Home
        Annexure-I (A Government of India Enterprise
         Contents
1.                                                1  Implement the entire project on a turnkey basis YES NO  2  Provide main 4 operators for central control room YES NO  3  Provide 1 Engineer 2 technicians during warranty  amp  AMS YES NO  other than 4 Control Room operators  4  All onsite personnel stationed by the vendor at Duliajan for YES NO  operations and maintenance of the entire solution will have  to be paid a minimum salary of Rupees 6 500    Basic   DA   per month or as applicable as per Govt norms  5  Carry out all necessary electrical jobs as per scope of work  YES NO  6  Have Designated office and single point of contact in Assam YES NO  7  Arrange own accommodation  amp  transport YES NO  8  Meet delivery  installation  amp  commissioning terms  YES NO  9  Providing 3 years onsite warranty YES NO  10    Providing 4 years of AMS YES NO  11  Stock critical spares as per the list provided YES NO  12  Have experience of 1 similar campus during last 7 years of YES NO  value minimum Rs  3 Crore  13  Relevant documents have been submitted  YES NO  14  Penalty terms YES NO  15  Provide MAF for camera  YES NO  16  Provide MAF for media converter  YES NO  17  Provide MAF for cisco switches  YES NO  18  Payment Terms YES NO             Note  Deviations to any terms and conditions of the tender must be explicitly mentioned  Otherwise  it will be construed that the bidder agrees to all the terms and conditions of the tender fully as it is        Annexure  DDD  INTEGRITY PACT  
2.      ALL CAMERAS RECORDING SERVER  NVR  AND VIDEO MANAGEMENT  SOFTWARE SHOULD BE OF SAME MAKE     1 Camera licences upto 200 Cameras  20 Client Licences   E Map Applications  capable of recording minimum of 256 cameras at 4CIF Resolution 15fps for 30 days  with N 1 redundancy with RAID 5   Includes NVR Servers   2 Nos  VMS with  Master Server  1 No  as specified in Item no  180     2  State of the art application of IP video solution  Surrounding view  Alternative  view  Digital zoom in out  Multi Monitor layout  Instant playback  Multiple video  verification on E Map  Export video wi  Restore scenario used for last time   3  Support multiple electric maps for different application  like GIS map with standard  shape file    shp   AutoCAD layer  common image picture format  bmp jpg img gis    4  Email notification  support  if some alarm is triggered  send email to specified  users  kind of scenario   5  Instant Playback  supports to view historical video record for past 30 seconds  directly from live view window  up to16 channels at same time    6  Surrounding View   client supports that one key camera can be associated with less  than 12 related surround cameras  On surround video live view mode  if the key  camera be displayed  the surround cameras should be automatically displayed in  surround view   7  Digital Zoom In Out   Client supports digital zoom in out functions to both live view  and historical video record view    8  Multi Monitor Layout   client supports to disp
3.     Office Seal Signature of Vendor    Counter Signed by Banker   Seal of Bank     Enclosure  Self attested photocopies of the following documents     1  PAN Card    2  VAT Registration Certificate  3  Service Tax Registration    4  CST Registration    5  Provident Registration Certificate  6  Cancelled cheque of the bank account mentioned above  in original    7  Bank Statement not older than 15 days on the date of submission     Bidders should submit the price breakup of all the items as per    Annexure HHH    which has been uploaded  under    Notes  amp  Attachments     gt     Attachments     The price breakup    Annexure HHH    should be filled up   signed and uploaded under    Notes  amp  Attachments     gt     Attachments    only  The filled up price breakup of all  the items should not be uploaded in Technical RFx Response folder as it shall lead to rejection of the  offer as per Bid Rejection Criteria     ANNEXURE HHH  Price Breakup    Tender No  amp  Date  SDI3784P15 dated 03 06 14       Item Nos and Quantity Unit Rate of   Freight   Insuranc  Price taxes Charges  e   In Rs  applicabl    In Rs  Charges  e  In     In Rs        Item No 1  IP Fixed Indoor Camera for Civil  Department  Qty   10 Nos        Item No 2  Outdoor PTZ Dome Camera for Civil  Department  Qty   4 Nos      Item No 3  NVR for Civil Deptt  Qty   1 Nos   Item No 4  40 42  inch Colour LED Professional    Monitor for Civil Engineering Department  Qty   1  Nos        Item No 5 5 KVA UPS for CCTV at Civil
4.   Engineering Department  Qty   1 Nos        Item No 6  Cable and Conduit for CCTV at Civil  Engineering Department  Qty   1 LOT         Item No 7  24 Port Switch for CCTV at Civil  Engineering Department  Qty   1 Nos         Item No  8  Accessories for Fixing CCTV Cameras at  Civil Engineering Department  Qty   1 Nos         Item No 9  Outdoor Fixed Camera for OIL Township   25 Nos         Item No 10  Outdoor PTZ Camera for Oil Township  and Remote Drilling Locations  Qty   73 Nos          Item No 11  NVR NVMS server having capability for  viewing or control at atleast 128 cameras  60 TB                      Page 1of5       storage   inbuilt analytics for Control Room   Qty   1  Nos         Item No 12  Display Units for CCTV Control Room  for Township Surveillance   Qty   3 Nos         Item No 13  Server for VMS and DB Management for  CCTV for OIL Township  Qty  1 Nos         Item No 14  WS server with 22  LED monitor for  managing LTO device for Township control room     Qty   1 Nos         Item No 15  Layer 3 Switch  Qty  7 Nos         Item No 16  Layer 3 Switch  Qty   2 Nos         Item No 17  Layer 3 Switch for control room  Qty   2  Nos         Item No 18  Media Converter  Single Mode for  CCTV OIL Township  Qty   90 Nos         Item No 19  Category 6 Solid UTP Cable Box  Qty    1 Nos         Item No 20  2 Core Power Cable  Qty   1 Nos   Item No 21  3 Core Power Cable  Qty   1 Nos     Item No 22  Outdoor Single Mode fiber optic cable   Qty   1 Nos        Item No 23  MS 
5.   RFx   Oil India Ltd e Procurement System   Windows Internet Explorer       RFx   History  5  i Display RFx     i RFx Number SDI2784P15 RFx Name CCTV Surveillance System OIL Duliajan Type RFX OPEN TWO BID Status Saved Created On 03 06 2014 13 22 23 Created By ROY    i Time Zone INDIA Number of Suppliers 1 umber of Items 1 sion fersion Type Active Version External Version i    RFX Information   Bidders  f items TTT concitions   Trading                      Assigned T    Category   Text Preview          CCTV Surveillance System for OIL  DulisjanFOR ITEM SPE              Assigned To   Category Desciiotion File Name Version   Processor   Visible Internally only   Checked Out   Type   Size  KB    Che    Area for    uploading    price breakup              ip           3 Start E Sm                Delivery  Installation and Commissioning     1  The successful bidder has to deliver the material at OIL  Duliajan within 75 days  from the date of issue of confirmed order by OIL    2  All active components supplied should be tested off line i e  before being placed at  actual locations   As per connectivity diagram given in this tender document  for          Page 34 of 37          conformation to specifications within 30 days of delivery at Duliajan  Warranty of all  supplied equipment will start after the successful testing and acceptance    3  Installation and commissioning of the Security Surveillance system has to be  completed in all respects as follows    Phase I     Control Room z
6.  1 Phase Input   1 Phase Output  UPS System with  Individual Battery Bank in PRS  1 1  MODE for Control Room  1 Set    Specification     Capacity  in KVA   kW   10 kVA  9 kW  1 Phase Input   1 Phase Output  UPS  system or bidder can supply OK VA s highercapacity UPS system for matching 9kW  capacity     Technology and Capability    a  True Online configuration with double conversion UPS   b  Microprocessor  DSP based control  using IGBTdevices   c  Active Power Factor Correction  APFC  in converter to improve Input Power Factor       Page 20 of 37                    gt   0 97  d  One set UPS system consists of two Nos of 10 KVA UPS in redundant and load  balancing mode with individual battery bank of 8 Hrs backup time     Input facility  Phases   Wires  1 Phase   2 Wire  amp  Gnd  Phase  amp  Neutral   Ground   Input Voltage Range  160   275V AC  On Full Load    Input Power Factor   gt   0 97 on Full Load   Input Current Harmonic Distortion  THDi    lt  10  on full resistive Load  with Mains  THDu less than 1     Nominal Output voltage  220  230  240VAC  Selectable    Output Voltage Regulation   2    Nominal Output Frequency  50   60 Hz  Auto selectable    Output Frequency Regulation      0 05 Hz  Free Running   Self Clocked Mode    Output Frequency Slew Rate   lt  1 Hz s   Output Wave Form  Pure sine wave   Output Voltage Distortion  THDu     lt 3   For R Load     lt  5   For RCD Load     Crest Factor  2 5   1 On Full Load  Minimum    Output Short circuit Protection  Electro
7.  22  LED display   Same make of WS OEM   Exp Slots  Low profile  2 x PCIE x16  2 x PCIE x1   Media Bays  Min   Internal  3   3 5  External  3   3 5   amp  2   5 25    Keyboard  Mouse Standard Keyboard  amp  two button optical scroll Mouse    Interface     Min   4   USB 2 0  1   serial port  1   Keyboard port  1   Mouse port 1   RJ 45  Ethernet  1   VGA  audio in out  1 LTO Drive   Power Supply   230 VAC  50 Hz    Cables  Suitable Power cables  amp  monitor input cables required    Backup software   To manage backups restore on LTO device described below   scheduled and manual    OS   Suitable Genuine Microsoft Windows 64 bit OS with restore CD to support the  supplied backup software    LTO 6 Tape Drive for taking Backup of CCTV at Township Control Room   Qty   1  Nos   Technology   LTO 6 or later technology    No of Drives  1 no    Capacity per cartridge  Minimum 1 6 TB compressed   800 GB native    Transfer Rate  Sustained transfer rate of minimum 120 MB sec native   Indicator   Indicators for write protection  tape in use  data compression and drive  cleaning    OS Support   Windows OS as described in server above   Backup software support   As described in server above   Power  Power   200  240 AC   50 Hz   Connectivity   To be connected to Windows server mentioned above   Consumables for above described LTO drive  Qty   10 Nos             Item No 15  Laver 3 Switch  Qty   7 Nos      Make  Cisco  Model  Vendor must specify    1  Minimum 24 nos  1GE SFP  2 nos  10 GE SFP U
8.  BID    through electronic format in the OIL   s e Tender portal within the Bid Closing Date and  Time stipulated in the e Tender     3 1 Please ensure that Technical Bid   all technical related documents related to the  tender are uploaded in the Technical RFx Response  gt  User    gt  Technical Bid only  The     TECHNO COMMERCIAL UNPRICED BID    shall contain all techno commercial details  except the prices  Please note that no price details should be uploaded in Technical RFx  Response     Page 2 of 5    3 2 The    PRICE BID    must contain the price schedule and the bidder   s commercial terms  and conditions        3 3 A screen shot in this regard is given below  Offer not complying with above  submission procedure will be rejected as per Bid Rejection Criteria mentioned in  Annexure CCC                  Go to this Tab    Technical RFx  Response    for Uploading    Techno   commercial Unpriced Bid                 RFx Response Number 60006452 RFx Number TEST2 Status ittd  RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Response V                Service and Delive       Event Parameters                         Currency   Indian Rupee   Incoten   Detailed Price Information  MAARA   Go to this Tab    Notes and l  a Attachments    for Uploading and Statist  Terms of Payment  9010 90  against despatch 10  after receipt    Priced Bid    files  IG  Created B  Last Processed C  Last Processed B      Details Send E Mail Call Clear    Function   Number   Name   err   i  The table do
9.  Control Via Web browser   xi  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied   xii  Video compression H 264  MJPEG MPEG    xiii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xiv  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xv  PoE   IEEE 802 3af Compliant   Xvi  Ingress Protection Rating Standard IP66 NEMA 4X   xvii  Operating Temperature 0  C to 40  C   xviii  Humidity   0  to 90  or better   xix  Mount   Suitable vandal resistant mount for wall and ceiling     Others      The quoted camera must be of ONVIF standard and have UL and FCC  Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability Wall  Mount for housing must be provided      Ethernet surge protector for camera       Item No 44  Cables and Conduit  Oty   1 Nos      The vendor need to supply all inter connecting cables  conduit required for the CCTV  system        Item No 45  24 Port Switch  Qty   1 Nos    Layer 3 Switch     Make  Cisco  Model  Vendor must specify    1  Minimum 24 nos  1GE PoE  2 nos  10 GE SFP Uplink Ports   2  Switching Fabric  80 Gbps minimum   3  Forwarding Rate  30 mpps minimum   4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support ad
10.  OIL   s competent signatory  The  proforma has to be returned by the bidder  along with the technical bid  duly  signed  digitally  by the same signatory who signed the bid  i e   who is duly  authorized to sign the bid  Any bid not accompanied by Integrity Pact  Proforma duly signed  digitally  by the bidder shall be rejected straightway   Uploading the Integrity Pact with digital signature will be construed that all  pages of the Integrity Pact has been signed by the bidder   s authorized signatory  who sign the Bid                    Page 3 of 4          2 0 BID EVALUATION CRITERIA  BEC     The bids conforming to the terms and conditions stipulated in the tender and  considered to be responsive after subjecting to the Bid Rejection Criteria as well  as verification of original of any or all documents  documentary evidences  pertaining to BRC  will be considered for further evaluation as per the Bid  Evaluation Criteria given below     A  TECHNICAL     1  The total quoted cost of equipment  installation and commissioning  training   control room operations  Warranty of 3 years and Annual Maintenance Services   4 years  costs will be considered for evaluation of technically acceptable bids     2  The cost of fiber optic cable laying  45 000 meter  will be considered for bid  evaluation  However  the payment against this item will be made on actuals     B  COMMERCIAL     i   To evaluate the inter se ranking of the offers  Assam Entry Tax on purchase  value will be loaded as 
11.  Solid state SMPS charger   Float Voltage  2 25   2 26 VPC minimum   Boost Voltage  2 30   2 33 VPC minimum     Battery recharge time  After complete discharge   to 90  capacity 8 10 hours  Battery Housing   Should be compact and space saving MS steel open racks complete  with interconnectors   Serial Communication RS232 Port  Option of USB Port should be available  RS2323  Port should be provided as standard in the UPS  However there should be provision for  USB port also in the UPS   REPO Remote Emergency Power OFF    ROO Remote ON   OFF  Port Should be  provided as standard in the UPS   Interface to NMS  Network Management System    To be quoted as option SNMP  Card for connecting the UPS to LAN thru Ethernet port  amp  monitoring thru NMS  should be available  The cost of SNMP Card   NMS software to be quoted separately   Interface to BMS  Building Management System    To be quoted as option ModBus       Page 9 of 37             Card for connecting to UPS to BMS thru RS485  amp  monitoring thru BMS   Interface to DCS  Distributed Control System    To be quoted as option Relay I O  Card or PFC  Potential free contacts  for connecting to UPS to DCS   PLC   SCADA  system for communicating UPS operating status    Cold Start  UPS should start up   On AC Supply  Mains  without DC Supply  Batteries    On DC Supply  Batteries  without AC Supply  Mains      Automatic Restart UPS should start up automatically on mains resumption after battery  low shutdown   Self Diagnosis UPS shou
12.  Tubular Poles  Swaged  type conforming to IS  2713  Part I amp II  1980 with the following specifications    1  Designation  410 SP 30   2  Material of construction  Conforming to grade Yst 240 of IS 1161 1979   3  Corrosion Protection  Pole planting depth should be coated with Bituminous paint  as per IS  1580 1968 and rest of the Pole length be painted with l one  coat of red   oxide primer as per IS  2074 1979 and also one coat of olive green paint above the  primer    4  Earthing Arrangement  Each Pole should be provided with a through hole of 14mm  diameter at a height of 300 mm above the planting depth    5  Base Plate  Mild steel Base plate of 300mmx300mmx6mm size should be welded to  the bottom of the each Pole as per IS  2713    6  Tests and test certificates  Tests as per IS  2713  228  for sulphur  amp  phosphorus  content   1894  for finished poles  should be carried out on the Poles and relevant  certificates should be sent along with the materials    7  Markings  Pole designation  manufacturers identifications mark and year of  manufacture should be mark on each Pole as per IS  2713    Bidder shall submit technical details of offered make of pole along with the offer      We have given requirement for 120 nos  of poles  As at this stage the exact nos  of  poles cannot be ascertained  bidder has to quote for 120 nos  of poles with the scope  for provision for supply of 20  additional nos   i e   24 nos   at the same price and  terms and conditions in case requir
