BRIEF TO TENDERERS BANK OF BARODA ZONAL OFFICE, UPU ZONE V-23 VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW

Similar documents
Appendix - F BANK OF BARODA, GREATER MUMBAI ZONE, MUMBAI PRICE BID TENDER FOR SUPPLY / INSTALLATION OF CCTV SYSTEM. Bill of quantity Price Bid

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

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

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Date of Start and downloading the tender 12 sep 2018

NATIONAL BANKING GROUP WEST-1

HEAD OFFICE, SECURITY DEPARTMENT

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

Security Solutions From The Masters In Electronic Security Systems

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

ANNEXURE-III BUILDING MANAGEMENT SYSTEM (BMS) BMS Total ANNEXURE-III. SL DESCRIPTION OF ITEM UNIT QTY Rate in figures Rate in words AMOUNT

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

S.No. Description Unit (approx.) Unit price Total amount

Ravi Malik General Manager

TENDER FOR EMPANELMENT OF VENDORS

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR


TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

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

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

NOTICE INVITING TENDER

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

Notice inviting Tender for Development of Signature Stall

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

VPS3 Installation Manual

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

.2 Section Waste Management and Disposal..4 Section Electrical General Requirements.

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

FIRE SOLUTIONS >> FIRE EXTINGUISHERS DRY POWDER WATER CARBON DIOXIDE FOAM FEATURES

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA :

Table-1: Clarifications and modification in tender specifications based on Pre-bid meeting discussion

Instruction Manual. Digital Recorder. Model SDR-304. Make sure all the accessories are supplied together. Introduction Connection. Operation.

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

SECTION (13740) - VIDEO SURVEILLANCE

Department of Biochemistry University of Lucknow Lucknow

A. Drawings and general provisions of Contract, including General and Supplementary Conditions apply to work of this section.

ANNEX A.1 TECHNICAL SPECIFICATIONS Negotiated Procedure FRA Provision of Security Supplies and Installations

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

Notice for Empanelment of Vendors.

TENDER DOCUMENT. Name and address of the tenderer:

ACP10 & ACP50 Security Systems

STATEMENT OF WORK. System Description:

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

ZXe INTELLIGENT MULTI PROTOCOL FIRE ALARM CONTROL PANEL

TENDER NOTICE FOR. Page 1 of 30

Datasheet Face Recognition [Genetec VMS]

The following are the terms and conditions for the firms for submission of bids:

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

Material Description Quantity UOM

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

Danfoss gas detection units

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

\JlR -gg ~ik1,cf) Pi fcl ~ ICf)d f3ti xl Pi fcl ~ I~. 3iI~ Pm cn't \IlTCfr t I ~ Pi fcl ~ Il) d Cf);:f)enl

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

Video Surveillance Remote Devices and Sensors

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

Colour Observation System

Danfoss gas detection units

Eligibility Criteria for Participation [Qualification Requirement (QR)]

D45. High performance door entry system CATALOGUE. A Group Brand

Smart Home Security System

Please use authentic SATA hard drive, USB device and battery.

HDCVI PIR Camera User s Manual

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

Intelligent addressable fire alarm control panel

Security Alarm Systems

Operation Manual Fighter ProVision Software. Version: 0.0 Revision: 1

DS-2TD Thermal & Optical Network Bullet Camera

Part: I TECHNICAL SPECIFICATION

Architectural and Engineering Specification for a Fence-Mounted Perimeter Intrusion Detection System. FlexZone

VQCM4 Colour Quad Installation & Instruction Manual

Section PERIMETER SECURITY SYSTEMS

LEAKMONITOR MULTIZONE WATER LEAK DETECTION ALARM PANEL INSTALLATION AND USER OPERATION MANUAL

Multi-Spectral, Digital, Infrared Electro-Optical. FSC Model No. s. Unitized, Two Stage, Quick Response Flame Detectors.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX.

ACTIVE INFRARED BARRIER

EXPANDABLE SMART HOME SECURITY KIT

ALARM SECURITY PRODUCTS

LORAIN CIP 4890/48120 DC Power System

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE

Architectural and Engineering Specification for a Fiber Optic Perimeter Intrusion Detection System. FiberPatrol FP1100X

Relationship beyond banking

Architectural and Engineering Specification for a Fiber Optic Perimeter Intrusion Detection System. FiberPatrol FP1150

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

Installation, Operating and Maintenance Manual

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX.

BURGLAR ALARM PANEL BS-468

D-TECT 2 IP. GJD230 IP Motion Detector

Patriot Systems Limited

PWGSC Ontario MULTIPLEX FIRE ALARM SYSTEM Sect Region Project Page 1 Number R

VDS2510 Installation Manual

Transcription:

BRIEF TO TENDERERS BANK OF BARODA ZONAL OFFICE, UPU ZONE V-23 VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW-226016. NOTICE INVITING TENDER (DOMESTIC COMPETTITIVE BIDDING) FOR SUPPLY & INSTALLATION OF ANTI-BURGLARY SYSTEMS, AUTOMATIC FIRE DETECTION ALARM SYSTEM & CCTV, FOR BRANCHES OF ITS DIFFERENT REGIONS.AND ANNUAL MAINTENANCE CONTRACT AS WELL AS SUPPLY, MAINTENANCE AND REFILLING OF FIRE EXTINGUISHERS AND CARRYING OUT PERIODICAL ELECTRIC AUDIT AND REMIDIAL MEASURES THEREOF AT BRANCHES OF UP AND UTTARAKHAND ZONE. 1. BANK OF BARODA, a corporate body constituted under the Banking companies (Acquisition and Transfer of Undertakings) Act 1970 and having its Head Office at Mandvi, Baroda, Gujarat, Corporate Office at C-26, G Block, Bandra Kurla Complex, Bandra (E) Mumbai-400 051 & ZONAL OFFICE at V-23 Vibhuti Khand,Gomti Nagar, Lucknow-226016. 2. BANK OF BARODA, Zonal Office, Lucknow invites sealed Bids under single stage two Bid systems (Techno commercial & Price Bid) from competitive agencies with sound technical and financial capabilities fulfilling the qualifying requirements as stated below for Supply, Installation and Maintenance of different Security Systems for Branches of UP and Uttarakhand Zone. 3. Brief scope of work involves supply & installation of Anti- Burglary Alarm Systems, Surveillance Systems-CCTV, Automatic Fire Detection Alarm Systems and Fire Extinguishers and their maintenance & refilling and Electric Audit at branches. 4. The salient features of the Tender Document are as follows: Place in which work to be carried out Different branches of the Bank in UP& Uttarakhand EMD & Tender Cost in favour of DD/BC in favour of Bank of Baroda, Payable at Lucknow Tender Cost: `.1000/- for each Tender Earnest Money Deposit (EMD) `. 50,000/- for CCTV `.50,000 for AFDAS ` 50,000 for ABAS & ` 50,000 for Fire Extinguishers ` 25,000 for Electric Audit Process Period for Downloading Last Date & Time for Receipt of Bids 16 days 1.00 P.M on 29.09.2011 5. A set of tender documents (Non-Transferable) can be downloaded from the Bank of Baroda s web page www.bankofbaroda.com. Techno Commercial bid, Price bid and EMDs shall be put in separate closed envelopes and together shall be sealed and enclosed in a cover addressed to The General Manager Bank of Baroda, Zonal Office, Vibhutikhand, Gomti Nagar, Lucknow-226016 6. Bids being delivered by hand shall be put in the separate tender box provided at the reception section. Techno commercial part shall be opened at 4.00 pm on 29.09.2011,ie the last date for submission of bids in the presence of authorized representatives of the attending bidders. The financial bids shall be opened for those whose bids qualify technically.

