Você está na página 1de 128

TENDER DOCUMENT

FOR

SUPPLY, DELIVERY, INSTALLATION,


TESTING AND COMMISSIONING OF
ACCESS CONTROL SYSTEM

KRA/HQS/NCB-007/2013-2014

TIMES TOWER BUILDING


P.O. BOX 48240 – 00100
TEL: +254 02 310900
FAX: +254 02 215809
NAIROBI, KENYA.

SEPTEMBER, 2013

1
TABLE OF CONTENTS
PAGE

SECTION I
INVITATION TO TENDER…………………………………...…….….……….…… 3

SECTION II
INSTRUCTIONS TO TENDERERS………………………………………..…...…… 4

Appendix to Instructions to Tenderers …………………………………..……..… 18

SECTION III
GENERAL CONDITIONS OF CONTRACT……….…………………………….…. 23

SECTION IV
SPECIAL CONDITIONS OF CONTRACT………………………………………..… 28

SECTION V
TECHNICAL SPECIFICATIONS………………….……….………………….…..… 30

SECTION VI
SCHEDULE OF REQUIREMENTS……….……………….……………………..…. 52

SECTION VII
PRICE SCHEDULE FOR GOODS………………….………………………….…….. 58

SECTION VIII
STANDARD FORMS…………………………….………………………..…………. 60

8.1 FORM OF TENDER……………………….…….…………………………… 61

8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRES FORMS 62

8.3 TENDER SECURITY FORM………………….…………………….…….… 65

8.4 CONTRACT FORM…………………………….…………………...….….… 66

8.5 PERFORMANCE SECURITY FORM……….…….……………………..…. 67

8.6 BANK GUARANTEE FOR ADVANCE PAYMENT FORM………………. 68

8.7 MANUFACTURER‟S AUTHORIZATION FORM……………………...….. 69

8.8 LETTER OF NOTIFICATION…..…..….…..…..………………………..….. 70

8.9 ANTI CORRUPTION AFFIDAVIT…..…..….…..……………………..….... 71

2
SECTION I INVITATION TO TENDER

DATE ___________________________

TENDER REF NO. KRA/HQS/NCB-007/2013-2014

Tender Name: Supply, Delivery, Installation, Testing &


Commissioning of Access Control System

1.1 The Kenya Revenue Authority invites sealed bids from eligible candidates for the
Supply, Delivery, Installation, Testing & Commissioning of
Access Control System

1.2 Interested eligible candidates may obtain further information from and inspect
the tender documents at the Kenya Revenue Authority, Procurement &
Supplies Services Division, Haile Selassie Avenue, Times Tower, 25th
Floor during normal working hours.

1.3 A complete set of tender documents may be obtained by interested candidates


upon payment of non-refundable fee of Kshs.1,000 in cash or Bankers Cheque
payable to the Commissioner General

A pre-bid briefing will be held on 9th October, 2013 at 10:00 in the


Convention Centre on 5th Floor, Times Tower. You are encouraged to
attend the briefing.

All bidders are required to undertake a mandatory site survey on Friday 11th
October 2013 starting at 10.00 a.m. to establish the exact scope and quantities
for the system.

1.4 Completed tender documents are to be enclosed in plain sealed envelopes


marked with tender reference number and be deposited in the Tender Box on
Ground Floor, Times Tower Building, Haile Selassie Avenue, Nairobi,
or be addressed to Kenya Revenue Authority, Procurement & Supplies
Services Division, Haile Selassie Avenue, Times Tower, 25 th Floor so
as to be received on or before Wednesday, 16th October, 2013’’ at 12:00
noon.

1.5 Prices quoted should be net inclusive of all taxes and delivery costs, and must be
in Kenya Shillings and shall remain valid for 120 days from the closing date of
the tender.

1.6 Tenders will be opened immediately thereafter in the presence of the Candidates
or their representatives who choose to attend at the Convention Centre on 5th
Floor, Times Tower Building.

For: Commissioner General


Kenya Revenue Authority

3
SECTION II - INSTRUCTIONS TO TENDERERS
Table of Clauses
Page

2.1 Eligible Tenderers…………………………………….…………….… 5


2.2 Eligible Goods……………………………………………….………… 5
2.3 Cost of Tendering……………………………………………….……. 5
2.4 Contents of Tender Document………………………….…………… 6
2.5 Clarification of Documents……………………………….…………. 6
2.6 Amendment of Documents……………………………….…………. 6
2.7 Language of Tender………………………………….……………… 7
2.8 Documents Comprising the tender……………………………….… 7
2.9 Tender Forms…………………………………………………….…… 7
2.10 Tender Prices………………………………………………………… 7
2.11 Tender Currencies…………………………….………………….… 8
2.12 Tenderers Eligibility and Qualifications…………………………… 8
2.13 Goods‟ Eligibility and conformity to Tender Documents…………. 8
2.14 Tender Security…………………………………………….………… 9
2.15 Validity of Tenders…………………………………………….……… 10
2.16 Format and Signing of Tenders………………………….………… 10
2.17 Sealing and Marking of Tenders…………………………….……… 11
2.18 Deadline for Submission of Tender ………………………………… 11
2.19 Modification and Withdrawal of Tenders…………………………… 11
2.20 Opening of Tenders…………………………………………………. 12
2.21 Clarification of Tenders………………………………………………. 12
2.22 Preliminary Examination………………………………………………. 12
2.23 Conversion to Single Currency…………………………………..…. 13
2.24 Evaluation and Comparison of Tenders……………………….…… 13
2.25 Preference 15
2.26 Contacting the Procuring Entity……………………………….…….. 14
2.27 Award of Contract………………………………………………….…. 15
(a) Post qualification……………………………….………….………… 15
(b) Award criteria…………………………………………………………. 15
(c) Procuring Entity‟s Right to Vary Quantities……………….….…… 15
(d) Procuring entity‟s Right to Accept or Reject any or all Tenders 15
2.28 Notification of Award………………………………….……………… 16
2.29 Signing of Contract………………………………….…….…………. 16
2.30 Performance Security……………………………………….…….…. 16
2.31 Corrupt or Fraudulent Practices…………………………….………. 16

Page 4
SECTION II - INSTRUCTIONS TO TENDERERS
2.1 Eligible Tenderers
2.1.1 This Invitation for Tenders is open to all Tenderers
eligible as described in the Invitation to Tender.
Successful Tenderers shall complete the supply of
goods by the intended completion date specified in the
Schedule of Requirements Section VI.
2.1.2 The Kenya Revenue Authority‟s employees, committee
members, board members and their relative (spouse
and children) are not eligible to participate in the
tender.
2.1.3 Tenderers shall provide the qualification information
statement that the tenderer (including all members of
a joint venture and subcontractors) is not associated,
or have been associated in the past, directly or
indirectly, with a firm or any of its affiliates which have
been engaged by the Kenya Revenue Authority (KRA)
to provide consulting services for the preparation of
the design, specifications, and other documents to be
used for the procurement of the goods under this
Invitation for tenders.
2.1.4 Tenderers shall not be under a declaration of
ineligibility for corrupt and fraudulent practices.

2.2 Eligible Goods


2.2.1 All goods to be supplied under the contract shall have
their origin in eligible source countries.
2.2.2 For purposes of this clause, “origin” means the place
where the goods are mined, grown, or produced.
Goods are produced when, through manufacturing,
processing, or substantial and major assembly of
components, a commercially-recognized product
results that is substantially different in basic
characteristics or in purpose or utility from its
components
2.2.3 The origin of goods is distinct from the nationality of
the tenderer.

2.3 Cost of Tendering


2.3.1 The Tenderer shall bear all costs associated with the
preparation and submission of its tender, and the KRA,
will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the tendering
process.
2.3.2 The price to be charged for the tender document shall
not exceed Kshs.1,000.00
All firms found capable of performing the contract
satisfactorily in accordance to the set prequalification
criteria shall be prequalified.

Page 5
2.4 The Tender Document
2.4.1 The Tender document comprises the documents listed
below and addenda issued in accordance with clause
2.6 of these instructions to Tenderers
(i) Invitation to Tender
(ii) Instructions to Tenderers
(iii) General Conditions of Contract
(iv) Special Conditions of Contract
(v) Schedule of requirements
(vi) Technical Specifications
(vii) Tender Form and Price Schedules
(viii) Tender Security Form
(ix) Contract Form
(x) Performance Security Form
(xi) Bank Guarantee for Advance Payment Form
(xii) Manufacturer‟s Authorization Form
(xiii) Confidential Business Questionnaire
(xiv) Anti-corruption Affidavit
(xv) Site Survey Form

2.4.2 The Tenderer is expected to examine all instructions,


forms, terms, and specifications in the tender
documents. Failure to furnish all information required
by the tender documents or to submit a tender not
substantially responsive to the tender documents in
every respect will be at the tenderers risk and may
result in the rejection of its tender.

2.5 Clarification of Documents


2.5.1 A prospective tenderer requiring any clarification of
the tender document may notify the Procuring entity in
writing or by post at the entity‟s address indicated in
the Invitation to Tender. The Procuring entity will
respond in writing to any request for clarification of
the tender documents, which it receives not later than
seven (7) days prior to the deadline for the submission
of tenders, prescribed by the procuring entity. Written
copies of the KRA‟s response (including an explanation
of the query but without identifying the source of
inquiry) will be sent to all prospective Tenderers that
have received the tender document.
2.5.2 The procuring entity shall reply to any clarifications
sought by the tenderer within 3 days of receiving the
request to enable the tenderer to make timely
submission of its tender.

2.6 Amendment of Documents


2.6.1 At any time prior to the deadline for submission of
tenders, the Procuring entity, for any reason, whether
at its own initiative or in response to a clarification
requested by a prospective tenderer, may modify the
tender documents by amendment.
2.6.2 All prospective candidates that have received the

Page 6
tender documents will be notified of the amendment in
writing or by post and will be binding on them.
2.6.3 In order to allow prospective Tenderers reasonable
time in which to take the amendment into account in
preparing their tenders, the KRA, at its discretion, may
extend the deadline for the submission of tenders.

2.7 Language of Tender


2.7.1 The tender prepared by the tenderer, as well as all
correspondence and documents relating to the tender
exchange by the tenderer and the KRA, shall be written
in English language, provided that any printed
literature furnished by the tenderer may be written in
another language provided they are accompanied by an
accurate English translation of the relevant passages in
which case, for purposes of interpretation of the
tender, the English translation shall govern.

2.8 Documents Comprising of Tender


2.8.1 The tender prepared by the Tenderers shall comprise
the following components:
(a) a Tender Form and a Price Schedule
completed in accordance with paragraph
2.9, 2.10 and 2.11 below;
(b) documentary evidence established in
accordance with paragraph 2.1.2 that the
tenderer is eligible to tender and is qualified
to perform the contract if its tender is
accepted;
(c) documentary evidence established in
accordance with paragraph 2.2.1 that the
goods and ancillary services to be supplied
by the tenderer are eligible goods and
services and conform to the tender
documents; and
(d) tender security furnished in accordance
with paragraph 2.14

2.9 Tender Forms


2.9.1 The tenderer shall complete the Tender Form and the
appropriate Price Schedule furnished in the tender
documents, indicating the goods to be supplied, a brief
description of the goods, their country of origin,
quantity, and prices.

2.10 Tender Prices


2.10.1 The tenderer shall indicate on the appropriate Price
Schedule the unit prices and total tender price of the
goods it proposes to supply under the contract.
2.10.2 Prices indicated on the Price Schedule shall include all
costs including taxes, insurances and delivery to the
premises of the KRA.
2.10.3 Prices quoted by the tender shall be fixed during the

Page 7
Tender‟s performance of the contract and not subject
to variation on any account. A tender submitted with
an adjustable price quotation will be treated as non-
responsive and will be rejected, pursuant to paragraph
2.22.
2.10.4 The validity period of the tender shall be 60 days from
the date of opening of the tender.

2.11 Tender Currencies


2.11.1 Prices shall be quoted in Kenya Shillings unless
otherwise specified in the Appendix to Instructions to
Tenderers.

2.12 Tenderers Eligibility and Qualifications


2.12.1 Pursuant to paragraph 2.1 the tenderer shall furnish, as
part of its tender, documents establishing the
Tenderers eligibility to tender and its qualifications to
perform the contract if its tender is accepted.
2.12.2 The documentary evidence of the Tenderers eligibility
to tender shall establish the Authority‟s satisfaction
that the tenderer, at the time of submission of its
tender, is from an eligible source country as defined
under paragraph 2.1.
2.12.3 The documentary evidence of the Tenderers
qualifications to perform the contract if its tender is
accepted shall be established to the Authority‟s
satisfaction;
(a) that, in the case of a tenderer offering to
supply goods under the contract which the
tenderer did not manufacture or otherwise
produce, the tenderer has been duly
authorized by the goods‟ Manufacturer or
producer to supply the goods;
(b) that the tenderer has the financial,
technical, and production capability
necessary to perform the contract; and
(c) that, in the case of a tenderer not doing
business within Kenya, the tenderer is or
will be (if awarded the contract) represented
by an Agent in Kenya equipped, and able to
carry out the Tenderer‟s maintenance,
repair, and spare parts-stocking obligations
prescribed in the Conditions of Contract
and/or Technical Specifications.

2.13 Goods Eligibility and Conformity to Tender


Documents
2.13.1 Pursuant to paragraph 2.2 of this section, the tenderer
shall furnish, as part of its tender documents
establishing the eligibility and conformity to the tender
documents of all goods which the tenderer proposes to
supply under the contract
2.13.2 The documentary evidence of the eligibility of the

Page 8
goods shall consist of a statement in the Price Schedule
of the country of origin of the goods and services
offered which shall be confirmed by a certificate of
origin issued at the time of shipment.
2.13.3 The documentary evidence of conformity of the goods
to the tender documents may be in the form of
literature, drawings, and data, and shall consist of:
(a) a detailed description of the essential
technical and performance characteristic of
the goods;
(b) a list giving full particulars, including
available source and current prices of spare
parts, special tools, etc., necessary for the
proper and continuing functioning of the
goods for a period of two (2) years,
following commencement of the use of the
goods by the Authority; and
(c) a clause-by-clause commentary on the
Authority‟s Technical Specifications
demonstrating substantial responsiveness
of the goods and service to those
specifications, or a statement of deviations
and exceptions to the provisions of the
Technical Specifications.
2.13.4 For purposes of the documentary evidence to be
furnished pursuant to paragraph 2.13.3© above, the
tenderer shall note that standards for workmanship,
material, and equipment, as well as references to brand
names or catalogue numbers designated by the
Procurement entity in its Technical Specifications, are
intended to be descriptive only and not restrictive. The
tenderer may substitute alternative standards, brand
names, and/or catalogue numbers in its tender,
provided that it demonstrates to the Procurement
entity‟s satisfaction that the substitutions ensure
substantial equivalence to those designated in the
Technical Specifications.

2.14 Tender Security


2.14.1 The tenderer shall furnish, as part of its tender, a
tender security for the amount specified in the
Appendix to Invitation to Tenderers.
2.14.2 The tender security shall be in the amount of 0.5 – 2
per cent of the tender price.
2.14.3 The tender security is required to protect the Authority
against the risk of Tenderer‟s conduct which would
warrant the security‟s forfeiture, pursuant to
paragraph 2.14.8.
2.14.4 The tender security shall be denominated in Kenya
Shillings or in another freely convertible currency, and
shall be in the form of a bank guarantee or a bank draft
issued by a reputable bank located in Kenya or abroad,
or a guarantee issued by a reputable insurance
company in the form provided in the tender

Page 9
documents or another form acceptable to the Authority
and valid for thirty (30) days beyond the validity of the
tender.
2.14.5 Any tender not secured in accordance with paragraph
2.14.1 and 2.14.3 will be rejected by the Authority as
non responsive, pursuant to paragraph 2.22.
2.14.6 Unsuccessful Tenderer‟s tender security will be
discharged or returned as promptly as possible as but
not later than thirty (30) days after the expiration of
the period of tender validity prescribed by the
Authority.
2.14.7 The successful Tenderer‟s tender security will be
discharged upon the tenderer signing the contract,
pursuant to paragraph 2.27 and furnishing the
performance security, pursuant to paragraph 2.28.
2.14.8 The tender security may be forfeited:
(a) if a tenderer withdraws its tender during the
period of tender validity specified by the
Authority on the Tender Form; or
(b) in the case of a successful tenderer, if the
tenderer fails:
(i) to sign the contract in accordance
with paragraph 2.27;
or
(ii) to furnish performance security in
accordance with paragraph 2.28.

2.15 Validity of Tenders


2.15.1 Tenders shall remain valid for 120 days or as specified
in the Invitation to Tender after the date of tender
opening prescribed by the Authority pursuant to
paragraph 2.18. A tender valid for a shorter period
shall be rejected by the Authority as non responsive.
2.15.2 In exceptional circumstances, the Authority may solicit
the Tenderer‟s consent to an extension of the period of
validity. The request and the responses thereto shall
be made in writing. The tender security provided
under paragraph 2.14 shall also be suitably extended.
A tenderer may refuse the request without forfeiting its
tender security. A tenderer granting the request will
not be required nor permitted to modify its tender.

2.16 Format and Signing of Tender


2.16.1 The bidder shall prepare two copies of the tender,
clearly marking each “ORIGINAL TENDER” and
“COPY OF TENDER,” as appropriate. In the event of
any discrepancy between them, the original shall
govern.
2.16.2 The original and all copies of the tender shall be typed
or written in indelible ink and shall be signed by the
tenderer or a person or persons duly authorized to
bind the tenderer to the contract. The latter
authorization shall be indicated by written power-of-

Page 10
attorney accompanying the tender. All pages of the
tender, except for unamended printed literature, shall
be initialed by the person or persons signing the
tender.
2.16.3 The tender shall have no interlineations, erasures, or
overwriting except as necessary to correct errors made
by the tenderer, in which case such corrections shall be
initialed by the person or persons signing the tender.

2.17 Sealing and Marking of Tenders


2.17.1 The Tenderer shall seal the original and each copy of
the tender in separate envelopes, duly marking the
envelopes as “ORIGINAL” and “COPY” The envelopes
shall then be sealed in an outer envelope.
2.17.2 The inner and outer envelopes shall:
(a) be addressed to the Authority at the address
given in the Invitation to Tender:
(b) bear, tender number and name in the
Invitation for Tenders and the words, “DO
NOT OPEN BEFORE WEDNESDAY
16TH OCTOBER ,2013‟‟
2.17.3 The inner envelopes shall also indicate the name and
address of the tenderer to enable the tender to be
returned unopened in case it is declared “late”.
2.17.4 If the outer envelope is not sealed and marked as
required by paragraph 2.17.2, the Authority will
assume no responsibility for the tender‟s misplacement
or premature opening.

Deadline for Submission of Tenders


2.18
2.18.1 Tenders must be received by the Authority at the
address specified under paragraph 2.17.2 no later than
WEDNESDAY 16TH OCTOBER,2013’’
2.18.2 The Authority may, at its discretion, extend this
deadline for the submission of tenders by amending
the tender documents in accordance with paragraph
2.6, in which case all rights and obligations of the
Authority and candidates previously subject to the
deadline will therefore be subject to the deadline as
extended

2.19 Modification and Withdrawal of Tenders


2.19.1 The tenderer may modify or withdraw its tender after
the tender‟s submission, provided that written notice
of the modification, including substitution or
withdrawal of the tenders, is received by the Authority
prior to the deadline prescribed for submission of
tenders.
2.19.2 The Tenderer‟s modification or withdrawal notice shall
be prepared, sealed, marked, and dispatched in
accordance with the provisions of paragraph 2.17. A

Page 11
withdrawal notice may also be sent by cable, telex but
followed by a signed confirmation copy, postmarked
not later than the deadline for submission of tenders.
2.19.3 No tender may be modified after the deadline for
submission of tenders.
2.19.4 No tender may be withdrawn in the interval between
the deadline for submission of tenders and the
expiration of the period of tender validity specified by
the tenderer on the Tender Form. Withdrawal of a
tender during this interval may result in the Tenderer‟s
forfeiture of its tender security, pursuant to paragraph
2.14.8
2.19.5 The Authority may at any time terminate procurement
proceedings before contract award and shall not be
liable to any person for the termination.
2.19.6 The Authority shall give prompt notice of the
termination to the Tenderers and on request give its
reasons for termination within 14 days of receiving the
request from any tenderer.

2.20 Opening of Tenders


2.20.1 The Authority will open all tenders in the presence of
Tenderers‟ representatives who choose to attend, at
12:00 noon on “WEDNESDAY 16TH
OCTOBER,2013’’in the location specified in the
Invitation to Tender.
The Tenderers‟ representatives who are present shall
sign a register evidencing their attendance.
2.20.2 The Tenderers‟ names, tender modifications or
withdrawals, tender prices, discounts and the presence
or absence of requisite tender security and such other
details as the Authority, at its discretion, may consider
appropriate, will be announced at the opening.
2.20.3 The Authority will prepare minutes of the tender
opening.

2.21 Clarification of Tenders


2.21.1 To assist in the examination, evaluation and
comparison of tenders the Authority may, at its
discretion, ask the tenderer for a clarification of its
tender. The request for clarification and the response
shall be in writing, and no change in the prices or
substance of the tender shall be sought, offered, or
permitted.
2.21.2 Any effort by the tenderer to influence the Authority in
the Authority‟s tender evaluation, tender comparison
or contract award decisions may result in the rejection
of the Tenderers‟ tender.

2.22 Preliminary Examination


2.22.1 The Authority will examine the tenders to determine
whether they are complete, whether any computational
errors have been made, whether required sureties have

Page 12
been furnished, whether the documents have been
properly signed, and whether the tenders are generally
in order.
2.22.2 Arithmetical errors will be rectified on the following
basis. If there is a discrepancy between the unit price
and the total price that is obtained by multiplying the
unit price and quantify, the unit price shall prevail, and
the total price shall be corrected. If the candidate does
not accept the correction of the errors, its tender will
be rejected, and its tender security forfeited. If there is
a discrepancy between words and figures the amount
in words will prevail.
2.22.3 The Authority may waive any minor informality or
non-conformity or irregularity in a tender which does
not constitute a material deviation, provided such
waiver does not prejudice or effect the relative ranking
of any tenderer.
2.22.4 Prior to the detailed evaluation, pursuant to paragraph
2.23 the Authority will determine the substantial
responsiveness of each tender to the tender
documents. For purposes of these paragraphs, a
substantially responsive tender is one, which conforms
to all the terms and conditions of the tender
documents without material deviations. The Authority
determination of a tender‟s responsiveness is to be
based on the contents of the tender itself without
recourse to extrinsic evidence.
2.22.5 If a tender is not substantially responsive, it will be
rejected by the Authority and may not subsequently be
made responsive by the tenderer by correction of the
non conformity.

2.23 Conversion to Single Currency


2.23.1 Where other currencies are used, the Authority will
convert these currencies to Kenya Shillings using the
selling exchange rate on the date of tender closing
provided by the Central Bank of Kenya.

2.24 Evaluation and Comparison of Tenders


2.24.1 The Authority will evaluate and compare the tenders
which have been determined to be substantially
responsive, pursuant to paragraph 2.22
2.24.2 The tender evaluation committee shall evaluate the
tender within 30 days of the validity period from the
date of opening the tender.
2.24.3 A tenderer who gives false information in the tender
document about its qualification or who refuses to
enter into a contract after notification of contract
award shall be considered for debarment from
participating in future public procurement.
2.24.4 The comparison shall be of the price including all costs
as well as duties and taxes payable on all the materials
to be used in the provision of the services.
2.24.5 The KRA‟s evaluation of a tender will take into

Page 13
account, in addition to the tender price, the following
factors, in the manner and to the extent indicated in
paragraph 2.22.4 and in the technical specifications:
(a) Operational plan proposed in the tender;
(b) Deviations in payment schedule from that
specified in the Special Conditions of
Contract.
2.24.6 Pursuant to paragraph 22.3 the following evaluation
methods will be applied:
(a) Operational Plan
The KRA requires that the services under the
Invitation for Tenders shall be performed at the time
specified in the Schedule of Requirements. Tenders
offering to perform longer than the KRA‟s required
delivery time will be treated as non-responsive and
rejected.
(b) Deviation in Payment Schedule
Tenderers shall state their tender price for the payment
on a schedule outlined in the special conditions of
contract. Tenders will be evaluated on the basis of this
base price. Tenderers are, however, permitted to state
an alternative payment schedule and indicate the
reduction in tender price they wish to offer for such
alternative payment schedule. The KRA may consider
the alternative payment schedule offered by the
selected tenderer.
2. 24.7 The tender evaluation committee shall evaluate the
tender within 30 days from the date of opening the
tender.
2.24.8 To qualify for contract awards, the tenderer shall have
the following:-
(a) Necessary qualifications, capability
experience, services, equipment and facilities
to provide what is being procured.
(b) Legal capacity to enter into a contract for
procurement
(c) Shall not be insolvent, in receivership,
bankrupt or in the process of being wound
up and is not the subject of legal proceedings
relating to the foregoing
(d) Shall not be debarred from participating in
public procurement.
2.25 Preference
2.25.1 Kenya Revenue Authority does not allow any margin of
preference.