13.  amp  Conditions for the Electrical Component of this project     1  The bidders or his sub contractor must possess valid electrical contractor license  from the appropriate Govt   Central State  authority or else must have tie up with an  Electrical Firm having the requisite electrical contractor license  Bidder shall submit an  undertaking with their offer that the said tie up shall remain valid till completion of the  electrical installation and commissioning jobs    2  The bidders shall also submit an undertaking with the offer for following    a  The bidder shall employ work persons with valid electrictan wireman  permits license issued or recognized by appropriate Govt  Central state  authorities to  carry out all electrical jobs    b  Bidder shall employ one electrical supervisor to supervise the jobs performed by the  teams to the satisfaction of the company  The supervisor shall possess valid  supervisor s certificate of competency issued recognized by appropriate Govt    Central state  for supervision of electrical jobs              Electrical Part  Special Terms and Conditions    1  Available power supply from OIL s installations  230 V  AC  50HZ  single phase   Power shall be fed to the UPS through an isolating device having  overload  short  circuit and earth leakage protection for the safety of devices and lives  Power will be  available in a single point    2  Voltage  frequency and phase available will be 230V  50 Hz  single phase  The party  will make appropr
14.  on poles are in the scope of  supplier        SPECIAL NOTES     1 Party shall supply the items as per requirement in the field    2 The party shall have valid Electrical Bidder License issued or recognized by  appropriate Govt  authority  In case license expires during contract period the same  shall be renewed by the party  The contract shall be terminated if the license is not  renewed if required    3 Party shall employ work persons with valid wireman license issued by appropriate  Govt  authority  to carry out all electrical jobs and shall employ one supervisor holding  valid supervisor s competency certificate for supervision of electrical jobs    4 All materials and services required for arranging power from OIL installations are in  the scope of the party supplier    5  The party shall take approval from Electrical Engineer in Charge before tapping  power form OIL s source  The party shall start working in electrical circuit after getting  clearance sheet from OIL s electrical personnel    6  The party shall follow standard procedures described by OIL and other relevant  Indian Standard for all electrical works              SAFETY PROCEDURE     1  The National Electricity Code as amended up to date  are to be followed in their  entirety  Any installation or portion of installation which does not comply with these  codes should be got rectified immediately    2  The detailed instructions on safety procedures given in B I S  Code No  5216 1969    Code of Safety Procedur
15.  pm on weekdays  Mon Fri   7 am to 11 am  Sat  and  otherwise on call    9  The successful bidder must maintain a critical spares inventory as per the attached  list  This inventory must be replenished within 3 weeks of consumption    10  In case warranty obligations are not fulfilled  specific to the two control rooms and  all equipment therein  by the successful bidder for a period of 15 days or more  the  watranty period of the entire solution will be extended by a pro rata duration at no  extra cost to OIL              Item No  79  Annual Maintenance Services for 4 years  AMS ty  1 AU        1  All equipment supplied by the successful bidder will be covered by the Annual  Maintenance Service  including UPS and batteries     2  The Annual Maintenance Services shall start after successful completion of the  watranty period   3  For any reason  if the warranty period is extended  AMS shall start after    completion of the extended warranty period    4  The AMS shall run for a period of four  4  years    5  During the AMS period  any defective device shall have to be replaced with a  new one of the same make and same equivalent model immediately  Necessary  configuration of the replacement device for proper operation of the device in the said  Security Surveillance system is the responsibility of the successful bidder    6  During the AMS period  the engineer attending the call shall have to submit a       Page 33 of 37             call report mentioning nature of the fault  
16.  process or to  terminate the contract  if already signed  for such reason     1     If the Bidder Contractor has committed a transgression through a violation of  Section 2 such as to put his reliability or credibility into question  the Principal is  entitled also to exclude the Bidder Contractor from future contract award  processes  The imposition and duration of the exclusion will be determined by  the severity of the transgression  The severity will be determined by the  circumstances of the case  in particular the number of transgressions  the  position of the transgressions within the company hierarchy of the Bidder and the  amount of the damage  The exclusion will be imposed for a minimum of 6 months  and maximum of 3 years     Page 2 of 5    The Bidder accepts and undertakes to respect and uphold the Principal s Absolute  right to resort to and impose such exclusion and further accepts and undertakes  not to challenge or question such exclusion on any ground  including the lack of  any hearing before the decision to resort to such exclusion is taken  This  undertaking is given freely and after obtaining independent legal advice     lf the Bidder Contractor can prove that he has restored recouped the Damage  caused by him and has installed a suitable corruption prevention system  the  Principal may revoke the exclusion prematurely     A transgression is considered to have occurred if in light of available evidence no  reasonable doubt is possible     Section 4   Comp
17.  through  OIL   s e Procurement site only except following documents which are to be submitted  manually in sealed envelope super scribed with Tender_no  and Due date to Head  Materials  Materials Department  Oil India Limited  Duliajan   786602  Assam on or  before the Bid Closing Date and Time mentioned in the Tender     a  Original Bid Security   b  Detailed Catalogue  if any    c  Any other document required to be submitted in original as per tender  requirement    All documents submitted in physical form should be signed on all pages by the authorised  signatory of the bidder and to be submitted in triplicate     5 0 Bidders are requested to examine all instructions  forms  terms and specifications in the bid   Failure to furnish all information required as per the NIT or submission of offers not  substantially responsive to the bid in every respect will be at the bidders risk and may result  in rejection of its offer without seeking any clarifications     6 0 Bidders must ensure that their bid is uploaded in the system before the tender closing date  and time  Also  they must ensure that above documents which are to be submitted in a sealed  envelope are also submitted at the above mentioned address before the bid closing date and  time failing which the offer shall be rejected     7 0Bid must be submitted electronically only through OIL   s e procurement portal  Bid  submitted in any other form will be rejected     8 0 SINGLE STAGE TWO BID SYSTEM shall be followed for 
18.  to OIL  if applicable   a  Bid Security Amount  In Rs     b  Bid Security Valid upto    c  Name and Full Address of Issuing Bank        12 Confirm that the Bid Security submitted  In case of Bank Guarantee  is in toto   as per format provided in the tender    Bid Security if Not submitted reasons thereof EE             a  Ps  a  ee    Whether you shall submit Performance Security in the event of placement of  order on you  if applicable     Integrity Pact Submitted  if applicable     Confirm that the Integrity Pact submitted is in toto as per format provided in  the tender    Whether submitted documents in support of General Qualification criteria of  NIT    If bidder is Small scale unit whether you are eligible for purchase preference    NOTE  Please fill up the greyed cells only        Technical Bid Checklist Annexure EEE    Bidder s Name      Compliance by Bidder    Eel  nn  SL  NO  BEC   TENDER REQUIREMENTS Confirmed    Not applicable unpriced bid or Comments  1 Bidder to confirm that he has not taken any exception deviations to  the bid document    specifications     Confirm that the Offer has been made with Bid Bond   Bank Guarantee    Earnest Money along with the offer  Wherever Applicable         mmermoemmeed nn   nn  opening of techno commercial bid   Confirm that the prices offered are firm and   or without any   qualifications     Confirm that all relevant fields in the on line biding format been filled  in by the bidders for the items quoted by them    7 Confirm 
19.  to be shifted by the vendor every 3 to 4 months    13  The mobile drilling locations will operate in stand alone mode  However  the  CCTV system must have the facility to connect over network to the central control  room in Security Department  The camera footage must be saved locally in the NVR  at each remote location and the central control room must have the capability and  provision to pull  access the saved data over the network    14  All electrical power supply jobs required to provide power to the equipment at each  location will be the responsibility of the successful bidder    15  Continuous power supply to CCTV  except at mobile locations  shall be monitored  by the vendor s personnel and the same needs to be rectified when necessary  All  spares including poles  cables  MCB  RCD  plug sockets etc  required for rectification  shall be supplied  installed and commissioned by the vendor    16  If maintenance is required at the power tapping point from OIL s installations  the  vendor s personnel will inform Electrical Engineering Department and ask for  shutdown    17  The bidder or Sub Contractor engaged by the bidder for electrical work must have  valid Electrical Contractor License issued by state Electrical Licensing Board  Assam  or appropriate authority of State Central govt   18  The personnel working in the electrical circuit shall have Valid wireman electrician  permit issued or recognized by State Licensing Board   Govt of Assam or appropriate  authority 
20.  with tender  96000  VAh or more for 8 Hr backup         Batteries Type Sealed Maintenance Free  SMF    12V Cells       Page 21 of 37                   Battery Makes Amara Raja   Exide   HBL   Amco   Rocket   Number of Battery Banks Maximum Two Banks in parallel   Minimum Charger Rating  In built chargers will be preferred over external chargers   The charger should be able to deliver charging current equivalent to 10  of Battery Ah  rating offered  In case of external chargers  suitable monitoring of the chargers should  be provided in the UPS  Also all external chargers taking AC input must have PFC    Power factor correction    Charger type   Charging Method  amp  Charging Voltages  Constant Voltage Constant  Current Solid state SMPS charger   Float Voltage  2 25   2 26 VPC minimum   Boost Voltage  2 30   2 33 VPC minimum    Battery recharge time  After complete discharge  to 90  capacity 8 10 hours   Battery Housing  Vendor to provide the GA drawings of the offered Battery Rack   Should be compact and space saving MS steel open racks complete with  interconnectors   Battery End Cell Voltage 1 75 VPC   Serial Communication RS232 Port  Option of USB Port should be available  RS2323  Port should be provided as standard in the UPS  However there should be provision for  USB port also in the UPS   REPO Remote Emergency Power OFF    ROO Remote ON   OFF  Port Should be  provided as standard in the UPS   Interface to NMS  Network Management System    To be quoted as option SNMP  
21.  within 48 hours of reporting the failure  Necessary configuration of the  replacement device for proper operation of the device in the said Security Surveillance  system is the responsibility of the successful bidder  Bidder is responsible for  maintaining the OFC LAN used to connect the cameras to the control room during  watranty period    4  During the warranty period  the engineer attending the call shall have to submit a  call report mentioning nature of the fault  action taken  any replacement of parts  serial  no  of replaced equipment  and serial number of replacement equipment and any other  details of the call to OIL  The report has to be duly signed by OIL s personnel and then  only the call shall be considered attended    5  Location of the cameras may need to be shifted during warranty period as per OIL s  requirement    6  OIL may add new areas under surveillance during the warranty period    7  Cost of all visits  including transport to and from Duliajan and accommodation at  Duliajan  by bidder s personnel for Warranty related work shall have to be borne by  the successful bidder    8  The successful bidder has to place one service engineer and two technicians on a  full time basis at Duliajan during the warranty period  In case OIL reports that the  services of the stationed engineer technician are not satisfactory  the successful bidder  must replace him  her within one week of the report  The engineer technician will have  to be available from 7 am to 3 30
22. 15 meter capability    vii  Lens type  Varifocal  auto iris with 3 3 12 mm lens   viii  Audio   Line in Line out jack   ix  Audio Compression   G 711   x  Camera Setup Control Via Web browser   xi  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied   xii  Video compression H 264  MJPEG MPEG    xiii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xiv  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xv  PoE  IEEE 802 3af Compliant   xvi  Ingress Protection Rating Standard IP66 NEMA 4X   xvii  Operating Temperature 0  C to 40  C   xviii  Humidity   0  to 90  or better   xix  Mount   Suitable vandal resistant mount for wall and ceiling     Others      The quoted camera must be of ONVIF standard and have UL and FCC  Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability Wall  Mount for housing must be provided      Ethernet surge protector for camera             Item No 2  Outdoor PTZ Dome Camera for Civil Department  Qty   4 Nos    Specification for High Performance Colour Day Night Outdoor PTZ Dome Camera   1  High Performance Colour Day Night Outdoor PTZ Dome Camera with   1  1 4 in  type CCD CMOS     ii  Sensitivity day mode 0 5 lux and night mode 0 01 lux  ili  36x optical zoom and 12x 
23. 2  PRIVATE BUS STAND  NEW     HUKUTA CHARIALI From PRIVATE BUS STAND  NEW  Pole    JB  CENTRAL SCHOOL    From Outdoor Junction box near DSP    nn    rom MTDC    MTDC om MTDC eisting building  CMT OFFICE rom existing NIA Building  rom existing NIA Building    BIHUTOLI From Outdoor Junction box near DPS    OIL HIGHER SECONDARY SCHOOL  From OIL HIGHER SECONDARY  DULIAJAN CROSSING Pole JB 31     OIL HIGHER SECONDARY CROSSING from Nehru maidan  40    OIL HOSPITAL From Civil Dept new SM Fiber 600 mrt    200 Mtr for cameras   D   HOSPITAL FRONT SIDE COVERING From inside Hospital   NURSE HOSTEL            mn    23  24  25  26  27  28  29  30  31  32   3    3       34  B TYPE PUJA MANDAP from Outdoor Junction Box near  Dhuliajan Club tinali    35  W 77 PIPE YARD From INSIDE B LANE NEAR QTR NO  4  B165 B186 2  Junction Box  36  ST XAVIERS SCHOOL From Junction Box between  53   amp  3   67   37  HELIPAD From NEAR NEHRU MAIDAN WATER  TANK Pole JB  38   NEAR NEHRU MAIDAN WATER TANK From Zaloni club 42   3  3  3  3  3    DULIAJAN CLUB TINIALI From inside Hospital  DS     40  NEHRU MAIDAN from Outdoor Junction Box near  Dhuliajan Club tinali  Tiny Tot School From ZALONI CLUB Pole JB  42  ZALONI CLUB From Hospital new SM Fiber 1100 mtr 1300    200 extra for local camera  connection  F 1 GUEST HOUSE From Zaloni club  42  Pole JB 100 esi isis     44  F 14 F 16 From outside F 1 Guest House 43   Pole JB  MAIN GUEST HOUSE From outside F 14 F 16  44 Pole JB a ae  46  PERCY EVANS GUEST HOUSE From o
24. Annexure l    OIL INDIA LIMITED   A Government of India Enterprise   P O  Duliajan   786602  Assam  India  FAX  91 0374 2800533  E mail   material oilindia in    OIL INDIA LIMITED invites Indigenous Competitive Bid  e tenders  through its e Procurement portal for  following e tender                        E Tender No  B C Date Material Description  amp  Quantity  SDI3784P15 Dated 03 06 2014 03 07 2014 CCTV SURVEILLANCE SYSTEM FOR OIL   SINGLE STAGE TWO BID SYSTEM      INDIA LTD  DULIAJAN       Application showing full address email address with Tender Fee  Non refundable  of Rs  1 000 00  Excepting  PSUs and SSI units registered with NSIC  in favour of M s Oil India Limited and payable at Duliajan is to be sent  to Head Materials  Oil India Limited  P O  Duliajan  Assam 786602 upto one week prior to Bid Closing date   The  envelope containing the application for participation should clearly indicate    REQUEST FOR ISSUE OF USER ID  AND PASSWORD FOR E TENDER NO        for easy identification and timely issue of user ID and password  On  receipt of requisite tender fee  USER_ID and initial PASSWORD will be communicated to the bidder  through e   mail  and will be allowed to participate in the tender through OIL   s e  Procurement portal  No physical tender  documents will be provided  Details of NIT can be viewed using    Guest Login    provided in the e Procurement  portal  The link to e Procurement portal has been provided through OIL   s web site www oil india com       OIL 
25. Between  Oil India Limited  OIL  hereinafter referred to as  The Principal   And      Name of the bidder           nnnn en hereinafter referred to as    The  Bidder Contractor       Preamble      The Principal intends to award  under laid down organizational procedures  contract s for  Tender No  SDI3784P15 The Principal values full compliance with all relevant laws and  regulations  and the principles of economic use of resources  and of fairness and  transparency in its relations with its Bidder s and Contractor s     In order to achieve these goals  the Principal cooperates with the renowned international  Non Governmental Organisation    Transparency International   TI   Following TI s  national and international experience  the Principal will appoint an external independent  Monitor who will monitor the tender process and the execution of the contract for  compliance with the principles mentioned above     Section 1   Commitments of the Principal     1  The Principal commits itself to take all measures necessary to prevent  corruption and to observe the following principles      1  No employee of the Principal  personally or through family members  will  in connection with the tender for  or the execution of a contract  demand   take a promise for or accept  for him herself or third person  any material  or immaterial benefit which he she is not legally entitled to     2  The Principal will  during the tender process treat all Bidders with equity  and reason  The Princip