7. Qualification criteria: Agencies intending to participate shall fulfil the following requirements: EXPERIENCE CRITERIA FINANCIAL CRETERIA 1.Bidder should have 10 years experience in 1. Annual turnover of ` 100 lakhs in the last supply & maintenance of Security Equipment three financial years ending with 2010-2011 systems and should have completed similar (Financial year) (up to March 2011). jobs in other public sector banks during the 2. Income Tax PAN No. allotted by Income last 5 years. Supported by Testimonials, Tax authorities. documents etc. 3. VAT / Sales Tax Registration number 2. ISO 9001-2000 certified firms will be allotted by sales tax authorities to be considered. furnished duly attested. 3. Extensive after sales service network to be 4. Availability of warranty for each & every available in UP & UA. Minimum 5 service items. centres will be preferred. 5.Incom Tax return for last 5 years 6. Current VAT return i.e. April to June 2011. 8. Bidder shall furnish documentary evidence i.e., copies of work orders, completion certificates, audited balance sheets and profit & loss account statement in the first instance itself in support of their fulfilling the qualifying requirements. Bank reserves the right to complete the evaluation based on the details furnished in original bid without seeking any additional information. If supportive documents are not enclosed the technical bid will be rejected summarily. 9. The agency bidding for the above works shall be a reputed and established firm and shall also be in the panel of at least 3 other Nationalized Banks and the sub contractor s name and credentials shall have to be approved by the bank before taking up the work. 10. The bidders should have the After sales / Installation support with the trained / qualified Technicians, with an established office in UP & Uttarakhand. 11. One or more bidders can be allotted work in one or more Regions. In such case the said bidder will have to bring down his rates to the lowest quoted rates. 12. Bank reserves the right to reject the Systems if the performance of the systems is not satisfactory. In such an eventuality the vendor will replace the systems free of cost. 13. In case of repeated failure to address the problems of the installed systems, the firm is liable to be black listed. 14. The delivery schedule will have to be strictly adhered to, as per stipulation in the purchase order. 15. Bank will not pay any advance. 16. Performance guarantee equal to the value of EMD will be deposited with the Bank by way of FD pledged to the Bank. The cost of Tender and EMD should be kept along with Technical Bid. Application without EMD and cost of Tender will be rejected. 17. Bank shall not be responsible for any expenses incurred by bidders in connection with the preparation and delivery of their bids, including expenses incurred during bidding. 18. Bids from consortium shall not be accepted. Telex / Telegraphic / Fax / Email bids shall not be accepted. Tenders received by Post/Courier after the prescribed time and date shall be rejected and representative of such bidder shall not be allowed to attend the Bid opening. 19. Bank reserves the right to reject any or all Bids without assigning any reason. 20. For any further clarification contact the following officials: a. Bank of Baroda Zonal Office, 3 rd floor Baroda House, Vibhuti Khand, Lucknow. 1. (Mr. Sanjeev Anand CM, (EM/Sec) 0522-6677707 2.Col YP Nanda, Sr.Manager (Security) 0522-6677645 / 0522-6677647

BANK OF BARODA, ZONALOFFICE, LUCKNOW TECHNICAL BID 1 FOR ANTI BURGLARY ALARM SYSTEM Address of main office of the firm / company Names of proprietor, partners, directors with phone numbers Address of sub office / well established service workshop in U.P/UTTRANCHAL Local Address & Telephone number (s) of contact person(s) Details of Income Tax / PAN / Copies of IT Returns of last 5 Years Details of Service Tax Registration VAT / Sales tax No Make of Alarm manufacturer / If dealer attach authorization proof Details of ERTL / STQC certificate issued by Department of Electronics G.O.I. Details of existing clients (Name, Address, Telephone no. for feed back purpose) Details of turnover for the last five financial years with years with documentary proof duly audited To attach attested photocopies of the aforesaid documents. Seal : Date :

BANK OF BARODA, ZONALOFFICE, LUCKNOW TECHNICAL BID II FOR BURGLAR ALARM SYSTEM TECHNICAL SPECIFICATION OF ANTI BURGLARY ALARM SYSTEMS SN Technicalities Compliance 1 Burglar / Intruder Alarm System Micro Controller I Micro Processor based model with rechargeable 12 V 7 Ah battery and / or have maintenance free battery back up with automatic changeover. 2 The system having indigenous components should have ERTL certification 3 Control Panel should have visual zone indications, as per need specified by the Bank. 4 Each system must have a minimum of three hooters, one: inside the control unit, one within the premises and one external. 5 Hooters must have sound audibility up to 0.5 Km in normal back ground noise conditions as prevalent in our cities / towns 6 Should have dual activation feature. 7 The control panel used should be tamper resistant 8. System should have auto dialer and CMS compatibility 9 System should have multiple activation options as follows :- a)foot / hand operated magnetic switch b) Any or all of the array of sensors such as Magnetic. PIR, Vibration, Acoustic, Pressure pads etc. Any or all of the array of sensors such as Magnetic. PIR, Vibration, Acoustic, Pressure pads etc. 10 Should have built in mute test facility 11 Should have highest Possible Probability of Detection (POD) 12 Should have lowest possible False Alarm Rate (FAR) 13 All wiring leading out of the control panel to activation points or hooters etc. must be tamper proof. 14 Should have minimum of 6 zones so that introduction of necessary redundancy is possible 15 Should have internal visual and audio warning before activation of the main general alarm, 16 Should have exit and entry delay so that Night Mode if necessary can be fitted on to the exit door. 17 System must have maximum energy efficiency. 18 System must have False Alarm Filters in order to take care of spikes and glitches in the mains voltage. 19 Electronic filters must be capable of filtering out other disturbances such as EMI, RFI etc. 20 Automatic isolation of defective zone 21 Intelligent auto timer off for alarm sound 22 Memory for operated zone and alarm 23 Self diagnostics audio / visual indication for faults. 24 Modular construction 25 Auto change over from day to night mode and vice-a-versa at pre-set time with manual option. 26 ABAS Brands: Securico(solitare),Honeywell,Texicom(Premium),Visonic, Bosch Seal : Date :