2.26 Contacting the Kenya Revenue Authority


2.26.1 Subject to paragraph 2.21 no tenderer shall contact the
Authority on any matter related to its tender, from the
time of the tender opening to the time the contract is
awarded.

2.26.2 Any effort by a tenderer to influence the Authority in


its decisions on tender, evaluation, tender comparison,

Page 14
or contract award may result in the rejection of the
Tenderer‟s tender.

2.27 Award of Contract


(a) Post-qualification
2.27.1 In the absence of pre-qualification, the Authority will
determine to its satisfaction whether the tenderer that
is selected as having submitted the lowest evaluated
responsive tender is qualified to perform the contract
satisfactorily.
2.27.2 The determination will take into account the tenderer
financial, technical, and production capabilities. It will
be based upon an examination of the documentary
evidence of the Tenderers qualifications submitted by
the tenderer, pursuant to paragraph 2.12.3 as well as
such other information as the Authority deems
necessary and appropriate.
2.27.3 An affirmative determination will be a prerequisite for
award of the contract to the tenderer. A negative
determination will result in rejection of the Tenderer‟s
tender, in which event the Authority will proceed to the
next lowest evaluated tender to make a similar
determination of that Tenderer‟s capabilities to
perform satisfactorily.

(b) Award Criteria


2.27.4 The Authority will award the contract to the successful
tenderer(s) whose tender has been determined to be
substantially responsive and has been determined to
be the lowest evaluated tender, provided further that
the tenderer is determined to be qualified to perform
the contract satisfactorily.

© KRA’s Right to Vary Quantities

2.27.5 The Authority reserves the right at the time of contract


award to increase or decrease the quantity of goods
originally specified in the Schedule of requirements
without any change in unit price or other terms and
conditions
(d) KRA’S Right to Accept or Reject Any or All
Tenders
2.27.6 The Authority reserves the right to accept or reject any
tender, and to annul the tendering process and reject
all tenders at any time prior to contract award, without
thereby incurring any liability to the affected tenderer
or tenderers or any obligation to inform the affected
tenderer or tenderers of the grounds for the Authority‟s
action
2.28 Notification of Award
2.28.1 Prior to the expiration of the period of tender validity,
the Authority will notify the successful tenderer in
writing that its tender has been accepted.
2.28.2 The notification of award will constitute the formation

Page 15
of the Contract but will have to wait until the contract
is finally signed by both parties.
2.28.3 Upon the successful Tenderer‟s furnishing of the
performance security pursuant to paragraph 2.28, the
Authority will promptly notify each unsuccessful
Tenderer and will discharge its tender security,
pursuant to paragraph 2.14.

2.29 Signing of Contract


2.29.1 At the same time as the Authority notifies the
successful tenderer that its tender has been accepted,
the Authority will send the tenderer the Contract Form
provided in the tender documents, incorporating all
agreements between the parties.
2.29.2 The parties to the contract shall have it signed within
30 days from the date of notification of contract award
unless there is an administrative review request.

2.29.3 Within thirty (30) days of receipt of the Contract Form,


the successful tenderer shall sign and date the contract
and return it to the Authority

2.30 Performance Security


2.30.1 Within Thirty (30) days of the receipt of notification of
award from the Authority, the successful tenderer shall
furnish the performance security in accordance with
the Conditions of Contract, in the Performance
Security Form provided in the tender documents, or in
another form acceptable to the Authority.

2.30.2 Failure of the successful tenderer to comply with the


requirements of paragraph 2.27 or paragraph 2.28
shall constitute sufficient grounds for the annulment of
the award and forfeiture of the tender security, in
which event the Authority may make the award to the
next lowest evaluated Candidate or call for new
tenders.

2.31 Corrupt or Fraudulent Practices


2.31.1 The Authority requires that tenderers observe the
highest standard of ethics during the procurement
process and execution of contracts when used in the
present regulations, the following terms are defined as
follows;
(i) “corrupt practice” means the offering,
giving, receiving, or soliciting of
anything of value to influence the action
of a public official in the procurement
process or in contract execution; and
(ii) “fraudulent practice” means a
misrepresentation of facts in order to
influence a procurement process or the
execution of a contract to the detriment

Page 16
of the Kenya Revenue Authority, and
includes collusive practice among
tenderer (prior to or after tender
submission) designed to establish
tender prices at artificial non-
competitive levels and to deprive the
Kenya Revenue Authority of the benefits
of free and open competition;
2.31.2 The Kenya Revenue Authority will reject a proposal for
award if it determines that the tenderer recommended
for award has engaged in corrupt or fraudulent
practices in competing for the contract in question.
2.31.3 Further a tenderer who is found to have indulged in
corrupt or fraudulent practices risks being debarred
from participating in public procurement in Kenya.

Page 17
Appendix to Instructions to Tenderers
The following information regarding the particulars of the tender shall complement
supplement or amend the provisions of the instructions to tenderers. Wherever there is a
conflict between the provision of the instructions to tenderers and the provisions of the
appendix, the provisions of the appendix herein shall prevail over those of the instructions
to tenderers.

INSTRUCTIONS PARTICULARS OF APPENDIX TO INSTRUCTIONS


TO TENDERERS TO TENDERS
REFERENCE
2.1 The tender is open to all suppliers or dealers of Access
Control System and Surveillance System -Closed
Circuit Television (CCTV Cameras) the suppliers are
supposed to have appropriate and valid business registration..
Declaration of No Conflict of Interest is incorporated in the
Confidential Business Questionnaire.
2.2 All Countries are eligible sources except those under United
Nations sanctions.
2.3 The fees charged for a complete set of tender documents is Kenya
Shillings one thousand (1,000.00), or the equivalent in freely
convertible currency where applicable
2.10 Tender Validity Period is 120 days from WEDNESDAY 16th
OCTOBER, 2013‟‟
Tender prices are to be quoted in Kenya Shillings Only
2.13 The clause-by-clause commentary of the technical specifications
is given in the Clause by clause tables of Technical specifications.

The tender security shall be denominated in Kenya Shillings or in


2.14 another freely convertible currency, and shall be in the form of a
Bank Guarantee, or a guarantee issued by a reputable insurance
company registered with Insurance Regulatory Agency.

The amount of tender security required is Kenya Shillings one


hundred thousand Only (Kshs.100, 000) per lot and there
are three lots for the Tender or the equivalent in freely
convertible currency.
The tender security must be valid for 150 days from
WEDNESDAY 16TH OCTOBER,2013’’
2.16 The bidder must provide an appropriate written power of
attorney establishing the authorization of the signatory to the
tender documents to bind the bidder.
2.17 This tender is based on the two-envelope bid system. The bidder
must submit a bid which has a technical proposal in one envelop
and a financial proposal in another envelope. These two
envelopes are then placed in one envelope to form a complete
bid. Bids must be submitted in TWO copies.

Page 18
2.18 Time, date, and place for bid opening are: 12:00 hours, local
time, on WEDNESDAY 16th OCTOBER 2013„Place:
Convention Centre on the 5th Floor of Times Tower Building.
Street: Haile Selassie Avenue
City: Nairobi
Country: Kenya.

2.20 Opening of Technical Proposals will be done in public at the time


of closing the tender.

2.24 Opening of Financial Proposals of the bids that meet the


minimum technical specifications will be done upon completion
of the technical evaluation. The qualified bidders will be invited
to witness the opening of the Financial proposals.
Bidders are expected to examine all instructions, forms,
terms, specifications, and other information in the Bidding
Documents.
Failure to furnish all information required by the Bidding
Documents or to submit a bid not substantially responsive to
the Bidding Documents in every respect will be at the Bidder‟s
risk and may result in the rejection of its bid.
The bid evaluation will take into account technical factors in
addition to cost factors. The weight for price is 30% while the
weight for technical specifications is 70%. Bidders must
conform to the specific Technical Requirements in Section IV.

2.24 The evaluation of the responsive bids will take into account
technical factors, in addition to cost factors. An Evaluated Bid
Score (B) will be calculated for each responsive bid using the
following formula, which permits a comprehensive
assessment of the bid price and the technical merits of each
bid:
Clow
B X  T
C
where:
C = Evaluated Bid Price
C low = the lowest of all Evaluated Bid Prices among
responsive bids
T = the total Technical Score awarded to the bid
X = weight for the Price as specified in the BDS (i.e.
0.3)
The bid with the highest Evaluated Bid Score (B) among
responsive bids shall be termed the Lowest Evaluated Bid
and is eligible for Contract award.

The Authority will not grant a margin to goods manufactured


2.25 in Kenya for the purpose of bid comparison in accordance
with the current laws.
2.30 The performance security required will be 10% of the Contract
Value.
2.31 Anti-corruption Affidavit is provided along with the Bidding
documents

Page 19
The authority will require a supplier of goods and/or services
to swear an affidavit to the effect they will not have offered or
been requested to pay an inducement to a member of the
Board, Management and/or Staff of the Authority to
influence the outcome of the bid.

Page 20
SECTION III: GENERAL CONDITIONS OF
CONTRACT

Table of Clauses

3.1 Definitions……………………………………………………………... 22
3.2 Application…………………………………………………………….. 22
3.3 Country of Origin……………………………………………………… 22
3.4 Standards……………………………………………………………… 22
3.5 Use of Contract Documents and Information……………………… 22
3.6 Patent Rights………………………………………………………….. 23
3.7 Performance Security………………………………………………… 23
3.8 Inspection and Tests………………………………………………… 23
3.9 Packing………………………………………………………………... 24
3.10 Delivery and Documents……………………………………………... 24
3.11 Insurance………………………………………………………………. 24
3.12 Payment……………………………………………………………….. 24
3.13 Price…………………………………………………….……………… 24
3.14 Assignments………………………………………………………….. 25
3.15 Sub contracts…………………………………………..……………… 25
3.16 Termination for Default………………………………..……………… 25
3.17 Liquidated Damages…………………………………..……………… 25
3.18 Resolution of Disputes………………………………………………. 25
3.19 Language and law……………………………………..………………. 25
3.20 Force Majeure………………………………………………………….. 26
3.21 Notices ……..………………………………………………………….. 26

Page 21
SECTION III - GENERAL CONDITIONS OF
CONTRACT
3.1 Definitions
3.1.1 In this Contract, the following terms shall be interpreted
as indicated:-
(a) “The Contract” means the agreement entered into
between the Procuring entity and the tenderer, as
recorded in the Contract Form signed by the parties,
including all attachments and appendices thereto and all
documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the
tenderer under the Contract for the full and proper
performance of its contractual obligations
(c) “The Goods” means all of the equipment, machinery,
and/or other materials, which the tenderer is required to
supply to the Procuring entity under the Contract.
(d) “The Procuring entity” means Kenya Revenue Authority
(KRA), the organization purchasing the Goods under this
Contract.
(e) “The Tenderer‟ means the individual or firm supplying the
Goods under this Contract.
(f) “GCC‟ means the General Conditions of Contract
(g) “SCC‟ means the Special Conditions of Contract
(h) “Day‟ means calendar day
3.2 Application
3.2.1 These General Conditions shall apply in all Contracts
made by the Authority for the procurement installation
and commissioning of equipment

3.3 Country of Origin


3.3.1 For purposes of this clause, “Origin” means the place
where the Goods were mined, grown or produced.
3.3.2 The origin of Goods and Services is distinct from the
nationality of the tenderer.

3.4 Standards
3.4.1 The Goods supplied under this Contract shall conform to
the standards mentioned in the Technical Specifications.

3.5 Use of Contract Documents and Information


3.5.1 The tenderer shall not, without the Authority‟s prior
written consent, disclose the Contract, or any provision
therefore, or any specification, plan, drawing, pattern,
sample, or information furnished by or on behalf of the
Authority in connection therewith, to any person other
than a person employed by the tenderer in the
performance of the Contract.
3.5.2 The tenderer shall not, without the Authority‟s prior
written consent, make use of any document or
information enumerated in paragraph 3.5.1 above.

Page 22
3.5.3 Any document, other than the Contract itself, enumerated
in paragraph 3.5.1 shall remain the property of the
Procuring entity and shall be returned (all copies) to the
KRA on completion of the Tenderer‟s performance under
the Contract if so required by the Authority.

3.6 Patent Rights


The tenderer shall indemnify the Procuring entity against
all third-party claims of infringement of patent,
trademark, or industrial design rights arising from use of
the Goods or any part thereof in the Authority‟s country.

3.7 Performance Security


3.7.1 Within thirty (30) days of receipt of the notification of
Contract award, the successful tenderer shall furnish to
the Procuring entity the performance security in the
amount specified in Special Conditions of Contract.
3.7.2 The proceeds of the performance security shall be payable
to the Authority as compensation for any loss resulting
from the Tenderer‟s failure to complete its obligations
under the Contract.
3.7.3 The performance security shall be denominated in the
currency of the Contract, or in a freely convertible
currency acceptable to the Authority and shall be in the
form of a bank guarantee or an irrevocable letter of credit
issued by a reputable bank located in Kenya or abroad,
acceptable to the Authority, in the form provided in the
tender documents.
3.7.4 The performance security will be discharged by the
Authority and returned to the Candidate not later than
thirty (30) days following the date of completion of the
Tenderer‟s performance obligations under the Contract,
including any warranty obligations, under the Contract.

3.8 Inspection and Tests


3.8.1 The Authority or its representative shall have the right to
inspect and/or to test the goods to confirm their
conformity to the Contract specifications. The Authority
shall notify the tenderer in writing in a timely manner, of
the identity of any representatives retained for these
purposes.
3.8.2 The inspections and tests may be conducted in the
premises of the tenderer or its subcontractor(s), at point
of delivery, and/or at the Goods‟ final destination If
conducted on the premises of the tenderer or its
subcontractor(s), all reasonable facilities and assistance,
including access to drawings and production data, shall be
furnished to the inspectors at no charge to the Authority.
3.8.3 Should any inspected or tested goods fail to conform to
the Specifications, the Procuring entity may reject the
equipment, and the tenderer shall either replace the
rejected equipment or make alternations necessary to
make specification requirements free of costs to the
Authority.

Page 23
3.8.4 The Authority‟s right to inspect, test and where necessary,
reject the goods after the Goods‟ arrival shall in no way be
limited or waived by reason of the equipment having
previously been inspected, tested and passed by the
Procuring entity or its representative prior to the
equipment delivery.
3.8.5 Nothing in paragraph 3.8 shall in any way release the
tenderer from any warranty or other obligations under
this Contract.

3.9 Packing
3.9.1 The tenderer shall provide such packing of the Goods as is
required to prevent their damage or deterioration during
transit to their final destination, as indicated in the
Contract.
3.9.2 The packing, marking, and documentation within and
outside the packages shall comply strictly with such
special requirements as shall be expressly provided for in
the Contract.

3.10 Delivery and Documents


3.10.1 Delivery of the Goods shall be made by the tenderer in
accordance with the terms specified by Procuring entity in
its Schedule of Requirements and the Special Conditions
of Contract.

3.11 Insurance
3.11.1 The Goods supplied under the Contract shall be fully
insured against loss or damage incidental to manufacturer
or acquisition, transportation, storage, and delivery in the
manner specified in the Special conditions of contract.

3.12 Payment
3.12.1 The method and conditions of payment to be made to the
tenderer under this Contract shall be specified in Special
Conditions of Contract.
3.12.2 Payments shall be made promptly by the KRA as specified
in the contract.

3.13 Prices
3.13.1 Prices charged by the tenderer for goods delivered and
services performed under the Contract shall not, with the
exception of any price adjustments authorized in Special
Conditions of Contract, vary from the prices by the
tenderer in its tender.
3.13.2 Contract price variations shall not be allowed for
contracts not exceeding one year (12 months).
3.13.3 Where contract price variation is allowed, the variation
shall not exceed 10% of the original contract price.
3.13.4 Price variation request shall be processed by the
procuring entity within 30 days of receiving the request.

Page 24
3.14 Assignment
3.14.1 The tenderer shall not assign, in whole or in part, its
obligations to perform under this Contract, except with
the Authority‟s prior written consent.

3.15 Subcontracts
3.15.1 The tenderer shall notify the Procuring entity in writing of
all subcontracts awarded under this Contract if not
already specified in the tender. Such notification, in the
original tender or later, shall not relieve the tenderer from
any liability or obligation under the Contract.

3.16 Termination for Default


3.16.1 The Authority may, without prejudice to any other
remedy for breach of Contract, by written notice of default
sent to the tenderer, terminate this Contract in whole or
in part:
(a) if the tenderer fails to deliver any or all of the goods
within the periods) specified in the Contract, or within
any extension thereof granted by the Authority;
(b) if the tenderer fails to perform any other obligation(s)
under the Contract;
(c) if the tenderer, in the judgment of the Authority has
engaged in corrupt or fraudulent practices in competing
for or in executing the Contract.
3.16.2 In the event the Authority terminates the Contract in
whole or in part, it may procure, upon such terms and in
such manner as it deems appropriate, equipment similar
to those undelivered, and the tenderer shall be liable to
the Procuring entity for any excess costs for such similar
goods.

3.17 Liquidated Damages


3.17 If the tenderer fails to deliver any or all of the goods
within the period(s) specified in the contract, the
procuring entity shall, without prejudice to its other
remedies under the contract, deduct from the contract
prices liquidated damages sum equivalent to 0.5% of the
delivered price of the delayed items up to a maximum
deduction of 10% of the delayed goods. After this the
tenderer may consider termination of the contract.

3.18 Resolution of Disputes


3.18.1 The Authority and the tenderer shall make every effort to
resolve amicably by direct informal negotiation and
disagreement or dispute arising between them under or in
connection with the contract
3.18.2 If, after thirty (30) days from the commencement of such
informal negotiations both parties have been unable to
resolve amicably a contract dispute, either party may
require adjudication in an agreed national or
international forum, and/or international arbitration.

Page 25
3.19 Language and Law
3.19.1 The language of the contract and the law governing the
contract shall be English language and the Laws of Kenya
respectively unless otherwise stated.

3.20 Force Majeure


3.20.1 The tenderer shall not be liable for forfeiture of its
performance security or termination for default if and to
the extent that it‟s delay in performance or other failure to
perform its obligations under the Contract is the result of
an event of Force Majeure.
3.21 Notices
3.21.1 Any notices given by one party to the other pursuant to
this contract shall be sent to the other by post, Fax or
Email and confirmed in writing to the other party‟s
address specified in SCC
3.21.2 A notice shall be effective when delivered or on the notices
effective date , whichever is later.

Page 26
SECTION IV - SPECIAL CONDITIONS OF
CONTRACT

4.1. Special Conditions of Contract shall supplement the General Conditions of


Contract. Whenever there is a conflict, between the GCC and the SCC, the
provisions of the SCC herein shall prevail over these in the GCC.

4.2. Special conditions of contract as relates to the GCC.

REFERENCE SPECIAL CONDITIONS OF CONTRACT


OF GCC
3.7 The performance bond must be issued in the form of a bank
guarantee. The bank guarantee must be valid in Kenya and
be at least 10% of the contract value.
3.8 Pre-shipment Inspection
It is a requirement that the goods shall inspected before
shipment at the supplier‟s cost. Inspection of the goods
before signing of the delivery notes will also be done by the
recipient of the goods, at the point of delivery.
3.9 Packaging
The tenderer shall provide such packing of the Goods as is
required to prevent their damage or deterioration during
transit to their final destination, as indicated in the Contract.
3.10 Delivery
Supply, Delivery, Installation, Testing &
Commissioning of Access Control System will be
installed at the Times Tower. Conditions of delivery will be
in the Local service order and contract within the period
indicated by the successful bidder(s) from the date of
receiving the Local Service Order (LPO).

3.12 Payment Terms


The Kenya Revenue Authority (KRA) payment terms are
that payment shall be made within thirty (30) days from the
date of delivery, commissioning and signing of acceptance
report for capital expenses. The recurrent charge payment
will be made according to terms and conditions of the
contract. However, KRA may negotiate mutually acceptable
payment terms with the successful tenderer.
3.13 Prices
Prices charged by the tenderer for goods delivered and
services performed under the Contract shall not, with the
exception of any price adjustments authorized in Special
Conditions of Contract, vary from the prices by the tenderer
in its tender. All prices quoted by the tenderers must be
inclusive of all taxes, discounts and delivery costs to Times
Tower, Nairobi, Kenya
3.17 Liquidated Damages
If the delivery date is extended (except by mutual consent) a
penalty amounting to 0.5% of the total cost will be charged
per day up to a maximum of twenty (20) days. No deliveries

Page 27
shall be accepted after the twentieth working day in which
case the LPO will automatically lapse and be deemed to have
been cancelled at the close of business on the twentieth day.
The Authority shall then be at liberty to realize the
performance bond. In this clause, “days” means working
days.
3.18 Resolutions of Disputes
Any dispute, controversy or claim between the Parties
arising out of this Contract or the breach, termination or
invalidity thereof, unless settled amicably under the
preceding paragraph of this Article within sixty (60) days
after receipt by one Party of the other Party's request for
such amicable settlement, shall be referred by either Party to
arbitration in accordance with the UNCITRAL Arbitration
Rules then obtaining. The place of arbitration shall be
Nairobi. The arbitral tribunal shall have no authority to
award punitive damages. In addition, unless otherwise
expressly provided in this Contract, the arbitral tribunal
shall have no authority to award interest. The parties shall
be bound by any arbitration award rendered as a result of
such arbitration as the final adjudication of any such
controversy, claim or dispute.
3.19 The language of all correspondence and documents related
to the bid is: English. Unless explicitly specified in the
Technical Requirements section, the key passages of all
accompanying printed literature in any other language must
be translated into the above language.
3.21
Kenya Revenue Authority
Deputy Commissioner-
Procurement & Supplies Services
Times Tower Building, 25th Floor,
P.O Box 48240– 00100 GPO,
Tel. +254 020 310900
Fax No. +254 020 215809
Nairobi, Kenya.
Email erprocurement@kra.go.ke
website: www.kra.go.ke

Page 28
SECTION V - TECHNICAL SPECIFICATIONS

5.1 General
This tender covers the Supply, Delivery, Installation, Testing &
Commissioning of Access Control System
5.1.1 These specifications describe the requirements for goods/services. Tenderers are
requested to submit with their offers the detailed specifications.
5.1.2 Tenderers must indicate on the specifications sheets whether the goods offered
comply with each specified requirement.
5.1.3 All the specifications of the products to be supplied shall not be less than those
required in these specifications. Deviations from the basic requirements, if any
shall be explained in detail in writing with the offer, with supporting data such as
calculation sheets, etc. The procuring entity reserves the right to reject the
goods/products, if such deviations shall be found critical to the use and operation
of the products.
5.1.4 The tenderers are requested to present information along with their offers as
follows:
(i) Shortest possible delivery period of each product
(ii) Information on proper representative including their names and
addresses
5.2 Particulars
This tender covers the Supply, Delivery, Installation, Testing &
Commissioning of Access Control System. Specifications are given in
Technical requirements section.

5.3 Warranty
Successful Bidder shall ensure that the products have a manufacturer‟s written
warranty as required in the detailed specifications.

Page 29
TECHNICAL SPECIFICATIONS/GENERAL REQUIREMENTS

1. General Requirements
a. KRA wishes to install a reliable, efficient and effective Access Control
System designed to allow customized configuration for Controlled Access at
Times Tower.
The Access Control Network will be IP based. The systems shall be configured
such that there is interconnection and integration to a central Server at the
Security Office on 4th floor. The Server shall be assigned IP address to enable
remote access within the LAN. The Database Server shall be installed within a
cabinet at the Data Center. All the equipment/accessories shall be warranted
and must operate at or above the guaranteed values. The equipment
proposed to be supplied by the Contractor shall be industry proven
products and not R & D products models. All supplies including
Controllers, Servers, Magnetic Locks, cables, PVC conduits and software
shall conform to the requirements of relevant Kenyan and International
standards.
The Contractor shall provide all the required equipment and services,
whether explicitly mentioned in these specifications or not, to fulfill the
intent of the specification and to ensure the completeness, operation and
maintainability of the system at no extra cost to the procuring entity.
Installation of the equipment shall be done by the Contractor at site (exact
location will be determined during the mandatory site visit).
Material/manpower required for such installation shall be arranged by the
Contractor.
As – built documentation and Technical literature of the
equipment/components offered and as published by the original
manufacturer of the component, shall be submitted. Part numbers of all
components and equipment as used by the manufacturer shall be indicated.
The functionability of the door hinges, door closers rest on the
Contractor during and after the project implementation. The
specifications for both the hinges and the door closers will be
equivalent to those in existence. The Contractor will also be
charged with the responsibility of maintaining the same
during the contract period.
NB
Bidders response of “YES, NO or WILL COMPLY” will be
treated as non-responsive.
Due to high human traffic in the building, the bidder will be required to
give a workable solution to the problems of “piggybacking and
tailgating” which will be experienced during the system operation
both at the location of the Speedstiles and on the doors.

The items in italics and in bold are at the installation stage.


The prospective bidder will be required to integrate the
same for procurement with the said equipment.