26. CAB ANKUR NECAB    Bidder shall submit technical details of offered make  of cable along with the offer         Item No  60  Installation  amp  Comm of cable  Qty   1 AU      Installation and commissioning of following sizes of cables in the burried cable trench    Size of cable  1  3 x 4 mmsq PVCA copper cable   ii  3 x 6 mmsq PVCA copper cable    Supply and laying of 3  80 mm  dia   minimum wall thickness 3 6mm  GI pipe in  normal soil  complete with GI fittings  including trenching  75 cm deep  and re filling  with earth etc  as required and laying of cable through the pipe   Cable laying procedure    UG Cable laying in GI pipe  pipe buried in soft soil in trench  a  The normal size of  the trench will be 45 cms  wide and depth of 75 cms  The bottom of the trench must be  levelled and properly dressed    b  Laying of 3  GI pipe in the trench    c  3  GI pipe will be connected each other by means of socketing    c Drawing of cables through the GI pipe    d  After drawing cables through the pipe the trench shall be filled back with earth  cut  earth from the trench  and rammed properly     For laying of cables through GI pipe in underground trench bidder has to quote for per  metre installation of cable  Payment will be made based on actual running metre              Item No  61  9 Mtrs Pole  Qty   120 Nos         Supply of 9 mtr step pole  Pole has the following specification  STEEL TUBULAR       Page 29 of 37             POLES FOR OVERHEAD cable stringing 9 mtrs Long Steel
27. CP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xv  PoE   IEEE 802 3af Compliant   xvi  Ingress Protection Rating Standard IP66 NEMA 4X   xvii  Operating Temperature 0  C to 40  C   xviii  Humidity   0  to 90  or better   xix  Mount   Suitable vandal resistant mount for wall and ceiling     Others      The quoted camera must be of ONVIF standard and have UL and FCC  Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing  indoor outdoor  Mount Adapter  Adds H V adjustability Wall  Mount for housing must be provided      Ethernet surge protector for camera             Item No 10  Outdoor PTZ Camera for Oil Township and Remote Drilling  Locations  Oty   73 Nos       Page 11 of 37             Specification   1  High Performance Colour Day Night Outdoor PTZ Dome Camera with    1  1 4 in  type CCD CMOS    ii  Sensitivity day mode 0 5 lux and night mode 0 01 lux   iii  36x optical zoom and 12x digital zoom    iv  Wide Dynamic Range  WDR   Minimum 60 dB and Sodium Vapour White  Balance mode    v  Dual recording iSCSI and SD card  Minimum 32 GB SD Card to be provided   vi  Effective Picture Elements  PAL  440 000   vii  Lens 36x Zoom  3 3 3 4 119 122 4 mm    viii  Focus Automatic   ix  Optical Zoom Field of View 1 7   to 57 8     x  Video Output 1 0 Vp p  75 Ohm   xi  Gain Control Auto Manual   xii  Electronic Shutter Speed 1 1 to 1 10 000 sec    xiii  Signal to Noi
28. Card for connecting the UPS to LAN thru Ethernet port  amp  monitoring thru NMS  should be available  The cost of SNMP Card   NMS software to be quoted separately   Interface to BMS  Building Management System    To be quoted as option ModBus  Card for connecting to UPS to BMS thru RS485  amp  monitoring thru BMS   Interface to DCS  Distributed Control System    To be quoted as option Relay I O  Card or PFC  Potential free contacts  for connecting to UPS to DCS   PLC   SCADA  system for communicating UPS operating status   Cold Start UPS should start up   On AC Supply  Mains  without DC Supply  Batteries    On DC Supply  Batteries  without AC Supply  Mains     Automatic Restart UPS should start up automatically on mains resumption after battery  low shutdown   Self Diagnosis UPS should be capable to carry out self test of Rectifier   Charger   Battery  amp  Inverter module during start up   Physical   Operating Temperature 0 to 40 deg C   Storage Temperature  15 to 45 deg C   Operating Humidity 5    95 RH  No Condensing    Type of Cooling Forced Air   Noise Level  lt   58 dbA at I meter distance   Form Factor Rack  amp  Tower mountable   Air Filters  mandatory  UPS should have internal anticorrosion air filters for dust  filtration   Dimension  w x d x h  in mm To be furnished by the vendor   Weight   in kg To be furnished by the vendor   Reliability MTBF greater than 100000 hours   Packaging Material   Vibration Withstand  amp  Drop Test  Recyclable  No CFC   amp    1  Vibra
29. H   RJ45 plug dimensions compliant with  ISO IEC 60603 7 4 and FCC 47 Part 68  Contact material  0 35mm thick copper alloy   MIN operating life 750 insertion cycles   Sheath Material  LSZH   ROHS ELV   Compliant             Item No 29  2 M Cat6 Patch Cord  Qty   40 Nos      Type  Cat 6 U UTP Patch Cords are key components of Power Cat 6 U UTP End to   End Solution and are designed to support data networks for 10 100BASE T and  1000BASE T applications        Page 18 of 37             Conductor  24 AWG stranded copper wire   Length  2 Meter   RJ45 plug and boot material   Clear polycarbonate   Outer Sheath  LSOH   RJ45 plug dimensions compliant with  ISO IEC 60603 7 4 and FCC 47 Part 68  Contact material  0 35mm thick copper alloy   MIN operating life 750 insertion cycles   Sheath Material  LSZH   ROHS ELV   Compliant  The vendor need to supply 2 M Cat6 Patch Cord required for  OIL Township Surveillance System        Item No 30  I O Cat 6 face Plate  Oty   40 Nos      The vendor need to supply I O Cat 6 face Plate required for OIL Township  Surveillance System     Type  Cat 6 DataGate Plus jack is designed to maintain clean secure connections  The  RJ 45 jack features    spring loaded shutter    which protects it from dust and  contaminants as well as provides tactile feedback    the spring loaded shutter pops out  an improperly seated patch cord   all with   single handed plug in and removal     Wire terminal 200 termination cycles   Modular Jack 750 mating cycles   Plastic Ho
30. INDIA LIMITED     A Government of India Enterprises   PO   Duliajan     786602  Assam  India     TELEPHONE NO   91 374  2808719  FAX NO   91 374  2800533  Email  tuhin_roy  oilindia in   erp_mm oilindia in    FORWARDING LETTER  Tender No    SDI3784P15 dated 03 06 14  Tender Fee   Rs 1 000 00  Bid Security Amount   Rs 11 81 Lakhs  Bidding Type   SINGLE STAGE TWO BID SYSTEM  Bid Closing on   As mentioned in the e portal  Bid Opening on    do   Performance Security   Applicable  Integrity Pact   Applicable    OIL invites Bids for CCTV Surveillance System for Oil India Limited  Duliajan through its  e Procurement site under SINGLE STAGE TWO BID SYSTEM  The bidding documents and  other terms and conditions are available at Booklet No  MM LOCAL E 01 2005 for E   Procurement LCB Tenders  The prescribed Bid Forms for submission of bids are available in the  Technical RFx   gt  External Area    gt  Tender Documents    The general details of tender can be viewed by opening the RFx   Tender  under RFx and  Auctions   The details of items tendered can be    The tender will be governed by     a     b     c     d     e        General Terms  amp  Conditions    for e Procurement as per Booklet No  MM LOCAL E   01 2005 for E Procurement LCB Tenders     Technical specifications and Quantity as per Annexure     1A     The prescribed Bid Forms for submission of bids are available in the Technical RFx   gt   External Area    gt  Tender Documents     In the event of receipt of only a single offer 
31. S  2713  Part I amp II  1980 with the following  specifications    1  Designation  410 SP 30   2  Material of construction  Conforming to grade Yst 240 of IS 1161 1979   3  Corrosion Protection  Pole planting depth should be coated with Bituminous paint  as per IS  1580 1968 and rest of the Pole length be painted with l one  coat of red  oxide primer as per IS  2074 1979   4  Earthing Arrangement  Each Pole should be provided with a through hole of 14mm  diameter at a height of 300 mm above the planting depth    5  Base Plate  Mild steel Base plate of 300mmx300mmx6mm size should be welded to  the bottom of the each Pole as per IS  2713    6  Tests and test certificates  Tests as per IS  2713  228 for sulphur  amp  phosphorus  content   1894  for finished poles  should be carried out on the Poles and relevant  certificates should be sent along with the materials   7  Markings  Pole designation  manufacturer s identifications mark and year of  manufacture should be mark on each Pole as per IS  2713   Pole shall be comprises with Angle Iron Cross arm of suitable size to fix the cable    8  Planting depth of poles shall be   1 8 metre for 9 metre long pole  The planting  depth of the pole shall be as per DSR 2012 11 3 and with cement concrete 1 3 6  1  cement   3 coarse sand   6 graded stone aggregate 40 mm nominal size  foundation  including excavation and refilling etc  as required   9  Supplying and erection of stay set complete  galvanised  with 19 20 mm dia X 1 8  metres lon
32. Switch with 8 port 100 Base T  Make  Cisco       Item No 39  42U 19 Inch Rack  Qty   1 Nos      The vendor need to supply 42 U 19inch Rack CM H W front Panel  Power  Connection required for OIL Township Surveillance System        Item No 40  NVR 8 CH  Qty   15 Nos    Specification of NVR 8 CH for Remote Drilling Locations     8 channel Video Database Manager   Network Video Recorder with 2 TB storage  Make Model  Vendor must specify   Other Accessories    a  22  LED monitor with resolution  Native  1680 x 1050 pixels    b  Mouse    c  Speakers 2W RMS    d  Media CD  Drivers if any    e  Power cables  Indian standard         Item No 41  Installation and Commissioning of CCTV System at OIL Township  and Remote Drilling Locations  Qty   1 AU         Item No 42  Any item which may be required  Oty   1 LOT      Any item which may be required for successful completion of the project to be quoted  by the bidder              Item No 43  CCTV for Materials Department  Qty   8 Nos         Specification    1  High Performance Colour Day Night Fixed Dome IP Camera with    1  Sensor  1 3 inch  type CCD CMOS        Page 24 of 37             ii  Pixels 1280x720 minimum   iii  Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON    iv  Video resolution   720p 480p 240p  configurable    v  Frame Rate 30 fps   vi  Night Vision   Minimum 15 meter capability    vii  Lens type  Varifocal  auto iris with 3 3 12 mm lens   viii  Audio   Line in Line out jack   ix  Audio Compression   G 711   x  Camera Setup
33. action taken  any replacement of parts  serial  no  of replaced equipment  and serial number of replacement equipment and any other  details of the call to OIL  The report has to be duly signed by OIL s personnel and then  only the call shall be considered attended    a The successful bidder has to place one service engineer and two technicians on  a full time basis at Duliajan during the AMS period  In case OIL reports that the  services of the stationed engineer technician are not satisfactory  the successful bidder  must replace him  her within one week of the report  The engineer technician will have  to be available from 7 am to 3 30 pm on weekdays  Mon Fri   7 am to 11 am  Sat  and  otherwise on call    8  The successful bidder must maintain a critical spares inventory as per the attached  list  This inventory must be replenished within 15 days of consumption  After the  completion of the AMS period  all these spares will become the property of OIL        Price Breakup     Bidders should submit the price breakup of all the items as per    Annexure HHH     which has been uploaded under    Notes  amp  Attachments     gt     Attachments    as shown  below  The price breakup    Annexure HHH    should be filled up  signed and uploaded  under    Notes  amp  Attachments     gt     Attachments    only  The filled up price breakup of  all the items should not be uploaded in Technical RFx Response folder as it shall  lead to rejection of the offer as per Bid Rejection Criteria   
34. against the tender within B C  date  OIL  reserves the right to extend the B C  date as deemed fit by the Company  During the  extended period  the bidders who have already submitted the bids on or before the original  B C  date  shall not be permitted to revise their quotation     Any sum of money due and payable to the contractor  including Security Deposit  refundable to them  under this or any other contract may be appropriated by Oil India  Limited and set off against any claim of Oil India Limited  or such other person or persons    Page 1 of 5    contracting through Oil India Limited  for payment of sum of money arising out of this  contract or under any other contract made by the contractor with Oil India Limited  or such  other person or persons contracting through Oil India Limited      f  Bidder are advised to fill up the Technical bid check list  Annexure EEE  and Response  sheet  Annexure FFF  given in MS excel format in Technical RFx   gt  External Area    gt   Tender Documents  The above filled up document to be uploaded in the  Response     Special Note   1 0 General Qualification Criteria     In addition to the general BRC BEC  following criteria on Bidders  Experience and their  financial capabilities shall be considered             as on the Bid Closing    Date        Criteria Complied    Not Complied     Documentary  evidence submitted    not submitted       Annual financial turnover of the firm in any of the last 3 financial  years or current financial ye
35. al will in particular  before and during the tender  process  provide to all Bidders the same information and will not provide  to any Bidder confidential additional information through which the Bidder  could obtain an advantage in relation to the tender process or the  contract execution     3  The Principal will exclude from the process all known prejudiced persons    2  Ifthe Principal obtains information on the conduct of any of its employees which  is a criminal offence under the relevant Anti Corruption Laws of India  or if there    be a Page 2 of 6 substantive suspicion in this regard  the Principal will inform its  Vigilance Office and in addition can initiate disciplinary actions     Page 1 of 5     2     Section 2   Commitments of the Bidder Contractor    The Bidder Contractor commits itself to take all measures necessary to  prevent corruption  He commits himself to observe the following principles  during his participation in the tender process and during the contract  execution     1  The Bidder Contractor will not  directly or through any other person or  firm  offer  promise or give to any of the Principal s employees involved  in the tender process or the execution of the contract or to any    third person any material or immaterial benefit which h e she  is not legally entitled to  in order to obtain in exchange any  advantage of any kind whatsoever during the tender process or    during the execution of the contract     2  The Bidder Contractor will not ent
36. all Efficiency  AC to AC    Online  Double Conversion    gt   92   On Full  Load         Page 8 of 37                   Inverter Overload capacity  125  300 sec  150  30 sec     Measurements  On LCD   Input  Voltage   Frequency  Bypass  Voltage   Frequency   Output  Voltage   frequency   Battery  Remaining time   Battery Level Indicator  Load  Percentage   Load Level Indicator   Fault Indication  On LCD   Charger Failure   Battery Failed   Battery Low   Overload   Indications  LED  AC indicator Battery Mode of Operation   Bypass feeding the load    UPS Fault    Audible Alarms Battery Low beep   DC Fault beep  UPS Overload beep  o p short ckt  fault beep  Shutdown beep   Backup Required  8 Hrs   Battery Bank Voltage 192 V DC or higher   Battery Bank VAh  Vendor to include battery sizing calculations with tender  49920  VAh or more for 8 Hr backup    Batteries Type  Sealed Maintenance Free  SMP    12V Cells   Battery Makes  Amara Raja   Exide   HBL   Amco   Rocket   Number of Battery Banks Maximum Two Banks in parallel   Minimum Charger Rating  In built chargers will be preffered over external chargers   The charger should be able to deliver charging current equivalent to 10  of Battery Ah  rating offered  In case of external chargers  suitable monitoring of the chargers should  be provided in the UPS  Also all external chargers taking AC input must have PFC    Power factor correction     Charger type   Charging Method  amp  Charging Voltages  Constant Voltage Constant  Current
37. amp   material from the mining operation   operations to be done by the party and how it is to  be managed    4  The party shall provide a copy of the SOP to the person designated by the mine  owner who shall be supervising the party s work    5  Keep an up to date SOP and provide a copy of changes to a person designated by the  Mine Owner Agent Manager    6  Party has to ensure that all work is carried out in accordance with the Statute and  SOP and for the purpose he may deploy adequate qualified and competent personnel  for the purpose of carrying out the job in a safe manner  For work of a specified  scope nature  he should develop and provide to the mine owner a site specific code of  practice in line    7  It will be entirely the responsibility of the party party s Supervisor representative to  ensure strict adherence to all HSE measures and statutory rules during operation in  Company s installations and safety of workers engaged by him  The crew members  will not refuse to follow any instruction given by company s Installation Manager    Safety Officer   Engineer in charge   Official   Supervisor Junior Engineer in charge  for safe operation    11  Any compensation arising out of the job carried out by the party whether related to  pollution  Safety or Health will be paid by the party only    12  Any compensation arising due to accident of the party s personnel while carrying  out the job  will be payable by the party    13  The party shall have to report all incident