BANK OF BARODA, ZONALOFFICE, LUCKNOW TECHNICAL BID 1 FOR AUTOMATIC FIRE DETECTION ALARM SYSTEMS Address of main office of the firm / company Names of proprietor, partners, directors with phone numbers Date of Establishment of Firm Address of sub office / well established service workshop in Uttarakhand / U.P Local Address & Telephone number (s) of contact person(s) Sales tax No Details of Income Tax / PAN / Copies of IT Returns of last 5Years Details of Service Tax Registration Make of Alarm manufacturer / If dealer attach authorization proof Details of ERTL / STQC certificate issued by Department of Electronics G.O.I. Details of existing clients ( name, address, telephone no. For feed back purpose) Audited Balance Sheet for the last 3 years To attach attested photocopies of the aforesaid documents. Seal : Date :

TECHNICAL BID II FOR AUTOMATIC FIRE DETECTION ALARM SYSTEMS TECHNICAL SPECIFICATION Sr.No. PRODUCT COMPLIANCE 1. Main control panel- 2 Zone / 4 Zone with Battery Box RMF Battery 12 V, 7 AH x 2 Exide Make ( conventional type fire alarm system) based as per IS:2189 of 1988 provision of External Auto Dialer up to four location ( ERTL Tested) Control Module, Isolator Module if required 2. Ionisation Smoke Detector Apollo 65 Series 3. Optical Smoke Detector Apollo 65 series 4. Heat Detector Apollo 65 series 5. Manual Call Point 6. Electronic Hooter (Hooter should be compatible for connection with amplifier for public address as well as operate on 24 VDC ) Should be in configuration with all detectors to ensure minimum time gap between sensing and alerting by sound 7. Response Indicator 8. Auto Dialer 9. PVC Insulated Copper Conductor Cable ( FRLS confirming to IS 694 ISI Mark )- Polycab / Finolex 10. PVC Conduit Pipe 11 AFDAS Brands: Agni, Ravel, Bosh, GST, Seal : Date :

BANK OF BARODA, ZONALOFFICE, LUCKNOW TECHNICAL BID II (Continued) TECHNICAL SPECIFICATION OF AUTOMATIC FIRE DETECTION & ALARM SYSTEM SN Characteristics Compliance AFD Alarm System Micro Controller I Micro Processor based model The system having indigenous components should have ERTL certification. Control Panel should have visual zone indicators, as per need specified by the Bank. Each system must have a minimum of two hooters, one: inside the control unit and one within the premises. Hooters must have sound audibility of 90-100 decibels in normal back ground noise conditions as prevalent in our cities / towns Should have, dual activation feature: automatic, as well as, manual features. The control panel used should be tamper resistant System should have auto dialler and CMS compatibility System should have multiple activation options as mentioned above:- Should have highest possible probability of Detection (POD). Should have lowest possible False Alarm Rate (FAR) All wiring leading out of the control panel to activation points or hooters etc. must be tamper proof. Should have, minimum of 2-4 zones, so that introduction of necessary redundancy, is possible. Should have, Automatic Isolator module, so as to be able to isolate any defective point, so that rest of the system, is able to function efficiently. Should have internal visual and audio warning before activation of the main general alarm, Should have control module so as to continue to provide power supply to all units continuously. System must have maximum energy efficiency. System must have maintenance free battery back up with automatic changeover. Batteries should be 2 x 12 volt maintenance free batteries inside the panel of exide make System must have False Alarm Filters in order to take care of spikes and glitches in the mains voltage. Electronic filters must be capable of filtering out other disturbances such as EMI,RFI etc. Intelligent auto timer off for alarm sound Memory for operated zone and alarm Self diagnostics, audio / visual, indication, for faults. Modular construction Cable specifications should adhere to latest BIS code. Wiring to be done with proper saddling and in pvc conduit pipes. Seal : Date :

BANK OF BARODA, ZONAL OFFICE, LUCKNOW TECHNICAL BID 1 FOR Surveillance Systems(CCTV) MANDATORY TECHNICAL REQUIREMENT:- The tender of the vendor not fulfilling even one of the following requirements / conditions will not be considered Address of Main Office of the firm / company Names of Proprietor, Partners, Directors with phone number Address of Sub-Office/Well established Service Workshop in Uttarakhand / U.P Date of Establishment of Firm Telephone Numbers Registered with Registrar of Company Sales Tax No Service Tax No PAN Number ESI & PF No. Income Tax Clearance Certificate / Copies of Income Tax returns filed during the last 05 years Details of works aggregating ` 25 lacs per year for the last 03 years pertaining to CCTV only Certification of ISO 9001-2000 Experience Minimum 5 years Audited Balance Sheets for the last 3 years Documents of CE/FCC/UL Certification or Equivalent of DVR along with the document of authorization from manufacturer to Indian dealer and from the dealer to the supplier be attached * Attested Xerox copies by the appropriate authority of all the above documents must be enclosed. Seal Date:

BANK OF BARODA, ZONAL OFFICE, LUCKNOW TECHNICAL BID II FOR CCTV SDVR COMPLIANCE Display Speed ( NTSC/ PAL) 120 / 100 fps Compliance : Yes / No Recording Speed Max CIF ( 352 * 240) 120 / 100 fps Max 2CIF (704*240 ) 60 / 50 fps Video In Signal Level 1.0 Vpp Composite (+-10% ) / 750 Ohm Balanced Channel 8 Channel ( BNC ) Video Out Main Display 1 VGA( 1024x 768 @ 60 Hz ) Loop Out 8 channel ( BNC) Loop out / 1ch ( BNC) Out / 1 S- Video Spot Out 2 channel Digital ( BNC ) Audio Input / Output 4 Line in ( RCA ) / 1 Line out ( RCA ) codec: G.711 (64 Kbps ) Alarm DI / DO 8 Input / 8 digital out (5 V pp ) Control Device Screen Display Split 1,4,6,8,12,16 Interface Keypad / PTZ keyborad Controller, Remote Controller, USB Mouse controller, USB keyboard Graphic User Interface Video Format NTSC /PAL Auto detection Multi Language Support Codec Image Quality Recording type Modified MPEG-4 Highest / High / Standard / Low Continuous / Motion / Event / Panic English compulsory System Reliability Functions Water mark, Watch Dog, Shut down Detection, Auto recovery, Factory Default Firmware Update By USB or Network Storage Interface type PATA. SATA (option ) Playback Search function Remote Access Hard disk Capacity Recording Mode HDD Back Up file format File Export 4xHDD, No limit on HDD size Write once / Overwriting AVI, JPG, BMP USB Flash, Internal CD/DVD +- RW burner Time / date, event ( alarm/ motion). Event motion ( Smart search ) TCP/IP, View Search, Recording and Control ( Client software or browser Power Source Consumption 120 to 240 VAC / 60 Watt Max Connectors USB Port USB Port * 4 ( Ver2.0, Front-2, Rear -2 ) RS-232 1-D type female connector ( For PTZ, GPS ) RS- 485 2 pin ( For Keyboard, PTZ, GPS or POS connection) Yes CE/FCC/UL Certification (Copy from manufacturer to be enclosed.) DVR Brands (Any of the following) Pelco, CBC, Bosch,Sony,GE,Siemens -Honey well,-samsung * An undertaking from the supplier that only original DVR should be supplied.

Seal Date: (Signature of the Tenderer) COMPLIANCE STATEMENT NORMAL CAMERA S.NO ITEM DESCRIPTION COMPLIANCE 1 Camera Type 1/3 Colour CCD Fixed Dome/CS Mounted Camera 2 Image Sensor 1/3 High sensitive CCD 3 Signal Format PAL 4 Effective Pixels 750 X 580 or more 5 Horizontal Resolution Not less than 540 TVL 6 Minimum Illumination(lux) 0.002LUX,F2.0/50IRE 7 S/N Ratio (AGC OFF) More than 48 db 8 Gamma Correction 0.45 9 Gain Control Auto 10 White Balance Auto (2500 K-9500K) 11 Exposure Auto E. Shutter 1/60(1/50-1/100000sec 12 Video output 1.0 Vp-p Composite (75 Ohm load) 13 Supply Voltage DC 12V+/-10% 14 Power Consumption 100 ma 15 Operation tempture -10 to 50C 16 Lens 3.6 mm( focal 17 Certification FCC/CE/UL(Copy from manufacture to be enclosed 18 Camera Brands (Any of the following) -Pelco, CBC, Bosch, Sony, GE, Siemens, Honeywell, Samsung. Seal Date:

COMPLIANCE STATEMENT IR CAMERA S.NO ITEM DESCRIPTION COMPLIANCE 1 Camera Type 1/3 Colour CCD CS Mounted & IR LEDs 48 2 Pick Element 1/3 Colour CCD image sensor 3 Power supply 12 VDC/24VDC Auto Detectable 4 Scanning System 2:1Inter face 5 Resolution Not less than 540 TVL 6 Sensitivity 0.03LUX, 7 S/N Ratio Less than 50 db 8 Electronic shutter Auto:1/50(60) to 1/100000Sec 9 Output 1 V p -p Composite video out put 75 O 10 Lens Mount CS Mount 11 Lens Type 1/3 3.5-8mm Auto Iris 12 Day/Night Digital 13 Auto White Balance Auto 14 Back light Compensation Dedicated Dip Switch 15 Automatic gain Control Dedicated Dip Switch 16 Flicker loss mode Dedicated Dip Switch 17 IP rating for Housing IP 66 18 Operating temperature -10 to 50C/30-90% RH 19 Certification FCC/CE/UL(Copy from manufacture to be enclosed 20 Camera Brands (Any of the following) :--Pelco, CBC, Bosch, Sony, GE,-Siemens Honey well, Samsung Seal Date:

COMPLIANCE STATEMENT:MONITOR ITEM DESCRIPTION COMPLIANCE S.NO 1 TFT/LCD Colour Monitor Video monitor 21 2 Video PAL/NTSC/colour composite1.0vp-p 3 LCD 17 diagonal.0.66mm stripe pitch 4 Resolution 1280/1024 pixles 5 Contrast 500:1 6 Viewing angle 140 degree horizontal,130 vertical 7 Power input 90-260 VAC,50/60 Hz 8 Consumption 40 watt 9 Monitor Brand(Any of following: LG, Samsung, Sony. COMPLIANCE STATEMENT:VEDIO CABLE S.NO ITEM DESCRIPTION COMPLIANCE 1 Video Cable RG-59 2 Centre conductor Size Solid bare copper 63mm 3 DI-electric material Polyethylene(PE).7.1mm dia white colour 4 DC resistance inner conductor 8.5 ohms/km 5 Capacitance 53+/-3 Ohms 6 Di Electric strength 10 KVA ac mains 7 Insulation resistance 50 M Ohms/Km 8 Nominal impedance 75 Ohms 9 Min bending Radius 55mm 10 Video cable Brand( Any :Finolex, Ocean, POLYCAB, RR Cable,Poliplast. COMPLIANCE STATEMENT:POWER CABLE S.NO ITEM DESCRIPTION COMPLIANCE 1 Power cable 2 No of Cores 03 3 Conductor Size 1.5 sq mm,7/0.68 multi strand with standard annealed electrolytic copper conductor 4 Primary Insulation PVC insulated 5 Armouring Galvanised Steel wire