Page 30
CCTV EQUIPMENT FOR TIMES TOWER AND FORODHA
HOUSE – JKIA
 General requirements

KRA wishes to:


a. Add CCTV cameras to an already existing Ganz Vims Command suite.
The additional cameras should be fully compatible with the existing
system.
b. Install a CCTV system at Forodha House JKIA with viewing capability
at both the site and at Times Tower through radio connection and
should be able to be integrated with the other systems.

2. SCOPE OF WORKS

KRA wishes to install Reliable, effective and efficient Access Control


System designed to allow customized configuration and management at
Times Tower.

These specifications cover the minimum technical requirements for the


design, supply, installation and commissioning of:

1. LOT 1: Access Control System at Times Tower which shall


control and monitor movements of staff and visitors entering and
leaving the building. The System shall be a fully scalable, open
platform media management system. It shall provide a centralized
Database Server, recording system and enable simultaneous live
monitoring. The software shall be an Intelligent Operating
Software, which will record, display and respond to any alarms
and alerts in an “intelligent” manner.
2. LOT 2
a): CCTV Cameras. Install additional at Times Tower
2b): CCTV System at Forodha House JKIA Install cameras
with viewing capability at both the site and at Times Tower through
radio connection or any other means available and which should be
able to be integrated with the other systems.
3. LOT 3: Speedstiles at Times Tower which shall control the
access to the building Tower wing on the ground floor.

The tender will be awarded based on Lots.

The Scope of installation works will be as indicated below:

Page 31
LOT 1: ACCESS CONTROL SYSTEM
Sno Feature Qty Minimum requirements Bidders Scores
response
1 Master 2  Receives and stores all the system configuration and cards from the host 7
controller computer,
 Configures, controls and monitors all slave devices (door controllers, status
and alarm panels),
 Receives, stores and forwards to host all events from the slave devices,
 Stores cardholder access rights and makes access decisions,
 Facilitates linkages between the slave devices,
 Number of slave devices. The manufacturer will offer a wide variety of master
controllers in order to provide maximum flexibility and cost savings to the
user,
 At least 4 types of master controllers will be available: for 16, 32, 64 and 96
devices (readers, alarm input/output and status panels),
 Connection to host computer. The controllers will support any of the following
methods of connection to the computer:
1. Direct connection via RS-232 or RS-485, speed of at least 56700 bits per
second,
2. Network connection via Ethernet 10BaseT with TCP/IP protocol support.
Controllers must have an on-board network interface. Systems utilizing
third party devices (terminal servers) for transferring serial data over
network will not be accepted,
3. Network connection via Ethernet 100BaseT with TCP/IP protocol support
and AES 256bit NIST approved encryption,
4. Dial up connection over standard PSTN phone lines,
5. Connection via leased or dedicated line modems,
6. It will be possible to connect up to 8 master controllers to a single
computer serial port,
7. It will be possible to connect up to 32 master controllers to a single
workstation,
 Microprocessor. 32-Bit processors to ensure fast event processing,
 Maximum response time. Maximum time interval between the user
identification (card read, entering PIN, etc) and response from the master

32
controller (access granted, access denied, etc.) will not exceed 20 milliseconds
under the maximum load conditions. The only exceptions from this
requirement are the readers connected to the master controller via TCP/IP
network,
 Memory. The controllers will have at least 1 Mega byte of RAM in standard
configuration. The memory will be expandable to up to 8 Mega bytes using
plug-in SIM modules. The memory will be allocated between card records and
events. It will be possible to configure memory allocation for cards and events.
With 1Mb of memory controller will be able to store up to 39900 cards or
79800 events. With 8Mb of memory, the controller will be able to store
345700 cards or 691500 events,
 Access levels. An access level will consist of a list of readers with time zone
assigned to each reader,
 Each master controller will support at least 256 access levels,
 It will allow assigning at least 6 of the access levels to a card,
 Individual access levels. In addition to 256 access levels, controllers will
support individual access levels for every card. “Precision access” feature will
allow adding pairs of readers and time zones to a card. “Exclusion list” feature
will allow excluding certain readers from the access level already assigned to a
card,
 Elevator access levels. An elevator access level will consist of floor numbers
and time zones assigned to those floors. There will be at least 125 elevator
access levels per master controller,
 Elevator access control. The master controller will be able to control access to
at least 64 floors per reader and up to 32 elevators. There will be two options
for implementing elevator access control: standard and elevator control with
feedback. Standard elevator access control will allow controlling which floors
each user can access. For areas with high security requirements, elevator
control with feedback will be used. In addition to controlling access, it will also
record floor selections made by the users. The master controller will also
support “Day” and “Night” modes for elevator access (allowing free access to
the selected floors during time zone selected in Day mode),
 Card activation date and time. The master controller will store activation and

Page 33
deactivation time and date for each card record,
 Linkages. Each master controller will support 100 linkages among its slave
devices. Possible triggers for linkages will be: alarm zone status change (alarm,
secure, fault, ground), access activity (granted, denied, diddle, duress),
communication status (online, offline), commands from reader keypads,
number of users in a certain area. Possible action that can be linked to triggers
will be: relay control (on, off, pulse), alarm zone masking, changing reader
mode, locking areas, activating time zones, checking for zones in alarm state,
triggering other linkages,
 Communication drivers. The master controller will have plug-in type
communication drivers for RS-232 and RS-485. The communication drivers
will be easily replaceable and inexpensive. Since the communication drivers
may be damaged due to incorrect wiring or the communication line faults,
such setup will allow fast on-site repair, eliminating the need to return the
controllers for repair to the manufacturer. Master controllers which have non-
removable communication drivers will not be accepted,
 Host communication interface. The master controller will have a plug-in type
host communication interface for either serial or TCP/IP connection. The
interface will be easily replaceable on-site. Serial communication interface will
have 2 serial communication ports (RS-232 or RS-485 selectable): one for
connection to computer and one for on-line printer. The TCP/IP interface will
have RJ-45 jack,
 On-line printing. The master controller will support an on-line printer,
 Diagnostic LEDs. The master controller will have 6 diagnostic LEDs,
 One of the LEDs will display the heartbeat of the controller, one will display
communication with host activity, and the remaining four LEDs will indicate
communication activity of each of the device ports,
 The same LEDs will be used to display self-test results of the master controller,
 Communication to slave devices. The master controller will have at least 4
communication ports to the slave devices. If will be possible to select
communication type between RS-232 and RS-485 by simply changing plug-in
communication driver,
 The controller will support communication speed of at least 19200 bits per

Page 34
second,
 It will be possible to connect at least 32 slave devices to each communication
port.
 Topology. Slave to the master controller should be connected in BUS topology
STAR type topology will also be possible by utilizing line splitters. STAR type
splitter should be provided by the same manufacturer and be capable of
splitting one RS-232/485 communication line to 8 RS-485 lines. The splitter
should also have a built in repeater in order to extend the cable run.
 Dual path communication. The master controller will support dual path
communication to the slave devices. If used in dual path mode, two device
ports will be used as Primary ports, and two other device ports will be used as
Alternative ports,
 Each device will be connected to the master controller via Primary AND
Alternative ports,
 The master controller will alternate between the Primary and Alternative ports
when polling slave devices in order to check communication on both,
 The master controller will generate a line failure alarm, if a device cannot be
reached through either of the ports. Both RING and DUAL BUS topologies will
be supported for the dual path connection,
 The manufacturer will provide the dual path communication controllers which
will facilitate connecting slave devices to two ports simultaneously and will
protect from failure on one communication line affecting another line,
 The third party devices for creating redundant RS-485 communication line
will not be accepted.
 Power requirements. Master controllers will accept DC power in the range of
12-28V.
 Card formats. The master controller will support at least 8 card formats. Card
format will consist of type, facility code, card number offset and format
definition. Both Wiegand and Magnetic (Clock/Data) types will be supported.
 Anti-passback areas. Anti-passback areas will consist of entry and exit readers.
It will be possible to assign multiple entry and exit readers to an area,
 The master controller will support at least 127 anti-passback areas.

Page 35
 The master controller will support multiple levels of areas (one area inside the
other). This will prevent users from accessing an inside facility without first of
all getting access at the outside reader.
 It will be possible to logically place certain readers inside APB areas,
 Users will not be able to use those readers unless they enter that APB area
through one of its entry readers. For example: if a user does not present his
card at the main entry reader of the building, he will not be able to open any of
the doors inside the building.
 The system will be able to count the number of users inside the area and
trigger predefined actions, if minimum or maximum number of users in the
area is reached.
 The master controller will also be able to restrict occupancy by denying access
to an area if the maximum set occupancy for that area is reached.
 The system will support 2 men rule which will not allow only 1 person to be
present inside the secured area,
 If there were 2 people in the area, both of them would have to leave at the
same time to get access at the exit reader,
 If there was no one inside the area, two people would have to enter it at the
same time to get access at the entrance reader. The system will support the
following anti-passback modes: hard (access denied if APB rules are violated),
and soft (grant access but record the violation event).
 It will be possible to reset APB status for all cards or for any individual card.
 Timed anti-passback. Timed anti-passback will not allow using the same card
on the same reader two times in a row,
 The user will have to present his card to any other reader in the system or wait
for a configured period of time before using his card on the same reader again.
This feature will be used if there are no exit readers installed, and standard
anti-passback cannot be used,
 Holidays. The master controller will support at least 100 holiday dates,
 Time zones. The master controller will support at least 127 time zones,
 A time zone will be defined by selecting days of the week, time of the day and
holiday dates,

Page 36
 There will be a possibility to configure at least 6 intervals per time zone,
 Zone grouping. There will be a possibility to assign alarm zones to groups,
 The master controller will support at least 256 groups,
 2-card and 3-card rules. The master controller will support 2-card and 3-card
verification. If a reader is set for such a mode, the master controller will
require 2 (or 3) different valid cards in order to unlock the door,
 Escort. The master controller will support escort verification. If a card is
marked as “escort required” the controller will not grant access until another
card that has escort rights is presented,
 Rack mounting. Rack mountable version of the master controller will be
available. It will be 19” wide with uninterruptible power supply.

Location: Server room on 4th floor server room,


Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred to.
2 Door 141  Controls readers, and door locks, and accepts inputs from door contacts and 6
controller exit buttons,
 Receives the entire configuration from the master controller and is capable of
stand-alone operation, if the connection to the master controller fails,
 Number of readers. The manufacturer will offer a wide variety of door
controllers in order to provide the maximum flexibility and cost savings to the
user. At least 4 types of door controllers will be available: for 1 reader/ 1 door, 2
readers/ 1 door, 2 readers/ 2 doors, and 4 readers/ 4 doors,
 Connection to the master controller. Door controllers will support any of the
following methods of connection to the master controller:
1. Direct connection via RS-232 or RS-485, speed of at least 19200 bits per
second,
2. Network connection via Ethernet 10BaseT with TCP/IP protocol support.
3. Connection via leased or dedicated line modems,
4. It will be possible to connect up to 32 door controllers to one port of the
master controller.
 Memory. There will be two types of door controllers available: without local

Page 37
memory and with local memory.
1. Controllers with local memory will be used for high security areas. The
memory will be shared between card records and events,
2. It will be possible to configure memory allocation for cards and events,
3. Door controllers with local memory will be able to store up to 36000 cards or
11800 events,
4. It will also store time zones and access levels related to its part of the system,
5. Controllers without local memory will be used if a cost effective solution is
required.
 Off-line mode. If the communication with the master controller is interrupted,
the door controller with local memory will remain fully functional:
1. It will process access requests in a regular manner,
2. It will store all events and upload them to the master controller as soon as
the communication is restored.
 It will be able to automatically change reader access modes when the
communication with the master controller is interrupted or restored,
 A door controller without local memory will switch to degraded mode in case of
the communication failure,
 It will change reader modes into one of the following: Locked, Unlocked or
Facility Code,
 Elevator access control. It will be possible to configure any reader connected to
any door controller to function as an elevator reader. Elevator control relay
modules will not be required,
 The system will be capable of communication with elevator equipment via bi-
directional RS-232/485 interface eliminating the need for multiple
input/output wiring,
 Linkages. Each door controller will have local alarm input to output linkages. It
will activate a local alarm output if any of the following alarm occurs: reader
tamper, door forced open, door held open, auxiliary alarm input active.
 Communication drivers. Door controllers will have plug-in type communication
drivers for RS-232, RS-485 and TCP/IP.
 The communication drivers will be easily replaceable and inexpensive,

Page 38
 Since the communication drivers may be damaged due to incorrect wiring or
communication line faults such setup will allow fast repair on-site eliminating
the need to return the door controllers for repair to the manufacturer,
 Door controllers that have non-removable communication drivers will not be
accepted,
 Diagnostic LEDs. A door controller will have 2 diagnostic LEDs. One of the
LEDs will display the heartbeat of the controller, while another one will display
communication with host activity,
 Readers. A door controller will support readers made by HID, Indala, Apollo,
Bioscrypt or compatible models from other manufacturers. Door controllers
will support readers with Wiegand (Data1/Data0) or Magnetic (Clock/Data)
communication standard. Door controllers will also have three control lines for
red, yellow and green LEDs, and a beeper control line for each reader, in order
to provide audible and visual feedback for the users,
 Inputs and outputs. Door controllers will also have the following inputs: door
contact, exit button, and auxiliary input for each reader. It will be possible to
select by a DIP switch whether inputs are unsupervised or supervised using
EOL resistors,
 A door controller will also have two relay outputs for each reader: one for
electric lock control and one auxiliary output,
 High security lock control relays. Door controllers will support external high
security relays for lock control and other user configurable purposes,
 The communication between the controller and such a relay will be digital and
encrypted using a constantly changing code,
 The intruder would not be able to open the door lock even if he managed to
access the wires going from the door controller to the high security relay,
 Cutting, shorting or applying power to the wires would not unlock the door,
 The relay will be mounted in the doorframe behind the electric lock to minimize
the length of unprotected cabling between the relay and the lock,
 Door controllers which do not support high security external relays will not be
accepted,
 Power requirements. Door controllers will accept DC power in the range of 12-

Page 39
28V,
 Card formats. Door controller will support at least 8 card formats. Card format
will consist of type, facility code, card number offset and format definition.
Both Wiegand (up to 64 bits) and Magnetic types will be supported,
 Controller mode. Door controllers will be capable of working independently,
without master controllers,
 In this mode door controllers will be communicating with software directly and
completely eliminating the need for master controllers. Such configuration will
allow cost effective solutions for remote locations that only have a few doors
and/or alarm points,
 It will be possible to select between RS-232, RS-485 and TCP/IP
communication by installing required driver. Precision access, 6 access levels
per cardholder and anti-passback functions will be supported.

Location: On all the doors as indicated in table 1,


Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
3 Proximity 204  The proximity card readers will be installed on all doors as indicated in table 8
card 1,
readers  The proximity card readers be able to communicate with both the printable
contactless smart cards and the contactless smart cards,

Location: on all the doors as indicated in table 1,


Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
4 Printable 6500  Read only. The ACS will use smart cards in read-only mode which will be 4
contactless reusable,
smart cards  The card will allow for customized printing of the card to reflect the details
equivalent to those appearing in the staff identification card.

Detailed specifications in table 3,

Page 40
The bidder to conform to the referenced specifications in the table referred
to.
5 Contactless 7000  Read only. The ACS will use smart cards in read-only mode, 4
smart cards  Part of the information required on the smart card will be its ID number that
will be used as a regular card number which will be used for accessing
visitors once per entry and reused for other subsequent visitors.

Detailed specifications in table 3,


The bidder to conform to the referenced specifications in the table referred
to.
6 Door 282  Each door will be installed with a set of door contacts. 3
contacts They will be located on all doors as indicated in table 1,
Location: Server room on 4th floor,
Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
7 Door 141  Each door will be installed with a door buzzer. 3
buzzers
They will be located on all doors as indicated in table 1,
Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
8 Maglock 53  They will be located on all doors, 3
for double  The maglocks will be at least 600kgs.
door
They will be located on all doors as indicated in table 1,
Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
9 Maglock 88  They will be located on all doors, 3
for single  The maglocks will be at least 350kgs.
door

Page 41
They will be located on all doors as indicated in table 1,
Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
10 Finger 78  Direct RS-485 connection. The system will support intelligent readers that 8
print and connect directly to master controllers via RS-485 communication line,
proximity
card reader  The intelligent readers will have built-in all inputs and outputs required to
control a door in this way eliminating the need for door controllers and
enclosures,
 Local memory. The readers will have memory for storing card records and
events, and operating off-line if the communication with the master controller
is broken,
 Readers with local memory will be able to store up to 37000 cards or 6500
events,
 It will be possible to configure memory allocation for cards and events,
 Readers will also store time zones and access levels related to their part of the
system,
 The intelligent readers will have all inputs and outputs to support one
additional door and an industry standard Wiegand output reader,
 Commands. The intelligent readers will have 16-button keypad and 4-line LCD
display for advanced functions,
 It will be possible to configure system reactions and allow users to execute them
by entering commands from the keypad,
 Alarm display. It will be possibly to display alarm events on the reader LCD
screen in order to provide real-time information,
 Arming & disarming. It will be possible to select and arm/disarm alarm zone
groups using the LCD and keypad of the intelligent reader.

They will be located on all doors as indicated in table 1,


Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.

Page 42
11 Uninterrup 141  Manufacturer. The manufacturer of ACS will provide a wide variety of 3
tible Power enclosures and uninterruptible power supplies designed specifically for its
Supply for controllers, in order to guarantee easy and reliable installation, third party
the door manufacturers of enclosures and power supplies will not be accepted.
controllers
 Types. There will be at least 3 types of enclosures available:
1. Large enclosure for 4 four-door controllers. The enclosure will also include
12V 10 Amp power supply, with 12V 12Ah battery and charger. The power
supply will have universal input for 60-280VAC,
2. Small enclosure for 2 four-door controllers. The enclosure will also include
12V 4 Amp power supply, with 12V 12Ah battery and charger. The power
supply will have universal input for 60-280VAC.
 Power distribution boards. Both Large and Medium type enclosures will also
have a power distribution board with 8 12Vdc and 1 5Vdc output, each output
will have a self-resetting fuse that would protect from short circuit on one
channel affecting equipment connected to other channels,
 AC Power failure alarm. In case of the main AC power failure, the power supply
of large and medium type enclosures will monitor the state of the battery and
generate an alarm if it goes below 90% of charge. This feature will eliminate
nuisance alarms originating from short-term AC failures,
 Approvals. All Enclosures and power supplies will be UL approved,
 Material. The enclosures will be made of thick and durable powder coated steel

They will be located on all doors as indicated in table 1,


Detailed specifications in table 3,
The bidder to conform to the referenced specifications in the table referred
to.
12 Data points 14 Terminate data points for: 3
1. Time and Attendance module on 28th floor – 4 points,
2. Visitors Management module on ground – 8 points,
3. Security floor workstation 1st floor – 7 points,
4. Security control room 4th floor – 3 points.

Termination will to include any active devices as required (shall be

Page 43
determined during the site survey)
The applicable active device shall be a catalyst manageable switch.
13 Certificatio Lot  The bidder should state all the requisite international certification standards 3
n for all the equipment proposed.
Standards
for the
equipment
14 Architectur  The Access Control architecture should conform to the three levels as 7
e tabulated in Table 7 below.
15 Integration  All Access Control components stated above shall be integrated, 3
requireme  The system should integrate with fire detection system to disable access
nt control system during a disaster.
16 Access  The Access Control System shall be installed to all floors as specified in 6
Control Table 1.
System
scope
17 Site survey  Bidders must undertake a mandatory signed off site survey to determine the 2
exact technical requirement.
18 Warranty for  At least one year. 2
all the
equipment
19 Support and Bidders hall provide a proposal and costing for: 3
maintenance a. Time and Material contract to support the system,
b. The bidder is additionally expected to demonstrate the ability to avail
equipment ex- stock.
c. The bidder should provide of the prevailing unit market cost for equipment
to guide the repair and replacement process.
20 Implementati Bidder‟s should demonstrate the implementation and the methodology for the 7
on solutions as required in the section and provide detailed responsiveness for the
methodology following components:
 Software
 Master controllers
 Door controllers
 Proximity readers

Page 44
 Intelligent readers
 Alarm input and output panels
 Status panels
 Cable requirements and other additional works
 Contactless printable smart cards
 Contactless smart cards
 2 door interlock
 Uninterruptible power supply
 Certifications
 Maintenance
21 Prevention of Times Tower has a high traffic flow. Bidders should provide workable solutions 2
Piggybacking to the problems of piggybacking and tailgating which could be experienced
and tail gating during operations. This solution should demonstrate the workability on
integration of the CCTV and the ACS.
22 Defects The Contractor shall be liable for defects in workmanship for a period of six 2
liability period months after practical completion (commissioning).
23 As – installed Preparation and submission of three (3) copies of soft copy in PDF and 2
drawings AUTOCAD 2004 and three (3) A3 size hard copies of “As –installed plan layout
and schematic drawings”.
24 Access Lot The Contractor shall supply, deliver, install and commission the Access Control 2
Control System.
System
installation
25 Exit buttons 17 The Contractor will install conventionally accepted exit buttons as indicated in 2
table 1.
26 Functional Lot The Contractor shall ensure that all the doors where the Access Control System 2
door closers is being installed have functioning door closers and hinges. Incase of
and hinges replacement, they should of equivalent specifications or higher.
TOTAL 100%

Supplier’s Signature____________________ Official Stamp ___________________Date____________________

Page 45
LOT 2 :(a) CCTV SYSTEM FOR TIMES TOWER INCLUDING THE
LIFTS
Sno Feature Qty Minimum requirements Bidders Scores
response
1 CCTV system Lot Additional CCTV cameras at Times Tower to be integrated with the already 20
existing Ganz Vims Command suite system which shall be fully
compatible.
2 Network 2  Server shall control access to the system resources, IP Cameras, Video 15
Video encoders, decoders and NVRs, within the system through the Audit trail,
Recorder  An Audit Trail log shall exist on the Database,
(Server)
 An audit trail entry shall include the event category, event type, time of the
event and the originating system user,
 Server shall control access through login username and password,
 The Server shall store the usernames and passwords in an encrypted format
on the database,
 Server shall associate sets of privileges and access rights through user groups,
 Server shall maintain a list of users and be able to change the privileges for
existing users and create accounts for new users,
 Server shall log successful and unsuccessful user actions in the audit trail,
 NVR shall be administered through Client under the control of Server,
 NVR features shall include: Audio/Video Recording, Playback, Export,
 The NVR should be independent of the compression algorithms and shall be
capable of storing H.264, MPEG-4 and M-JPEG video images from VMS
supported encoders and IP cameras at full frame rate,
 NVR units shall be capable of recording at least thirty-two simultaneous, high
quality video streams onto 24 terrabit HDD,
 NVR shall be capable of simultaneous streaming of images from one source
file to multiple users,
 NVR shall be capable of simultaneous record and playback of video streams,
 NVR shall support a maximum data rate of 200Mbps,

Page 46
 NVR shall support a maximum aggregate playback data rate of 60Mbps,
 The NVR shall use standard PC hardware and the resident PC HDDs. The
NVR shall also support networked drives provided they are presented as a
drive to the native operating system,
 The NVR shall have an Ethernet (10/100/1000 Mbps) network interface,
 The NVR recordings shall only be accessible through authorised VMS Clients,
 NVR shall support the simultaneous recording of up to 64 video streams,
 Recordings shall be automatically deleted after a definable period has expired.
If the automatic deletion period parameter has not been set the recording
shall be kept indefinitely.

They will be located on 4th floor security server room,


Additional specifications are provided in table 4,
The bidder to conform to the referenced specifications in the table referred to.
3 Video 3  VMS Client shall be a Microsoft Windows application, 7
Management  VMS Client shall provide multiple levels of privilege: Administrator and User
(VMS) Client Groups. Administrator privilege shall give unrestricted access to all system
resources. User Groups access to system resources shall be definable on an
individual User Group basis by a VMS Client with Administrative privilege,
 VMS Client shall require users to log onto the VMS Server with username and
password,
 The username shall determine the group to which the user is a member,
 The number of VMS Clients belonging to User Group(s) shall be defined by
the Surveillance, System design and shall be from none to unlimited number,
 Users with the appropriate privilege shall administer system resources in the
SQL Database,
 Receive Alarm notification of events but only for events the administrator has
given them access to,
 Acknowledgements of alarms including the addition of notes,
 Exporting recorded clips for archive and evidential purposes,
 Viewing the audit trail,
 Presented with a tree structure of all the devices to drag and drop into video

Page 47
panes,
 View recorded video from a camera when viewing live video from the camera,
 Selecting to view the recorded video shall display the NVR toolbar and the set
of recorded video clips associated with the selected camera in a graphical bar,
and the video shall start playing from the start of the oldest recorded,
 Playback from up to 36 devices on the same video monitor,
 Playback can be performed simultaneously with live video displayed on a
second PC monitor video pane(s) or Decoder,
 A calendar view is presented to pick recordings from various dates if
available,
 Users must be able to view alarms related to a camera and start playback of
these alarms by double clicking on them,
 User interface buttons must be available to freely scroll forwards and
backwards through time as well as jump to the oldest and latest recording
footage,
 The timeline can be shown for a selected custom time range,
 It is possible to jump to a specific start time and date.
 Buttons to jump to next available and previous available recordings need to
be provided,
 Playback control buttons for play, fast forward, rewind need to be provided,
 Single frame forwards and single frame step backwards are fully supported,
 Scale of timeline can be expanded or contracted using the mouse scroll wheel,
 Synchronized playback must be available to time synchronize cameras
together while playing back,
 The mouse scroll wheel should be used to utilize digital zoom on playback
video,
 Jog Shuttle control allows fine control of speed including frame by frame
forwards, ¼ speed, ½ speed, normal speed, x2 speed, x8 speed and x16
speed. The same speed options are available for rewind,
 The same video device can also be played back from multiple playback panes,
all at different times and speeds,
 Video and audio can be played back, from the selected time in the time line, to

Page 48
a Decoder. Once displayed in the Decoder the video can be paused or played,
 At the click of a button save a snapshot in jpeg format both at normal size and
the zoomed image,
 Snapshots can be sent direct to a printer as well as saved to file,
 Client must allow the export of footage for a specified time and date to the
standard MP4 file format for use with third party players such as QuickTime
and Windows Media Player,
 Exported recordings must be watermarked using a Digital Signature,
 A standalone player must be able to validate the exported recording,
 Exported recordings must contain the Device name, IP address and date &
time,
 Recordings should be exported with an optional standalone player directly to
CD, data DVD, Hard disk or DAT drive.