38. ar should not be less than Rs 11 80  Crores                 2 0 Application showing full address email address with Tender Fee  Non refundable  of Rs   1 000 00 in favour of M s Oil India Limited and payable at Duliajan is to be sent to Head   Materials  Oil India Limited  P O  Duliajan  Assam 786602  Application shall be accepted only    upto one week prior to the bid closing date  or as amended in e portal   The envelope  containing the application for participation should clearly indicate    REQUEST FOR ISSUE    OF USER ID AND PASSWORD FOR E TENDER NO        for easy identification and timely  issue of user ID and password  On receipt of requisite tender fee  USER_ID and initial  PASSWORD will be communicated to the bidder  through e mail  and will be allowed to  participate in the tender through OIL   s e  Procurement portal  No physical tender documents  will be provided  Details of NIT can be viewed using    Guest Login    provided in the e   Procurement portal  The link to e Procurement portal has been also provided through OIL   s  web site www oil india com     NOTE  PSUs and SSI units are provided tender documents Free of Cost  as per govt  guidelines   however they have to apply to OIL s designated office to issue the tender  documents before the last date of sale of tender document mentioned in the tender     3 0 The tender is invited under SINGLE STAGE TWO BID SYSTEM  The bidders are  required to submit both the    TECHNO COMMERCIAL UNPRICED BID    and    PRICED 
39. arry the load of cable during stringing  Stringing of  cable shall be done from one pole to another and carried on if required All materials  required for stringing of cables will be supplied by party        Item No  70  Power circuit wirin ty   1000 Metres         Circuit wiring  Supply of all materials and wiring of power circuit from RCBO to 5 16  A Modular switch socket for termination point of UPS CCTV with 3 x 4 0 mm2  single core PVC insulated FRLS copper cable 1100 V grade including earthing   identical size phase  neutral and earth wires  colour coded red  black and green  respectively  in Medium grade PVC casing capping conduit in recessed surface   Wiring for the switch socket shall be considered as actual running metre  Make of  cable  Finolex  Havells  AKG or other brands approved by departmental engineer   make of casing capping   AKG  Plaza  Presto Plast  Other brands shall have to be  approved by departmental engineer  Payment will be given in actual running metre              Item No  71  Supply of 4 Module Board  Qty   40 Nos      Supply of 4 module Modular switch board with one 16 A switch  one 16 A Socket and  all materials  Placing of boards shall be true vertical and horizontal and at correct  height  Make of Modular board  Legrand L amp T MK Crabtree  Indo Asian or other  make approved by departmental engineer     Note  This item included one 16 A switch  16 A switch socket and 4 module box  plate       Page 31 of 37             with front plate  This i
40. ating  Ensure that all sub bidders hired by  him comply with the same requirement as the party himself and shall be liable for  ensuring compliance all HSE laws by the sub or sub sub bidders    2  Every person deployed by the party supplier in a mine must wear safety gadgets to  be provided by the party  The party supplier shall provide proper Personnel Protective  Equipment as per the hazard identified and risk assessed for the job and conforming to  statutory requirement and Company PPE schedule  Safety appliances like protective  footwear  Safety Helmet and Full Body harness has to be DGMS approved  Necessary  supportive document shall have to be submitted as proof  If the party fails to provide  the safety items as mentioned above to the working personnel  the party may apply to  the Company for providing the same  Company will provide the safety items  if  available  But in turn  Company will recover the actual cost of the items by deducting  from Bidder s Bill    However  it will be the party s sole responsibility to ensure that the  persons engaged by him in the mines use the proper PPE while at work  All the safety  gears mentioned above are to be provided to the working personnel before  commencement of the work    3 The party shall prepare written Safe Operating Procedure  SOP  for the work to be  carried out  including an assessment of risk  wherever possible and safe methods to  deal with it them  The SOP should clearly state the risk arising to men  machineries  
41. cket  Incorporates central spine maintaining pair separation during installation to ensure  premium performance after installation     Mechanical Characteristics   Construction  4 twisted pairs separated by internal X  shaped  4 channel  polymer spine   full separator  Half shall not be accepted   Conductor Solid Copper   Conductor Diameter 0 56 0 005mm  23 AWG    Insulator Polyolefin   Jacket FR PVC   Outer Diameter 6 040 4mm   Max  Temperature 75  C         ROHS ELV Compliant       Item No 20  2 Core Power Cable  Oty   1 Nos    2 Core Power Cable  1500M  1 5 Sq  mm for camera DC Supply       Item No 21 3 Core Power Cable  Qty   1 Nos    3 Core Power Cable  3000 M  2 5 Sq  mm for Camera AC Supply             Item No 22  Outdoor Single Mode fiber optic cable  Qty   1 Nos       24 Core Armoured Outdoor Single Mode fiber optic cable     Cable Type 24 Core fiber Cable  Single Mode  Armoured  Gel filled cable complying  to ISO IEC 11801   2nd Edition  type OS2  AS ACIF S008  AS NZS 3080  EIA TIA  568 C 3  ITU T REC G 652D spec for Low Water Peak fibre suitable for use in direct  burial  outdoor ducts and backbone cabling     Make Model    The OEM should be ISO 9001 2000  amp  QS  9000 Certified  In the changing needs of  the global resources if the company has environmental management systems in place  like ISO 14001 accreditation the same shall be added advantage     a  With Central steel wire   b  Outdoor direct burial   c  Loose tube Gel Filled type   d  Water blocking Tape   
42. conduit pipes  Qty   1 Nos        Item No 24  PVC HDPE pipes  Qty   1 Nos         Item No 25  Galvanized Pole Qty   97 Nos         Item No 26  Angle for cemara fitting  Qty   97 Nos         Item No 27  GI Pipes  Qty   1 Nos         Item No 28  Cat 6 patch cord  Qty   230 Nos      Item No 29  2 M Cat6 Patch Cord  Qty   40 Nos         Item No 30  I O Cat 6 face Plate  Qty   40 Nos               Item No 31  FO Patch Cord SC LC  Qty   240 Nos         Page 2 of 5                      Item No 32  5 Amp 5 PIN Socket  Qty   100 Nos      Item No 33  24 Port Patch Panel Cat6  Qty   69 Nos         Item No 34  9U 19inch Rack  Qty   15 Nos      Item No 35  24 Port Fiber Optic Rack mount LIU   loaded with adapter plates  Splice Tray and Pigtails   Qty   15 Nos         Item No 36  10 KVA 9 KW  1 Phase Input   1 Phase  Output  UPS System with Individual Battery Bank in  PRS  1 1  MODE for Control Room  1 Set       Item No 37  1 KVA UPS  Qty   8 Nos         Item No 38  Edge switch with 8 port copper and 1  SFP Port  Qty   15 Nos         Item No 39  42U 19 Inch Rack  Qty   1 Nos         Item No 40  NVR 8 CH  Qty   15 Nos      Item No 41  Installation and Commissioning of  CCTV System at OIL Township and Remote Drilling  Locations  Qty   1 AU         Item No 42  Any item which may be required  Qty    1 LOT         Item No 43  CCTV for Materials Department  Qty   8  Nos         Item No 44  Cables and Conduit  Qty   1 Nos         Item No 45  24 Port Switch  Qty   1 Nos         Item No 46  Accesso
43. d  With corrugated steel tape Armoured  e  9 125um   f  Single Mode FO Cable       Page 17 of 37             g  Operational Wavelenghts  1310nm 1550nm  h  No  of Core  24 Nos    i  Maximum Attenuation  0 4 dB Km   j  RoHS Compliant    f  Total  45 000 M       Item No 23  MS conduit pipes  Qty   1 Nos    The vendor need to supply 3000M MS conduit pipes required for OIL Township  Surveillance System        Item No 24  PVC HDPE pipes  Oty   1 Nos      The vendor need to supply 30000 Mtr PVC HDPE pipes required for OIL Township  Surveillance System        Item No 25  Galvanized Pole Qty   97 Nos      The vendor need to supply 9M  3inch dia Galvanized Pole required for OIL Township  Surveillance System        Item No 26  Angle for cemara fittin ty   97 Nos      The vendor need to supply necessary angle for cemara fitting on walls and accessories  required for OIL Township Surveillance System        Item No 27  GI Pipes  Qty   1 Nos      The vendor need to supply 2Inch GI Pipes required for OIL Township Surveillance  System        Item No 28  Cat 6 patch cord  Qty   230 Nos      The vendor need to supply 1 M Cat 6 patch cord required for OIL Township  Surveillance System     Type  Cat 6 U UTP Patch Cords are key components of Power Cat 6 U UTP End to   End Solution and are designed to support data networks for 10 100BASE T and  1000BASE T applications     Conductor  24 AWG stranded copper wire   Length  1 Meter   RJ45 plug and boot material   Clear polycarbonate   Outer Sheath  LSO
44. d Bids    and    Priced Bids     through electronic form in the OIL   s e Tender portal within the bid  Closing date and time stipulated in the e tender  The Techno commercial  Unpriced bid is to be submitted as per scope of works and Technical  specification of the tender and the priced bid as per the online  Commercial bid format  For details of submission procedure  please refer  relevant para of General Terms and Conditions vide MM LOCAL E   01 2005 for E Procurement LCB Tenders  Any offer not complying with  the above shall be rejected straightway     Bid security    The bid must be accompanied by Bid Security of Rs 11 81 000 00 in  OIL s prescribed format as Bank Guarantee or a Bank Draft Cashier  cheque in favour of OIL  The Bid Security shall be submitted manually  in sealed envelope superscribed with Tender no  and Bid Closing date to  Head Materials  Materials Department  Oil India Limited  Duliajan   786602  Assam on or before the Bid Closing Date and Time mentioned    in the Tender  If bid security in ORIGINAL of above mentioned amount  is not received within bid closing date and time   the bid submitted    through electronic form will be rejected without any further  consideration  For exemption for submission of Bid Security  please refer  Clause No  8 8 of General Terms and Conditions vide MM LOCAL E   01 2005 for E Procurement LCB Tenders  The Bank Guarantee  towards Bid Security shall be valid for 10 months from Bid closing  date   i e  upto       In case of 
45. d by N 1 redundancy system  design   25  NVR storage unit should supports up to 48TB  expansion total storage up to 144       Page 13 of 37             TB with additional expansion slots   26  It should have option of Hot swappable hard disk for easy maintenance and high  availability       Item No 12  Display Units for CCTV Control Room for Township Surveillance    Oty   3 Nos      Specification of Monitor  Display Unit  for CCTV Control Room     Make Model  Vendor must specify   Diagonal Viewing Size  70 75 Inches   Resolution  1920 x 1080 native resolution supporting 1080p  Full HD    Contrast Ratio  1000 to 1  typical   Dynamic Contrast Ratio  2 Million  1  Max   Backlight Technology  LED   Viewing Angle  178   vertical   178   horizontal   Display Type  Widescreen Flat Panel Display   Connectors  Video in  Audio IN  Audio OUT  HDMI  PC in  RJ 45   STAND  Height Adjustable stand  tilt   swivel and built in cable management  wall  mount accessories and all cables        Item No 13  Server for VMS and DB Management for CCTV for OIL Township   Qty  1 Nos      Specification of Server for VMS and DB Management     1 Processor Intel   Xeon   Processor E3 1230 E5  4 Threads  64 bit  8M Cache  3 20  GHz    2 Minimum RAM Size 8 GB DDR3  RAM should be sufficient to support 128  cameras    3 Motherboard Intel or OEM Motherboard only   4 Form Factor   Rack mountable   5 HDD   Minimum 3 TB  Usable    SAS   RAID 5   6 Network Interface Integrated 10 100 1000 Mbps Ethernet Connection  a
46. d properly dressed  Any change in the above  mentioned size shall be instructed by the Engineer  in   Charge  Cable shall be laid  through GI pipe and buried in the trench   b  Bricks shall be placed crosswise  irrespective of one or more cables laid in the  trench pit  over the cable  cables as well as the entire pit as per instructions  There  shall be at least ten bricks in every 1150 mm long normal trench and covering the  entire cable cables  brick size 230mm x 115mm   The bricks should be placed close to  each other without any gap  Broken bricks shall not be allowed to use   c  After the bricks have been laid the trench shall be filled back with earth  cut earth  from the trench  and rammed properly in layers of 25 cms   d  Cable route markers shall be fixed as per instructions    8  Overhead cable stringing  i  In case of tapping power from overhead electrical line  termination from overhead  line to the incomer isolating device i e power tapping shall be done by OIL  However  all materials like 3X6 sqmm PVCA Aluminium cable  U clip  binding wire  cable  gland and lugs  required for termination connection from overhead line to incomer  RCBO shall be supplied by the party   ii  Supply  erection  concreting of pole base as per CPWD standard and stringing of  cable in the 9 mtr step pole is in the scope of the party   iii  Electrical Poles shall have following specification    STEEL TUBULAR POLES FOR OVERHEAD LINE 9 mtrs Long Steel stepped  Tubular Poles  conforming to I
47. der process     If the Bidder makes incorrect statement on this subject  he can be disqualified  from the tender process or the contract  if already awarded  can be  terminated for such reason   Section 6   Equal treatment of all Bidders Contractor Subcontractors   The Bidder Contractor undertakes to demand form all subcontractors a  commitment in conformity with this Integrity Pact  and to submit it to the Principal  before contract signing     The Principal will enter into agreements with identical conditions as this one  with all Bidders  Contractors and Subcontractors     Page 3 of 5    3  The Principal will disqualify from the tender process all bidders who do not  sign this Pact or violate its provisions     Section 7   Criminal charges against violating Bidders Contractors   Subcontractors    If the Principal obtains knowledge of conduct of a Bidder  Contractor or Subcontractor  or  of an employee or a representative or an associate of a Bidder  Contractor or  Subcontractor  which constitutes corruption  or if the Principal has substantive suspicion  in this regard  the Principal will inform the Vigilance Office     Section 8   External Independent Monitor Monitors   three in number depending on the size of the contract    to be decided by the Chairperson of the Principal     1  The Principal appoints competent and credible external independent Monitor  for this Pact  The task of the Monitor is to review independently and objectively   whether and to what extent the pa
48. digital zoom        Page 6 of 37             iv  Wide Dynamic Range  WDR   Minimum 60 dB and Sodium Vapour White  Balance mode    v  Dual recording iSCSI and SD card  Minimum 32 GB SD Card to be provided   vi  Effective Picture Elements  PAL  440 000   vii  Lens 36x Zoom  3 3 3 4 119 122 4 mm    viii  Focus Automatic   ix  Optical Zoom Field of View 1 7   to 57 8     x  Video Output 1 0 Vp p  75 Ohm   xi  Gain Control Auto Manual   xii  Electronic Shutter Speed 1 1 to 1 10 000 sec    xiii  Signal to Noise Ratio  SNR   gt 50 dB   xiv  White Balance   xv  Camera Setup Control Via Web browser   xvi  Pan Range 360   continuous   xvii  Tilt Angle minimum 10   above horizon   xviii  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied    xix  Video compression H 264  MJPEG MPEG    xx  GOP Structure IP  IBP  IBBP   xxi  Resolution   Horizontal x Vertical  PAL NTSC  4CIF D1 704 x 576 480  25 30  ips  or 50 60 fields s for interlaced fields    xxii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45   xxiii  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xxiv  Ingress Protection Rating Standard IP66 NEMA 4X   xxv  Operating Temperature 0  C to 50  C   xxvi  Humidity   0  to 90  or better   xxvii  Mount   Pendant arm mount and pole mount adapter    Others      The quoted camera must be of ONVIF standard and have UL and FCC   Certifications      Camera H
49. ding Rate  30 mpps minimum   4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support advanced Layer 3 switching  IPv4 and IPv6  features    5  All SFP ports  2  to be populated with appropriate single mode transceivers    6  Appropriate SMARTNET service to be supplied alongwith        Item No  8  Accessories for Fixing CCTV Cameras at Civil Engineering  Department  Qty   1 Nos      The vendor need to supply all necessary accessories required for fixing the CCTV  Cameras at Civil Engineering Department        Item No 9  Outdoor Fixed Camera for OIL Township  25 Nos      Specification for High Performance Colour Day Night Fixed Box Type IP  Camera Outdoor      1  High Performance Colour Day Night Fixed Box type Outdoor IP Camera with    1  Sensor  1 3 inch  type CCD CMOS    ii  Pixels 1280x720 minimum   iii  Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON    iv  Video resolution   720p 480p 240p  configurable    v  Frame Rate 30 fps   vi  Night Vision   Minimum 15 meter capability    vii  Lens type  Varifocal  auto iris with 5 50 mm lens   viii  Audio   Line in Line out jack   ix  Audio Compression   G 711   x  Camera Setup Control Via Web browser   xi  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied   xii  Video compression H 264  MJPEG MPEG    xiii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xiv  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DH
50. eel for additional strength and  durability        Ports  24 ports   Plastic Housing Jack Connector  Polycarbonate  UL94V 0 rated or equivalent   Contact Plating  50u    Gold 100     Nickel   Front Connector interface  RJ45   Circuit Identification Scheme  Icons on each of 24 ports   Port Identification 9mm or 12mm Labels on each of 24 ports  to be included in  supply    Height 1 U  1 75 inches    ROHS ELV Compliant       Item No 34  9U 19inch Rack  Qty   15 Nos      The vendor need to supply 9U 19 inch Rack CM H W front Panel  Power  Connection required for OIL Township Surveillance System        Item No 35  24 Port Fiber Optic Rack mount LIU  loaded with adapter plates   Splice Tray and Pigtails  Oty   15 Nos      Fiber Management Shelf 24 Port Configurable Fibre drawer  Sliding drawer is a 1U  rack mount unit for storing and terminating incoming fibre cable  Using our vast range  of 6 Pak Plates you can configure your fibre system to suit all fibre applications   Configurable  Fits up to four 6 Pak Plates  Angled 6 Pak plates   Adhesive labelling for port identification   Management rings within system to accommodate excess fibre cordage behind the  trough adapters and maintain fibre bend radius    Rugged steel construction  Powder coated mild steel    Compact size  mm   Rack Mount 482mm W x 254mm D x 43mm H  Optical Fibre Adapter Plates   SC Adapter Plate Loded  As per requierment  Splice Tray Loaded   Pigtail  SC  Singlemode  9 125  m             Item No 36  10 KVA 9 KW_