6 Any :Finolex, Ocean, Polycab, Arkylite TECHNICAL SPECIFICATIONS FOR CCTV SYSTEM GENERAL 1. The work under this system shall consist of designing, supply, installation, testing, training & handing over of all materials, equipment, appliances and labour necessary to Commission the said system, complete with fixed Dome cameras, outdoor fixed mount cameras, Monitors and Digital Video Recorder. 2. It shall also include laying of cables necessary for installation of the system as indicated in the specifications and Bill of Quantities. Any openings/chasing in the wall/ceiling required for the installation shall be made good in appropriate manner. 3. In the bid, the Vendor shall also submit detailed catalogs, data sheets etc., for each of the Products quoted. 4. The Bidder necessarily shall submit in the technical bid their detailed point-by-point compliance/deviation to this tender document. 5. The Bidder shall submit copy of certification of all equipment i.e. UL / CE / FCC. 6. The Bidder shall submit document of authorization from Manufacturer to Indian Dealer and/or Indian Dealer to the Bidder. 7. The bidder shall provide authorization from the manufacturer for providing test reports complying the specifications at the time of inspection 8. Provide authorization from the manufacturer that the items quoted by the tenderer are in production and would be serviceable for at least 3 years from the date of tender. No obsolete products should be quoted. 9. Letter from manufacturer for supporting the system for at least 3 years, for this an MOU between the manufacturer and Tenderer should clearly state support for products and systems for next 3 years. 10. The system shall be so set that it provides minimum 45 days recording for the cameras installed in the normal branches and minimum 90 days recording for the cameras installed in the Currency Chests. 1/3 COLOR CCD FIXED DOME / CS MOUNTED CAMERA SPECIFICATIONS 1. The camera unit shall be 1/3 CCD type Color and shall provide a minimum of 540 TV Lines resolution. It shall be possible to use lenses of 3.6 mm focal length. It shall be possible to adjust the camera head in both the planes so that it can be wall or ceiling mounted. The camera shall operate on 12 volts D.C. 2. The Camera shall comply with the following parameters:- Effective Pixels Pal: 752(H)*582(V) (Minimum) Sync. System: Internal. Resolution: 540 TV Line Minimum. Minimum Illumination: 0.002 Lux / F2.0 / 50ire. S/N Ratio: (AGC OFF) More Than 48 Db. Gamma Correction : 0.45 Gain Control : Auto White Balance : Auto (2500 K ~ 9500 K) Exposure Auto E.Shutter : 1/60(1/50) ~ 1/100000 Sec Video Output : 1.0 VP-P Composite (75_ Load) Supply Voltage: DC 12v +/- 10% Power Consumption :100ma Operation Temp.: -10 C ~ 50 C Lens Type : 3.6 Mm (Focal Length) Camera And Other Assembly / Components should be CE/FC / UL listed to ensure quality

1/3 COLOUR CCD CS MOUNT IR CAMERA WITH 48 LED SPECIFICATIONS 1. The camera shall be of 1/3 format CCD type, compact of rugged design and shall employ solid state circuitry. The camera shall deliver clear, high resolution colour picture without geometric distortion. 2. The Camera shall comply with the following parameters. Pick up Element: 1/3 inch Color CCD image Sensor (interline) Power supply: 12VDC/24VAC Auto Detectable Scanning System: 2:1 interlace Resolution: Minimum 540 TV lines Sensitivity: 0.03 lux S/N Ratio:More than 48 db Electronic shutter: Auto: 1/50 (60) to 1/1, 00,000sec Output: 1Vp-p Composite video output, 75 Ohm Lens mount: CS Mount Lens Type : 1/3 3.5-8mm Auto Iris Day/Night : Digital Auto White Balance : Auto Back Light Compensation : Dedicated Dip Switch Automatic Gain Control : Dedicated Dip Switch Flicker less Mode : Dedicated Dip Switch IP rating for Housing: IP 66 Operating Temperature: - 10 to 50 C / 30 90% RH Camera and other assembly / components should be CE /FC/ UL listed to ensure quality 8 CHANNEL STAND ALONE DIGITAL VIDEO RECORDER SPECIFICATIONS 1) The DVR shall be a digital image recording device with the functionality of 8 cameras video inputs. 2) The digital video recorder shall be fully multitasking capable of simultaneously recording whilst playing back. 3) The digital video recorder shall incorporate 3 internal hard disk drives of 500 GB capacity each. 4) The digital video recorder shall have an integral CD/DVD-Writer for archiving purposes. 5) The digital video recorder should have mouse or keyboard control options through USB ports. 6) The Digital Video Recorder shall operate on an embedded Linux Operating System. 7) The digital video recorder shall auto-detect connected cameras and be configured to record at the touch of a button. PTZ cameras must be configured manually. 8) The digital video recorder shall have composite BNC inputs for up to 8 color or monochrome cameras. 9) The digital video recorder shall have loop-through connectors with automatic software controlled termination to connect to other equipment. 10) The digital video recorder shall have software-controlled contrast and brightness adjustment settings for each camera. 11) The digital video recorder shall have Automatic and Static Gain Control settings for each camera. 12) The firmware of the digital video recorder shall be upgradeable remotely across a computer network and through USB port. 13) Operation of the digital video recorder shall be from the front panel or via an infrared remote control. 14) The digital video recorder shall have an easy to follow, logical menu system. The digital video recorder shall have the option to change the menus to different languages. 15) The Digital Video Recorder shall feature dual monitor outputs: a primary or main monitor output and a secondary or spot monitor output. The primary monitor output screen must have connections for BNC, or SVHS monitors, any of which can be used simultaneously.

16) The main monitor shall be able to provide any camera full screen, sequencing full screen, and 4, 6, 9, 16 ways multi-screen displays whilst full frame recording is taking place. 17) The main monitor shall display a true live picture without digitization, on full screen or any of the multiscreens, up to and including 16 way camera displays. An on screen colored indicator shall show whether all individual cameras are recording. 18) The secondary monitor shall display live, analogue full screen video from either a selected camera, sequencing cameras and / or be used to display alarm / motion events. 19) The Digital Video Recorder shall provide a digital freeze frame and x2 digital zoom in full screen live and playback modes, including the ability to move around a zoomed image. 20) The Digital Video Recorder shall be capable of displaying user definable cameras in any of the multiscreen modes available. When sequencing, the Digital Video Recorder, shall have the option to display, specified multi-screen display, as per the operator s requirements, so that specific, cameras can be programmed, to remain on view even though other cameras around it may be sequencing. 21) The Digital Video Recorder shall have the option to remove cameras from normal viewing on the monitor, so that they are recorded but not viewed. 22) The Digital Video Recorder shall record the camera video signals as a full screen image from each of the cameras. 23) The Digital Video Recorder shall be able to record a single camera at up to 25 frames per second (PAL). 24) The Digital Video Recorder shall have a maximum record rate of up to 200 frames per second (PAL). 25) The Digital Video Recorder incorporates quality settings and record rates per camera, which allows the user to individually program each camera s record priority. An adjustable global resolution of up to 720x576 (PAL) (maximum) shall be available. 26) The Digital Video Recorder shall have the ability to alert the operator via an on board buzzer should there be an error whilst writing images to hard disk. 27) Connected cameras shall be able to be removed from the recording sequence without affecting the ability to display that camera on the main or spot monitor. 28) The Digital Video Recorder shall provide a user-programmable character title for each camera and shall record time, date and title with each video image. 29) The Digital Video Recorder shall be capable of playing back one camera full screen. 30) The Digital Video Recorder shall have the ability to go to a particular time and date. 31) The Digital Video Recorder shall be able to playback, pause, frame advance / rewind and multi speed fast forward or rewind using front panel buttons, IR remote control or mouse or keyboard. 32) The Digital Video Recorder shall have a History log feature displaying system events. This shall include power failures & recovery, menu access, network access (including user name), motion detection, sensor activation and video loss. 33) The Digital Video Recorder shall have a pre-set menu option which will determine whether the internal HDD will overwrite or stop recording once full. The current status of the HDD space remaining will be displayed on a status bar on the main monitor. 34) The Digital Video Recorder shall apply a digital signature to recordings contained on the internal hard disks, without affecting performance. 35) The Digital Video Recorder shall be able to copy a specified image sequence to its internal CD Writer.