They will be located on 4th floor security control room,


Additional specifications are provided in table 6,
The bidder to conform to the referenced specifications in the table referred to.
4 2.1 181  The camera is designed to provide advanced image support for resolutions up 15
Megapixel to 1080p,
True  The camera provides dual-codec functionality, for simultaneous transmission
Day/Night
of H.264 and Motion JPEG (MJPEG) video,
Fixed indoor
Dome  The camera is designed to provide H.264 compressed video of up to 1080p
res. at image rates up to 30 images per second (ips),
 The camera uses a high-quality 1/2.5” Progressive Scan CMOS image sensor,
 The camera is designed with an integrated 3.3~12mm Computar varifocal
lens with DC Auto-Iris functionality,
 The camera shall provide Color pictures in light as low as 1.0 lux @ F1.6,
 The camera shall provide B&W pictures in light as low as 0.15 lux @ F1.6,
 The camera shall be capable of accepting a power source from either 12VDC,
24VAC or IEEE 802.3af Power-over-Ethernet (PoE),
 The camera shall be capable of transmitting analog PAL or NTSC (1Vp-p)
video, for setup and installation purposes,

Page 49
 Progressive Scan CMOS technology for optimal image clarity,
 Full HD 1080p (1920 x 1080 pixels) (2.1 Megapixel) maximum resolution,
 Provides True Day/Night functionality, allowing automatic switching
between Color mode and B&W mode, as well as removal of an IR cut filter
for enhanced low light performance,
 Camera shall have integrated, programmable motion detection, with up to
five (5) user-defined detection zones, and the ability to map each detection
zone to be able to trigger a recording event and/or analogue alarm output
from the camera unit.Each zone can be configured with a 10-level sensitivity
setting,
 The camera shall support Back Light Compensation (BLC),
 The camera shall feature a motorized varifocal lens, which allows the user to
adjust the lens focal length and focus remotely from a web-browser or any
supported NVR software,
 The Contractor shall install one CCTV camera in each of the nine (9)
cameras within the building and integrate the same with the other CCTV
system,
 Two (2) authority levels of user privileges shall be available:
a. Admin level shall have full access to all functions.
b. User level will be restricted to monitoring live video only.
5 Outdoor IP 22  The proposed camera is a network enabled indoor color bullet camera, 15
Bullet utilizing a 1/3” Super HAD II CCD sensor 752x582 resolution,
Camera  The proposed camera employs H264, M-JPEG and MPEG-4 compression.
w/3.5-16mm Users can chose the compression types between Constant bit rate or Fixed
varifocal, quality. The fixed quality mode has 5 levels of user selectable compression
H264/MPEG
ratios,
4/MJPEG,
PoE with IR  The proposed camera is designed to be a built in web server, such that
standard web browser like Internet Explorer or Firefox can be used to view
the camera view without installing special viewer software. The operating

Page 50
system being required for viewing system should be Microsoft Windows
2000/XP/Vista/Windows 7,
 The minimum system requirement is Intel 2.0 GHz Pentium IV CPU, with
512MB RAM, decent display chip with 32MB display memory,
 Network interface is a 10/100 Mbps Ethernet with RJ-45 connector,
 The camera has 3 user level settings, which is a) Administrator, b) Operator,
and c) Viewer,
 Maximum frame rate the proposed camera can handle is 25fps at 752x582
resolution in all H264, M-JPEG and MPEG-4 mode,
 The proposed camera employs dual CODEC that are capable of streaming out
H264 and/or M-JPEG and/or MPEG-4 simultaneously,
 Image sizes are user selectable among D1 / 4CIF / VGA / CIF / QVGA / QCIF
in all H264, M-JPEG and MPEG-4 mode,
 Shutter Time is automatically selected in a range of 1/5 sec to 1/15000 sec,
 The proposed camera shall have a 4 pin I/O interface located on side of the
base. There shall be an alarm input port and an Alarm/relay output port,
 The proposed camera shall support the following Network protocols: TCP/IP,
UDP/IP, HTTP, RTSP, RTCP, RTP/UDP, RTP/TCP, SNTP, mDNS, UPnP,
SMTP, SOCK, IGMP, DHCP, FTP, DDNS, SSL v2/v3, IEEE 802.1X, SSH,
SNMP v2/v3,
 The proposed camera utilizes an event notification capability using HTTP,
SMTP, or FTP,
 The proposed camera shall have user configurable port settings,
 The proposed camera shall be capable of limiting the bandwidth of Video
output from 20Kbps to 4Mbps in H264/MPEG-4 mode. The proposed camera
shall be capable of overlaying time stamp and text caption over video image.
The proposed camera shall be capable of pre and post alarm video buffering,

 The proposed camera shall be capable of IP address filtering to the inward


access to the camera,
 The proposed camera shall be capable of 10 clients simultaneous camera
view,
 Camera lens being supplied as standard accessory shall be a 3.5mm ~ 16mm

Page 51
varifocalboard lens with f-stop of F 1.2 and removable IR cut filter for day &
night function.
 Camera lens supplies the angle of view from 18.9 degrees to 90.8 degrees.
 Minimum object distance shall be 50cm.
 The proposed camera shall comply with IEEE 802.3af Power over Ethernet.
 The proposed camera shall be capable of an external 12V DC or 24V AC power
adapter with power consumption of 450 mA@12V DC (IR OFF) and a max.
780 mA@12V DC (IR ON).
 The proposed camera requires a minimum scene illumination of 0.14 lux /
F1.2 (0 lux / F1.2 IR led ON)
 The proposed camera shall have built-in IR illuminators effective up to 40
meters.
 The proposed camera shall be capable of auto white balance.
 The proposed camera shall support audio. The supported Audio compression
are G.711
 The proposed camera shall support both a Built-in internal Microphone, or
external microphone. External microphone shall be a single channel stereo
type mini-jack, supporting 2.4 VDC power at 4.7 ohm eternal microphone
input.
 The proposed camera shall support an external active speaker via a mini-jack
and audio output.
 The proposed camera shall be capable of two-way audio by SIP protocol.
 The proposed camera shall support audio mute.
 Temperature:

Operating: -

Humidity: 20% to 85% relative, non-condensing.

 Digital Input/Output Alarm shall be a 4 pin I/O connector.


 The Input Alarm spec should be open/short-to-GND, isolation 2kV
 The Output Alarm spec should be max. 40VDC, max. 400mA, isolation 2kV

Page 52
 The camera dimensions shall be 88mm (W) x 87mm (H) x 195mm (D).

 The camera weight shall be 2050g,


 High Performance Advanced Tracking Algorithm, Low False Alarm Rate
 Easy to use with Intuitive Web Browser Interface
 Detection Zones Multi-Segment Polygons and Lines
 OSD for all real time data Display of tracking Data and events
 Camera shake cancellation
 Camera tampering Detection
 Detection Behaviour modes Direction, Stopping, Loitering, Entering, Exiting,
Appear, and Disappear Filters, Abandoned/Removed Object Detection,
Tailgating Detection,
 Infrared with analytical capability
 3D Behaviour to have a good approach Perspective Corrected Size and Speed
Filters
 Counting Functions and Other Statistics
 Meta Data in Plain XML Format
 Electronic Stabilization Removes Camera Sway.

6 Switch 5 Catalyst 48 port PoE switches 7


Location: Server room on 4th floor,
7 LCD 42’’ 1 Specifications to be equivalent to the existing monitors in the Times Tower 5
Monitor control room,
Location: Server room on 4th floor control room,
8 Warranty for At least one year. 3
all the
equipment
9 Support and Bidders hall provide a proposal and costing for: 3
maintenance a. Time and Material contract to support the system,
b. The bidder is additionally expected to demonstrate the ability to avail
equipment ex- stock.
c. The bidder should provide of the prevailing unit market cost for

Page 53
equipment to guide the repair and replacement process.
10 Defects The Contractor shall be liable for defects in workmanship for a period of six 2
liability months after practical completion (commissioning)
period
11 As – Preparation and submission of three (3) copies of soft copy in PDF and 2
installed AUTOCAD 2004 and three (3) A3 size hard copies of “As –installed plan layout
drawings and schematic drawings”.
12 CCTV The Contractor shall supply, deliver, install and commission the CCTV. 2
installation
13 Cabinet 1 42 u cabinet 2
14 UPS 1  The Contractor will install an UPS in the security control room on 4th floor, 2
 3KVA mounted double conversation,
 Shall be maintenance free,
TOTAL 100%

Supplier’s Signature____________________ Official Stamp ___________________Date____________________

Nb: site survey is mandatory

Page 54
LOT 2: (b) CCTV SYSTEMS FOR FORODHA HOUSE JKIA
Sno Feature Qty Minimum requirements Bidders Scores
response
1 CCTV equipment Lot  Install a CCTV system at Forodha House JKIA with viewing 20
capability at both the site and at Times Tower through a link
connection,
 Should be able to be integrated with other existing systems,
 Bidders can propose and install an alternative data link as
appropriate.

They will be located at Forodha House JKIA as detailed in Table 2,


2 Link 2  A link between JKIA site and Times Tower, 15
 Offer real time streaming of video to Times Tower control room.

Location: Forodha House JKIA with a link at Times Tower,


Detailed specifications in table 5.
The bidder to conform to the referenced specifications in the table
referred to.
Detailed specification in Table 5,
3 Switch 1 Catalyst 24 port switch 3
3 2.1 Megapixel True 10  The camera is designed to provide advanced image support for 10
Day/Night Fixed indoor resolutions up to 1080p,
Dome  The camera provides dual-codec functionality for simultaneous
transmission of H.264 and Motion JPEG (MJPEG) video,
 The camera is designed to provide H.264 compressed video of up to
1080p res. at image rates up to 30 images per second (ips),
 The camera uses a high-quality 1/2.5” Progressive Scan CMOS
image sensor,
 The camera is designed with an integrated 3.3~12mm Computar
varifocal lens with DC Auto-Iris functionality,
 The camera shall provide Color pictures in light as low as 1.0 lux @
F1.6,

Page 55
 The camera shall provide B&W pictures in light as low as 0.15 lux
@ F1.6,
 The camera shall be capable of accepting a power source from
either 12VDC, 24VAC or IEEE 802.3af Power-over-Ethernet (PoE),
 The camera shall be capable of transmitting analog PAL or NTSC
(1Vp-p) video, for setup and installation purposes,
 Progressive Scan CMOS technology for optimal image clarity,
 Full HD 1080p (1920 x 1080 pixels) (2.1 Megapixel) maximum
resolution,
 Provides True Day/Night functionality, allowing automatic
switching between Color mode and B&W mode, as well as
removal of an IR cut filter for enhanced low light performance,
 Camera shall have integrated, programmable motion detection,
with up to five (5) user-defined detection zones, and the ability to
map each detection zone to be able to trigger a recording event
and/or analogue alarm output from the camera unit. Each zone
can be configured with a 10-level sensitivity setting,
 The camera shall support Back Light Compensation (BLC),
 The camera shall feature a motorized varifocal lens, which allows
the user to adjust the lens focal length and focus remotely from a
web-browser or any supported NVR software,
 Two (2) authority levels of user privileges shall be available:
a. Admin level shall have full access to all functions.
b. User level will be restricted to monitoring live video only.
Minimum Adjustments and Requirements
a. Imager: Progressive Scan 1/2.5” CMOS Sensor.
b. Pixels: up to 2560(H) x 1920(V) effective picture elements .

Page 56
c. Image Size:
H.264 – 16:9 HD: 1920 x 1080 @ 30ips
1920 x 1080 „Wide Mode‟ @ 30ips
1280 x 720 „Wide Mode‟ @ 30ips
1280 x 720 @ 30ips
H.264 – 4:3: 1600 x 1200 @ 30ips
1280 x 960 @ 30ips
1024 x 768 @ 30ips
640 x 480 @ 30ips
320 x 240 @ 30ips
MJPEG – 4:3: 640 x 480 @ 30ips
320 x 240 @ 30ips
 Iris Control: DC Auto-Iris lens installed,
 Shutter: Electronic range (in seconds) of 4, 1/10, 1/12.5, 1/20,
1/25, 1/30, 1/60, 1/100, 1/120, 1/240, 1/480, 1/960, 1/1024,
1/2000,
 Minimum Illumination (color/day mode): 1.0 lux at F1.6,
 Minimum Illumination (B&W/night mode): 0.15 lux at F1.6 (Slow
Shutter ON),
 Dynamic Range: 70.1 dB,
 The camera shall provide selectable White Balance settings
include Auto-tracing White (ATW), and Manual control with
Preset,
 The camera shall support Backlight Compensation (BLC),

Page 57
 Electronic iris: Selectable On/Off,
 Day/Night: Selectable Auto/Color/Black & White,
 AGC Gain: Selectable On/Off. Adjustable gain control in „Off‟
mode,
 PC: IBM PC/AT or compatible,
 Operating Systems: Windows XP Professional (32-bit), Windows
Vista, Windows 7,
 CPU: Pentium (or equivalent) 2.80GHz (or higher),
 Memory: 1GB (or higher),
 Network Interface: 10/100/1000 Base-Tx (up to 1Gigabit
operation) (RJ-45 connector),
 Display Card: 1280 x 1024 minimum resolution; DirectX version
8.0 (or higher),
 Graphics Chip: NVIDIA GeForce 8500GT 256MB (or higher),
 Web Browser: Internet Explorer 7.0 (or higher),
 Protocols supported:
 IPv4/6, HTTP, HTTPS, SMTP, UPnP, DNS, DDNS, NTP, RTSP,
RTP, TCP, UDP, IGMP, RTCP, ICMP, DHCP, ARP,
 Camera IP interface: RJ-45 10/100 Base-Tx, PoE compatible.
 The camera shall interface to:
 Microsoft Internet Explorer 7.0, or above,
 Compatible PDA / smart phone,
 When accessed from a browser online, the camera shall provide a
web-based graphical user interface and menu system, for viewing
and configuration of the camera,

Page 58
 Web access protected by user ID and password. The camera shall
maintain an event log which includes all remote login events,
 Up to 4 users may access a camera via the web server
simultaneously,
 One (1) alarm input (NO/NC) shall be provided,
 One (1) alarm output (NO/NC) shall be provided,
 One (1) audio input (mono, line-level, unbalanced) shall be
provided,
 The camera shall support both static IP addresses and
dynamically-assigned IP addresses provided by a Dynamic Host
Control Protocol (DHCP) server,
 Third party application integration of the camera is supported via
HTML Application Programming Interface (API), which would
provide the necessary information and command lines for
accessing the camera using command lines or third-party software
application,
 This device is certified ONVIF compliant (conformant), allowing it
to be accessed using a generic ONVIF device driver,
 13. This device has the ability to upload still snapshot JPEG images
to an FTP site, based on user-defined events or regularly upon
scheduled intervals,
 14. This device supports Micro-SDHC cards from most major
brands, capacity up to 32GB.
Camera input voltage/power requirements:
12VDC, 1A
24VAC, 50/60Hz, 500mA
IEEE 802.3af PoE, Class 0

Page 59
Power Consumption:
Power Consumption
12VDC 425mA, 5.1W
12VDC 620mA, 7.4W
24VAC 5.1W
24VAC 7.0W
POE Class 0
POE w/ Heater Class 0
 Weight: (400g).
 Dimensions: 116.3mm (H) x 145mm Ø
 Operating Temperature:
 14ºF ~ 122ºF (-10ºC ~ 50ºC)
 Storage Temperature:
-4°F ~ 158°F (-20°C ~ +70°C), 70% maximum relative humidity.
4 Outdoor IP Bullet Camera 5  The proposed camera is a network enabled indoor color bullet 10
w/3.5-16mm varifocal, camera, utilizing a 1/3” Super HAD II CCD sensor 752x582
H264/MPEG4/MJPEG, resolution,
PoE with IR  The proposed camera employs H264, M-JPEG and MPEG-4
compression. Users can chose the compression types between
Constant bit rate or Fixed quality. The fixed quality mode has 5
levels of user selectable compression ratios,
 The proposed camera is designed to be a built in web server, such
that standard web browser like Internet Explorer or Firefox can be
used to view the camera view without installing special viewer
software. The operating system being required for viewing system
should be Microsoft Windows 2000/XP/Vista/Windows 7,
 The minimum system requirement is Intel 2.0 GHz Pentium IV
CPU, with 512MB RAM, decent display chip with 32MB display
memory,
 Network interface is a 10/100 Mbps Ethernet with RJ-45

Page 60
connector,
 The camera has 3 user level settings, which is a) Administrator, b)
Operator, and c) Viewer,
 Maximum frame rate the proposed camera can handle is 25fps at
752x582 resolution in all H264, M-JPEG and MPEG-4 mode,
 The proposed camera employs dual CODEC that are capable of
streaming out H264 and/or M-JPEG and/or MPEG-4
simultaneously,
 Image sizes are user selectable among D1 / 4CIF / VGA / CIF /
QVGA / QCIF in all H264, M-JPEG and MPEG-4 mode,
 Shutter Time is automatically selected in a range of 1/5 sec to
1/15000 sec,
 The proposed camera shall have a 4 pin I/O interface located on
side of the base. There shall be an alarm input port and an
Alarm/relay output port,
 The proposed camera shall support the following Network
protocols: TCP/IP, UDP/IP, HTTP, RTSP, RTCP, RTP/UDP,
RTP/TCP, SNTP, mDNS, UPnP, SMTP, SOCK, IGMP, DHCP, FTP,
DDNS, SSL v2/v3, IEEE 802.1X, SSH, SNMP v2/v3,
 The proposed camera utilizes an event notification capability using
HTTP, SMTP, or FTP,
 The proposed camera shall have user configurable port settings,
 The proposed camera shall be capable of limiting the bandwidth of
Video output from 20Kbps to 4Mbps in H264/MPEG-4 mode. The
proposed camera shall be capable of overlaying time stamp and text
caption over video image. The proposed camera shall be capable of
pre and post alarm video buffering,
 The proposed camera shall be capable of IP address filtering to the
inward access to the camera,
 The proposed camera shall be capable of 10 clients simultaneous
camera view,
 Camera lens being supplied as standard accessory shall be a 3.5mm
~ 16mm varifocalboard lens with f-stop of F 1.2 and removable IR

Page 61
cut filter for day & night function,
 Camera lens supplies the angle of view from 18.9 degrees to 90.8
degrees,
 Minimum object distance shall be 50cm,
 The proposed camera shall comply with IEEE 802.3af Power over
Ethernet,
 The proposed camera shall be capable of an external 12V DC or 24V
AC power adapter with power consumption of 450 mA@12V DC
(IR OFF) and a max. 780 mA@12V DC (IR ON),
 The proposed camera requires a minimum scene illumination of
0.14 lux / F1.2 (0 lux / F1.2 IR led ON),
 The proposed camera shall have built-in IR illuminators effective
up to 40 meters,
 The proposed camera shall be capable of auto white balance,
 The proposed camera shall support audio. The supported Audio
compression are G.711,
 The proposed camera shall support both a Built-in internal
Microphone, or external microphone. External microphone shall be
a single channel stereo type mini-jack, supporting 2.4 VDC power
at 4.7 ohm eternal microphone input,
 The proposed camera shall support an external active speaker via a
mini-jack and audio output,
 The proposed camera shall be capable of two-way audio by SIP
protocol,
 The proposed camera shall support audio mute,
 Digital Input / Output Alarm shall be a 4 pin I/O connector.
 The Input Alarm spec should be open/short-to-GND, isolation 2kV
 The Output Alarm spec should be max. 40VDC, max. 400mA,
isolation 2kV
 The camera dimensions shall be 88mm (W) x 87mm (H) x 195mm
(D).
 The camera weight shall be 2050g,
 High Performance Advanced Tracking Algorithm, Low False Alarm

Page 62
Rate
 Easy to use with Intuitive Web Browser Interface
 Detection Zones Multi-Segment Polygons and Lines
 OSD for all real time data Display of tracking Data and events
 Camera shake cancellation
 Camera tampering Detection
 Detection behaviour modes Direction, Stopping, Loitering,
Entering, Exiting, Appear, and Disappear Filters,
Abandoned/Removed Object Detection, Tailgating Detection,
 Infrared with analytical capability
 3D Behaviour to have a good approach Perspective Corrected Size
and Speed Filters
 Counting Functions and Other Statistics
 Meta Data in Plain XML Format
 Electronic Stabilization Removes Camera Sway
 Temperature:
Operating: -10 ,
Humidity: 20% to 85% relative, non-condensing.
5 Network Video Recorder 1  Server shall control access to the system resources, IP Cameras, 15
(Server) Video encoders, decoders and NVRs, within the system through the
Audit trail,
 An Audit Trail log shall exist on the Database,
 An audit trail entry shall include the event category, event type,
time of the event and the originating system user,
 Server shall control access through login username and password,
 The Server shall store the usernames and passwords in an
encrypted format on the database,
 Server shall associate sets of privileges and access rights through
user groups,
 Server shall maintain a list of users and be able to change the
privileges for existing users and create accounts for new users,
 Server shall log successful and unsuccessful user actions in the
audit trail,

Page 63
 NVR shall be administered through Client under the control of
Server,
 NVR features shall include: Audio/Video Recording, Playback,
Export,
 The NVR should be independent of the compression algorithms
and shall be capable of storing H.264, MPEG-4 and M-JPEG video
images from VMS supported encoders and IP cameras at full frame
rate,
 NVR units shall be capable of recording at least thirty-two
simultaneous, high quality video streams onto 24 terrabit HDD,
 NVR shall be capable of simultaneous streaming of images from
one source file to multiple users,
 NVR shall be capable of simultaneous record and playback of video
streams,
 NVR shall support a maximum data rate of 200Mbps,
 NVR shall support a maximum aggregate playback data rate of
60Mbps,
 The NVR shall use standard PC hardware and the resident PC
HDDs. The NVR shall also support networked drives provided they
are presented as a drive to the native operating system,
 The NVR shall have an Ethernet (10/100/1000 Mbps) network
interface,
 The NVR recordings shall only be accessible through authorised
VMS Clients,
 NVR shall support the simultaneous recording of up to 64 video
streams,
 Recordings shall be automatically deleted after a definable period
has expired. If the automatic deletion period parameter has not
been set the recording shall be kept indefinitely.