51. ement for the additional poles arises     Bidder may visit sites at Duliajan and assess the requirement with prior intimation to  OIL        Item No  62  Installation  amp  Commissioning of Poles  Oty   1 AU         Installation  amp  Commissioning  Planting depth of poles shall be 1 8 metre for 9 metre  long pole  The planting depth of the pole shall be as per DSR 11 3  2012 and with  cement concreting for base 1 3 6  1 cement   3 coarse sand   6 graded stone aggregate  40 mm nominal size  foundation including excavation and refilling etc  as required        Item No  63  Supply of stay set complete  galvanised ty   50 Nos         Supply of stay set complete  galvanised  with 19 20 mm dia X 1 8 metres long stay  rod  anchor plate of size 45 cm X 45 cm X 7 5 mm  thimble  stay clamps  bow  tightener  3 8  SWG G I  stay wire       Item No  64  Installation  amp  Comm Stay set  Qty   1 AU         Stay set shall be fixed with the pole and anchor plate shall be placed underground after  excavation and refilling etc  as required              Item No  65  Supply of 6 16 A combined Modular S Soc  Qty   140 Nos         Supply of suitable size Modular box with modular plate and cover in front on surface    including providing and fixing one number 5 pin 5 6  amp 15 16 amps modular socket  outlet and 15 16 amps modular switch  connection etc  as required  Make of Modular  item   Legrand L amp T MK Scheider Crabtree  Indo Asian       Page 30 of 37             Note  This item will be used 
52. ensation for Damages    If the Principal has disqualified the Bidder from the tender process prior to the  award according to Section 3  the Principal is entitled to demand and recover  from the Bidder liquidated damages equivalent to 3   of the value of the offer or  the amount equivalent to Earnest Money Deposit Bid Security  whichever is  higher     If the Principal has terminated the contract according to Section 3  or if the  Principal is entitled to terminate the contract according to section 3  the Principal  shall be entitled to demand and recover from the Contractor liquidated damages  equivalent to 5  of the contract value or the amount equivalent to Security  Deposit Performance Bank Guarantee  whichever is higher     The bidder agrees and undertakes to pay the said amounts without protest or  demur subject only to condition that if the Bidder Contractor can prove and  establish that the exclusion of the Bidder from the tender process or the  termination of the contract after the contract award has caused no damage or  less damage than the amount or the liquidated damages  the  Bidder Contractor shall compensate the Principal only to the extent of the  damage in the amount proved     Section 5   Previous transgression    The Bidder declares that no previous transgression occurred in the last 3 years  with any other Company in any country conforming to the Tl approach or with  any other Public Sector Enterprise in India that could justify his exclusion from  the ten
53. er with other Bidders into any  undisclosed agreement or understanding  whether formal or  informal  This applies in particular to prices  specifications   certifications  Subsidiary contracts  submission or non submission of  bids or any other actions to restrict competitiveness or to introduce  cartelisation in the bidding process     3  The Bidder Contractor will not commit any offence under the relevant  Anticorruption Laws of India  further the Bidder Contractor will not use  improperly  for purposes of competition or personal gain  or pass on to  others  any information or document provided by the Principal as part of  the business relationship  regarding plans  technical proposals and  business details  including information contained or transmitted  electronically     4  The Bidder Contractor will  when presenting his bid  disclose any and all  payments he has made  is committed to or intends to make to agents   brokers or any other intermediaries in connection with the award of the  contract     The Bidder Contractor will not instigate third persons to commit offences  outlined above or be an accessory to such offences     Section 3   Disqualification from tender process and exclusion from future    Contracts    If the Bidder  before contract award has committed a transgression through a violation  of Section 2 or in any other form such as to put his reliability or risibility as Bidder into  question  the Principal is entitled to disqualify the Bidder from the tender
54. erally to the terms and conditions given in this  document  Notwithstanding the general conformity of the bids to the stipulated  specifications  the following requirements will have to be particularly met by the  Bidders without which the same will be considered as non responsive and  rejected     A  TECHNICAL     1 Bidder s Experience      a  The bidder must have experience of implementing at least one similar campus   township Security Surveillance System in other PSUs  Govt  organizations   public limited companies during the last seven years from the bid closing date   Implementations carried out in closed premises like malls  office buildings will  not be considered as relevant in this case     b  The implementation should have had a minimum of 35 surveillance cameras  c  The project should be of minimum Rs  3 00  Three  Crores value    d  The bidders must submit copy of Purchase Order along with the bid to  substantiate the same  Bidders not conforming to  quoting against  Bidders    Experience  and  or not providing documentary evidence shall be rejected     2  The bidder must quote for fiber optic cable laying  Bids for a non OFC  implementation will be rejected     3  All items must be supplied by single vendor  Bidders not quoting for all items  in the NIT will be rejected           Page 1 of 4             B  COMMERCIAL     i      ii      iii      Bids are invited under    Single Stage Two Bid System     Bidders have to  submit both the    Techno commercial Unprice
55. es and Practices in Electrical Works  shall be strictly  followed    3  No inflammable materials shall be stored in places other than the rooms specially  constructed for this purpose in accordance with the provisions of Indian Explosives  Act  If such storage is unavoidable  it should be allowed only for a short period and in  addition  special precautions  such as cutting off the supply to such places at normal  times  storing materials away from wiring and switch boards  giving electric supply for  a temporary period with the permission of consultants shall be taken    4  The electrical switchgears and distribution boards should be clearly marked to  indicate the areas being controlled by them    5  Before energizing on an installation after the work is completed  it should be  ensured that all tools have been removed and counted  no person is present inside any       Page 5 of 37             enclosure of the switch board etc  any earthing connection made for doing the work  has been removed        TECHNICAL SPECIFICATIONS        Item No 1  IP Fixed Indoor Camera for Civil Department  Oty   10 Nos    Specification for High Performance Colour Day Night Fixed Dome IP Camera   Indoor      1  High Performance Colour Day Night Fixed Dome IP Camera with    1  Sensor  1 3 inch  type CCD CMOS    ii  Pixels 1280x720 minimum   iii  Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON    iv  Video resolution   720p 480p 240p  configurable    v  Frame Rate 30 fps   vi  Night Vision   Minimum 
56. es not contain any data    On    EDIT    Mode  The following screen will appear  Bidders are advised to Upload     Techno Commercial Unpriced Bid    and    Priced Bid    in the places as indicated above        RFx Response Number 60006452 RFx Number TEST2 Status vil Submission Deadline 13 04 2013 11 00 00 INDIA  RFx Owner WIPRO_TEST1 Total Value 0 00 INR RFx Respdnse Version Number 2 RFx Version Number 5               Adda Clear    Assigned To   Category   Text Preview    En        Area for uploading Priced  Bid                   Sign Attachment Add Attachment Edit Description Versioning   Delete Create Qualification Profi  Assigned To Category Description File Name Version   E  The table does not contain any data    Processor          Note        The    Techno Commercial Unpriced Bid    shall contain all techno commercial details except  the prices     Page 3 of 5       The    Price bid    must contain the price schedule and the bidder   s commercial terms and  conditions  For uploading Price Bid  first click on Sign Attachment  a browser window will  open  select the file from the PC and click on Sign to sign the Sign  On Signing a new file with  extension  SSIG will be created  Close that window  Next click on Add Atachment  a browser  window will open  select the  SSIG signed file from the PC and name the file under Description   Assigned to General Data and clock on OK to save the File     4 0 Please note that all tender forms and supporting documents are to be submitted
57. extension of Bid Closing date against the tender where a  bidder has already submitted his bid with requisite bid security  validity within the original B C  Date  such bidders will extend  validity of bid security covering the extended period of the bid  closing date     Performance Security     The successful Bidder will have to provide Performance Security as  below     a  1    Performance Security   10  of total value of the materials shall be  submitted after receipt of order  The Performance Security shall be valid  for entire period of warranty of 3 years from the date of commissioning     b  2   Performance Security   10  of AMC value shall be submitted  before expiry of 1 Performance Security  The Performance Security  shall be valid for entire period of AMC of 4 years     Bidder must confirm the same in their bid  Offers not complying  with this clause will be rejected        Page 2 of 4             The validity requirement of Performance Security is assuming  despatch within stipulated delivery period and confirmation to all  terms and conditions of order  In case of any delay in despatch or  non confirmation to all terms and conditions of order  validity of the  Performance Security is to be extended suitably as advised by OIL     For exemption for submission of Performance Security  please refer  Clause No  9 12 of General Terms and Conditions vide MM LOCAL E   01 2005 for E Procurement LCB Tenders     iv   The Bank Guarantee should be allowed to be encashed at a
58. exure CCC  contradict the Clauses of the tender and    or    General Terms  amp  Conditions    as per Booklet No  MM LOCAL E 01 2005 for E   procurement  LCB Tenders  elsewhere  those in the BEC   BRC shall prevail     sis    NOTE     Bidders should submit their bids  preferably in tabular form  explicitly mentioning  compliance   non compliance to all the NIT terms and conditions of NIT     Yours Faithfully  Sd    T  ROY     DEPUTY MANAGER MATERIALS  IP   FOR   HEAD MATERIALS    Page 5 of 5    Annexure     CCC  Modified     Tender No  amp  Date  SDI3784P15 dated 03 06 14    BID REJECTION CRITERIA  BRC    BID EVALUATION CRITERIA  BEC     The following BRC BEC will govern the evaluation of the bids received against this tender  Bids  that do not comply with stipulated BRC BEC in full will be treated as non responsive and such  bids shall prima facie be rejected  Bid evaluation will be done only for those bids that pass    through the    Bid Rejection Criteria    as stipulated in this document     Other terms and conditions of the enquiry shall be as per General Terms and Conditions vide  MM LOCAL E 01 2005 for E Procurement LCB Tenders  However  if any of the Clauses of the  Bid Rejection Criteria   Bid Evaluation Criteria  BRC   BEC  contradict the Clauses of the tender    or MM LOCAL E 01 2005 elsewhere  those in the BRC   BEC shall prevail        Criteria    Complied    Not  Complied    Remarks if  any           1 0 BID REJECTION CRITERIA  BRC      The bid shall conform gen
59. f Cameras and other diagrams attached   b  Items Checklist for compliance attached   c  Since this is a turnkey project  all items must be supplied by the vendor           Scope of Work     The successful bidder will be responsible for implementing the entire project on a  turnkey basis  The jobs to be carried out by the successful bidder are    1  Set up a single mode fiber optic network to connect the CCTV cameras to the  central control room  This will include   a  Trenching    b  Conduiting through HDPE pipes underground     c  Conduiting through GI pipes from ground level to junction box    d  Laying of FO cable    e  The cable route must be properly marked with concrete markers at every 50  meters  The text to be written on each marker will be finalized at the time of  implementation    2  Install and set up the CCTV cameras as per the list    3  Set up the central control room for CCTV with all necessary monitoring facilities   a  Necessary servers and storage facilities to record all video footage with redundancy  to ensure round the clock availability of the system   b  Tape Backup system using LTO 6 or later    c  Display screens for real time viewing of video footage and also viewing of footage  already recorded   d  UPS as per detailed BoM   4  Operation of the central control room for a period of One  1  year from the date of  commissioning  24x7x365   This will also include onsite training of OIL personnel   The vendor s personnel will be responsible for monitor
60. for giving power supply to outdoor type CCTV        Item No  66  Installation  amp  Comm S S  Oty   1 AU      Installation  amp  Commissioning of switch socket on power outgoing FRP box or  location instructed by concern Engineer in charge        Item No  67  Supply of 2  GI pipe  Qty   1000 Metres      2  GI pipe for cable entry GI pipe shall be fixed on the pole where cable shall be  taking in and taking out to from the cable trench  Cable shall be passed through the GI  pipe and entered in the trench and out of the trench through the pipe  Pipe shall be  attached with the pole by using clamp with nut  amp  bolts  Make of GI pipe Tata jindal       Item No  68  Installation  amp  Comm of GI pipe  Qty   1 AU      Installation of commissioning of GI pipe per metre  GI pipe shall be attached with the  pole as a Guard pipe by using clamp with nuts  amp  bolts Pipe shall carry the  incoming outgoing cable from trench to pole    Payment will be based on actual per metre        Item No  69  Installation commissioning of O H Cable  Qty   1 AU         Stringing of 3x4 mmsq and 3 x 6 mmsq Cu PVCA cable with 6 SWG GI wire as  catenary with the cable where overhead stringing of cable is required  GI wire and the  3x4 mmsq and 3 x 6 mmsq Cu PVCA shall be bound by using binding wire and  wrapped with black adhesive tape Binding shall be done in the cable with GI wire at  regular intervals of 0 75 m  Binding distance shall be uniform for entire lenght of  cable  Binding shall be tight to c
61. g stay rod  anchor plate of size 45 cm X 45 cm X 7 5 mm  thimble  stay  clamps  bow lightener  3 8  SWG G I  stay wire foundation including excavation and  refilling etc  as required    10  2  GI pipe for cable entry  GI pipe shall be fixed on the pole where cable shall be  taking in and taking out to from the cable trench  Cable shall be passed through the GI  pipe and entered in the trench and out of the trench through the pipe  Pipe shall be       Page 4 of 37             attached with the pole by using clamp with nut  amp  bolts  Make of GI pipe  Tata jindal  11  Stringing of overhead cable  6 SWG GI wire and the 3x 4 0 mmsq or 3X6 0  mmsq Copper PVCA cable shall be bound by using binding wire and wrap with  black adhesive tape  Binding shall be done in the cable with GI wire at a distance of   75 CM  Binding distance shall be uniform for entire length of cable  Binding shall be  tight to carry the load of cable during stringing  Stringing of cable shall be done from  one pole to another and carry on if required    9  All electrical items and works are to guaranteed for one year from the date of  commissioning   10  The party shall submit the following details after commission    i  Location wise electrical schematic diagram showing make  model  rating of  electrical items with quantity length    ii  The party shall submit test reports signed by a person having valid electrical  supervisory license of competency    11  All materials required for cable trench and stringing
62. ge 37 of 37    FIXED AND PTZ CAMERA LOCATION DETAILS LIST    1  SECURITY OFFICE GATE    2 INSIDE B LANE NEAR QTR NO  B165 B186  From Hostel 4 Pole JB   3 NEW HOSTEL NEAR W 57 HOSTEL 4  From INSIDE B LANE NEAR QTR NO  B165 B186 Pole JB   4 FIELD COMMUNICATION From Outdoor junction box nare NFT  office    5 CONTRACT OFFICE From Field Comm Pole JB  NEF OFFICE From Control Room  7 PIPELINE FIELD OFFICE FromContract Office Pole JB       N  O       Q  O    1       N  O    ray  Q  O    1  1    en  a    ray  Ui    Ui  ol    ray  Q  O    PACHIM ZALONI L P  SCHOOL From Pipeline field Pole JB  HOSTEL 4 From outside Pachim Zaloni LP Pole JB    O  PIPALTAL CROSSING From ER Pole JB  POLICE STATION From  10  Junction box    BOILER BATTERY  UPCOMING BUS From Police Station Pole JB  TERMINAL     UNION OFFICE GATE From LAND DISASTER CONTROL Pole  JB   LAND DISASTER CONTROL From  10  Junction box 1   EMPLOYMENT RELATION OFFICE From Control Room    ray  Ui    u u  5 o o    1    2  11  12    eje  Oju  ojlo    13  14  5    1       IT R amp D Bldg  From IT R amp D Bldg  pO CT CT  UBI BANK CROSSING From IT R amp D Bldg  50    1  18  OIL MARKET From Outdoor Junction box near 410 2 2  EE a RE EA  19  NEAR ALLAHBAD ATM  FANCY BAZAR  From Outdoor Junction box near 150 1  a  From NEAR ALLAHBAD ATM Pole JB 200    DPS SCHOOL MAIN GATE From DPS existing building    Shift Bus Stand From DPS SCHOOL MAIN GATE Pole JB    DPS FRONT SIDE TEACHER S COLONY GATE   From DPS existing building    21 a     20  21  1   2