The digital multiplexer must continue to record when writing to the CD-RW. The back up CD will auto-run on a PC and will not require the user to install any additional software to play back the video images contained on the CD. The back up CD will also be able to be played back on the digital multiplexer itself via the internal CD-RW and the main monitor. 36) The digital multiplexer will allow the operator to preview the images selected for archiving before starting the archive process to CD. 37) The Digital Video Recorder shall be able to provide a relay trigger on video loss, motion detection and sensor activation. 38) The Digital Video Recorder shall have the ability to sound a buzzer on alarm, motion detection, video loss, disk full or writing to HDD error. 39) The Digital Video Recorder shall be able to switch to a full screen image on both the main and / or spot monitors when an alarm / motion event happens, in addition to alerting a network operator. 40) The operator shall be able to set the polarity of each individual alarm contact to either normally open or normally closed. 41) The Digital Video Recorder shall provide a history log for all the alarms/activity on the internal hard disk with time, date and camera name and/or number. The history log shall have a filter to be able to show the operator alarm, motion, video or other events only, as required. 42) The Digital Video Recorder shall have 16 internal programmable alarm inputs. 43) The Digital Video Recorder shall have a user definable schedule to allow multiple schedules to be set for each individual hour of the day for each camera. This shall include the ability to select different hours of the day for normal recording, motion recording, sensor recording, motion & sensor recording, and off. 44) Recording schedules shall be able to be copied and pasted to other individual cameras, or copied and pasted to all cameras to assist the operator with the configuration of the unit. 45) The Digital Video Recorder shall feature individually programmable activity detection on all video channels, with an on screen 16 x 12 set up grid, and 5 sensitivity level selectable on all channels. 46) The Digital Video Recorder shall have 3 different layers of Password for better authenticity and flexible level of control. 47) The Digital Video Recorder shall have both manual and automatic lock functions that will not affect the recording operation of the unit. This shall either be done manually or by using a pre-set menu option to automatically lock the unit after 30 seconds of no buttons being pressed on either the front panel or IR remote control. This will prevent unauthorized use and shall require an operator to input a password to unlock the unit. 48) The Digital Video Recorder shall be able to control telemetry cameras and should support multiple telemetry protocols. 49) Cameras with telemetry shall be controllable using the Enterprise Viewing Software across an Ethernet network. 50) The Digital Video Recorder shall have the ability to connect to LAN / ETHERNET Each remote unit will have varying levels of password protection for remote access. Users logging on via the network will have their user names logged locally in the digital video recorder history log with their log on / off dates and times. The operator will have the option to be alerted via on-screen symbols and audible alarm for video loss, motion and sensor events as they happen. Optimum bandwidth settings shall be available for Ethernet network transmissions. License free Enterprise Viewing Software for Windows shall be included with each unit.

51) The DVR shall comply with the following parameters:- Display Speed (NTSC / PAL) 120 / 100 fps Recording Speed Max. CIF (352*240) 120/ 100 fps Max. 2CIF (704*240 ) 60 / 50 fps Recording Storage Minimum 30 days with 5 Cameras Video In Signal Level 1.0Vpp Composite (+-10%) / 75Ohm Balanced Channel 8 Channel (BNC) Video Out Main Display 1 VGA (1024 x 768 @ 60Hz ) Loop-Out 8 Channel (BNC)-Loop Out / 1ch(BNC) Out / 1 S Video Spot out 2 Channel Digital(BNC) Audio Input / output 4 Line in (RCA) / 1 Line out (RCA), Codec:G.711(64Kbps) Alarm DI / DO 8 input / 8 digital out ( 5Vpp) Panic Alarm Input Yes Control Device Keypad/PTZ keyboard Controller Remote Controller USB mouse controller USB Keyboard Screen Display Split 1, 4, 6, 8, 9 Interface Graphic User Interface Video Format NTSC / PAL Auto detection Codec Modified MPEG-4 Image Quality Highest/ High/ Standard/ Low Recording type Continuous/ Motion/ Event /Panic Multi-Language Support English compulsory System Reliability Functions Water Mark Watch Dog Shut Down Detection Auto Recovery Factory Default firmware Update by USB or Network Storage Interface type PATA, SATA (option) Hard Disk Capacity 4 X HDD, No Limit on HDD size Recording HDD mod Write once / Overwriting Back Up File Format AVI, JPG, BMP File Export USB Flash, Internal CD/DVD + RW burner Playback Search Time/Date, Event (Alarm/Motion), Event motion Function Remote Access (Smart search) TCP/IP, View, Search, Recording and Control (Client Software or browser) Power Source / consumption 120 to 240 VACS / 60 watt Max. Connectors USB port USB port * 4 (Ver 2.0, Front:2, Rear:2)