They will be located in security control room,


Additional specifications are provided in table 4,

Page 64
The bidder to conform to the referenced specifications in the table
referred to.
6 Video Management 1  VMS Client shall be a Microsoft Windows application, 4
(VMS) Client  VMS Client shall provide multiple levels of privilege: Administrator
and User Groups. Administrator privilege shall give unrestricted
access to all system resources. User Groups access to system
resources shall be definable on an individual User Group basis by a
VMS Client with Administrative privilege,
 VMS Client shall require users to log onto the VMS Server with
username and password,
 The username shall determine the group to which the user is a
member,
 The number of VMS Clients belonging to User Group(s) shall be
defined by the Surveillance, System design and shall be from none
to unlimited number,
 Users with the appropriate privilege shall administer system
resources in the SQL Database,
 Receive Alarm notification of events but only for events the
administrator has given them access to
 Acknowledgements of alarms including the addition of notes,
 Exporting recorded clips for archive and evidential purposes,
 Viewing the audit trail,
 Presented with a tree structure of all the devices to drag and drop
into video panes,
 View recorded video from a camera when viewing live video from
the camera,
 Selecting to view the recorded video shall display the NVR toolbar
and the set of recorded video clips associated with the selected
camera in a graphical bar, and the video shall start playing from the
start of the oldest recorded,
 Playback from up to 36 devices on the same video monitor,
 Playback can be performed simultaneously with live video

Page 65
displayed on a second PC monitor video pane(s) or Decoder,
 A calendar view is presented to pick recordings from various dates
if available,
 Users must be able to view alarms related to a camera and start
playback of these alarms by double clicking on them,
 User interface buttons must be available to freely scroll forwards
and backwards through time as well as jump to the oldest and latest
recording footage,
 The timeline can be shown for a selected custom time range,
 It is possible to jump to a specific start time and date.
 Buttons to jump to next available and previous available recordings
need to be provided,
 Playback control buttons for play, fast forward, rewind need to be
provided,
 Single frame forwards and single frame step backwards are fully
supported,
 Scale of timeline can be expanded or contracted using the mouse
scroll wheel,
 Synchronized playback must be available to time synchronize
cameras together while playing back,
 The mouse scroll wheel should be used to utilize digital zoom on
playback video,
 Jog Shuttle control allows fine control of speed including frame by
frame forwards, ¼ speed, ½ speed, normal speed, x2 speed, x8
speed and x16 speed. The same speed options are available for
rewind,
 The same video device can also be played back from multiple
playback panes, all at different times and speeds,
 Video and audio can be played back, from the selected time in the
time line, to a Decoder. Once displayed in the Decoder the video
can be paused or played,
 At the click of a button save a snapshot in jpeg format both at

Page 66
normal size and the zoomed image,
 Snapshots can be sent direct to a printer as well as saved to file,
 Client must allow the export of footage for a specified time and date
to the standard MP4 file format for use with third party players
such as QuickTime and Windows Media Player,
 Exported recordings must be watermarked using a Digital
Signature,
 A standalone player must be able to validate the exported
recording,
 Exported recordings must contain the Device name, IP address and
date & time,
 Recordings should be exported with an optional standalone player
directly to CD, data DVD, Hard disk or DAT drive,
 The VMS will be installed in the security control room,
Additional specifications in Table 6.
7 LCD 42’’ Monitor 2 A 42‟‟ LCD monitor equivalent to the existing monitors at Times Tower 3
will be installed in the security control room at Forodha House JKIA.
8 Cabinet 1 42U wall mount 3
9 UPS 1  The Contractor will install an UPS in the security control room 4
at Forodha House JKIA.
 3KVA mounted double conversation,
 Shall be maintenance free,
10 Warranty for all the At least one year. 3
equipment
11 Support and maintenance Bidders hall provide a proposal and costing for: 4
a. Time and Material contract to support the system,
b. The bidder is additionally expected to demonstrate the ability
to avail equipment ex- stock.
c. The bidder should provide the prevailing unit market cost for
equipment to guide the repair and replacement process.
12 Defects liability period The Contractor shall be liable for defects in workmanship for a period 2
of six months after practical completion (commissioning)
13 As – installed drawings Preparation and submission of three (3) copies of soft copy in PDF 2

Page 67
and AUTOCAD 2004 and three (3) A3 size hard copies of “As –
installed plan layout and schematic drawings”.
14 CCTV installation The Contractor shall supply, deliver, install and commission the 2
CCTV.
TOTAL 100%

Supplier’s Signature____________________ Official Stamp ___________________Date____________________

Nb: site survey is mandatory

Page 68
LOT 3: SPEEDSTILES
Sno Feature Qty Minimum requirements Bidders Scores
response
1 Speed gates Lot  Installation of speed gates at the ground floor, 15
 Should interface with the Access Control System both the card
reader and the card retrieval,
 Ground clearance of 50mm on a stainless steel metal plate.
2 End cabinets 4  Left and right hand approx. 300mm-wide retractable full panel 20
retractable Full cabinets,
Panel Pedestrian
Speed Lane
 Bi-directional access,
(550mm wide  550mm clear walkway opening,
walkway)  Approx. 1450mm-long lane,
 1200mm-high retractable 12mm tempered glass full panels,
 Concealed detection system made of 6 infrared sensors for presence
sensing, tailgating and wrong way passage detection, with built-in
alarm (output also available for remote alarm),
 Up to 40 people per minute flow with proximity type of reader
(average data depending on access control in use),
 User safety provided by force sensing and photocells,
 Metallic grey polyurethane and AISI 304 brushed stainless steel,
 End-leg mounted LED way-mode-indicators for both directions of
passage (green arrow / red cross),
 Top-lid mounted user information LED pictogram for both
directions of passage (card symbol / green arrow / red cross),
 Preparations for flush-mounted proximity reader integration into
top-lid for both directions of passage (110x110mm cut-out and

Page 69
lenses),
 The proximity card reader should be able to detect the printable
card smart card without retention of the same at the exit,
 Preparations for built-in gravity fed card retrieval on exit side with
bin card collector and lockable access hatch door in end-leg for
smart card collection from visitors while allowing them to exit,
 Adjustable speed of operation of retractable glass full panels,
 Built-in RS485 and COMR1 switching interface functionality,
 230Vac 50Hz power supply,
 +5 to +40°C operating temperature,
 Long life cycle (approx. 3 to 5 million mean cycles between failure),
 Maintenance free battery back-up (allowing pedestrian speed lane
retractable full panel to open automatically on power failure, one
opening cycle),
 Approximately 170kgs per cabinet
 Manufacturer‟s authorization.
3 Centre Cabinet for 4  Approx. 300mm-wide retractable full panel centre cabinet 20
Additional  Bi-directional access,
Retractable Full
Panel Pedestrian
 Providing 550mm clear walkway opening (in conjunction with Left
Speed Lane and or Right Hand cabinet),
Capacity (550mm  Approx. 1450mm-long cabinet,
wide walkway)  Double 1200mm-high retractable 12mm tempered glass full panels,
 Concealed detection system made of 6 infrared sensors for presence
sensing, tailgating and wrong way passage detection, with built-in
alarm (output also available for remote alarm),
 Up to 40 people per minute flow with proximity type of reader
(average data depending on access control in use),
 User safety provided by force sensing and photocells,
 Metallic grey polyurethane and AISI 304 brushed stainless steel,
 End-leg mounted LED way-mode-indicators for both directions of
passage (green arrow / red cross),

Page 70
 Top-lid mounted user information LED pictogram for both
directions of passage (card symbol / green arrow / red cross),
 Preparations for flush-mounted proximity reader integration into
top-lid for both directions of passage (110x110mm cut-out and
lenses),
 The proximity card reader should be able to detect the printable
card smart card without retention of the same at the exit,
 Preparations for built-in gravity fed card retrieval on exit side with
bin card collector and lockable access hatch door in end-leg for card
collection ,
 Adjustable speed of operation of retractable glass full panels,
 Built-in RS485 and COMR1 switching interface functionality,
 230Vac 50Hz power supply,
 +5 to +40°C operating temperature,
 Long life cycle (approx. 3 to 5 million mean cycles between failure),
 Maintenance free battery back-up (allowing pedestrian speed lane
retractable full panel to open automatically on power failure, one
opening cycle),
 Approximately 220kgs per cabinet.
 Manufacturer‟s authorization.
4 Motorized Disable 1  Bi-directional access motorised entrance gate, 10
Access Gate  Electronically controllable,
(900mm wide
walkway)
 225mm diameter / 950mm-high rotating column AISI 304 brushed
stainless steel,
 1200mm-high 10mm-thick clear toughened frameless glass leaf for
900mm clear opening,
 Up to 20 people per minute flow with proximity type of reader
(average data depending on access control in use),
 User safety provided by force sensing,
 Adjustable speed of operation of swing glass leaf,
 Potential-free contact provided by either access control reader, push

Page 71
button or remote control unit,
 230Vac 50Hz power supply,
 +5 to +40°C operating temperature,
 2 million mean cycles between failure,
 Approximately 80kgs per cabinet,
 Manufacturer‟s authorization.
5 Remote Console 2  Complete remote control unit enabling manned remote control 5
Unit for (from the reception desk) of Pedestrian Speed Lanes and Motorised
Control/Command
of Pedestrian
Disable Access Gate
Speed Lanes and  Enabling change of mode of operation of Pedestrian Speed Lanes
Motorized Disable (Controlled / Blocked / Free) in either directions of passage
Access Gate  Emergency mushroom button to command opening of all connected
walkways in the event of an emergency
6 Prevention of Times Tower has a high traffic flow: 10
Piggybacking and tail  Bidders should state a workable solution(s) to the problem of
gating piggybacking and tailgating which could be experienced during the
system operations,
 Demonstrate the inbuilt mechanism/ solution in the Speedstile for
dealing with the piggybacking and tailgating,
 This solution should demonstrate the workability on integration of the
CCTV and the ACS.
7 Glass barrier Lot  63mm diameter 950mm-high posts of AISI 304 brushed stainless 5
fillers including flange covers,
 10mm-thick clear toughened glass for 1200mm overall height, fixed
between stainless steel cleats to supporting posts.
8 Warranty At least 2 years, 2
9 Defects liability The Contractor shall be liable for defects in workmanship for a period 3
period of six months after practical completion (commissioning)
10 Speedstile The Contractor shall supply, deliver, install and commission the 3
Speedstile.
11 Support and Bidders hall provide a proposal and costing for: 3

Page 72
maintenance a. Time and Material contract to support the system,
b. The bidder is additionally expected to demonstrate the ability to
avail equipment ex- stock.
c. The bidder should provide the prevailing unit market cost for
equipment to guide the repair and replacement process.
12 UPS 1  The Contractor will install an UPS for supplying power to the 4
equipment Incase of power failure.
 3KVA mounted double conversation,
 Shall be maintenance free battery back-up (allowing pedestrian
speed lane retractable full panel to continue operating in the case of
power failure),
TOTAL 100%

Supplier’s Signature____________________ Official Stamp ___________________Date____________________

Nb: site survey is mandatory

Page 73
TABLE 1 – FLOOR ACCESS CONTROL SCOPE AND CCTV CAMERAS
SR. No Location Lift lobby glass Door leading to VIP Entry / Exit Control Cameras
Description door Maglock lift Reader Type required
double Maglock single
TOWER WING
1 Basement 1 1 1 Biometric In/Out 6 – indoor
domes
2 Basement 2 1 1 Biometric In/Out 6 – indoor
domes
3 Basement Nil 1 Biometric In/Out 4 – indoor
tank area domes
4 Ground floor 3 1 Proximity In/Out 4 – indoor
5 domes
1st floor 3 1 Proximity In/Out 6 – indoor
6 domes
2 Biometric In/Out 2 – indoor
domes
7 2nd floor 1 1 Proximity In/Out 2 – indoor
domes
8 3rd floor 1 – Chute room from Proximity In/Out 1 – indoor
the staircase domes
9 4th floor 2 5 Proximity In/Out 3 – indoor
domes
10 4th data center Nil 7 Biometric In/Out 15 – indoor
domes
11 5th floor 4 1 Proximity In/Out 8 – indoor
domes
12 6th floor 1 1 Proximity In/Out 3 – indoor
domes
13 7th floor 1 1 Proximity In/Out 5 – indoor
domes
14 8th floor 1 1 Proximity In/Out 1 – indoor
15 8th floor 2 comm.‟s office Biometric In/Out dome
2 x Exit
button
16 9th floor 1 1 Proximity In/Out 3 – indoor
domes
17 10th floor 1 1 Proximity In/Out 3 – indoor
domes
18 11th floor 1 1 Proximity In/Out 3 – indoor
domes
19 12th floor 1 1 Proximity In/Out 4 – indoor
domes
20 12th floor 2 comm.‟s office Proximity In/Out 1 – indoor
dome
2 x Exit
button
DPC escape 1 Biometric In/Out 1 – indoor
route dome
21 13th floor 1 1 Proximity In/Out 3 – indoor
domes
22 14th floor 1 1 Proximity In/Out 3 – indoor
domes
23 15th floor 1 1 Proximity In/Out 3 – indoor
domes
24 16th floor 1 - service floor from Proximity In/Out 1 – indoor
the staircase dome
25 17th floor 1 1 Proximity In/Out 3 – indoor
domes
26 18th floor 1 1 proximity In/Out 3 – indoor
domes
27 19th floor 1 1 Proximity In/Out 1 – indoor

74
28 19th floor 2 comm.‟s office Proximity In/Out dome
2 x Exit
button
29 20th floor 1 1 Proximity In/Out 3 – indoor
domes
30 21st floor 1 1 Proximity In/Out 3 – indoor
domes
31 22nd floor 1 1 Proximity In/Out 3 – indoor
domes
32 23rd floor 1 1 Proximity In/Out 1 – indoor
33 23rd floor 2 comm.‟s office Biometric In/Out dome
2 x Exit
button
34 24th floor 1 1 Proximity In/Out 3 – indoor
domes
35 25th floor 1 1 Proximity In/Out 3 – indoor
domes
36 26th floor 1 1 Proximity In/Out 1 – indoor
37 26th floor 2 comm.‟s office Biometric In/Out dome
2 x Exit
button
38 27th floor 1 1 Proximity In/Out 1 – indoor
39 27th floor 2 comm.‟s office Biometric In/Out dome
2 x Exit
button
40 28th floor 1 1 Proximity In/Out 3 – indoor
domes
41 28th floor SDC office Biometric In/Out 1 – indoor
dome
Exit button
42 29th floor 1 1 Proximity In/Out 3– indoor
domes
43 30th floor 2 1 Proximity In/Out 1 – indoor
dome
44 30th floor 2 CG‟S office Biometric In/Out 2 – indoor
domes
2 x exit
buttons
45 30th floor 3 Board Secretary Biometric In/Out Existing
2 x exit
buttons
46 31st floor Nil 1 Proximity In/Out 3 – indoor
dome
47 32nd floor Nil Machine room Proximity In/Out 1 – indoor
48 33rd floor Nil 1 Proximity In/Out dome
49 Library Nil 1 Proximity In/Out 3 – indoor
dome
BANKING WING
SR. No Location Maglock double Maglock single Entry / Exit Control Cameras
Description Reader Type required
1 4th floor Nil 14 Biometric In/Out 6 – indoor
Laboratory dome
2 4th floor CSD Nil 1 Proximity In/Out 3 – indoor
dome
3 4th floor Nil 1 Biometric In/Out 1 – indoor
control room dome
4 4th floor server Nil 1 Biometric In/Out 1 – indoor
room dome

Page 75
5 4th floor MDF Nil 1 Biometric In/Out 1 – indoor
room dome
6 4th floor Car park entrance Dormitory Proximity In/Out 3 – outdoor
IP Bullet
Camera
7 3rd floor Car park entrance Dormitory Proximity In/Out 3 – outdoor
IP Bullet
Camera
8 3rd floor Entrance to RTD Nil Proximity In/Out 1 – indoor
dome
9 2nd floor Car park entrance Dormitory Proximity In/Out 3 – outdoor
IP Bullet
Camera
10 2nd floor Entrance to Nil Proximity In/Out 3 – indoor
Return processing domes
11 1st floor Car park entrance Dormitory Proximity In/Out 5 – outdoor
IP Bullet
Camera
12 1st floor Main entrance to 1. From banking hall Proximity In/Out 11 – indoor
ICT/Cash office domes
13 1st floor Cash office Biometric In/Out
14 GF 1. Car park 1. Metal door to Proximity In/Out 6 – outdoor
entrance, basement , IP Bullet
2. Cash office 2. To tanks area Camera
entrance, 3. Opposite CGs
parking,
4. Cash office from
banking hall,
5. Cash office hind
door,
15 GF Entrance to cash Biometric In/Out 2 – indoor
office domes
16 GF Glass door VIP lift Proximity In/Out 2 – indoor
domes
17 Luggage Nil Nil Nil Nil 2 – outdoor
scanners IP Bullet
Camera
18 Banking hall Nil Nil Nil Nil 4 – indoor
domes

Table 2

CCTV SYSTEM REQUIREMENT FOR FORODHA HOUSE JKIA

item ITEM DESCRIPTION QTY Bidders


no. response
1 Indoor domes 10
2 Outdoor domes 5
3 NVR 1
4 22U wall mount Cabinet 1
5 Catalyst 2960, 24 port PoE 1
6 42‟‟ LCD monitor 1
7 1KVA Rack mounted double conversation UPS 1
8 WIRELESS LINK 1
9 Installation and installation materials Lot
10 Training and commissioning Lot

Page 76
TABLE 3: TECHNICAL SPECIFICATIONS FOR ACCESS CONTROL SYSTEM
Item Description Bidder’s Response
Access Control System
Access Control System Software Access Control and Alarm Monitoring Software This is already at the
(Respond to all requirements as given in the installation stage.
Technical requirements section) The bidder to
integrate the
procurement item
with the same.
Datasheets and documentation Please attach Datasheets and technical
description of the proposed solution
System Requirement
Database/Hardware Server
Processor Core Duo Intel Xeon 1.88 GHz or higher This is already at the
Memory 2 GB DDR2 667 MHz Memory (minimum) installation stage.
Hard Drive (min. free space) 10 GB The bidder to
Network Card Gigabit Ethernet integrate the
procurement item
Graphics card 16 MB Memory XGA
with the same.
Database Firebird (included), MS SQL 2005, Oracle 10g or
11g Server
Operating System Microsoft Windows 2000/2003/XP Pro/Vista
Business or Ultimate
Other Keyboard & Mouse, 1 Serial Port, 1 USB Port
Client Station (Monitoring, Badging)
Processor Core Duo Intel 1.6 GHz or higher This is already at the
Memory 1 GB Memory (minimum) installation stage.
Hard Drive (min. free space) 5 GB The bidder to
integrate the
Network Card Gigabit Ethernet
procurement item
Graphics card 16 MB Memory XGA with the same.
Database Firebird (included), MS SQL 2005, Oracle 10g or
11g Client
Operating System Microsoft Windows 2000/2003/XP Pro/Vista
Business or Ultimate
Other Keyboard & Mouse, 1 Serial Port, 1 USB Port
Printer with a replacement ribbon to print at least 12000 cards (Color printing module)
300 dpi print head (11.8 dots/mm) This is already at the
USB connection installation stage.
Option for Ethernet TCP-IP connection The bidder to
integrate the
16 MB RAM
procurement item
Detachable feeder with a capacity of 100
with the same.
cards(0.76 mm – 30 mil)
Output hopper with a capacity of 50 cards(0.76
mm – 30 mil)
1-Button and 4-LED control panel

Printer colors: Ocean blue, Fire red or Jungle green


Badging Kit – USB Camera, tripod and photo background
USB Camera  High-Resolution Photo ID Camera to capture This is already at the

Page 77
high-resolution color digital images with the installation stage.
Easy-to-install and use camera. The bidder to
 Requires to just insert the camera USB cable integrate the
into a computer USB port for plug-and-play procurement item
connection, with the same.
 Voice recording – Yes
 Frames per second (fps) – 30
 External flash - Yes
 External flash type – Hot-shoe
 Self-timer – Yes
 LCD size – 3.3-inch
 Electronic viewfinder – No
 Video out – Yes
 Metering – Centre weighted, Multi-segment,
Spot,
 Weight – 280g.
 Sizes (mm) - 112.0x63.7x40.7
 LCD display – Yes
 LCD resolution (pixels) – 768,000,
 USB - USB 2.0 Hi-Speed
 Exposure compensation - +/- 2EV in 1/3 steps
 White balance – Auto, Cloudy, Custom, Daylight,
Flash, Fluorescent, Manual, Tungsten,
 Video function – Yes,
 Video sound – Yes,
 Maximum video resolution – 1920x1080
 Minimum video resolution – 320x240
 Resolution – 20.30 Mpixel
 Maximum resolution – 5472x3648
 Minimum resolution – 1728x1152
 Sensor size – 23.5x15.7mm
 Sensor type - CMOS
 Video and photo capture
 All-digital megapixel photos
 High-speed USB 2.0
 CCD sensor provides high sensitivity and quality
 Storage types - SD, SDHC, SDXC
 ISO ratings - auto, 100 – 25,600
 Aperture priority - Yes
 Shutter priority -Yes
 Minimum shutter (sec) - 30
 Maximum shutter (sec) - 1/6000
 Sequence (fps) - 8.6
Photo background  The portable backdrop stand should be able to This is already at the
take stunning ID photos, installation stage.
 Telescopic stand should be adjustable up to 78” The bidder to
high, integrate the
 Sturdy tripod base should be collapsible for easy procurement item
portability, with the same.
 Large 34”Hx28”W wrinkle-resistant backdrop in
a reversible white/light blue color,

Page 78
 Quick and easy to assemble or dismantle.
Tripod  3-Way Fluid Panhead This is already at the
 Rapid-Action Locks Legs installation stage.
 Built In Bubble Leveling The bidder to
 Deluxe Soft Case integrate the
 4-Sec.Aluminum Legs procurement item
with the same.
Master Controller
96 Device Control (readers, alarm 88 Reader Intelligent System Controller
panels,
status panels)
Events On-Board Memory up to 1,240,000
Cardholders/65,535 Events
Memory Up to 8 MB Memory
Connectivity Full Ethernet Connectivity to host
and devices (with ENI-110/ANI-100)
Functions Internally Stored Functions (not
reliant on external PC/software)
Cards Timed Card Activation/Deactivation
Access 38 Access Levels per Card/
255 Access Levels/Precision Access
Alarm Advanced Alarm Arm/Disarm
Door controllers
Configuration 1 Door 2 Reader Downloadable Reader
Interface/Controller
Events On-Board Memory for up to 36,740
Cardholders/11,833 Events with
battery-less backup
Inputs 2 Inputs (Supervised or Unsupervised)
Relay 1 Form-C Relay Outputs with
support for 4 External ADA-10/11
Digital Relay Modules for increased
security
Network Network
(TCP/IP, UDP) communication
Formats 8 Facility Codes/Card Formats
Access 38 Access Levels per card
Interface Wiegand or Clock & Data interface
Proximity readers (without keypad)
Typical Maximum Read Range 2” -3” (5.0-7.6 cm) with HID iCLASS Card
Mode Using ISO 15693 mode (except MIFARE)
Material UL94 Polycarbonate
Power Supply 10 – 16 VDC reverse voltage protected Linear
supply recommended
Operating Temperature -31° to 150° F (-35° to 65° C)
Transmit Frequency 13.56 MHz
Contactless printable smart cards
Compatibility Compatible with the proposed system

Page 79
Technology 13.56 MHz Frequency ISO 14443 Type A compliant
Operation Passive operation (no batteries required)
Storage Sectors Available in 1K (16 storage sectors) and 4K (40
storage sectors)
Formats and Outputs Wiegand (26-bit industry standard and custom
formats) and ABA Track II magnetic stripe
Collision Anti-Collision supported
Certification ISO 1K contact less smart. ISO style thin, dye
sublimation printable.
Contactless smart cards Compatible with the proposed system
13.56 MHz Frequency ISO 14443 Type A compliant
Passive operation (no batteries required)
Available in 1K (16 storage sectors) and 4K (40
storage sectors)
Wiegand (26-bit industry standard and custom
formats) and ABA Track II magnetic stripe
Anti-Collision supported
Door buzzer  12 or 24 volt DC
 Continuous (Steady), Pulse or Dual tones
 2 types of pulse: 0.8 pulses every 1.2 seconds or
4 pulses every 6 second
 Dual tone which can be wired for steady or
pulse tone 80-100 dBA/30cm
Door contact  Dimension:106×16×16(mm)
 Contact mode: NO/NC
 Gap:50±10(mm)
 MAX voltage:≤100VDC
 MAX current:≤500mA
 MAX rating:≤10W
 Material: A, alloy-zn/B, ABS
 Colour: grey
 Suitable for: steel door or window
 Weight: 158g/62g
System Training User training for 4 Engineers and 20 users
Fingerprint and proximity card a. Time & Attendance – Time attendance and
reader, un limited users access control terminal
b. Ingress Protection Rate – IP65 rated
waterproof and weatherproof structure
c. Identification Speed – 1 : 2,000 fingerprint
identification in 1 second
d. Memory – 8MB flash + 16MB RAM
e. Fingerprint Capacity – 5,000 fingerprints
(10,000 templates)
f. Log Capacity – 50,000 events
g. RF Card – Mifare (13.56 MHz)
h. Authentication – Finger / PIN / Card
i. Operating Voltage – 12VDC
j. Anti-passback – Anti-passback capability
Outdoor dome camera  The minimum system requirement is Intel
2.0 GHz Pentium IV CPU, with 512MB

Page 80
RAM, decent display chip with 32MB
display memory,
 Network interface is a 10/100 Mbps Ethernet
with RJ-45 connector,
 The camera has 3 user level settings, which
is a) Administrator, b) Operator, and c)
Viewer,
 Maximum frame rate the proposed camera
can handle is 25fps at 752x582 resolution in
all H264, M-JPEG and MPEG-4 mode,
 The proposed camera employs dual CODEC
that are capable of streaming out H264
and/or M-JPEG and/or MPEG-4
simultaneously,
 Image sizes are user selectable among D1 /
4CIF / VGA / CIF / QVGA / QCIF in all
H264, M-JPEG and MPEG-4 mode,
 Shutter Time is automatically selected in a
range of 1/5 sec to 1/15000 sec,
 The proposed camera shall have a 4 pin I/O
interface located on side of the base. There
shall be an alarm input port and an
Alarm/relay output port,
 The proposed camera shall support the
following Network protocols: TCP/IP,
UDP/IP, HTTP, RTSP, RTCP, RTP/UDP,
RTP/TCP, SNTP, mDNS, UPnP, SMTP,
SOCK, IGMP, DHCP, FTP, DDNS, SSL
v2/v3, IEEE 802.1X, SSH, SNMP v2/v3,
 The proposed camera utilizes an event
notification capability using HTTP, SMTP,
or FTP,
 The proposed camera shall have user
configurable port settings,
 The proposed camera shall be capable of
limiting the bandwidth of Video output from
20Kbps to 4Mbps in H264/MPEG-4 mode.
The proposed camera shall be capable of
overlaying time stamp and text caption over
video image. The proposed camera shall be
capable of pre and post alarm video
buffering,
 The proposed camera shall be capable of IP
address filtering to the inward access to the
camera,
 The proposed camera shall be capable of 10
clients simultaneous camera view,

 Camera lens being supplied as standard


accessory shall be a 3.5mm ~ 16mm
varifocalboard lens with f-stop of F 1.2 and
removable IR cut filter for day & night

Page 81
function.
 Camera lens supplies the angle of view from
18.9 degrees to 90.8 degrees.
 Minimum object distance shall be 50cm.
 The proposed camera shall comply with
IEEE 802.3af Power over Ethernet.
 The proposed camera shall be capable of an
external 12V DC or 24V AC power adapter
with power consumption of 450 mA@12V
DC (IR OFF) and a max. 780 mA@12V DC
(IR ON).
 The proposed camera requires a minimum
scene illumination of 0.14 lux / F1.2 (0 lux /
F1.2 IR led ON)
 The proposed camera shall have built-in IR
illuminators effective up to 40 meters.
 The proposed camera shall be capable of
auto white balance.
 The proposed camera shall support audio.
The supported Audio compression are G.711
 The proposed camera shall support both a
Built-in internal Microphone, or external
microphone. External microphone shall be a
single channel stereo type mini-jack,
supporting 2.4 VDC power at 4.7 ohm
eternal microphone input.
 The proposed camera shall support an
external active speaker via a mini-jack and
audio output.
 The proposed camera shall be capable of
two-way audio by SIP protocol.
 The proposed camera shall support audio
mute.
 Temperature:

Operating: -

Humidity: 20% to 85% relative, non-


condensing.