63. i e  New Delhi     2  Changes and supplements as well as termination notices need to be made in  writing  Side agreements have not been made     3  Ifthe Contractor is a partnership or a consortium  this agreement must be  signed by  all partners or consortium members     4  Should one or several provisions of this agreement turn out to be invalid  the  remainder of this agreement remains valid  In this case  the parties will strive to  come to an agreement to their original intensions     TUHIN ROY  DEPUTY MANAGER MATERIALS  IP                                       For the Principal For the Bidder Contractor  Place  Duliajan  Witness 15 cicesssacnsincececcetessntees  Date 03 06 2014   Witness BE oneness    Page 5 of 5    List of Spare Items to be kept at Site during Warranty and AMS Period    1  Indoor FIXED Dome cameras for IT  CIVIL Materials  Contracts  4 Nos   2  Outdoor Fixed box type camera for Town ship 5nos    3  PTZ camera for town ship and Remote drilling Location 10 Nos    4  LX modules for Town ship  10 Nos    5  Industrial Grade Media Converter for Town ship 10 nos    6  10 G modules forTown ship  5 Nos    7  8 ports NVR for remote drilling locations  1 nos    8  8 ports L2 edge switches for remote drilling locations  1 Nos    9  1TB hard disk for NAS NVR  NVMS server for Town ship 4 no    10  Cartridge for LTO for town ship 5 Nos     Bidders Response Sheet Annexure FFF    Bidders Name    Bid Security Submitted  if applicable    Details of Bid Security Submitted
64. iate arrangement like increasing the size of cable  step up devices  etc  for getting required quality of power for camera devices    3  On finalization of the contract  the party along with electrical personnel will visit the  locations and finalize the electrical plan for underground cable trench or overhead  stringing of cables and other electrical works  The bidder will prepare the plan and get  it approved from Electrical Engineer in Charge before starting of electrical works    4  The make and model of electrical items shall be as mentioned in the PR or  approved by Electrical Engineer in Charge    5  The party will tap power from nearest OIL installation in a single point  Power may  be available in an outdoor unit like feeder pillar  overhead line etc  In that case the  party shall have to mount the isolating device with overload  short circuit and earth  leakage protection in an IP 65 enclosure  The box shall be fixed in a safe place  The  cable shall be connected using appropriate size lugs and glanding have to be done at  cable entry outgoing point with appropriate size gland    6  In case power is available in an indoor installation  in that case also isolating device  shall be mounted in an enclosure of IP 43  All cable connection shall be done using  lug  glands etc        Page 3 of 37                   7  Under ground cable laying procedure   a  The normal size of the trench will be 45 cms  wide and depth of 75 cms  The  bottom of the trench must be levelled an
65. ing  assisting OIL security  personnel  taking backups as per mutually decided schedule and any other relevant  jobs  A minimum of 4 personnel must be considered exclusively for this job                 Page 1 of 37       5  Warranty support of all supplied equipment and software for 3 years    6  AMS of supplied equipment and software for a period of four  4  years after the  expiry of the warranty period    7  Replacement of all defective equipment during warranty and AMS periods    8  Supply of all hardware  software and any required accessories to complete the entire  project    9  Placement of one support engineer and two technician  in addition to minimum of 4  personnel   operators mentioned above  onsite at Duliajan during warranty and AMS   10  Civil Department must be able monitor the footage of the cameras installed in Civil  Department also after its being hooked up with the central system  The Civil  Department Control Room will continue to function even after the central Control  Room becomes operational    11  If OIL requires any new location under the surveillance during warranty period  the  vendor must supply and install the additional items at the same rates and under same  terms and conditions    12  For remote drilling installations  15 Locations  bidder has to supply and install  CCTV systems for each location  The mobile CCTV systems must consist of an NVR  and monitor connected to the camera installed in each location  The mobile CCTV  systems may need
66. ion  2  or Less   Output Frequency 50 Hz 60 HZ   0  2Hz   Voltage Harmonics Less than 3   Linear load    Output Power Factor 0 7 or better   Overall Efficiency 85   or better on rated full load of 0 7 PF  amp  230V  50Hz AC  output   Protections  Short Circuits   Over Loading  Over Temperature   Input low high voltage  control DC low high voltage    Indications  LED  To measure and monitor Online  Bypass  On battery  Overload   Battery low  Fault  Replace battery  Battery level  Loading level   Audible Alarms Over Temperature   Main failure Battery low  Inverter Overload  Backup Required 6 Hrs   Rating Voltage   36 V DC   Batteries Type Sealed Maintenance Free  SMP    12V Cells   Battery recharge time  after complete discharge to 100  charge   amp  charge rating  Battery recharge time should not exceed 12Hrs hours and charger should be capable to  charge battery on C10 rating    Battery Bank VAh  Vendor to include battery sizing calculations with tender          Page 23 of 37             Min 5760 VAh or more for 6 Hr backup   Number of Battery Banks Single bank   Battery Makes Battery Make  Exide   Quanta   Rocket  Operating Temperature 0 to 40 deg C   Operating Humidity 5    90 RH   Manufacturer      ISO 9001 2008   ISO 14001 2004   OHSAS 18001 2007    Safety Standard  EN 62040 1  EQUIVQLENT    EMC  EMC Complied  Product Certification  Mandatory   CE MARK       Item No 38  Edge switch with 8 port copper and 1 SFP Port  Qty   15 Nos      Layer 2 Switch for Mobile locations   
67. ivity 0 3 lux IR OFF and 0 0 lux IR ON    iv  Video resolution   720p 480p 240p  configurable    v  Frame Rate 30 fps   vi  Night Vision   Minimum 15 meter capability    vii  Lens type  Varifocal  auto iris with 3 3 12 mm lens   viii  Audio   Line in Line out jack   ix  Audio Compression   G 711   x  Camera Setup Control Via Web browser   xi  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied   xii  Video compression H 264  MJPEG MPEG    xiii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xiv  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xv  PoE   IEEE 802 3af Compliant   xvi  Ingress Protection Rating Standard IP66 NEMA 4X   xvii  Operating Temperature 0  C to 40  C   xviii  Humidity   0  to 90  or better   xix  Mount   Suitable vandal resistant mount for wall and ceiling     Others      The quoted camera must be of ONVIF standard and have UL and FCC   Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability Wall  Mount for housing must be provided      Ethernet surge protector for camera             Item No 52  Cables and Conduit  Oty   1 Nos      The vendor need to supply all inter connecting cables  conduit required for the CCTV       Page 27 of 37             system        Item N
68. lame resistant self extinguishing junction box with  following specification    Junction box shall be simialr to Hensel make box model no  9255 with dimension not  less 200mm x 160mm x 98mm  Junction box shall be comprised of DIN rail channel  for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq  copper armoured cable  Box shall have self supporting arrangement for mounting on  the pole ie  pole shall have minimum diameter of 90 mm and maximum diameter  shall be 150 mm  Box shall have minimum 4 nos  of knockout for cable entry in the  bottom side  Box shall have ingress protection of IP65 for outdoor installation   Required number of cable gland made of polyamide shall be supplied  Make of  Junction box   Hensel or equivalent  Bidder has to submit technical catalogue of  offered make with detail specification along with the offer              Item No 78  Warranty 3 years  Oty   1 AU      Warranty Terms        Page 32 of 37             1  Minimum 3  three  years onsite warranty must be provided for the entire solution  after successful commissioning of the entire solution to the acceptance by OIL as  described in Delivery  Installation and Commissioning terms    2  Warranty has to cover all equipment  including power devices and batteries   supplied by the successful bidder  OFC LAN  workmanship of any equipment fixing  work carried out by successful bidder    3  During the warranty period  any defective device shall have to be replaced with a  new one
69. lation commissioning of O H Cable   Qty   1 AU            Page 4of5                      Item No  70  Power circuit wiring  Qty   1000  Metres         Item No  71  Supply of 4 Module Board  Qty   40  Nos         Item No  72  Installation  amp  Comm of 4 Module board   Qty   1 AU         Item No  73  Supply of 20 A RCBO with enclosure   Qty   40 Nos         Item No  74  Installation  amp  Comm of RCBO  Qty   1  AU         Item No  75  Supply of RCBO  Qty   20 Nos         Item No  76  Supply of DP MCB  Qty   20 Nos         Item No  77  Supply of FRP box  Qty   20 Nos            Item No 78  Warranty 3 years  Qty   1 AU      Item No  79  Annual Maintenance Services for 4 years   AMS   Qty   1 AU           Page 5 of 5                
70. lay following function panels to  multiply monitors  A  Alarm list panel Task list panel Device status panel Device  event panel B  System information panel Historical video search and playback panel  C  E Map vi   9  Restore scenario user used for last time   client supports to restore scenario user used  for last time when he she logout after login    10  Recording and Playback on Customization   11  Frame by Frame Playback   client can play historical video frame by frame    12  Backward Playback   client can backward play historical video  only by i frame   13  Monitoring system health status  trigger alarm information notification for  initiative diagnosing and maintenance    14  High Profile H 264   15  ONVIF global standardization support  interoperability between IP based physical  security products   16  Should support latest Windows OS Clients    17  Manage video streaming from IP cameras and NVR   18  Record searching by time  camera number  event  devices or complex conditions  19  Record and playback by various compression devices including MPEG 4  H 264  and MJPEG video streams along with audio    20  Snapshot video image for immediate actions   21  Support all cameras offered in this solution    22  NVR should Built in standalone server with 16 hard disk bays  capable of  continuous 24x7 video recording   23  NVR should Support multi front end solution  including H 264  MPEG 4  MPEG2  and MJPEG formats   24  It should support Complete fail over solution provide
71. ld be capable to carry out self test of Rectifier   Charger   Battery  amp  Inverter module during start up   Physical   Operating Temperature  0 to 40 deg C   Operating Humidity  5  to 95 RH  No Condensing    Type of Cooling Forced Air   Noise Level  lt   58 dbA at I meter distance   Form Factor Rack  amp  Tower mountable   Reliability MTBF greater than 100000 hours   Standard Package of UPS to include the following minimum accessories  1  UPS  2  CD   Monitoring Software   3  RS232 Cable   4  Tower Stand   Foe use as Tower   5  Brackets for mounting in 19   IT Server   Networking Rack   6  UPS to Battery bank connecting Cable   7  User Manual     Manufacturer     QMS As per ISO 9001  2008   EMS As per ISO 14001  2004   OSHAS As per ISO 18001  2007    Product Safety Certifications  EN 50091 2 1995 Class A or Equivalent   SURGE  IEC61000 4 5 level4 or Equivalent   CE declaration of conformity or Equivalent Conducted Magnetic Field IEC61000 4 8   level3 or Equivalent        Item No 6  Cable and Conduit for CCTV at Civil Engineering Department  Oty    1 LOT      The vendor need to supply all inter connecting cables  conduit required for the CCTV  system at Civil Engineering Department              Item No 7  24 Port Switch for CCTV at Civil Engineering Department  Oty   1  Nos      Layer 3 Switch     Make  Cisco  Model  Vendor must specify    1  Minimum 24 nos  IGE PoE  2 nos  10 GE SFP Uplink Ports  2  Switching Fabric  80 Gbps minimum       Page 10 of 37             3  Forwar
72. ll branches  within India     v   Validity of the bid shall be minimum 120 days from the Bid Closing  Date     vi   The prices offered will have to be firm through delivery and not subject  to variation on any account  A bid submitted with an adjustable price will  be treated as non responsive and rejected     vii   Bids received after the bid closing date and time will be rejected   Similarly  modifications to bids received after the bid closing date  amp  time  will not be considered     viii   All the Bids must be Digitally Signed using    Class 3    digital certificate  with Organisation   s name  e commerce application  as per Indian IT Act  obtained from the licensed Certifying Authorities operating under the  Root Certifying Authority of India  RCAD   Controller of Certifying  Authorities  CCA  of India  The bid signed using other than    Class 3  with Organisation   s Name    digital certificate  will be rejected     ix   Technical RFx Response folder is meant for Technical bid only   Therefore  No price should be given in Technical RFx Response folder   otherwise the offer will be rejected     x   Price should be maintained in the    online price schedule    only  The price  submitted other than the    online price schedule    shall not be considered     x1   Integrity Pact      OIL shall be entering into an Integrity Pact with the bidders as per format  enclosed vide Annexure DDD of the tender document  This Integrity Pact  proforma has been duly signed digitally by
73. mount for wall and ceiling     Others      The quoted camera must be of ONVIF standard and have UL and FCC   Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability Wall  Mount for housing must be provided      Ethernet surge protector for camera       Item No 48  Cables and Conduit  Oty   1 Nos      The vendor need to supply all inter connecting cables  conduit required for the CCTV  system              Item No 49  24 Port Switch  Qty   1 Nos    Layer 3 Switch    Make  Cisco   Model  Vendor must specify    1  Minimum 24 nos  1GE PoE  2 nos  10 GE SFP Uplink Ports       Page 26 of 37             2  Switching Fabric  80 Gbps minimum   3  Forwarding Rate  30 mpps minimum   4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support advanced Layer 3 switching  IPv4 and IPv6  features    5  All SFP ports  2  to be populated with appropriate single mode transceivers    6  Appropriate SMARTNET service to be supplied alongwith        Item No 50  Accessories  Oty   1 Nos      The vendor need to supply all necessary accessories required for fixing the CCTV  Cameras        Item No 51  CCTV for IT Department  Qty   7 Nos    Specification    1  High Performance Colour Day Night Fixed Dome IP Camera with    1  Sensor  1 3 inch  type CCD CMOS    ii  Pixels 1280x720 minimum   iii  Sensit
74. nce with any  requirement under the act or the regulations that is imposed in the interest of health   safety and welfare of the employee or any other person    22  Party s supplier arrangements for health and safety management shall be consistent  with those for the mine owner    23  In case party supplier is found non compliant of HSE laws as required company  will have the right for directing the party supplier to take action to comply with the  requirements  and for further non compliance  the party supplier will be penalized  prevailing relevant Acts Rules Regulations    24  When there is a significant risk to health  environment or safety of a person or  place arising because of a non compliance of HSE measures Company will have the  right to direct the party supplier to cease work until the non compliance is corrected   25  The party supplier should prevent the frequent change of his contractual employees  as far as practicable    26  The party supplier should frame a mutually agreed bridging document between  Company  amp  the party supplier with roles and responsibilities clearly defined    27  For any HSE matters not specified in the contract document  the party supplier  will abide the relevant and prevailing Acts rules regulations  pertaining to Health   Safety and Environment                 NOTE     Bidders should submit their bids  preferably in tabular form  explicitly mentioning compliance   non  compliance to all the NIT terms and conditions of NIT        Pa
75. nic   Fused   Transient Response  Dynamic Regulation for 10  to 90  step linear load      10   Transient Recovery to steady state condition after 10  to 90  step linear load    lt  1  cycle   Transfer Time  Mode of operation    Nil from Mains mode to Battery Mode   Nil from Battery Mode to Mains mode    Transfer Time  Inverter to Bypass   Bypass to Inverter    lt  4 ms  Synchronized Mode   Automatic  amp  Bi directional static by pass  In built   Should be provided to take care of  uninterrupted transfer of load from Inverter to bypass  under overload   fault  conditions   amp  automatic retransfer from bypass to inverter  on removal of overload    fault conditions    Overall Efficiency  AC to AC    Online  Double Conversion     gt   90   On Full  Load     Overall Efficiency  AC to AC    ECO Mode  Bypass feeding the load under normal  conditions    gt   96    On Full Load    Inverter Overload capacity 125  300 sec   150  30 sec   Measurements  On LCD    Input  Voltage   Frequency   Bypass  Voltage   Frequency   Output  Voltage   frequency   Battery  Remaining time   Battery Level Indicator   Load  Percentage   Load Level Indicator   Fault Indication  On LCD   AC indicator Battery Mode of Operation   Bypass feeding  the load   UPS Fault   Audible Alarms  Battery Low beep   DC Fault beep  UPS Overload beep  o p short ckt  fault beep  Shutdown beep    Backup Required 8 Hrs   Battery Bank Voltage 192 V DC or higher   Battery Bank VAh  Vendor to include battery sizing calculations
