UNIT PRICE TOTAL
NO. (In ) PRICE
(In )
1 TRYBRID 720P - 4 channel DVR, Samsung/Honeywe
H.264 Compression D1 with
Text overlay support including
ll/ Hikvision/ Dahua
1 No.
Rack, cabling & civil work; 2TB
HDD [SATA] for 90 days storage
of data
2 High resolution [HR] IR Fixed 01 Samsung/Honeywe
Dome Camera 700 TVL
No. ll/ Hikvision/ Dahua

3 HR IR Varifocal Dome Camera Nil Samsung/Honeywe


700 TVL
ll/ Hikvision/ Dahua

4 IR Outdoor Varifocal Bullet 01 Samsung/Honeywe


Camera 700 TVL
No. ll/ Hikvision/ Dahua

5 High Resolution 1.3 MP IP Fixed Samsung/Honeywe


Dome Camera
ll/ Hikvision/ Dahua

6 High Resolution Pin Hole 01 Samsung/Honeywe


Camera
No. ll/ Hikvision/ Dahua

7 Monitor wall mounted 20 (LED 01 Acer/LG/DELL


Display) No.
8 Total including wiring ,Taxes, duties, levies, VAT, transport, transit insurance, loading-
unloading, installation charges etc. with inclusive of 3 years comprehensive warranty.

Signature of the Vendor with Seal Page 40 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

4- Mobile DVR System - 4 Channel:


S. ITEMS QTY MAKE MODEL UNIT PRICE TOTAL
NO. (In ) PRICE
(In )
1 Standalone - 4 channel DVR, Samsung/Honeywe
H.264 Compression D1 with
Text overlay support including
ll/ Hikvision/ Dahua
1 No.
Rack, cabling & fitting work;
2 TB HDD [1- SATA] (As per
Technical Specification
Annexure-III para 9)
2 700TVL IR Doom Camera 02 Samsung/Honeywe
Nos. ll/ hikvision/ Dahua

3 Total including wiring ,Taxes, duties, levies, VAT, transport, transit insurance, loading-
unloading, installation charges etc. with inclusive of 3 years comprehensive warranty.

Signature of the Vendor with Seal Page 41 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure-VI

PRICE BID FOR HYBRID ALARM SYSTEM


Sl. ITEM QTY MAKE / UNIT RATE TOTAL
No. MODEL AMOUNT

1. Hybrid Security Alarm Panel (wired 1 No.
& wireless) with Autodialer.
Compatible with GSM/IP/PSTN
communicators and on board/
External Keypad, LCD display with
inbuilt transformer & enclosure.
2. TCP/ IP Communicator 1 No.
3. Autodialer with LCD display 1 No.
4. Wired - Vibration Sensor cum 1 Nos.
magnetic contact/ Multi function
5. Wired Panic Switch 4 Nos.

6. Wired Magnetic Contact / Shutter 1 Nos.

7. Wired Smoke Detector 5 Nos.


8. Wired Heat Detector 1 no.
9. Wired Manual Call Point 1 No.
10. Wired Motion Detector with Pet 1 No.
immunity (outside SR)
11. Wired Electronic Hooter 110db.40w 2 Nos.
12. Wireless PIR Motion Sensors 2 Nos.
(Inside SR & ATM kiosk)
13. Wireless Panic Switch 1 No.

14. Central Monitoring Software Free


15. Total including wiring,Taxes, duties, levies,
VAT, transport, transit insurance, loading-
unloading, installation charges etc. with 01
Year warranty.

Sl. Post Warranty Comprehensive AMC AMC Charges in % Charges in words %


No. Rates (Exclusive of Service Tax)
1 1st Year
2 2nd Year
3 3rd Year

Signature of the Vendor with Seal Page 42 of 43


VIJAYA BANK, Security Department, H.O. Bangalore

Annexure VII

OPTIONAL ITEMS FOR WHICH RATE HAS TO BE QUOTED SEPARATELY.

[Indicative Prices- Will not be reckoned for determine L 1 vendor]

Sl.

No. Description Quantity Unit Price

1 Coaxial Video Cable 1mtr

2 PVC Conduit 1 1mtr

3 Power Cable 14/36 1mtr

4 Wall mounted Rack with bracket and fitting 1

Charges for re-locating/ re-positioning one


camera of the branch/ATM site; including laying
5 cable & electrical work 1

Charges for shifting Alarm System/DVR & related


equipment from existing premises to new
premises or to another branch within the city.

(Shifting includes remove of installation from the


6 old premises & re-installation at new site) 1

Charges for shifting Alarm System/DVR & related


equipment from one branch to another location
outside the city.

(Shifting includes remove of installation from the


old premises & re-installation at new site
7 excluding transportation) 1

Charges for Facility Management Services for


deploying 01 resource person at Banks Head
8 Office per month on 08hr shift duty.

TOTAL PRICE (Ser. 1 to Ser. 12 only)

(If the information in the above table are not provided, which the vendor is quoting for,
the tender would be rejected.)

Signature of the Vendor with Seal Page 43 of 43

Você também pode gostar