 Digital Input/Output Alarm shall be a 4 pin


I/O connector.
 The Input Alarm spec should be open/short-
to-GND, isolation 2kV
 The Output Alarm spec should be max.
40VDC, max. 400mA, isolation 2kV
 The camera dimensions shall be 88mm (W)
x 87mm (H) x 195mm (D).

Page 82
 The camera weight shall be 2050g,
 High Performance Advanced Tracking
Algorithm, Low False Alarm Rate
 Easy to use with Intuitive Web Browser
Interface
 Detection Zones Multi-Segment Polygons
and Lines
 OSD for all real time data Display of
tracking Data and events
 Camera shake cancellation
 Camera tampering Detection
 Detection Behaviour modes Direction,
Stopping, Loitering, Entering, Exiting,
Appear, and Disappear Filters,
Abandoned/Removed Object Detection,
Tailgating Detection
 3D Behaviour to have a good approach
Perspective Corrected Size and Speed Filters
 Counting Functions and Other Statistics
 Meta Data in Plain XML Format,
 Electronic Stabilization Removes Camera
Sway.

Indoor dome camera Minimum Adjustments and Requirements


a. Imager: Progressive Scan 1/2.5” CMOS
Sensor.
b. Pixels: up to 2560(H) x 1920(V)
effective picture elements .
c. Image Size:
H.264 – 16:9 HD: 1920 x 1080 @ 30ips
1920 x 1080 „Wide Mode‟ @ 30ips
1280 x 720 „Wide Mode‟ @ 30ips
1280 x 720 @ 30ips
H.264 – 4:3: 1600 x 1200 @ 30ips
1280 x 960 @ 30ips
1024 x 768 @ 30ips
640 x 480 @ 30ips
320 x 240 @ 30ips
MJPEG – 4:3: 640 x 480 @ 30ips
320 x 240 @ 30ips
 Iris Control: DC Auto-Iris lens installed,
 Shutter: Electronic range (in seconds) of 4,
1/10, 1/12.5, 1/20, 1/25, 1/30, 1/60, 1/100,
1/120, 1/240, 1/480, 1/960, 1/1024, 1/2000,

Page 83
Minimum Illumination (color/day
mode): 1.0 lux at F1.6,
 Minimum Illumination (B&W/night
mode): 0.15 lux at F1.6 (Slow Shutter
ON),
 Dynamic Range: 70.1 dB,
 The camera shall provide selectable White
Balance settings include Auto-tracing
White (ATW), and Manual control with
Preset,
 The camera shall support Backlight
Compensation (BLC),
 Electronic iris: Selectable On/Off,
 Day/Night: Selectable Auto/Color/Black &
White,
 AGC Gain: Selectable On/Off. Adjustable
gain control in „Off‟ mode,
 PC: IBM PC/AT or compatible,
 Operating Systems: Windows XP
Professional (32-bit), Windows Vista,
Windows 7,
 CPU: Pentium (or equivalent) 2.80GHz (or
higher),
 Memory: 1GB (or higher),
 Network Interface: 10/100/1000 Base-Tx
(up to 1Gigabit operation) (RJ-45
connector),
 Display Card: 1280 x 1024 minimum
resolution; DirectX version 8.0 (or higher),
 Graphics Chip: NVIDIA GeForce 8500GT
256MB (or higher),
 Web Browser: Internet Explorer 7.0 (or
higher),
 Protocols supported:
 IPv4/6, HTTP, HTTPS, SMTP, UPnP,
DNS, DDNS, NTP, RTSP, RTP, TCP,
UDP, IGMP, RTCP, ICMP, DHCP, ARP.
 Camera IP interface: RJ-45 10/100 Base-
Tx, PoE compatible.
 The camera shall interface to:
 Microsoft Internet Explorer 7.0, or above.
 Compatible PDA / smart phone

Page 84
 When accessed from a browser online, the
camera shall provide a web-based graphical
user interface and menu system, for viewing
and configuration of the camera.
 Web access protected by user ID and
password. The camera shall maintain an
event log which includes all remote login
events.
 Up to 4 users may access a camera via the
web server simultaneously.
 One (1) alarm input (NO/NC) shall be
provided.
 One (1) alarm output (NO/NC) shall be
provided.
 One (1) audio input (mono, line-level,
unbalanced) shall be provided.
 The camera shall support both static IP
addresses and dynamically-assigned IP
addresses provided by a Dynamic Host
Control Protocol (DHCP) server.
 Third party application integration of the
camera is supported via HTML Application
Programming Interface (API), which would
provide the necessary information and
command lines for accessing the camera
using command lines or third-party software
application.
 This device is certified ONVIF compliant
(conformant), allowing it to be accessed
using a generic ONVIF device driver.
 13. This device has the ability to upload still
snapshot JPEG images to an FTP site, based
on user-defined events or regularly upon
scheduled intervals.
 14. This device supports Micro-SDHC
cards from most major brands, capacity up
to 32GB.
Camera input voltage/power requirements:
12VDC, 1A
24VAC, 50/60Hz, 500mA
IEEE 802.3af PoE, Class 0
Power Consumption:
Power Consumption
12VDC 425mA, 5.1W

Page 85
12VDC 620mA, 7.4W
24VAC 5.1W
24VAC 7.0W
POE Class 0
POE w/ Heater Class 0
 Weight: (400g).
 Dimensions: 116.3mm (H) x 145mm Ø
 Operating Temperature:
 14ºF ~ 122ºF (-10ºC ~ 50ºC)
 Storage Temperature:
-4°F ~ 158°F (-20°C ~ +70°C), 70% maximum
relative humidity.

TABLE 4: TECHNICAL SPECIFICATIONS FOR NVR SERVER

Feature Description
Number of cameras supported At least 200
NVR platform Software based
Storage requirement External storage – at least 64 TB
Interface cards 1 Gbps and fibre support
Switches 4 PoE switches and any relevant PoE injectors
as determined during survey

Table 5: TECHNICAL SPECIFICATIONS FOR THE RADIO LINK


SPECIFICATIONS: BIDDERS RESPONSE
Operating Frequency 5.150-
5.350GHz, 5.470-5.725GHz, 5.150-
5.850 GHz
Modulation OFDM
Maximum RF Output Power
4W EIRP
Data Rate Up to 54 Mbps or 108
Mbps (Turbo Mode)
Frequency & Power Control DFS,
TPC
Management Tools SNMP
Interface
Modes PTP, PTMP up to 5
satellites, AP
QUALITY OF SERVICE
IEEE 801.1P
VLAN 802.1Q
INTERFACE
Ethernet Interface 10/100 BaseT Auto Sensing, All ports screened
SECURITY
Security WEP 64/128/152, WEP 2, WPA,128 Bit AES with TKIP, Access Control,
SSID Suppress, MAC Address Filtering

Page 86
IEEE 802.1 x / EAP, 802.1x Radius
Client Support
Authentication 802.1x with Radius
Authentication
POWER SUPPLY
Input to PoE Injector 110VAC
- 240VAC, 47Hz - 63Hz
Output from PoE Injector 48V
(802.3af compliant)

Table 6: Technical specification for work station for CCTV


Hardware Workstation grade, 32bit x86 architecture,
single processor or multi-processor based
personal computer
2.4 GHz, or higher CPU speed – benchmark:
Intel® Core™ 2 Quad Q6600 Quad Core
Processor
2GB of fast memory
5600 RPM hard disk drive speed
50GB of hard drive space for Client and
mandatory software
1000-Base T network card configured for full
duplex
Extreme/Game/Movie graphics grade video
capability – high-performance is essential –
PCIExpress recommended – benchmark
graphics adaptor: 512MB nVIDIA GeForce
8500 GT
Operating Windows XP Professional – service pack 2, or
System greater, is recommended
Mandatory Microsoft .Net Framework 3.5
software Microsoft Direct-X 9.0c

Microsoft Managed Extensions for Direct-X

Page 87
Table 7: Access Control System architecture

Level #1
Database Serv er W orkstation W orkstation

8 : 5 1 1 7 - J AN- 1 9 9 5 * DE NI E D- AC C E S S L E VE L C AR D = 2 7 3 5 6 5
8 : 5 2 1 7 - J AN- 1 9 9 5 * DE NI E D- C AR D F ORM AT C AR D = 0 0 0 0 0 0
9 : 1 5 1 7 - J AN- 1 9 9 5 # NE W AL AR M . . . . . . . . . . . . S T ORE R OOM HE L D OP E N
9 : 2 2 1 7 - J AN- 1 9 9 5 ACC E S S GR ANT E D COM P . R M R I CHAR D L OW
P 9 : 2 5 1 7 - J AN- 1 9 9 5 ACC E S S GR ANT E D CAR D = 8 3 4 7 2 3
9 : 2 7 1 7 - J AN- 1 9 9 5 ACC E S S GR ANT E D CAR D = 8 4 4 7 7 7
9 : 2 9 1 7 - J AN- 1 9 9 5 ACC E S S GR ANT E D DOC . RM C L I F F C R ANE

C o m p a c t D is k

P O W E R
C O M P A C T D I S C
P O W E R
C O M P A C T D I S C

PR INTER
C o m p a c t D is k

TCP/IP Network

Level #2

Master Master
Controller Controller

Level #3
Door Door Door Door Door Door
Controller Controller Controller Controller Controller Controller

Readers
0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1
2 3 2 3 2 3 2 3 2 3 2 3 2 3 2 3 2 3 2 3 2 3 2 3
4 5 4 5 4 5 4 5 4 5 4 5 4 5 4 5 4 5 4 5 4 5 4 5
6 7 6 7 6 7 6 7 6 7 6 7 6 7 6 7 6 7 6 7 6 7 6 7
8 9 8 9 8 9 8 9 8 9 8 9 8 9 8 9 8 9 8 9 8 9 8 9
C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT C L R E NT

1. ACCESS CONTROL SYSTEM ARCHITECTURE


a. Components. The system will be comprised of the following components:
Database Server, Workstations, Master Controllers, Door Controllers
(Reader Interfaces), Readers, Alarm Input / Output panels and Status
Panels.

b. Architecture. The system will have hierarchical architecture as shown in


the drawing below. In order to provide the maximum system reliability, the
security system database will reside on 3 levels. The master copy of the
complete database will be stored in the Database Server (level #1). Each
Master Controller will store all the data relevant to its part of the system:
cards, events, access levels, time zones, holidays, IF/THEN linkages, etc
(level #2). In case of the Database Server failure, all Master Controllers
will remain fully functional.

c. Each Door Controller will store all the data relevant to its part of the
system: cards, events, access levels, time zones, holidays, IF/THEN
linkages, etc (level #3). In case of the Master Controller failure, all door
controllers will remain fully functional.

d. Expansion capacity. The system will have no set limits for the quantity of
Workstations, Master Controllers, Door Controllers, Readers, alarm zones
and relay outputs. There will be no software upgrades or additional licenses
required if a customer wants to add more Master or Door Controllers,
Readers or Alarm input/output panels.

Page 88
e. Minimum capabilities. The system will be capable of supporting at least:
a) 32 Workstations
b) 32 Master controllers
c) 3072 readers
d) 16384 alarm zones
e) 8192 relay outputs
f) 39000 cards
g) 79000 off-line events
h) 100 holiday entries
i) 127 time zones (6 intervals each)
j) 256 access levels
k) 8 card formats

2. Access Control System Software


a. Operating system. The software will be designed for Windows
95/98/NT/2000/XP operating systems.
b. Computers. The software will run on compatible computers.
i. Recommended database server specifications:
Dual Pentium Xeon 2.5GHz processor
1Gb RAM, 800Mhz
100Gb HD, 15,000RPM, SCSI interface, RAID Level 5, 128Mb cache
1000BaseT (Gigabit) network card
DVD writer
Windows 2000 Server operating system
20 Recommended workstation specifications
Pentium IV 2.5GHz processor
512Mb RAM, Dual Channel DDR, 400 MHz
40 GB HD, SATA 150Mb/s transfer rate
100BaseT network card
Windows 2000 Professional operating system
21 Software to run on a minimum
configuration of:
Pentium IV 2.5GHz processor
512Mb RAM
4 GB HD
Windows 98 operating system
c. Structure. The software will consist of five separate modules:
1. On-line monitoring and control module,
2. System configuration module,
3. Cardholder (staff and visitors) management module,
4. Report generation module,
5. Time and Attendance module.
It should be possible to select which of the modules to install on each
workstation. For example, System Configuration module will not be installed
on a computer dedicated for badging. This will eliminate the possibility of
accessing system configuration from unauthorized computers.

d. Software protection keys. The software should be protected by hardware keys


(“dongles”), which should be able to plug to the parallel (printer) or USB port
of the computer. Even if the access control software were installed on the
computer, it would not run without the required key. Keys will protect from

Page 89
illegal copying of the access control software and increase the security of the
system by not allowing running the software on unauthorized computers.

e. Database engine. The software should be compatible with either of the


following databases: Borland InterBase version 5.6, Firebird version 1.5,
Microsoft SQL 2000 and Oracle version 8.1.7 and 9. KRA will not purchase
database license separately.

f. Open Database. The manufacturer will allow the third party systems to read
and write into the access control system database. The manufacturer will
provide information about the database structure and assist in the integration
with other systems. Access to the database will be password protected.

g. Encryption. Operator passwords and user PIN numbers will be stored


encrypted. It will not be possible to see this information, if the database is
opened using a database viewer.

h. System operators. Each system operator will have a unique login name and a
password to run the software. The system will support an unlimited number of
operators and operator access levels. The operator level configuration will be
extremely flexible. It will allow setting:
1. Which system devices an operator is allowed to see and/or control,
providing a possibility to be as precise as each individual reader, relay or
alarm zone,
2. Which workstations an operator is allowed to logon,
3. Whether an operator can view and/or change time zones,
4. Whether an operator can view and/or change access levels,
5. Whether an operator can view and/or change elevator access levels,
6. Whether an operator can view and/or change anti-passback areas,
7. Whether an operator can view and/or change alarm zone groups,
8. Whether an operator can view and/or change operator access levels,
9. Whether an operator can view and/or change graphic maps,
10. Whether an operator can view and/or change operators,
11. Whether an operator can view and/or change holiday dates,
12. Whether an operator can view and/or change IF/THEN software linkages,
13. Whether an operator can view and/or change cardholder groups,
14. Whether an operator can view event reports,
15. Whether an operator can view and/or change permanent cards,
16. Whether an operator can view and/or change temporary cards,
17. Whether an operator can view and/or change visitor cards,
18. Which software linkages an operator is allowed to execute manually,
19. Which cardholder groups an operator can view/change.

i. Badging. The software will have a built-in card design and printing module. It
will be included in the standard version of the software at no additional charge.
The systems which offer badging as separate software package will not be
accepted. Badging module must provide the following capabilities:
1. Creation and storage of unlimited card design templates,
2. Accept files of the following formats: Windows BMP, Windows BMP with
RLE compression, JPEG (YUV 4:4:4 & LossLess, YUV 4:2:2, YUV 4:1:1,
8 & 24 Bit), TIFF uncompressed (RGB, CMYK, YcbCr), TIFF with

Page 90
Packbits compressions (RGB, CMYK, YcbCr), TIFF with JPEG
compression, TIFF with CCITT compression, LEAD, OS/2 BMP (versions
1.x and 2.x), Windows Icon, Windows Cursor, Windows Meta File,
Windows Enhanced Meta File, EXIF, EXIF 2.0, Zsoft PCX, Interexchange
File, Portable Greymap (ASCII and Binary), Portable Pixelmap (ASCII and
Binary), Portable Bitmap (ASCII and Binary), Portable Network Graphics,
Adobe Photoshop 3.0, Mac Paint, Microsoft Paint, GEM Image, CALS,
IOCA, Winfax, Mac Pict, Word Perferct, Sun Raster, Encapsulated
PostScript, TARGA,
3. Barcode printing,
4. Magnetic stripe encoding during printing,
5. Dual side badge design and printing,
6. Ghosting feature – multiple layers of transparent images for higher badge
security,
7. Chroma key – allowing eliminating or replacing certain colors from an
image,
8. Other manipulations with an image – brightness, size, ratio, contrast, etc,
9. Automatic manipulation with an image – automatically apply selected
actions to an image upon import or capture,
10. Allow the following fields on a badge template: static text, database text,
static images, images from database, lines, squares, circles, fingerprint
image, and cardholder signature,
11. Configurable database expressions. The system will automatically combine
the selected database fields (as for instance: “Last name”+” First
Name”+”Title”), along with the selected static characters, into one field for
badge printing. The system will automatically correctly position each
database field based on their length and required spacing between the
fields,
12. Automatic sizing of text: adjusting the font size to fill preset space,
13. Image capture. The software will be able to capture cardholder photos
using a video camera connected to the video capture card of the computer.
The software will also support standard PC cameras with USB interface. In
addition to image capture, the software will be capable of importing images
from files.

j. User interface languages. User interface will be available in English.


Translation tool will be available for translating the software into any other
required language.

k. Data import and export. The software will be capable of importing and
exporting events and card holder data to and from TAB delimited text files.
The software will also support cardholder image import and export.

l. On-line event printing. The software will have an optional on-line printing
(OLP) component. The component will allow printing system events in real
time. The OLP component will be compatible with industry standard printers
(Parallel interface to PC, inkjet, laser and other technologies, support for
Windows operating system).

m. Live video verification. The software will have a Live Video Verification
feature. It will allow operators to grant or deny access based on the comparison
of the live image coming from the video camera at the entrance reader, with the

Page 91
cardholder‟s data and photo from the database. Operator actions will be fully
configurable and not limited to granting or denying the access. For example,
the operator will be able to deny (or grant) access and send an alarm to the
guards, lock in the person trying to enter (if interlock doors are used), and/or
capture an image of the event.

n. Checkpoint. This feature will automatically display cardholder information and


photo upon presenting a card at the selected readers. It will not require any
special configuration and will be available on any workstation.

o. Event display. The system will be able to display alarms in text and graphic
modes. It will be possible to choose one of the display modes or view events in
graphical and text modes at the same time, in a split screen arrangement.

p. In the text mode each event will be represented by a text string containing the
time of event, description, object, and card number. Events will be color-
coded: green – normal events (access granted, zone changed to secure, etc.),
blue – trouble (access denied, card format error, etc), red – alarm events (zone
changed to alarm state, device off line, forced open, duress, etc). The latest
events will appear at the bottom of the screen and push the older events up.
The operator will be able to easily scroll through past events in order to view
the recent system activity.

q. In the graphic display mode all devices will be represented as icons on the
graphic maps. In case of an event, color-coded circles will appear around
devices that initiated the event. The number of maps in the system will not be
limited. The software will provide at least 3 modes of map switching:
automatic rotation, automatic switching based on alarm priority, and manual
switching. In case of automatic rotation, the software will display all maps in
sequence, each for a preset period of time. The software will also be capable to
automatically display the map containing a high priority event.

r. Alarm acknowledgment. The software will track all event acknowledgement


actions and allow operator to enter additional comments. It will be possible to
select which events require operator acknowledgement by event type, device
group and time. The software will support four acknowledgement stages:
Unacknowledged, Acknowledged, Treated and Cleared. There will be
Reminder function available that will play user selected audible warning at
selected time intervals if there are unacknowledged events or an operator chose
to be reminded about a certain event. Complete alarm history with comments
will be maintained and administrator will have ability to generate reports about
operator actions associated with specific alarms.

s. Graphic maps. The software will allow easy creation of maps for alarm
display. The icons representing system devices will be added to the maps by
clicking and dragging with a mouse. It will be possible to use standard system
icons or custom icons. It will be possible to assign two icons to each device:
one for normal state, and another one for alarm state. The software will support
Windows BMP format for the drawings of device icons and floor-plans.

t. CCTV Interface. The software will have CCTV interface. Any workstation
with ACS software will be able to connect to a CCTV system via RS-232 serial

Page 92
link. The CCTV interface of the ACS software will provide maximum
flexibility for the integration of the two systems. It will allow the configuration
of all event types from any device as a trigger to send a command to the CCTV
system. The configuration of triggers and commands will be done by the
installer, and will be unique to the project. The CCTV system must have an
RS-232 communication port and be able to accept commands in ASCII code.
The command list must be provided by the CCTV system manufacturer.

u. Intergraded DVR support. The software will have built-in support for digital
video recorders (DVRs) eliminating the need of programming CCTV
commands. The software will communicate with DVRs via TCP/IP network.
All the DVR configuration and control will be performed from the security
management software. The video images and video alarms (signal loss, motion
detection) will be displayed via the same user interface as all security system
events. The security system software will be able to control video system
(preposition selection, recording, frame rate) in response to security events. It
will be possible to associate system events and video clips and easily view
video data in event reports.

v. Roll Call. The software will keep record of users inside specified areas. There
will be a facility to quickly generate and print a report of users in certain areas.

w. Visitor management. The software will have Web interface that will allow
company employees to inform security and reception personnel about expected
visitors and speed up visitor registration process. The software will track
visitors‟ actions and notify security personnel in case visit duration is
exceeded. The software will store detail information about visitors, meeting,
host employees and provide ability to generate reports. There will be no need
to enter visitor information in case of repeat visits as it will be already stored in
the database. The visitor management module will include “Black list”
function that will automatically compare every new entry with the list of
prohibited visitors.

x. Pre-configured reports. Mustering – personnel in selected area during selected


time interval; Cardholder trace – recent events from selected cardholder;
Reader trace – recent events from selected reader; Alarm zone trace – recent
events from selected alarm zone; Operator history – comprehensive report of
operator actions; Cardholders by readers – shows all readers that selected
cardholder has a right to access; Readers by cardholders – shows all
cardholders that are allowed to access selected reader; Access levels by reader
– shows all access levels that include selected reader; Access levels by
cardholder – shows all cardholders that have selected access level; Hardware
configuration print out; Time zone configuration printout; Time and attendance
reports – first in/last out events from selected cardholders, worked hours
summary for selected period, absentee report.