76. nsion not  less 200mm x 160mm x 98mm  Junction box shall be comprised of DIN rail channel  for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq  copper armoured cable  Box shall have self supporting arrangement for mounting on  the pole ie  pole shall have minimum diameter of 90 mm and maximum diameter  shall be 150 mm  Box shall have minimum 4 nos  of knockout for cable entry in the  bottom side Box shall have ingress protection of IP65 for outdoor installation   Required number of cable gland made of polyamide shall be supplied  20 A DP MCB  shall be similar to legrand cat no  6049 65  Make of Junction box   Hensel or  equivalent  Make of MCB  Legrands Schneider Siemens  Havells        Item No  56  Installation  amp  Commissioning of Item no 71  Qty   1 AU         Installation  amp  Commissioning of FRP Junction box with all accesories for Incoming  power point from OIL s installations   The box shall be fixed into the existing pole or  wall by means of clamp or screw of proper size  Termination of cable to the RCBO  shall be done by using proper sized tinned copper lugs              Item No  57  Installation  amp  Commissioning of Item no 72  Qty   1 AU         Installation  amp  Commissioning of FRP Junction box with all accessories near the  camera UPS point for providing power to these  The box shall be fixed into the  existing pole or wall by means of clamp or screw of proper size  Termination of cable  to the MCB shall be done by using proper 
77. o 53  Accessories  Oty   1 Nos      The vendor need to supply all necessary accessories required for fixing the CCTV  Cameras        Item No  54  Supply of ERP box for I C Power tappin ty   94 Nos      Supply of polycarbonate flame resistant self extinguishing junction box with 25 A  RCBO  100mA with following specification     Junction box shall be simialr to Hensel make box model no  9255 with dimension not  less 200mm x 160mm x 98mm  Junction box shall be comprised of DIN rail channel  for mounting RCBO RCCB and Terminal block suitable for cable size upto 6 mmsq  copper armoured cable Box shall have self supporting arrangement for mounting on  the pole ie  pole shall have minimum diameter of 90 mm and maximum diameter  shall be 150 mm  Box shall have minimum 4 nos  of knockout for cable entry in the  bottom side Box shall have ingress protection of IP65 for outdoor installation Required  number of cable gland made of polyamide shall be supplied  25 A RCBO  100mA  shall be similar to legrand cat no  6033 85   Make of Junction box   Hensel or  equivalent  Make of RCBO  Legrands Schneider Siemens  Havells  Bidder has to  submit technical catalogue of offered make with detail specification along with the  offer        Item No  55  Supply of FRP for O G power tappin ty   94 Nos         Supply of polycarbonate flame resistant self extinguishing junction box with 20 A DP  MCB with following specification    Junction box shall be similar to Hensel make box model no  9255 with dime
78. of State Central govt    19 While working in the electrical circuit including poles and cables  the vendor s  personnel shall use PPE and follow all safety practices as per CEA regulations    20 The tools and tackles  transportation etc  required for operation and maintenance of  the entire system shall be arranged by the vendor  However OIL may provide transport  for attending calls installation at mobile locations only              General Terms and Conditions     1  Bidders must have designated office  single point of contact in Assam  Address of  the same must be submitted with the bid    2  The bidder must submit the Manufacturer s Authorisation Form  MAF  for the  quoted cameras  media converters and Cisco switches    3  The successful bidder must follow all safety norms prescribed by OIL while       Page 2 of 37             carrying out the job    4  The successful bidder has to obtain necessary security passes  etc  for his personnel  to enter the worksites  OIL shall facilitate the process    5  Successful bidder has to arrange for all necessary tools  measuring equipment for  carrying out the job    6  Successful bidder has to arrange for their own accommodation and transport during  implementation  warranty and AMS periods    7  All onsite personnel stationed by the vendor at Duliajan for operations and  maintenance of the entire solution will have to be paid a minimum salary of Rupees  6 500    Basic   DA  per month or as applicable as per Govt norms        Terms 
79. ofc sm amp   from control room    53    55  56  57  58  59  61  62  63  64  65  67       IT R amp D Bldg  Type 2 Distribution Mention at S N 16    15 Remote Drilling Sites Via VSAT Wireless    Hi E       eal  EE  O J 5   Z    Overall layout showing all the Zones with Distribution Points  DS     Phase      Contract  Dept DS  Type 2     IT R amp D    DS3     Materials  Dept  DS  Type 2     8 Pol am wile  be connected    Existing Fiber       New SM OFC 24 Core   forCore to Distribution 10 G  Uplink    13 Cam wile be connected    Using existing SM OFC Cores  for Core to Distribution 10G  Uplink     ost  4 Cam wile be connected    Pop    Y 18 Cam wile be connected    Phase      8 PoE  Cam wile 13 Cam wile be  be connected    connected    17 Cam wile be conn  USSEE SERGE Cam wile be connected    Civil Dept DS  Type 2   2    control  room    14  Cam wile be conhected   4SFP  10 PoE    5 Cam wile be connected    DPS DS4     5 Cam wile be connected       Underground OFC    CD Junction Box     85  8a   R amp D DS3     170   C17  gt     220 150     19 220  20   Go   ad     O Outdoor Junction  Box          MTDC DS5     Shift Bus  Stand    22 gt  Outdoor Junction  Box    Oil Hospital   DS8     Outdoor Junction  Box    28 b gt   28    28 d gt        CD Outdoor Junction  Box    Zaloni Club   DS7     G9 28  BD DD DD       O Outdoor Junction  Box       r fare ef    8    Outdoor Junction  Ce    Box       Checklist to be submitted by the bidder       Please indicate YES NO against each clause  
80. one and DS 7  Zaloni Club  zone within 150 days from the date of  order    Phase II     Remaining zones including indoor locations  Materials  Contracts  IT and Civil  Engineering departments  within 240 days from the date of order    4  However  for mobile drilling locations  installation of the system will have to be  carried out whenever the drilling site is ready for the same    5  All items must be delivered in good condition  Damaged  defective items must be  replaced immediately        Penalty Terms     1  During the AMS Warranty period  any failed device shall have to be repaired   replaced with a new  standby device within 48 hours of reporting the failure  In case of  failure on the part of the successful bidder to rectify the problem within 48 hours of  reporting it  following penalties will be applicable    7 Rupees 1000 00 per device per day  for devices located outside the control    rooms    i Rupees 5000 00 per day  for any control room failure    2  Absence of service engineer technician    i Rupees 1000 00 per day per engineer technician    3  However  total penalty during the year of the AMS period will not exceed 15   of the annual charges    4  Total penalty charges during warranty period of 3 years will not exceed 5  of    the total material cost of the PO  held with OIL   Refer payment terms        Payment Terms     1  70  of total material cost will be paid to the successful bidder on delivery of  material at Duliajan   2  15  of material cost will be 
81. ousing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability WallMount  for housing must be provided      Ethernet surge protector for camera       Item No 3  NVR for Civil Deptt  Qty   1 Nos    16 channel Video Database Manager   Network Video Recorder with 8 TB storage   inbuilt analytics for Civil department        Item No 4  40 42  inch Colour LED Professional Monitor for Civil Engineering  Department  Oty   1 Nos    40 42  inch Colour LED Professional Monitor with resolution 1920 x 1080 for Civil  Engineering Department              Item No 5 5 KVA UPS for CCTV at Civil Engineering Department  Qty   1 Nos          Page 7 of 37                   Online 5 KVA UPS  1 Ph in   1 Ph Out      Capacity  in KVA   kW   5 kVA 4 5 kW  1 Phase Input   1 Phase Output  UPS  system or bidder can supply 5KVA s highercapacity UPS system for matching 4 5kW  capacity     Technology and Capability   a  True Online configuration with double conversion UPS    b  Microprocessor  DSP based control  using IGB Tdevices  c  Active Power Factor Correction    d Capability of enhancing UPS capacity   redundancy by operating UPS in 1 1  Parallel Redundant Configuration PRS      Input facility  Phases   Wires 1 Phase   2 Wire  amp  Gnd  Phase  amp  Neutral   Ground   Input Voltage Range  160   275V AC  On Full Load    Nominal Input Frequency  50 60 Hz  Auto selectable    Input Frequenc
82. paid after successful installation and commissioning of  Phase I and at least 5 mobile locations  along with 60  of installation and  commissioning charges for township    3  10  of material cost will be paid after successful installation and commissioning of  Phase II and remaining mobile locations and indoor departmental locations  along with  40  of installation and commissioning charges for township and 100  of installation  and commissioning charges for departments    4 5  of material cost will be paid after successful completion of warranty period    5  In case the successful bidder is unable to complete installation and commissioning  within the defined period  because of OIL not being able to provide site readiness  the  balance 25  of material cost for that site will be paid by OIL on submission of  relevant invoices by the bidder to Materials Department    6  The vendor must submit quarterly invoices for the AMS charge for the preceding  period to Head Security  The invoice must clearly mention the OIL PO No  and period  of billing              APPENDIX IX        Page 35 of 37                   CLAUSES GENERAL HEALTH  SAFETY AND ENVIRONMENTAL  HSE   ASPECTS    1  It will be solely the parties responsibility to fulfill all the legal formalities with  respect to the Health  Safety and Environmental aspects of the entire job  namely  the  person employed by him  the equipment  the environment  etc   under the jurisdiction  of the district of that state where it is oper
83. per prevailing Govt  of Assam guidelines as applicable  on bid closing date  Bidders may check this with the appropriate authority while  submitting their offer     ii  Priced bids of only those bidders will be opened whose offers are found  technically acceptable  The technically acceptable bidders will be informed  before opening of the  priced bid            NOTE     Bidders should submit their bids  preferably in tabular form  explicitly mentioning  compliance   non compliance to all the NIT terms and conditions of NIT     Page 4 of 4       ANNEXURE IA  TECHNICAL SPECIFICATIONS WITH QUANTITY    Tender No  amp  Date  SDI3784P15 dated 03 06 14       Oil India Limited  OIL  is a premier Indian National Oil company under the  administrative control of Ministry of Petroleum and Natural Gas  Govt  of India   engaged in the business of exploration  development and production of crude oil and  natural gas  transportation of crude oil and production of LPG intends to implement  CCTV Surveillance System for its Township  Civil Engineering Department  Materials  Department  Contracts Department  IT Department and Remote Drilling Sites on a  turnkey basis        Pre bid Survey of CCTV Surveillance System     Prospective bidders may carry out a reconnaissance of the OIL Township to ascertain  the BOM to be quoted  Security  Civil Engineering Materials Contracts IT  Departments may be contacted before the bidder s personnel arrive to carry out the  survey        Note     a  Locations o
84. plink Ports   2  Switching Fabric  80 Gbps minimum   3  Forwarding Rate  30 mpps minimum   4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support advanced Layer 3 switching  IPv4 and IPv6  features    5  All SFP ports  24   2  to be populated with appropriate single mode transceivers        Page 15 of 37             6  Appropriate SMARTNET service to be supplied alongwith        Item No 16  Laver 3 Switch  Qty   2 Nos      Make  Cisco  Model  Vendor must specify    1  Minimum 24 nos  IGE PoE  2 nos  10 GE SFP Uplink Ports   2  Switching Fabric  80 Gbps minimum   3  Forwarding Rate  30 mpps minimum   4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support advanced Layer 3 switching  IPv4 and IPv6  features    5  All SFP ports  2  to be populated with appropriate single mode transceivers    6  Appropriate SMARTNET service to be supplied alongwith        Item No 17  Layer 3 Switch for control room  Qty   2 Nos      Make  Cisco  Model  Vendor must specify    1  Minimum 32 No  10 GE SFP Ports to be populated with appropriate Single mode  SFP transceivers  2  Layer 2 hardware forwarding at 960 Gbps minimum   Layer 3 performance of up to 160 Gbps minimum  3  Redundant Fan and power supplies to be supplied  4  Cisco Feature set   In addition to IP Base and IP Services feature sets  the offered  switch must also support advanced Layer 3 switching  IPv4 and IPv6  feature
85. ries  Qty   1 Nos         Item No 47  CCTV for Contracts Department  Qty   8  Nos         Item No 48  Cables and Conduit  Qty   1 Nos      Item No 49  24 Port Switch  Qty   1 Nos         Item No 50  Accessories  Qty   1 Nos               Item No 51  CCTV for IT Department  Qty   7 Nos         Page 3 of 5                      Item No 52  Cables and Conduit  Qty   1 Nos      Item No 53  Accessories  Qty   1 Nos         Item No  54  Supply of FRP box for I C Power tapping   Qty   94 Nos         Item No  55  Supply of FRP for O G power tapping   Qty   94 Nos         Item No  56  Installation  amp  Commissioning of Item no  71  Qty   1 AU         Item No  57  Installation  amp  Commissioning of Item no  72  Qty   1 AU         Item No  58  3 core 4 mmsq Copper PVCA cable   Qty   4000 Metres         Item No  59  3 core 6 mmsq Copper PVCA cable  Qty    7500 Metres         Item No  60  Installation  amp  Comm of cable  Qty   1  AU      Item No  61  9 Mtrs Pole  Qty   120 Nos         Item No  62  Installation  amp  Commissioning of Poles   Qty   1 AU         Item No  63  Supply of stay set complete  galvanised    Qty   50 Nos         Item No  64  Installation  amp  Comm Stay set  Qty   1  AU         Item No  65  Supply of 6 16 A combined Modular  S Soc  Qty   140 Nos         Item No  66  Installation  amp  Comm S S  Qty   1 AU         Item No  67  Supply of 2  GI pipe  Qty   1000  Metres         Item No  68  Installation  amp  Comm of GI pipe  Qty   1  AU            Item No  69  Instal
86. rties comply with the obligations under this  agreement     2  The Monitor is not subject to instructions by the representatives of the parties  and performs his functions neutrally and independently  He reports to the  Chairperson of the Board of the Principal     3  The Contractor accepts that the Monitor has the right to access without  restriction to all Project documentation of the Principal including that provided by  the Contractor  The Contractor will also grant the Monitor  upon his request and  demonstration of a valid interest  unrestricted and unconditional access to his  project documentation  The same is applicable to Subcontractors  The Monitor is  under contractual obligation to treat the information and documents of the  Bidder Contractor Subcontractor with confidentiality     4  The Principal will provide to the Monitor sufficient information about all  meetings among the parties related to the Project provided such meetings could  have an impact on the contractual relations between the Principal and the  Contractor  The parties offer to the Monitor the option to participate in such  meetings     5  As soonas the Monitor notices  or believes to notice  a violation of this  agreement  he will so inform the Management of the Principal and request the  Management to discontinue or heal the violation  or to take other relevant action   The monitor can in this regard submit non binding recommendations  Beyond  this  the Monitor has no right to demand from the par
87. s   5  Appropriate SMARTNET service to be supplied alongwith        Item No 18  Media Converter  Single Mode for CCTV OIL Townshi ty   90       Nos    Industrial Grade Single mode Media Converter     Port type  amp  Quantity  1x 10 100 1000 BaseT 1x1000 Base LX Single Mode    1000 Base LX module for above to be supplied   Operating Temperature   40   C to  75   C   Degree of Protection  IP 30   Power supply   230V AC   Surge protection   Shall be equipped with inbuilt surge protection or with  external surge protection devices of   Obo Bettermann  Phonix MTL    Distance to be supported  8 km  minimum    Certifications  CE  amp  UL Certified    IP66  NEMA 4X junction box of suitable size to be supplied  This will have to be  fixed on the camera pole to house the media convertor and power supply to the camera              Item No 19  Category 6 Solid UTP Cable Box  Qty   1 Nos         305 meter per box  Total  4270 M  Type  Category 6 Unshielded Twisted Pair 4 pair  cable shall be compliant with ANSI TIA EIA 568 B 2 1 Additional Transmission  Performance Specifications for 4 pair Category 6Cabling        Page 16 of 37             Type  Category 6 UTP cables shall extend between the work area location and its  associated telecommunications closet and consist of 4 pair  23 AWG  UTP with Fire  Retardent PVC jacket    Supports ultrahigh speed data networks such as Gigabit Ethernet  1000 Base T and  1000 Base TX  and beyond     Jacket  The cable jacket shall be Fire Retardent PVC ja
88. s including near miss to Installation  Manager   departmental representative of the concerned department of Company    14  The party has to keep a register of the persons employed by him her  The party s  supervisor shall take and maintain attendance of his men every day for the work        Page 36 of 37                punctually    15  If the Company arranges any safety class   training for the working personnel at  site  company employee  Bidder worker  etc  the party will not have any objection to  any such training    16  The health checkup of party s personnel is to be done by the party in authorized  Health Centers as per Company s requirement  amp  proof of such test s  is to be  submitted to Company  The frequency of periodic medical examinations should be  every five years for the employees below 45 years of age and every three years for  employees of 45 years of age and above    17  To arrange daily tool box meeting and regular site safety meetings and maintain  records    18  Records of daily attendance  accident report etc  are to be maintained in Form B  E   J  as per Mines Rules 1955  by the party    19  A supplier  party s employee must  while at work  take reasonable care for the  health and safety of people who are at the employee s place of work and who may be  affected by the employee s act or omissions at work    20 A party s supplier employee must  while at work  cooperate with his or her  employer or other persons so far as is necessary to enable complia