RS-232 1-D type female connector ( for PTZ, GPS ) RS-485 2 pin ( for Keyboard, PTZ, GPS or POS connection) TFT / LCD Colour Monitor Specifications 1. The Colour display shall be suitable with the standards of the selected cameras. It shall be solid state and modular in design. It shall provide a bright, clear and well-defined picture display on the screen. 2. All controls for brightness, contrast etc. shall be provided on the front panel for readily adjusting the levels of the video signal. The rear panel shall be provided with input and output connectors for coupling the video output to other Monitors. 3. The video monitor installed shall be of 21 size. 4. The Monitor shall comply with the following parameters:- Video: PAL / NTSC colour composite 1.0Vp-p LCD: 17 diagonal, 0.66 mm Stripe pitch Resolution: 1280 / 1024 pixels Contrast Ration: 500: 1 Viewing angle : 140 degree horizontal,130 degree vertical Power Input: 90 260 VAC, 50/60 Hz Consumption: 40 Watts Video Cable Specifications Video Cable RG-59 of the following minimum specifications shall be used for connecting cameras installed at various locations to the DVR:- Centre conductor size : Solid Bare Copper 0.63mm Di - electric material : Polyethylene (PE), 7.1mm dia white colour DC resistance inner conductor : 8.5 Ohms/Km Capacitance : 53 +/- 3 Ohms Di-electric strength : 10 KVA AC mains Insulation resistance : 50 M Ohm/km Nominal impedance : 75 Ohms Min Bending radius : 55 mm Power Cable Specifications Power cables used for extending power supply to various cameras and other devices shall have The following minimum specifications:- Core- 03 (three) Primary Insulation:PVC Insulated, Armouring Galvanized Steel Wire Conductor size - 1.5 sq mm, 7/0.68 multi strand with standard annealed electrolytic copper conductor. Any of Following Make :- - SDVR:- PELCO,GE,CBC,SAMSUNG,HONEYWELL,SONY,BOCH,SIEMANS, PANASONIC - CAMERA:- PELCO,GE,CBC,SAMSUNG,HONEYWELL,SONY,BOCH,SIEMANS,PANASONIC - MONITOR:- SAMSUNG, LG,SONY,NEC,PANASONIC - HARD DISK:-SEAGATE / WD - CABLING: POLYCAB, ARKYLITE FINOLELEX - PVC Conduit:- medium grade (ISI mark) with 20 mm dia will be used for laying Video Cables / Power cables.

BANK OF BARODA, ZONAL OFFICE, LUCKNOW TECHNICAL BID 1 FOR FIRE EXTINGUISHERS MANDATORY TECHNICAL REQUIREMENT:- The tender of the vendor not fulfilling even one of the following requirements / conditions will not be considered Address of Main Office of the firm / company Names of Proprietor, Partners, Directors with phone number Address of Sub-Office/Well established Service Workshop in Uttarakhand / U.P Date of Establishment Telephone Numbers Registration No of Registrar of Company Sales Tax No Service Tax No PAN Number ESI & PF No. Income Tax Clearance Certificate / Copies of Income Tax returns filed during the last 05 years Details of works aggregating `25 lacs per year for the last 03 years pertaining to Fire Extinguishers only Certification of ISO 9001-2000 of Applicant Experience Minimum 5 years Audited Balance Sheet for the last 3 years. Dealership Certificate from Manufacturer in Name of Bank (Bank of Baroda UPU Zone Lucknow) * Attested Xerox copies by the appropriate authority of all the above documents must be enclosed.

Seal Date: FIRE EXTINGUISHERS TECHNICAL BID -II S N DETAILS COMPLIANCE 1. Brand & Manufacture: Minimax / Ceasefire / Kanex 2. ISI mark NO of the Product: 3. BIS Certificate of the Manufacturer: 4. Certificate / license from Chief Controller of Explosive Dept Centre Govt for CO2 FEs 5. Details of Fire extinguishers: (To be specified for each type) a. Water Co2-9 Itr : i. Capacity : ii. Content : iii. iv. b. Co2 gas-4.5 kg, : i Capacity : ii. Content : working Pressure: Working Time iii. iv. c. DCP-5 Kg, i. Capacity : ii. Content : working Pressure: Working Time iii. iv. d. ABC 5 Kg, i. Capacity : ii. Content : working Pressure: Working Time iii. working Pressure: iv. Working Time e. Automatic Type Modular Extinguisher 5 Kg (Clean Agent) i. Capacity : ii. Content : iii. iv. working Pressure: Working Time : 6. Details of Hydraulic Pressure testing: (To be specified for each) Tested at what pressure : Seal Date:

BANK OF BARODA, ZONAL OFFICE, LUCKNOW TECHNICAL BID 1 FOR ELECTRIC AUDIT OF BRANCHES MANDATORY TECHNICAL REQUIREMENT:- The tender of the vendor not fulfilling even one of the following requirements / conditions will not be considered Address of Main Office of the firm / company Names of Proprietor, Partners, Directors with phone number Address of Sub-Office/Well established Service Workshop in Uttarakhand / U.P Date of Establishment Telephone Numbers Registered with Registrar of Company Sales Tax No Service Tax No PAN Number ESI & PF No. Income Tax Clearance Certificate / Copies of Income Tax returns filed during the last 05 years Details of existing clients ( name, address, telephone no. For feed back purpose) Number of electricians in the pay roll Experience Minimum 5 years * Attested Xerox copies by the appropriate authority of all the above documents must be enclosed. Seal Date:

BANK OF BARODA, ZONAL OFFICE, LUCKNOW FINANCIAL BIDS FOR SUPPLY INSTALLATION AND AMC OF ANTI BURGLARY ALARM SYSTEM Financial Bid (FB) should contain only financial detail viz Price per unit for supply and installation including break up as per the format given below. Net rate per unit (inclusive of cost of all the components / equipments as per configuration for Anti Burglary Alarm System complete with Night mode of one magnetic sensor and one PIR sensor, Installation (with taxes / any other charges whatsoever) with warranty of one year from the date of installation 1. Net Package Price per ANTI BURGLARY ALARM SYSTEM 2. Buy Back Price of Old System if available shall be @... Sr.No. PRODUCT RATE / UNIT in Rs 1. Main control panel 6 Zone ( 3panic Zone + 2 intruder Zone + 1 Emergency Zone) with External Motorised Siren Speaker, PIR Sensor, Vibration Sensor,Operational Switch Hand Operated, Operational Switch Foot Operated, Auto Dialler ( With 4 contact no and pre recorded message), Two Core wire in PVC Conduit Pipe. 2. Installation Charges 3. Annual Maintenance Contract Charges (4 mandatory visits PA) 4. Spare Parts: 5. a. Sensors- i. Magnetic ii. Shutter iii. PIR b. Auto dialler c. Hooter iv.vibration d. Motorised Siren v. Pressure pads e. 12v 7AH Rechargeable Battery f. Panic Switch g. Control Panel h. Wire per meter j. PVC Conduit pipe We confirm that the rates quoted above are net rates as per the Configuration / Technical specifications and the terms and conditions give in the tender document. The technical bid and financial bid should be given in separate envelopes. Both the sealed covers marked as TB & FB super scribing advertisement reference and applicants name and address be put in one sealed cover addressed and submitted to the address mentioned below. Decision taken by Bank at any point of time in connection with this process shall be final and conclusive and no claim or dispute from any quarter in that regard shall be entertained. The bids are to be submitted to:-the General Manager, Bank of Baroda, Zonal office Bibhuti Khand Gomti