3. Master controllers.
a. Definition. A Master Controller is a hardware device which performs the
following functions:
i. receives and stores all the system configuration and cards from the host
computer;

Page 93
ii. configures, controls and monitors all slave devices (door controllers,
status and alarm panels);
iii. receives, stores and forwards to host all events from the slave devices;
iv. stores cardholder access rights and makes access decisions;
v. Facilitates linkages between the slave devices.

b. Number of slave devices. The manufacturer will offer a wide variety of master
controllers in order to provide maximum flexibility and cost savings to the
user. At least 4 types of master controllers will be available: for 16, 32, 64 and
96 devices (readers, alarm input/output and status panels).

c. Connection to host computer. The controllers will support any of the


following methods of connection to the computer:

8. Direct connection via RS-232 or RS-485, speed of at least 56700 bits


per second;
9. Network connection via Ethernet 10BaseT with TCP/IP protocol
support. Controllers must have an on-board network interface. Systems
utilizing third party devices (terminal servers) for transferring serial
data over network will not be accepted;
10. Network connection via Ethernet 100BaseT with TCP/IP protocol
support and AES 256bit NIST approved encryption.
11. Dial up connection over standard PSTN phone lines;
12. Connection via leased or dedicated line modems;
13. It will be possible to connect up to 8 master controllers to a single
computer serial port;
14. It will be possible to connect up to 32 master controllers to a single
workstation.

d. Microprocessor. 32-Bit processors to ensure fast event processing.

e. Maximum response time. Maximum time interval between the user


identification (card read, entering PIN, etc) and response from the master
controller (access granted, access denied, etc.) will not exceed 20 milliseconds
under the maximum load conditions. The only exceptions from this
requirement are the readers connected to the master controller via TCP/IP
network.

f. Memory. The controllers will have at least 1 Mega byte of RAM in standard
configuration. The memory will be expandable to up to 8 Mega bytes using
plug-in SIM modules. The memory will be allocated between card records and
events. It will be possible to configure memory allocation for cards and events.
With 1Mb of memory controller will be able to store up to 39900 cards or
79800 events. With 8Mb of memory, the controller will be able to store 345700
cards or 691500 events.

Access levels. An access level will consist of a list of readers with time zone
assigned to each reader. Each master controller will support at least 256 access
levels. It will allow assigning at least 6 of the access levels to a card.

Page 94
g. Individual access levels. In addition to 256 access levels, controllers will
support individual access levels for every card. “Precision access” feature will
allow adding pairs of readers and time zones to a card. “Exclusion list” feature
will allow excluding certain readers from the access level already assigned to a
card.

h. Elevator access levels. An elevator access level will consist of floor numbers
and time zones assigned to those floors. There will be at least 125 elevator
access levels per master controller.

i. Elevator access control. The master controller will be able to control access to
at least 64 floors per reader and up to 32 elevators. There will be two options
for implementing elevator access control: standard and elevator control with
feedback. Standard elevator access control will allow controlling which floors
each user can access. For areas with high security requirements, elevator
control with feedback will be used. In addition to controlling access, it will also
record floor selections made by the users. The master controller will also
support “Day” and “Night” modes for elevator access (allowing free access to
the selected floors during time zone selected in Day mode).

j. Card activation date and time. The master controller will store activation and
deactivation time and date for each card record.

k. Linkages. Each master controller will support 100 linkages among its slave
devices. Possible triggers for linkages will be: alarm zone status change (alarm,
secure, fault, ground), access activity (granted, denied, diddle, duress),
communication status (online, offline), commands from reader keypads,
number of users in a certain area. Possible action that can be linked to triggers
will be: relay control (on, off, pulse), alarm zone masking, changing reader
mode, locking areas, activating time zones, checking for zones in alarm state,
triggering other linkages.

l. Communication drivers. The master controller will have plug-in type


communication drivers for RS-232 and RS-485. The communication drivers
will be easily replaceable and inexpensive. Since the communication drivers
may be damaged due to incorrect wiring or the communication line faults, such
setup will allow fast on-site repair, eliminating the need to return the
controllers for repair to the manufacturer. Master controllers which have non-
removable communication drivers will not be accepted.

m. Host communication interface. The master controller will have a plug-in type
host communication interface for either serial or TCP/IP connection. The
interface will be easily replaceable on-site. Serial communication interface will
have 2 serial communication ports (RS-232 or RS-485 selectable): one for
connection to computer and one for on-line printer. The TCP/IP interface will
have RJ-45 jack.

Page 95
n. On-line printing. The master controller will support an on-line printer.

o. Diagnostic LEDs. The master controller will have 6 diagnostic LEDs. One of
the LEDs will display the heartbeat of the controller, one will display
communication with host activity, and the remaining four LEDs will indicate
communication activity of each of the device ports. The same LEDs will be
used to display self-test results of the master controller.

p. Communication to slave devices. The master controller will have at least 4


communication ports to the slave devices. If will be possible to select
communication type between RS-232 and RS-485 by simply changing plug-in
communication driver. The controller will support communication speed of at
least 19200 bits per second. It will be possible to connect at least 32 slave
devices to each communication port.

q. Topology. Slave to the master controller should be connected in BUS topology


STAR type topology will also be possible by utilizing line splitters. STAR type
splitter should be provided by the same manufacturer and be capable of
splitting one RS-232/485 communication line to 8 RS-485 lines. The splitter
should also have a built in repeater in order to extend the cable run.

r. Dual path communication. The master controller will support dual path
communication to the slave devices. If used in dual path mode, two device
ports will be used as Primary ports, and two other device ports will be used as
Alternative ports. Each device will be connected to the master controller via
Primary AND Alternative ports. The master controller will alternate between
the Primary and Alternative ports when polling slave devices in order to check
communication on both. The master controller will generate a line failure
alarm, if a device cannot be reached through either of the ports. Both RING
and DUAL BUS topologies will be supported for the dual path connection. The
manufacturer will provide the dual path communication controllers which will
facilitate connecting slave devices to two ports simultaneously and will protect
from failure on one communication line affecting another line. The third party
devices for creating redundant RS-485 communication line will not be
accepted.

s. Power requirements. Master controllers will accept DC power in the range of


12-28V.

t. Card formats. The master controller will support at least 8 card formats. Card
format will consist of type, facility code, card number offset and format
definition. Both Wiegand and Magnetic (Clock/Data) types will be supported.

u. Anti-passback areas. Anti-passback areas will consist of entry and exit


readers. It will be possible to assign multiple entry and exit readers to an area.
The master controller will support at least 127 anti-passback areas.

Page 96
1. The master controller will support multiple levels of areas (one area inside
the other). This will prevent users from accessing an inside facility without
first of all getting access at the outside reader,
2. It will be possible to logically place certain readers inside APB areas.
Users will not be able to use those readers unless they enter that APB area
through one of its entry readers. For example: if a user does not present his
card at the main entry reader of the building, he will not be able to open
any of the doors inside the building,
3. The system will be able to count the number of users inside the area and
trigger predefined actions, if minimum or maximum number of users in
the area is reached,
4. The master controller will also be able to restrict occupancy by denying
access to an area if the maximum set occupancy for that area is reached,
5. The system will support 2 men rule which will not allow only 1 person to
be present inside the secured area. If there were 2 people in the area, both
of them would have to leave at the same time to get access at the exit
reader. If there was no one inside the area, two people would have to enter
it at the same time to get access at the entrance reader,
6. The system will support the following anti-passback modes: hard (access
denied if APB rules are violated), and soft (grant access but record the
violation event),
7. It will be possible to reset APB status for all cards or for any individual
card,
8. Timed anti-passback. Timed anti-passback will not allow using the same
card on the same reader two times in a row. The user will have to present
his card to any other reader in the system or wait for a configured period
of time before using his card on the same reader again. This feature will be
used if there are no exit readers installed, and standard anti-passback
cannot be used.
v. Holidays. The master controller will support at least 100 holiday dates.
w. Time zones. The master controller will support at least 127 time zones. A time
zone will be defined by selecting days of the week, time of the day and holiday
dates. There will be a possibility to configure at least 6 intervals per time zone.
x. Zone grouping. There will be a possibility to assign alarm zones to groups.
The master controller will support at least 256 groups.
y. 2-card and 3-card rules. The master controller will support 2-card and 3-card
verification. If a reader is set for such a mode, the master controller will require
2 (or 3) different valid cards in order to unlock the door.
z. Escort. The master controller will support escort verification. If a card is
marked as “escort required” the controller will not grant access until another
card that has escort rights is presented.
aa. Rack mounting. Rack mountable version of the master controller will be
available. It will be 19” wide with uninterruptible power supply.

4. Door controllers
a. Definition. A door controller is a hardware device that controls readers, and
door locks, and accepts inputs from door contacts and exit buttons. Door
controller receives the entire configuration from the master controller and is
capable of stand-alone operation, if the connection to the master controller
fails.

Page 97
b. Number of readers. The manufacturer will offer a wide variety of door
controllers in order to provide the maximum flexibility and cost savings to the
user. At least 4 types of door controllers will be available: for 1 reader/ 1 door,
2 readers/ 1 door, 2 readers/ 2 doors, and 4 readers/ 4 doors.
c. Connection to the master controller. Door controllers will support any of the
following methods of connection to the master controller:
i. Direct connection via RS-232 or RS-485, speed of at least 19200 bits per
second.
ii. Network connection via Ethernet 10BaseT with TCP/IP protocol support.
iii. Connection via leased or dedicated line modems.
iv. It will be possible to connect up to 32 door controllers to one port of the
master controller.
d. Memory. There will be two types of door controllers available: without local
memory and with local memory.
i. Controllers with local memory will be used for high security areas. The
memory will be shared between card records and events. It will be
possible to configure memory allocation for cards and events. Door
controllers with local memory will be able to store up to 36000 cards or
11800 events. It will also store time zones and access levels related to its
part of the system.
ii. Controllers without local memory will be used if a cost effective solution
is required.
e. Off-line mode. If the communication with the master controller is interrupted,
the door controller with local memory will remain fully functional:
i. It will process access requests in a regular manner
ii. It will store all events and upload them to the master controller as soon as
the communication is restored.
It will be able to automatically change reader access modes when the
communication with the master controller is interrupted or restored.
A door controller without local memory will switch to degraded mode in case
of the communication failure. It will change reader modes into one of the
following: Locked, Unlocked or Facility Code.
f. Elevator access control. It will be possible to configure any reader connected
to any door controller to function as an elevator reader. Elevator control relay
modules will not be required. The system will be capable of communication
with elevator equipment via bi-directional RS-232/485 interface eliminating
the need for multiple input/output wiring.
g. Linkages. Each door controller will have local alarm input to output linkages.
It will activate a local alarm output if any of the following alarm occurs: reader
tamper, door forced open, door held open, auxiliary alarm input active.
h. Communication drivers. Door controllers will have plug-in type
communication drivers for RS-232, RS-485 and TCP/IP. The communication
drivers will be easily replaceable and inexpensive. Since the communication
drivers may be damaged due to incorrect wiring or communication line faults
such setup will allow fast repair on-site eliminating the need to return the door
controllers for repair to the manufacturer. Door controllers that have non-
removable communication drivers will not be accepted.
i. Diagnostic LEDs. A door controller will have 2 diagnostic LEDs. One of the
LEDs will display the heartbeat of the controller, while another one will
display communication with host activity.
j. Readers. A door controller will support readers made by HID, Indala, Apollo,
Bioscrypt or compatible models from other manufacturers. Door controllers

Page 98
will support readers with Wiegand (Data1/Data0) or Magnetic (Clock/Data)
communication standard. Door controllers will also have three control lines for
red, yellow and green LEDs, and a beeper control line for each reader, in order
to provide audible and visual feedback for the users.
k. Inputs and outputs. Door controllers will also have the following inputs: door
contact, exit button, and auxiliary input for each reader. It will be possible to
select by a DIP switch whether inputs are unsupervised or supervised using
EOL resistors. A door controller will also have two relay outputs for each
reader: one for electric lock control and one auxiliary output.
l. High security lock control relays. Door controllers will support external high
security relays for lock control and other user configurable purposes. The
communication between the controller and such a relay will be digital and
encrypted using a constantly changing code. The intruder would not be able to
open the door lock even if he managed to access the wires going from the door
controller to the high security relay. Cutting, shorting or applying power to the
wires would not unlock the door. The relay will be mounted in the doorframe
behind the electric lock to minimize the length of unprotected cabling between
the relay and the lock. Door controllers which do not support high security
external relays will not be accepted.
m. Power requirements. Door controllers will accept DC power in the range of
12-28V.
n. Card formats. Door controller will support at least 8 card formats. Card format
will consist of type, facility code, card number offset and format definition.
Both Wiegand (up to 64 bits) and Magnetic types will be supported.
o. Controller mode. Door controllers will be capable of working independently,
without master controllers. In this mode door controllers will be
communicating with software directly and completely eliminating the need for
master controllers. Such configuration will allow cost effective solutions for
remote locations that only have a few doors and/or alarm points. It will be
possible to select between RS-232, RS-485 and TCP/IP communication by
installing required driver. Precision access, 6 access levels per cardholder and
anti-passback functions will be supported.
5. Proximity readers
a. HID, Indala, Apollo, Bioscrypt or equivalent reader specs go here.
6. Intelligent readers
a. Direct RS-485 connection. The system will support intelligent readers that
connect directly to master controllers via RS-485 communication line. The
intelligent readers will have built-in all inputs and outputs required to control a
door in this way eliminating the need for door controllers and enclosures.
b. Local memory. The intelligent readers will have memory for storing card
records and events, and operating off-line if the communication with the
master controller is broken. Readers with local memory will be able to store up
to 37000 cards or 6500 events. It will be possible to configure memory
allocation for cards and events. Readers will also store time zones and access
levels related to their part of the system.
c. Additional reader. The intelligent readers will have all inputs and outputs to
support one additional door and an industry standard Wiegand output reader.
d. Commands. The intelligent readers will have 16-button keypad and 4-line
LCD display for advanced functions. It will be possible to configure system
reactions and allow users to execute them by entering commands from the
keypad.

Page 99
e. Alarm display. It will be possibly to display alarm events on the reader LCD
screen in order to provide real-time information to guards in case they are away
from their workstation.
f. Arming & disarming. It will be possible to select and arm/disarm alarm zone
groups using the LCD and keypad of the intelligent reader.
7. Alarm input and output panels
a. Number of alarm zones. The manufacturer will offer a wide variety of alarm
panels in order to provide the maximum flexibility and cost savings to the user.
At least 5 types of alarm panels will be available: 16 alarm zones and 16 relay
outputs, 16 alarm zones and 8 relay outputs, 16 alarm zones only, 8 relay
outputs only, and 16 alarm zones with UL Grade AA supervision.
b. Connection to the master controller. Alarm panels will support any of the
following methods of connection to the master controller:

i. Direct connection via RS-232 or RS-485, speed of at least 19200 bits per
second.
ii. Network connection via Ethernet 10BaseT with TCP/IP protocol support.
iii. Connection via leased or dedicated line modems.
20 It will be possible to connect up to 32
alarm panels to one port of the master controller.
c. Memory. Alarm panels will have memory for off-line event storage. They will
be able to store 100 events in the FIFO buffer.
d. Off-line mode. If the communication with the master controller is interrupted,
the alarm panel will remain fully functional:
e. It will monitor all zones and activate local linkages,
f. It will store events and upload them to the master controller as soon as the
communication is restored.
g. Communication drivers. Alarm panels will have plug-in type communication
drivers for RS-232, RS-485 and TCP/IP. The communication drivers will be
easily replaceable and inexpensive. Since the communication drivers may be
damaged due to incorrect wiring or communication line faults, such a setup
will allow fast on-site repair eliminating the need to return the panels for repair
to the manufacturer. Alarm panels that have non-removable communication
drivers will not be accepted.
h. Diagnostic LEDs. Alarm panels will have 2 diagnostic LEDs. One of the
LEDs will display the heartbeat of the panel, while another one will display
communication with host activity.
i. Inputs and outputs. Each alarm panel will support at least 16 zones. Using DIP
switches, it will be possible to select whether inputs are unsupervised or
supervised with the help of EOL resistors. Separate inputs for power fault and
cabinet tamper will be available. Alarm panels will have output modules of 8
or 16 relays.

j. High security digital alarm inputs. In high security installations, alarm panels
with digitally supervised zones will be used. The alarm panels will conform
with UL Grade AA standards for zone supervision. An alarm panel must be
able to detect attempts to compromise line security by substituting end-of-line
terminators and inserting prerecorded data. Special digital zone terminators
will be used. Each digital terminator will be connected to the alarm panel over
a single pair of wire. Both power to the digital terminator and communication
with the alarm panel will be conducted via the same pair of wire. This will

Page 100
enable upgrading lower security systems with standard EOL terminators to the
high security system with digital EOL terminators. The systems that do not
provide optional Grade AA alarm supervision or use the third party devices to
achieve this level of security will not be accepted.
k. Power requirements. Alarm panels will accept DC power in the range of 12-
28V.
8. Status Panels
a. Definition. In order to provide back-up in case of computer failure, the system
will support status panels. A status panel will connect directly to the master
controller and will display the status of the alarm zones independent of the
software. In such installations where guards have not been trained for PC based
operations, it will be possible to use a status panel in addition to or instead of
alarm monitoring via computer.
b. Alarm annunciation. The status panel will have at least 72 tri-color LEDs.
Each LED will display alarm zone status in the following manner: flashing red
– new alarm, steady read – acknowledged alarm, green – secure, yellow – zone
fault. Next to each LED there will be a label for indicating the name of the
zone. The status panel will also have a buzzer for alarm annunciation.
c. Alarm acknowledgement. The status panel will have an acknowledgement
button. The LED associated with an alarm will continue to flash, and the
buzzer will emit sound until the operator presses the acknowledgment button.
It will be possible to install a reader or keypad instead of the button, in order to
ensure that only the operator acknowledges the alarm, and to record operator
acknowledgment events.
d. Linkages. It will be possible to link status panel LEDs with the selected alarm
zones. The status panel will also monitor communication status (on-line, off-
line), power failure and cabinet tamper of the associated alarm panels. It will
also be able to display the status of door controller alarm zones.
e. Power requirements. Status panel will accept 110 or 220VAC power.
9. Cable requirements
a. From host computer to master controller. 3 conductor, shielded, Belden 9610
(or equivalent) cable should be used for RS-232 direct connection to host
computer. Maximum Distance 50 ft (15m).
24 gauge, 2 twisted pair, low capacitance, shielded, with a characteristic
impedance of 120 ohms, Belden 9842 (or equivalent) cable should be used for
RS-485 direct connection to host computer. Maximum cable length is 4000 ft
(1200m).
For connection via Ethernet, Category 5 cable, UTP, with RJ-45 connector
should be used.
b. From master controller to door controllers and alarm panels. For RS-485
connection to the master controller computer, 24 gauge, 2 twisted pair, low
capacitance, shielded, with a characteristic impedance of 120 ohms, Belden
9842 (or equivalent) cable should be used. The maximum cable length is 4000
ft (1200m).
c. From door controller to reader. For connection between the reader and door
controller, 4 twisted pair, 24 gauge, stranded, shielded, Belden 9504 (or
equivalent) cable should be used. Additional wires will be required for
connection of the electric lock, door contact, exit push button, auxiliary output
and input if used. Maximum cable length is 500 ft (150 m).
d. From alarm panels to detectors. Unshielded, twisted pair cable should be
used. Alarm loop resistance must not exceed 30 ohms.

Page 101
Loop Length Recommended minimum AWG
0-500 ft 24 AWG
500-1000 ft 22 AWG
1000-2000 ft 20 AWG
e. From door controller to door hardware. For connecting electric lock, door
contact, exit push button, auxiliary output and input, cable specifications are
the same as in the paragraph “d” above.
10. Contactless smart cards
a. Read only. The ASC will use smart cards in read-only mode. The only
information acquired from the smart card will be its ID number that will be
used as a regular card number.
b. Types of contactless smart cards. The type of supported smart cards will
depend on the readers. At least the following smart card types be supported:
HID iClass, Philips Mifare 14333A or equivalent
11. 2-door interlock
a. Definition. A special version of door controller will be available for
implementing 2-door interlock. The interlock controller will not allow both
doors to be open at the same time by monitoring both door contacts and
controlling both door locks.
b. Connection. The door controller will utilize high security digital relays to
control the locks of both doors. It will also have inputs for exit buttons and
door contacts from both doors. It will have an input for one reader (Wiegand or
Magnetic). Like any standard door controller, it will communicate with the
master controller via the same RS-485 bus. Second reader in the two-door
interlock system will be connected to a standard door controller. The third
party PLCs will not be acceptable for the interlock solution.
12. Uninterruptible Power Supply
a. Manufacturer. The manufacturer of ACS will provide a wide variety of
enclosures and uninterruptible power supplies designed specifically for its
controllers, in order to guarantee easy and reliable installation. The third party
manufacturers of enclosures and power supplies will not be accepted.
b. Types. There will be at least 3 types of enclosures available:
i. Large enclosure for 4 four-door controllers. The enclosure will also
include 12V 10 Amp power supply, with 12V 12Ah battery and
charger. The power supply will have universal input for 60-280VAC.
ii. Small enclosure for 2 four-door controllers. The enclosure will also
include 12V 4 Amp power supply, with 12V 12Ah battery and charger.
The power supply will have universal input for 60-280VAC.
c. Power distribution boards. Both Large and Medium type enclosures will also
have a power distribution board with 8 12Vdc and 1 5Vdc output. Each output
will have a self-resetting fuse that would protect from short circuit on one
channel affecting equipment connected to other channels.
d. AC Power failure alarm. In case of the main AC power failure, the power
supply of large and medium type enclosures will monitor the state of the
battery and generate an alarm if it goes below 90% of charge. This feature will
eliminate nuisance alarms originating from short-term AC failures.
e. Approvals. All Enclosures and power supplies will be UL approved.
f. Material. The enclosures will be made of thick and durable powder coated
steel

Page 102
13. Certifications
a. UL & FCC. Access control and alarm equipment, as well as power supplies
will be UL and FCC listed.
b. CE. ACS equipment will conform to the European Community Council
Directive 89/336/EEC for Access Control Products. It will meet the standards
listed below: EN50081-1, EN50082-1, EN61000-4-2, ENV50140, EN61000-4-
4, ENV50141, EN61000-4-8, EN55022, EN60950, EN55022, EN50130-4,
EN61000-3-2, EN61000-3-3, AS/NZS 3548, FCC CFR 47, EN55022,
EN50130-4, EN61000-3-2, EN61000-3-3, EN60950, EN50082-1, EN50081-1,
EN50082-1, EN50081-1, EN61000-3-2, EN61000, ENV50204, EN55024
14.Maintenance contract
a. Maintenance during defect liability period. The Contractor shall be expected to
provide maintenance services on equipment and works for a period of one year
at no extra charge. In case of any charges, the Contractor shall have them
inbuilt in the supply rates.
b. Maintenance after defect liability period. The Contractor must show
willingness to enter into a maintenance contract with KRA for two years
renewable.
c. The Contractor should include a schedule of proposed spare part and service
cost in his tender.

Page 103
SECTION VI - SCHEDULE OF REQUIREMENTS
(a) Procurement Item

The Tender award will be evaluated on a lot by lot basis, and bidders must respond to
all the items in a lot but are not required to bid for all the lots. Award of the tender
will also be based on the lots and for this tender Lot 2a and 2b will be awarded as one
.

LOT 1: ACCESS CONTROL SYSTEM


Sn Feature Unit of Qty
o Measure
1 Master controller NO. 2
2 Door controller NO. 140
3 Proximity card readers NO. 204
4 Printable contactless smart NO. 6500
cards
5 Contactless smart cards NO. 7000
6 Door contacts NO. 282
7 Door buzzers NO. 140
8 Maglock for double door NO. 53
9 Maglock for single door NO. 88
10 Finger print and proximity card NO. 78
reader
11 Uninterruptible Power Supply NO. 141
for the door controllers
12 Data points NO. 14
13 Support and maintenance Lot Lot
14 Accessories and miscellaneous Lot Lot
requirement
15 Repair of door closers and Lot Lot
hinges including replacement
and the defective equipments.
16 Labour, civil and installation Lot Lot
cost
17 Door closer-Wooden NO. 50
18 Door closer-Glass Doors NO. 50
19. Hinges NO. 100
20 Exit buttons NO. 17

Page 104
LOT 2 :(a): CCTV SYSTEM FOR TIMES TOWER
Sn Feature Unit of Qty
o Measure
1 CCTV system Lot Lot
2 Network Video Recorder NO. 2
(Server)
3 Video Management (VMS) Client NO. 3
4 2.1 Megapixel True Day/Night Fixed NO. 181
indoor Dome
5 Outdoor IP Bullet Camera w/3.5- NO. 22
16mm varifocal,
H264/MPEG4/MJPEG, PoE with IR
6 Switch NO. 5
7 LCD 42‟‟ Monitor NO. 1
8 Support and maintenance Lot Lot
9 Accessories and miscellaneous Lot Lot
requirement
10 Labour, civil and installation cost Lot Lot
11 As – installed drawing Lot Lot
12 Cabinet NO. 1
13 UPS NO. 1

2(b): CCTV SYSTEM FOR FORODHA HOUSE JKIA

Sno Feature Unit of Qty


Measure
1 CCTV system Lot Lot
2 Link NO. 2
3 Switch NO. 1
4 Indoor domes NO. 10
5 Outdoor IP Bullet Camera NO. 5
6 Network Video Recorder NO. 1
7 Video Management (VMS) Client NO. 1
8 LCD 42‟‟ Monitor NO. 2
9 Cabinet NO. 1
10 UPS NO. 1
11 Support and maintenance Lot Lot
12 As – installed drawings Lot Lot
13 Accessories and miscellaneous Lot Lot
requirement
14 Labour, civil and installation cost Lot Lot

Page 105
LOT 3: SPEEDSTILE

Sno Feature Unit of Qty


Measure
1 End cabinets retractable Full Panel NO. 4
Pedestrian Speed Lane (550mm
wide walkway)
2 Centre Cabinet for Additional NO. 4
Retractable Full Panel Pedestrian
Speed Lane Capacity (550mm wide
walkway)
3 Motorised Disable Access Gate NO. 1
(900mm wide walkway)
4 Remote Console Unit for NO. 2
Control/Command of Pedestrian
Speed Lanes and Motorised Disable
Access Gate
5 Glass barrier fillers Lot Lot
6 UPS NO. 1
7 Support and maintenance Lot Lot
8 Accessories and miscellaneous Lot Lot
requirement
9 Labour, civil and installation cost Lot Lot

Page 106
(b) Instructions on Submission of Bids
(i) The Tenderer must submit a two-envelope bid in the following format:
TECHNICAL PROPOSAL:- comprising of the following documents
PRESENTED IN THE FOLLOWING ORDER:

Section Document

A Tender Notice/Invitation to Tender


B Confirmation of Submission of 2-envelope Bid
C Tender Security
D Power of Attorney
E Confidential Business Questionnaire
F Copy of current Trade License or Council Single Business Permit
G Certificate of Business Registration or certificate of Incorporation
Memorandum and Articles of Association
H Manufacturer‟s Authorization
I Organization Chart
J Key Staff Competency Profiles
K Last 3 years Audited Accounts
L Physical Address Details
M Statement of Experience
N Details of three Major Clients
O Anti Corruption Affidavit
P Tax Compliance
Q Site Visit Form

Financial: PROPOSAL - comprising of:


 Tender Form and Price Schedules (only)

(ii) Sealing and Marking of Bids:


The inner envelopes should be clearly marked as follows:
ORIGINAL TECHNICAL A KRA/HQS/NCB/007/2013-2014
COPY TECHNICAL B KRA/HQS/NCB/007/2013-2014

ORIGINAL FINANCIAL A KRA/HQS/NCB/007/2013-2014


COPY FINANCIAL B KRA/HQS/NCB/007/2013-2014
The envelopes shall then be sealed in an outer envelope.
The inner and outer envelopes shall be addressed to:
Commissioner General
Kenya Revenue Authority
P.O Box 48240, 00100
Nairobi.