89. se Ratio  SNR   gt 50 dB   xiv  White Balance   xv  Camera Setup Control Via Web browser   Xvi  Pan Range 360   continuous   xvii  Tilt Angle minimum 10   above horizon   xviii  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied    xix  Video compression H 264  MJPEG MPEG    xx  GOP Structure IP  IBP  IBBP   Xxi  Resolution   Horizontal x Vertical  PAL NTSC  4CIF D1 704 x 576 480  25 30  ips  or 50 60 fields s for interlaced fields    xxii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xxiii  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xxiv  Ingress Protection Rating Standard IP66 NEMA 4X   xxv  Operating Temperature 0  C to 50  C   xxvi  Humidity   0  to 90  or better   xxvii  Mount   Pendant arm mount and pole mount adapter    Others      The quoted camera must be of ONVIF standard and have UL and FCC   Certifications      Camera Housing  amp  Lens should be from the same OEM      Enclosure  housing for cameras  must be vandal resistant     Camera housing indoor outdoor  Mount Adapter  Adds H V adjustability WallMount  for housing must be provided      Ethernet surge protector for camera             Item No 11  NVR NVMS server having capability for viewing or control at  atleast 128 cameras  60 TB storage   inbuilt analytics for Control Room   Qty   1    Nos      Network Video Management Solution        Page 12 of 37              
90. size lugs        Page 28 of 37                Item No  58  3 core 4 mmsq Copper PVCA cable  Oty   4000 Metres         Supply of 3 core 4 mmsq Copper PVCA cable for power supply arrangement with  following specification    i  No of core   3 ii  Size  4 mmsq iii  Conductor  Copper  Cable shall be stranded  copper conductor suitable for 1100 volts  PVC insulated covered with inner sheath of  either extruded regenerated rubber or plastic tapes  galvd  tape wire armoured with  PVC outer sheath overall  conforming to IS  1554 1976  Part I   The cable must bear  voltage grade  size  manufacture name  amp  IS marking monogram embossed on the outer  surface    Make    NICCO ASIAN CRYSTAL UNIVERSAL CCI RPG INCAB   POLYCAB ANKUR NECAB    Bidder shall submit technical details of offered make  of cable along with the offer         Item No  59  3 core 6 mmsq Copper PVCA cable  Qty   7500 Metres       Supply of 3 core 6 mmsq Copper PVCA cable for power supply arrangement with  following specification  i  No of core   3 ii  Size  6 mmsq iii  Conductor  Copper   Cable shall be stranded copper conductor suitable for 1100 volts  PVC insulated   covered with inner sheath of either extruded regenerated rubber or plastic tapes  galvd   tape wire armoured with PVC outer sheath overall  conforming to IS  1554 1976  Part   I   The cable must bear voltage grade  size  manufacture name  amp  IS  marking monogram embossed on the outer surface    Make    NICCO ASIAN CRYSTAL UNIVERSAL CCI RPG INCAB   POLY
91. tems will be used for giving power supply to internal CCTV        Item No  72  Installation  amp  Comm of 4 Module board  Oty   1 AU         Installation  amp  Commissioning of 4 module board including inside connection for 16 A  modular switch socket on brick wall by means of adequate number  min  4 nos   of  screws embedded into wall holes are to be drilled in wall and filled up with approved  type of plastic gutka rowl plug to receive screws         Item No  73  Supply of 20 A RCBO with enclosure ty   40 Nos         Supply and wiring of Incomer Isolator RCBO  2 pole  20 A  100 mA  10 kA   with all  accessories  Make of RCBO and enclosure  Siemens Legrand Schneider Indo  Asian Havells        Item No  74  Installation  amp  Comm of RCBO  Qty   1 AU         Installation  amp  Commissioning of RCBO  RCBO shall be enclosed in a 2 pole  enclosure and fixed on the frame or wall with minimum four screws  Connection  shall be made from the incomer cable to incoming side of RCBO with proper sized  aluminium lug thimble        Item No  75  Supply of RCBO  Qty   20 Nos      Supply of Incomer Isolator RCBO  2 pole  20 A  100 mA  10 kA   with all accessories   Make of RCBO and enclosure  Siemens Legrand Schneider Indo Asian Havells        Item No  76  Supply of DP MCB  Oty   20 Nos      Supply of Isolator MCB  2 pole  20 A  10 kA C curve   Make of MCB   Siemens Legrand Schneider Indo Asian Havells L amp T        Item No  77  Supply of FRP box  Qty   20 Nos      Supply of polycarbonate f
92. that the the price bid is in conformity with OIL   s online bidding  format       8 __ Confirm that the Bid comply with allthe terms  amp conditions               Confirm that the offers and all attached documents are digitally signed  using digital signatures issued by an acceptable Certifying Authority   CA  as per Indian IT Act 2000    10 CONFIRM THAT YOU HAVE SUBMITTED THE DULY SIGNED INTEGRITY  PACT DOCUMENT  Wherever Applicable    11 CONFIRM THAT YOU HAVE SHALL SUBMIT PERFORMANCE BANK  GUARANTEE AS PER NIT IN THE EVENT OF PLACEMENT OF ORDER ON  YOU  Wherever Applicable    12 CONFIRM THAT YOU HAVE SUBMITTED DOCUMENTS AS PER GENERAL  QUALIFICATION CRITERIA    NOTE  Please fill up the greyed cells only        ANNEXURE   GGG     TO BE FILLED UP BY ALL THE VENDOR IN THEIR OWN LETER HEAD    ALL FIELDS ARE MANDATORY     Tender No   Name of Beneficiary  Vendor Code    Address    Phone No   Land Line   Mobile No    E mail address   Bank Account No   Minimum  Eleven Digit No     Bank Name   Branch   Complete Address of your  Bank    IFSC Code of your Bank  a  RTGS  b  NEFT  PAN  VAT Registration No   CST Registration No   Service Tax Registration No     Provident Fund Registration    I We confirm and agree that all payments due to me us from Oil India Limited can be remitted to  our above mentioned account directly and we shall not hold Oil India Limited responsible if the  amount due from Oil India Limited is remitted to wrong account due to incorrect details furnished    by us 
93. this tender and only the  PRICED BIDS of the bidders whose offers are commercially and technically acceptable shall  be opened for further evaluation     9 0 a  The Integrity Pact is applicable against this tender  OIL shall be entering into an  Integrity Pact with the bidders as per format enclosed vide Annexure DDD of the  tender document  This Integrity Pact proforma has been duly signed digitally by OIL   s  competent signatory  The proforma has to be returned by the bidder  along with the  technical bid  duly signed  digitally  by the same signatory who signed the bid  i e   who  is duly authorized to sign the bid  Any bid not accompanied by Integrity Pact Proforma  duly signed  digitally  by the bidder shall be rejected straightway  Uploading the  Integrity Pact with digital signature will be construed that all pages of the Integrity  Pact has been signed by the bidder   s authorized signatory who sign the Bid     b  The name of the OIL   s Independent External Monitors at present are as under     i  SHRI N  GOPLASWAMI  I A S   Retd     Former Chief Election Commissioner of India    E mail Id   gopalaswamin   gmail com    ii  SHRI RAMESH CHANDRA AGARWAL  IPS  Retd    Page 4 of 5    Former Director General of Police  E mail Id   rcagarwal  rediffmail com    10 0 The tender shall be governed by the Bid Rejection  amp  Bid Evaluation Criteria given in  enclosed Annexure CCC  However  if any of the Clauses of the Bid Rejection Criteria    Bid Evaluation Criteria  as per Ann
94. ties that they act in a  specific manner  refrain from action or tolerate action     6  The Monitor will submit a written report to the Chairperson of the Board of the  Principal within 8 to 10 weeks from the date of reference or intimation to him by  the  Principal  and  should the occasion arise  submit proposals for correcting  problematic situations     7  If the Monitor has reported to the Chairperson of the Board a substantiated  suspicion of an offence under relevant Anti Corruption Laws of India  and the  Chairperson has not  within reasonable time  taken visible action to proceed    Page 4 of 5    against such offence or reported it to the Vigilance Office  the Monitor may  also transmit this information directly to the Central Vigilance Commissioner   Government of India     8  The word    Monitor    would include both singular and plural    Section 9   Pact Duration  This Pact begins when both parties have legally signed it  It expires for the Contractor 12  months after the last payment under the respective contract  and for all other Bidders 6  months after the contract has been awarded   If any claim is made  lodged during this time  the same shall be binding and continue to  be valid despite the lapse of this pact as specified above  unless it is  discharged determined by Chairperson of the Principal     Section 10   Other provisions    1  This agreement is subject to Indian Law  Place of performance and jurisdiction is the  Registered Office of the Principal  
95. tion testing as per ISTA  1G Non operational with Packing   2  Drop Test as per ISTA 1A   3inch Non operational wth Packing        Page 22 of 37             Standard Package of UPS to include the following minimum accessories  1  UPS  2  CD   Monitoring Software   3  RS232 Cable   4  Tower Stand   Foe use as Tower   5  Brackets for mounting in 19   IT Server   Networking Rack   6  UPS to Battery bank connecting Cable   7  User Manual     Manufacturer   QMS  As per ISO 9001  2008   EMS As per ISO 14001  2004   OSHAS  As per ISO 18001  2007    Product Safety Certifications    EN 50091 2 1995 Class A or Equivalent   SURGE  IEC61000 4 5 level4 or Equivalent   CE declaration of conformity or Equivalent Conducted Magnetic Field IEC61000 4 8   level3 or Equivalent              Item No 37  1 KVA UPS  Oty   8 Nos         Specification     Capacity  in kVA   Vah   IkVA 700W 1 Phase Input   1 Phase Output   Technology and Capability    a Pulse Width Modulation  PWM  using IGBTs  double conversion   b  Noise level  Less than 45 dB   c  Operating Temperature  0    40   C   d  Output Wave Form  Pure sine wave   e  Cooling  Air Cooled   f  Total Harmonic Distortion  THD  Voltage   lt  3  for 100  linear load    D G set comp ability  Required   Input Voltage Range 100 V AC to 280 V AC Load dependent    Input Frequency Range 50   10 Hz Implementation   Input Power Factor 0 9 or better at full output load with power factor correction  PFC   Voltage  230VAC Single Phase   Output Voltage Regulat
96. using Polycarbonate  UL94V 0 rated or equivalent   IDC Contact Plating Tin Lead Plate   Faceplate Square shuttered plate with 1 2 4 port  86 x 86 mm   ROHS ELV Compliant       Item No 31  FO Patch Cord SC LC  Qty   240 Nos      The vendor need to supply FO Patch Cord of length 3M SM  SC LC  required for OIL  Township Surveillance System     Specifications Requirement   Make and Type SC to LC Duplex tuned Fiber Optic Patch Cord 3 Mtr  9 125 Micron  Cable Sheath LSZH   Cable Diameter 1 8 mm twin zip   Ferrule Ceramic   Buffer Tight buffered   Insertion Loss MAX  3 db   Return Loss  gt  45 db   Temperature Range   10 Degree C to  60 Degree C   ROHS ROHS Compliant       Item No 32 5 Amp 5 PIN Socket  Oty   100 Nos      The vendor need to supply 5 Amp 5 PIN Socket with boards  joint boxes  circular  boxes  MCB 30 Nos   MCB Boxes 4 Nos  required for OIL Township Surveillance  System              Item No 33  24 Port Patch Panel Cat6  Oty   69 Nos      The vendor need to supply 24 Port Patch Panel Cat6  19 Inch required for OIL  Township Surveillance System        Page 19 of 37             Type   19    24 port  loaded with Jack   A key product used in both Category   6 link and channel gigabit ethernet applications  The IDC section consists of V shaped  contacts that flex not fatigue when terminated  Each port features spring loaded shutter  and can be colour coded to match jack outlets  Offering both front and rear labelling  options  the patch panel is constructed of cold rolled st
97. uto sensing   amp  auto negotiation  Full Duplex  2 Nos   7 Monitor 22  LCD   LED Monitor    8 Keyboard  Mouse Standard Keyboard  amp  two button optical scroll   Mouse     9 Power Supply   220  10  VAC  50 Hz  pf corrected or better     10 Cables   Suitable Power cables  amp  monitor input cables required   11 Manageability The system should have following hardware  software capabilities   Pre installed OEM s diagnostic tool for hardware diagnostics  System Hardware  Management Tool  Rescue and Recovery with Rapid Restore   12 Pre loaded compatible genuine Microsoft Windows 64 bit OS  with DVD media  for restore    13 Data Base   Any suitable database software   14 Operating Environment Up to 35   C ambient temp and   Up to 85   RH non condensing   15 GPU options  One NVIDIA   Quadro   6000 graphics card or equivalent             Item No 14  WS  server with 22   LED monitor for managing LTO device for       Page 14 of 37             Township control room  Oty   1 Nos         Model  Bidder to Specify   Processor  Intel   Xeon   Processor E5 1620 or higher  Quad core  3 6GHZ  10MB   Chipset Intel   C600 Series   RAM Size  16 GB 1600MHz  DDR3     Motherboard  Intel or OEM Motherboard only   Form Factor  Tower Type   HDD  1000 GB SAS  3 5 inch  7200 RPM  min     3 no  in RAID 1 configuration  Optical Drive Slim DVD  R RW   Network Interface Integrated 10 100 1000 Mbps Ethernet Connection  auto sensing  amp   auto negotiation  Full Duplex   Audio High Definition Audio     Monitor
98. utside main guest house 45   Pole JB  47  MAHIRSHI BALMIKI MANDIR GATE 1 From MAHIRSHI BALMIKI MANDIR  GATE 2  48  Pole JB  Le  i    1  1  1  1  1    MAHIRSHI BALMIKI MANDIR GATE 2 From midpoint of 43 44 placing  uderground fiber junction box    DZ ENTRY POINT From OLD TSK EXIT GATE 51  Pole JB    UPCOMING GIRLS HOSTEL NEAR DZ From DZ ENTRY POINT 49 Pole JB       30  30  50  50  30  180  150  100  00  120  100  50  90  00  65  290    OLD TSK EXIT GATE From DD END POINT 52 Pole JB 290 SOS    52 DD END POINT From Outdoor Junction Box near  colony DS    APPROCH POINT OF DX From Outdoor Junction Box between  control room and distribution switch  uplink   DX MARKET POINT From Outdoor Junction Box between  control room and distribution switch  uplink    DX TDX MIDDLE POINT From DS near DX TDX MIDDLE  POINT 55    NEW TD  END POINT From DX TDX MIDDLE POINT 55  Pole   JB    BX WATER TANK From TD FIELD  60  Pole JB    BX EXIT GATE From BX WATER TANK  57 Pole JB  NEAR BX  1 12 SIGN BOARD From BX EXIT GATE 58  pole JB    TD FIELD From Outdoor junction Box    BOTANICAL GARDEN END POINT From Outdoor junction Box  CHILDREN PARK CROSSING FromAX CORNER 64  Pole JB    AX CORNER From BOTANICAL GARDEN END  A omenpaems n    CT END POINT From Outdoor OFC Junction Box  ee er  ASSAM PUBLIFC SCHOOL From Outdoor OFC Junction Box  ae ei a  MONALI RESTRURENT POINT From DS near DX TDX MIDDLE  OE ewe    Distribution Point 1 From Zaloni Club new ofc sm    Distribution Point 2 From Distribution Point 1 new 
99. vanced Layer 3 switching  IPv4 and IPv6  features    5  All SFP ports  2  to be populated with appropriate single mode transceivers    6  Appropriate SMARTNET service to be supplied alongwith              Item No 46  Accessories  Oty   1 Nos         Page 25 of 37             The vendor need to supply all necessary accessories required for fixing the CCTV  Cameras        Item No 47  CCTV for Contracts Department  Oty   8 Nos         Specification    1  High Performance Colour Day Night Fixed Dome IP Camera with    1  Sensor  1 3 inch  type CCD CMOS    ii  Pixels 1280x720 minimum   iii  Sensitivity 0 3 lux IR OFF and 0 0 lux IR ON    iv  Video resolution   720p 480p 240p  configurable    v  Frame Rate 30 fps   vi  Night Vision   Minimum 15 meter capability    vii  Lens type  Varifocal  auto iris with 3 3 12 mm lens   viii  Audio   Line in Line out jack   ix  Audio Compression   G 711   x  Camera Setup Control Via Web browser   x1  Camera to function on 230 VAC 50 Hz  necessary power adapter and surge  protector must be supplied   xii  Video compression H 264  MJPEG MPEG    xiii  Ethernet 10 Base T 100 Base TX  auto sensing  half full duplex RJ45  xiv  Protocols  RTP  UDP  TCP  IP  HTTP  HTTPS  FTP  DHCP  IGMP  ICMP   SMTP  SNMPv1  RTSP  iSCSI  UPnP  IPv4  IPv6  QoS    xv  PoE   IEEE 802 3af Compliant   Xvi  Ingress Protection Rating Standard IP66 NEMA 4X   xvii  Operating Temperature 0  C to 40  C   xviii  Humidity   0  to 90  or better   xix  Mount   Suitable vandal resistant 
100. y Range  45 to 65 Hz   Input Power Factor  gt   0 97 on Full Load   Input Current Harmonic Distortion  THDi   lt  10  on full resistive Load  with Mains  THDu less than 1     Generator Compatibility to genset supply required   Input Protection  Thru In built 1P MCB  Should be provided at the input of the UPS  suitable for the full rated capacity of the UPS    Nominal Output voltage 220  230  240VAC  Selectable    Output Voltage Regulation  2    Nominal Output Frequency 50   60 Hz  Auto selectable    Output Frequency Regulation     0 05 Hz  Free Running   Self Clocked Mode   Output Frequency Slew Rate  lt  1 Hz s   Output Wave Form  Pure sine wave   Output Voltage Distortion  THDu   lt 3   For R Load     lt  5   For RCD Load    Crest Factor 2 5   1 On Full Load  Minimum    Output Short circuit Protection Electronic   Fused    Transient Response  Dynamic Regulation for 10  to 90  step linear load     10   Transient Recovery to steady state condition after 10  to 90  step linear load  lt  1  cycle    Transfer Time  Mode of operation   Nil from Mains mode to Battery Mode   Nil from Battery Mode to Mains mode    Transfer Time  Inverter to Bypass   Bypass to Inverter   lt  4 ms  Synchronized Mode   Automatic  amp  Bi directional static by pass  In built  Should be provided to take care of  uninterrupted transfer of load from Inverter to bypass  under overload   fault  conditions   amp  automatic retransfer from bypass to inverter  on removal of overload    fault conditions     Over
    
Download Pdf Manuals
 
 
    
Related Search
    
Related Contents
Chicago Electric 40764 User's Manual  PFC-Sergio Marabot Garcia  User Manual  White Rodgers 1F80-0471 Specification Sheet (French)  GR-DA20E GE - Aerne Menu    Istruzioni per l`uso Anleitung  MA PHV.book  GIRTON CABINET WASHER MODEL 944      Copyright © All rights reserved. 
   Failed to retrieve file