Page 107
(c) Tender Responsiveness Criteria
The submission of the following items will be required in the determination of the
Completeness of the Bid. Bids that do not contain all the information required will be
declared non responsive and shall not be evaluated further.
Description of Criteria
1 Submission of Tender Documents
 Two envelope –bid
 Tender Security
 Power of Attorney1

2 Company Profile
 Attach copy of Certificate of Incorporation
 Confidential Business Questionnaire
 Copy of Trade License or Business Permit
 manufacturer‟s Authorizations for all key components e.g
readers, turnstiles, controllers, computers, servers, panels, UPSs,
smart cards and software
3 Managerial and Key Personnel Competency Profiles
Attach:
 Organization chart
 Key Staff Competency Profiles.
4 Financial Resources
Submit:
 Last 3 years Audited Accounts2
5 Physical Facilities
Physical Address:
 State if owned or leased and attach copy of title or lease
documents and latest utility bill.
 Equipment and other resources related to the procurement item.
6 Experience
State number of years of experience in the procurement item.
7 Reputation
Submit letters of reference from 3 major clients, which should
include summary of services rendered for a similar security project,
value of contracts and contact person, address and telephone
numbers
8 Social Obligations
Submit certificate of compliance for the following;
 Anti Corruption Affidavit3
 Tax Compliance4
9 Site survey
All bidders are required to undertake a mandatory site survey to
establish exact scope and quantities for the solution

1
Bidder to attach documentary proof of authority to sign the bid documents on behalf of the bidder.
2 Firms that have been in existence for less than three years should submit audited accounts for the period of operation.
3 In this respect KRA will require a supplier of goods and/or services to swear an affidavit to the effect they will not have offered or been requested to pay an

inducement to a member of the Board, Management and/or Staff of KRA to influence the outcome of the bid.
4 A Current Certificate of Compliance should be sought from the KRA in the case of local suppliers or agents. International bidders will be required to swear an affidavit
to the effect that they have complied with taxation requirements in their country.

Page 108
(d) Vendor Evaluation Criteria
The following criteria will be used in the evaluation of all potential suppliers.
International Bidders must attach the same for local representatives.
The documents submitted will be evaluated for suitability and awarded marks which
will contribute to a maximum 30% of the total tender evaluation.
Description of Criteria Maximum Cut off
Score Score
Company Profile 6 6
Suitability of Service Provider
 Tender Security (2Marks)
 Power of Attorney (1Mark)
 Attach copy of Certificate of Incorporation (1Mark)
 Confidential Business Questionnaire (1Mark)
 Copy of Trade License/Business Permit (1Mark)
Managerial and Key Personnel Competency 5 2
Profiles
 Organizational Chart (2 Marks)
 Qualification of Key Staff and Capacity to deliver
goods/service. Management and Technical Staff
(3 Marks)
Financial Resources 5 3
Financial Ratios to be Evaluated:
 Working Capital and Turnover ratio (5 Marks)
Physical Facilities 3 2
Proof of physical Address and Capacity to deliver
goods/services
 State if owned or leased and attach copy of title or
lease documents and latest utility bill. (2 Mark)
 Equipment and other resources related to the
procurement item (1 Marks)
Experience 5 2
No. of Continuous Year of Service Required
One year experience (2 Mark)
Two years experience (3 Marks)
Three years experience (4 Marks)
Four years and over four years experience (5 Marks)
Reputation 5 4
Proof of Satisfactory Service
Letters of reference from
3 major client, summary of services rendered, value of
contracts and contact person, address and
telephone numbers
Social Obligations 1 1
Proof of having satisfied Key Social Obligations
 Anti Corruption Affidavit5 (0.5 Marks)
 Tax Compliance6 (0.5 Marks)
Total Score 30 20

5 In this respect KRA will require a supplier of goods and/or services to swear an affidavit to the effect they will not have offered or been requested to pay an
inducement to a member of the Board, Management and/or Staff of KRA to influence the outcome of the bid.

6 A Current Certificate of Compliance should be sought from the KRA in the case of local suppliers or agents. International bidders will be required to swear an affidavit
to the effect that they have complied with taxation requirements in their country.

Page 109
e) Overall Tender Evaluation Criteria
The tender evaluation criteria is weighted as follows; -

Criteria Maximum Cut Off


Score Scores
Tender Responsiveness mandatory Requirement
Vendor Evaluation 30 20
Technical Specifications 40 30
Financial & Delivery Schedules 30 15
Totals 100 65

Page 110
SECTION VII:PRICE SCHEDULE
BILLS OF QUANTITIES AND PRICE SCHEDULE FOR GOODS
LOT 1: ACCESS CONTROL SYSTEM
Sno Feature Qty Unit price inclusive Total inclusive of all
of all Taxes (Kshs) Taxes (Kshs)
1 Master controller 2
2 Door controller 140
3 Proximity card readers 204
4 Printable contactless smart cards 6500
5 Contactless smart cards 7000
6 Door contacts 282
7 Door buzzers 140
8 Maglock for double door 53
9 Maglock for single door 88
10 Finger print and proximity card 78
reader
11 Uninterruptible Power Supply for the 141
door controllers
12 Data points 14
13 Support and maintenance Lot
14 Accessories and miscellaneous Lot
requirement
15 Repair of door closers and hinges Lot
including replacement and the
defective equipments.
16 Labour, civil and installation cost Lot
17 Door closer-Wooden 50
18 Door closer-Glass Doors 50
19 Hinges 100

111
20 Exit buttons 17

LOT 2:(a) CCTV SYSTEM FOR TIMES TOWER


Sno Feature Qty Unit price inclusive Total inclusive of
of all Taxes (Kshs) all Taxes (Kshs)
1 CCTV system Lot
2 Network Video Recorder (Server) 2
3 Video Management (VMS) Client 3
4 2.1 Megapixel True Day/Night Fixed 181
indoor Dome
5 Outdoor IP Bullet Camera w/3.5-16mm 22
varifocal, H264/MPEG4/MJPEG, PoE
with IR
6 Switch 5
7 LCD 42’’ Monitor 1
8 Support and maintenance Lot
9 Accessories and miscellaneous Lot
requirement
10 Labour, civil and installation cost Lot
11 As – installed drawing Lot
12 Cabinet 1
13 UPS 1

Page 112
LOT 2: (b): CCTV SYSTEM FOR FORODHA HOUSE JKIA
Sno Feature Qty Unit price Total inclusive of all
inclusive Taxes (Kshs)
of all Taxes
(Kshs)
1 CCTV system Lot
2 Link 2
3 Switch 1
4 Indoor domes 10
5 Outdoor IP Bullet Camera 5
6 Network Video Recorder 1
7 Video Management (VMS) Client 1
8 LCD 42’’ Monitor 2
9 Cabinet 1
10 UPS 1
11 Support and maintenance Lot
12 As – installed drawings Lot
13 Accessories and miscellaneous Lot
requirement
14 Labour, civil and installation cost Lot

Page 113
LOT 3: SPEEDSTILE
Sno Feature Qty Unit price inclusive Total inclusive of all
of all Taxes (Kshs) Taxes (Kshs)
1 End cabinets retractable Full Panel 4
Pedestrian Speed Lane (550mm wide
walkway)
2 Centre Cabinet for Additional 4
Retractable Full Panel Pedestrian
Speed Lane Capacity (550mm wide
walkway)
3 Motorised Disable Access Gate 1
(900mm wide walkway)
4 Remote Console Unit for 2
Control/Command of Pedestrian
Speed Lanes and Motorised Disable
Access Gate
5 Glass barrier fillers Lot
6 UPS 1
7 Support and maintenance Lot
8 Accessories and miscellaneous Lot
requirement
9 Labour, civil and installation cost Lot

Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Tender’s Signature_________________________ Official Stamp______________________ Date______________________

Page 114
SECTION VIII - STANDARD FORMS

Notes on the Sample Forms

1 Form of Tender- The form of tender must be completed by the


tenderer and submitted with the tender documents. It must also
be duly signed by duly authorized representatives of the
tenderer.

2 Confidential Business Questionnaire Form - This form must


be completed by the tenderer and submitted with the tender
documents.

3 Tender Security Form- When required by the tender documents


the tender shall provide the tender security either in the form
included herein or in another format acceptable to the procuring
entity.

4 Contract Form- The Contract Form shall not be completed by


the tenderer at the time of submitting the tender. The Contract
Form shall be completed after contract award and should
incorporate the accepted contract price.

5 Performance Security Form- The performance security form


should not be completed by the tenderers at the time of tender
preparation. Only the successful tenderer will be required to
provide performance security in the form provided herein or in
another form acceptable to the procuring entity.

6 Bank Guarantee for Advance Payment Form- When Advance


payment is requested for by the successful bidder and agreed by
the procuring entity, this form must be completed fully and duly
signed by the authorized officials of the bank.

7 Manufacturers Authorization Form- When required by the ender


documents this form must be completed and submitted with the
tender documents. This form will be completed by the
manufacturer of the goods where the tenderer is an agent.

8 Anti Corruption Affidavit This form will be completed by the


bidder‟s authorized representative and it must be sworn before a
commissioner of oaths or equivalent according to applicable
laws in the country of the bidder.

115
8.1 FORM OF TENDER

Date
Tender No.
To: KENYA REVENUE AUTHORITY
P. O. BOX 48240 – 00100 NAIROBI.

Gentlemen and/or Ladies:

1. Having examined the tender documents including Addenda


Nos. ………………………………. [insert numbers].the receipt of which is hereby duly
acknowledged, we, the undersigned, offer to, Supply delivery , Installation and testing
of the equipment …………………………………………… (Insert item description) in
conformity with the said tender documents for the sum of …………………… …………………
(total tender amount in words and figures) or such other sums as may be ascertained
in accordance with the Schedule of Prices attached herewith and made part of this
Tender.

2. We undertake, if our Tender is accepted Supply delivery , Installation and


testing of the equipment in accordance with the delivery schedule specified in the
Schedule of Requirements.

3. If our Tender is accepted, we will obtain the guarantee of a bank in a sum of


equivalent to percent of the Contract Price for the due performance
of the Contract , in the form prescribed by ………………. ……………….( Procuring
entity).

4. We agree to abide by this Tender for a period of …… [number] days from the
date fixed for tender opening of the Instructions to tenderers, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period.

5. This Tender, together with your written acceptance thereof and your
notification of award, shall constitute a Contract, between us. Subject to signing of
the Contract by the parties.

6. We understand that you are not bound to accept the lowest or any tender you
may receive.

Dated this day of 20

[signature] [in the capacity of]

Duly authorized to sign tender for an on behalf of

Page 116
8.2 CONFIDENTIAL BUSINESS QUESTIONNAIRE FORM

You are requested to give the particulars indicated in Part 1; either Part 2(a),
2(b) or 2 (c) whichever applied to your type of business; and Part 3.
You are advised that it is a serious offence to give false information
on this form.

Part 1 – General
1.1 Business Name
…………………………………………………………………………………………………………………………………………
……..
1.2 Location of Business Premises.
………………………………………………………………………………………………………………..
1.3 Plot No………………………………………………………………………… Street/Road
……………………..…………………………………..
Postal Address …………………………………………………………………………………..
Tel No. …………………………………………………………. Fax …………………………………. E mail
…………………………………………….
1.4 Nature of Business ,………………………………………………………
………………………………………………………………………………..
1.5 Registration Certificate No.
……………………………………………………………………………………………………………………
1.6 Maximum Value of Business which you can handle at any one time – Kshs.
…………………
1.7 Name of your Bankers ……………………………………………………………….. Branch
………………………………………………

Part 2 (a) – Sole Proprietor


2a.1 Your Name in Full …………………………………………………………………………….. Age
………………………………………………..
2a.2 Nationality ……………………………………………………… Country of Origin
………………………………………………………….
Citizenship Details
 ……………………………………………………………………………

Part 2 (b) Partnership


2b.1 Given details of Partners as follows:
2b.2 Name Nationality Citizenship Details Shares
1………………………………………………………………………………………………………………………………………
……………………………………….
2………………………………………………………………………………………………………………………………………
…………………………………………
3………………………………………………………………………………………………………………………………………
………………………………………..

Page 117
4………………………………………………………………………………………………………………………………………
………………………………………..

Part 2 (c ) – Registered Company


2c.1 Private or Public
…………………………………………………………………………………………………………………………………………
…….
2c.2 State the Nominal and Issued Capital of Company-
Nominal Kshs. ………………………………………………………………………………
Issued Kshs. …………………………………………………………………………………
2c.3 Given details of all Directors as follows
Name Nationality Citizenship Details Shares
1………………………………………………………………………………………………………………………………………
………………………………………..
2.
…………………………………………………………………………………………………………………………………………
…………………………………..
3.
…………………………………………………………………………………………………………………………………………
……………………………………
4.
…………………………………………………………………………………………………………………………………………
……………………………………
5
…………………………………………………………………………………………………………………………………………
…………………………………….

Part 3 – Eligibility Status


3.1 Are you related to an Employee, Committee Member or Board Member of Kenya
Revenue Authority? Yes ______ No_______
3.2 If answer in „3.1‟ is YES give the relationship.
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..
3.3 Does an Employee, Committee Member, Board Member of Kenya Revenue
Authority sit in the Board of Directors or Management of your Organization,
Subsidiaries or Joint Ventures? Yes______ No______
3.4 If answer in „3.3‟ above is YES give details.
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..

3.5 Has your Organization, Subsidiary Joint Venture or Sub-contractor been


involved in the past directly or indirectly with a firm or any of its affiliates that
have been engaged by Kenya Revenue Authority to provide consulting services
for preparation of design, specifications and other documents to be used for
procurement of the goods under this invitation? Yes_______ No_______
3.6 If answer in „3.5‟ above is YES give details.

Page 118
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..

3.7 Are you under a declaration of ineligibility for corrupt and fraudulent practices?
YES_____ No______

3.8 If answer in „3.7‟ above is YES give details:


…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………..

3.9 Have you offered or given anything of value to influence the procurement
process? Yes _____No_____
3.10 If answer in „3.9‟ above is YES give details
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
…………………………………………..
…………………………………………………………………………………………………………………………………………
………………………………………….

I DECLARE that the information given on this form is correct to the best of my
knowledge and belief.
Date ……………………………………………….. Signature of Candidate
…………………………………………………………..
 If a Kenya Citizen, indicate under “Citizenship Details” whether by Birth,
Naturalization or registration.

Page 119
8.3 TENDER SECURITY FORM

Whereas ……………………………………………. [name of the tenderer]


(hereinafter called “the tenderer”) has submitted its tender dated
…………. [date of submission of tender] for the supply, installation and
commissioning of ………………………………[name and/or description of
the equipment]
(hereinafter called “the Tender”) ……………………………………………..
KNOW ALL PEOPLE by these presents that WE
……………………………………… of …………………………………………. having
our registered office at ………………… (hereinafter called “the Bank”),
are bound unto …………….. [name of Procuring entity} (hereinafter
called “the Procuring entity”) in the sum of …………………………………..
for which payment well and truly to be made to the said Procuring
entity, the Bank binds itself, its successors, and assigns by these
presents. Sealed with the Common Seal of the said Bank this
day of 20 .

THE CONDITIONS of this obligation are:-


1. If the tenderer withdraws its Tender during the period of tender
validity specified by the tenderer on the Tender Form; or

2. If the tenderer, having been notified of the acceptance of its


Tender by the Procuring entity during the period of tender validity:
(a) fails or refuses to execute the Contract Form, if required; or
(b) fails or refuses to furnish the performance security in
accordance with the Instructions to tenderers;

We undertake to pay to the Procuring entity up to the above amount


upon receipt of its first written demand, without the Procuring entity
having to substantiate its demand, provided that in its demand the
Procuring entity will note that the amount claimed by it is due to it,
owing to the occurrence of one or both of the two conditions,
specifying the occurred condition or conditions.

This tender guarantee will remain in force up to and including thirty


(30) days after the period of tender validity, and any demand in
respect thereof should reach the Bank not later than the above date.

[signature of the bank]


(Amend accordingly if provided by Insurance Company)

Page 120
8.4 CONTRACT FORM

THIS AGREEMENT made the day of 20


between ……………… [name of Procurement entity) of ……….. [country of
Procurement entity] (hereinafter called “the Procuring entity) of the one part and
…………………….. [name of tenderer] of ………….. [city and country of tenderer]
(hereinafter called “the tenderer”) of the other part;

WHEREAS the Procuring entity invited tenders for certain works] and has
accepted a tender by the tenderer for the supply of those works in the sum of
…………………………… [contract price in words and figures] (hereinafter called “the
Contract Price).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as
are respectively assigned to them in the Conditions of Contract referred to:

2. The following documents shall be deemed to form and be read and


construed as part of this Agreement viz:
(a) the Tender Form and the Price Schedule submitted by the tenderer
(b) the Schedule of Requirements
(c ) the Technical Specifications
(d) the General Conditions of Contract
(e) the Special Conditions of contract; and
(f) the Procuring entity‟s Notification of Award

3. In consideration of the payments to be made by the Procuring entity to the


tenderer as hereinafter mentioned, the tender hereby covenants with the
Procuring entity to provide the goods and to remedy defects therein in conformity
in all respects with the provisions of the Contract

4. The Procuring entity hereby covenants to pay the tenderer in consideration


of the provisions of the goods and the remedying of defects therein, the Contract
Price or such other sum as may become payable under the provisions of the
Contract at the times and in the manner prescribed by the contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be


executed in accordance with their respective laws the day and year first above
written.

Signed, sealed, delivered by the (for the Procuring


entity

Signed, sealed, delivered by the (for the tenderer in


the presence of

(Amend accordingly if provided by Insurance Company)

Page 121
8.5 PERFORMANCE SECURITY FORM

To Kenya Revenue Authority

WHEREAS …………………………………… [name of tenderer]


(hereinafter called “the tenderer”) has undertaken , in pursuance of
Contract No. [reference number of the
contract] dated 20 to supply
……………………………………………… [description of goods]
(hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract


that the tenderer shall furnish you with a bank guarantee by a
reputable bank for the sum specified therein as security for
compliance with the Tenderer‟s performance obligations in
accordance with the Contract.

AND WHEREAS we have agreed to give the tenderer a guarantee:

THEREFORE WE hereby affirm that we are Guarantors and


responsible to you, on behalf of the tenderer, up to a total of
………………………. [amount of the guarantee in words and figure]
and we undertake to pay you, upon your first written demand
declaring the tenderer to be in default under the Contract and
without cavil or argument, any sum or sums within the limits of
…………………….. [amount of guarantee] as aforesaid, without you
needing to prove or to show grounds or reasons for your demand or
the sum specified therein.

This guarantee is valid until the day of 20 ____

Signed and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 122
8.6 BANK GUARANTEE FOR ADVANCE PAYMENT FORM

To Kenya Revenue Authority

[name of tender] …………………..

Gentlemen and/or Ladies:

In accordance with the payment provision included in the Special Conditions of


Contract, which amends the General Conditions of Contract to provide for
advance payment, …………………………………………………. [name and address of
tenderer](hereinafter called “the tenderer”) shall deposit with the Procuring entity
a bank guarantee to guarantee its proper and faithful performance under the said
Clause of the Contract in an amount of …… …………………. [Amount of guarantee
in figures and words].

We, the ……………………………. [bank or financial institutions], as instructed by the


tenderer, agree unconditionally and irrevocably to guarantee as primary obligator
and not as surety merely, the payment to the Procuring entity on its first demand
without whatsoever right of objection on our part and without its first claim to the
tenderer, in the amount not exceeding …………………… [amount of guarantee in
figures and words]

We further agree that no change or addition to or other modification of the terms


of the Contract to be performed there-under or of any of the Contract documents
which may be made between the Procuring entity and the tenderer, shall in any
way release us from any liability under this guarantee, and we hereby waive notice
of any such change, addition, or modification.

This guarantee shall remain valid in full effect from the date of the advance
payment received by the tenderer under the Contract until ………… [date].

Yours truly,

Signature and seal of the Guarantors

[name of bank or financial institution]

[address]

[date]

Page 123
8.7 MANUFACTURER’S AUTHORIZATION FORM

To Kenya Revenue Authority

WHEREAS ………………………………………………………… [name of the


manufacturer] who are established and reputable manufacturers of
………………….. [name and/or description of the goods] having
factories at ………………………………… [address of factory] do hereby
authorize ………………………… [name and address of Agent] to submit
a tender, and subsequently negotiate and sign the Contract with you
against tender No. ………………………. [reference of the Tender] for
the above goods manufactured by us.

We hereby extend our full guarantee and warranty as per the


General Conditions of Contract for the goods offered for supply by
the above firm against this Invitation for Tenders.

[signature for and on behalf of


manufacturer]

Note: This letter of authority should be on the letterhead of the


Manufacturer and should be signed by a person competent.

Page 124
LETTER OF NOTIFICATION OF AWARD

Kenya Revenue
Authority
P.O Box 48240 – 00100,
Nairobi,.

To:

RE: Tender No.

Tender Name

This is to notify that the contract/s stated below under the above
mentioned tender have been awarded to you.

1. Please acknowledge receipt of this Letter of Notification


signifying your Acceptance.

2. The Contract/contracts shall be signed by the parties within 30


days of the date of this letter but not earlier than 14 days from
the date of the letter.

3. You may contact the officer(s) whose particulars appear below


on the subject matter of this Letter of Notification of Award.

Deputy commissioner,
Procurement & Supplies Services,
Haile Selassie Avenue, Times Tower, 25th Floor
Telephone: +254-020-2817022
Facsimile: +254-020-215809

FOR: Commissioner-General

Page 125
REPUBLIC OF KENYA
IN THE MATTER OF OATHS AND STATUTORY
DECLARATION ACT CHAPTER 15 OF THE LAWS
OF KENYA
AND
IN THE MATTER OF THE PUBLIC PROCUREMENT
AND DISPOSAL ACT, NO. 3 OF 2005.

I, …………………………………… of P. O. Box
………………………………… being a resident of ………………………
in the Republic of Kenya do hereby make oath and state as
follows: -

1. THAT I am the Chief Executive/Managing


Director/Principal Officer /Director of
……………………………… (Name of the Candidate) which
is a Candidate in respect of Tender Number
……………………. to supply goods, render services
and/or carry out works for Kenya Revenue Authority
and duly authorized and competent to make this
Affidavit.

2. THAT the aforesaid Candidate has not been


requested to pay any inducement to any member of
the Board, Management, Staff and/or employees

Page 126
and/or agents of Kenya Revenue Authority, which is
the procuring entity.

3. THAT the aforesaid Candidate, its servants and/or


agents have not offered any inducement to any
member of the Board, Management, Staff and/or
employees and/or agents of Kenya Revenue
Authority.

4. THAT what is deponed to hereinabove is true to the


best of my knowledge information and belief.

SWORN at ………………………. by the said }

……………………………………………….. }

Name of Chief Executive/Managing Director/ }


Principal Officer/Director }
on this …………. day of …………....... 20… }

}
}
DEPONENT

Before me }
}

}
}
}
Commissioner for Oaths }

Page 127
Page 128

Você também pode gostar