Nagar Lucknow-226016 Seal : Date BANK OF BARODA, ZONAL OFFICE, LUCKNO FINANCIAL BIDS FOR SUPPLY AND AMC OF AUTOMATIC FIRE DETECTION & ALARM SYSTEM Financial Bid (FB) should contain only financial detail viz Price per unit for supply and installation including break up as per the format given below. Net rate per unit (inclusive of cost of all the components / equipments as per configuration for Automatic Fire Detection & Alarm System complete with Optical & Heat sensor, Manual Call Point and Hooters as well as rechargeable battery (2x12 Volt), Installation (with taxes / any other charges whatsoever) with warranty of one year from the date of installation 1. Net Package Price per Automatic Fire Detection & Alarm System 2. Buy Back Price of Old System if available shall be @... Please submit unit rates of items as per the specifications and brand with taxes if applicable. Sr.No. PRODUCT RATE / UNIT in Rs 1. Main control panel 2 Zone & 4 Zone with Battery Box and 2 x 12 AH Batteries (conventional type fire alarm system) based as per IS:2189 of 1988 provision of external Auto Dialler up to four location ( ERTL Tested) with 8 Ionisation Smoke Detector, 4 Optical Smoke Detector, 2 Heat Detector, 6 Response Indicator, 2 Manual Call Point, Electronic Hooter ( Hooter should be compatible for connection with amplifier for public address as well as operate on 24 VDC ), 1 Auto Dialler (With 4 contact nos and pre recorded message), in PVC Insulated Copper Conductor Cable ( FRLS confirming to IS 694 ISI Mark - Armoured 2 core copper wire). 2. Installation Charges 3. Annual Maintenance Contract Charges (4 Mandatory visits PA) 4. Additional Spare Parts: a. Micro processor based 4 zone Control Panel. b. 12 v 7 AH Rechargeable Battery c. Ionisation Smoke Detector d. Optical Smoke Detector e. Heat Detector f. Auto Dialler (With 4 contact no and pre recorded message), g. PVC Insulated Copper Conductor Cable ( FRLS confirming to IS 694 ISI Mark - Armoured 2 core copper wire) per meter PVC Conduit Pipe We confirm that the rates quoted above are net rates as per the Configuration / Technical specifications and the terms and conditions give in the tender document The technical bid and financial bid should be given in separate envelopes. Both the sealed covers marked as TB & FB super scribing advertisement reference and applicants name and address be put in one sealed cover addressed and submitted to the address mentioned below. Decision taken by Bank at any point of time in connection with this process

shall be final and conclusive and no claim or dispute from any quarter in that regard shall be entertained. The bids are to be submitted to:-the General Manager, Bank of Baroda, Zonal office Vibhuti Khand Gomti Nagar Lucknow-226016 Seal : Date : BANK OF BARODA, ZONAL OFFICE, LUCKNOW FINANCAL BID FOR SUPPLY AND INSTALLATION OF 8 CHANNEL DVR (CCTV )SYSTEM Net rate per unit (inclusive of cost of all the components / equipments as per configuration for CCTV, DVR, 8 Colour Cameras, Monitor, Wiring etc Installation and Power Points (if required) and any other taxes / charges whatsoever) with warranty of one year from the date of installation 1. Net Package Price per CCTV System complete with monitor, 5 Colour Cameras with minimum 30 days recording 2. Buy Back Price of Old System if available shall be @... 3. Annual Maintenance Charges ( AMC ) of existing Old System shall be @ 4. Rate of Spare Parts : Please submit unit rates of items as per the specifications and brand with taxes if applicable. RATES OF SPARE PARTS AS PER BANK SPECFICATIONS S.N. Products Name Rates /units 1 8 Channel DVR comprising of: Mother Board, Hard Disk 1TB (Seagate SV 35 Series), Sata / Pata Cable, DVD Writer, Camera 2Dome(3.6 to 8 mm very focal) 2 CS (3.6 to 8 mm very focal)mount 1 IR camera ( night vision- 24 LED) 19 TFT LCD Monitor, 8 camera power supply (SMPS Supply) 3 core 14/36 Power cable 100 mtrs & RG 59 co-axial cable wire 100 mtrs and mouse 2. Installation Charge 3. AMC Charge (4 mandatory visits PA) 4. Spare Parts: a. Mother Board of stand alone DVR 8 Channel b. Hard Disk 1TB (Seagate SV 35 Series) c. Sata / Pata Cable d. DVD Writer e. Dome Camera (3.6 to 8 mm very focal f. Camera CS Mount(3.6 to 8 mm very focal g. Camera IR( night vision- 24 LED) h. Camera PTZ 22x Lens 3.6 mm to 8 mm fixed focal 19 TFT LCD Monitor USB mouse RG-59 CO-Axial cable 3 Core 14/36 Power cable 12 Pvc conduit Pipe 13 Camera Power supply 14 SMPS for DVR 15 Extra Hard disc for additional recording space. We confirm that the rates quoted above are net rates as per the Configuration / Technical specifications and the terms and conditions give in the tender document. The technical bid and financial bid should be given in separate envelopes. Both the sealed covers marked as TB & FB super scribing advertisement reference and applicants name and address be put in one sealed cover addressed and submitted to the address mentioned below.decision taken by Bank at any point of time in connection with this process shall be final and conclusive and no claim or dispute from any quarter in that regard shall be entertained.

The bids are to be submitted to:-the General Manager, Bank of Baroda, Zonal office Vibhuti Khand Gomti Nagar Lucknow-226016 Seal : Date : (Signature of the Tenderer) Financial Bids-Fire Extinguishers NEW SUPPLY Sr No Type Brand(ISI MARKED) Price each 1 Water Co2 9ltr 2 Co2 Gas 4.5 kg 3 ABC 5 kg 4 DCP 5 kg 5 Modular Type Automatic 5 Kg (All prices quoted should be inclusive of all taxes and installation charges) Refilling & Annual Maintenance Charges including transportation Sr. No ITEM RATE 1.a Water Co2 9 ltr- Refiling Charges: Each 1.b Service/Maintenance Charges Each- 2.a Co2 Gas 4.5 Kg- Refiling Charges: Each 2.b Service/Maintenance Charges Each- 3.a ABC 5 Kg- Refiling Charges: Each 3.b Service/Maintenance Charges Each- 4.a Dry Chemical Powder- 5 kg-refilling Charges Each 4.b Service/Maintenance Charges Each- 5. Hydraulic Pressure testing rates: Water CO2; CO2 Gas; ABC; DCP (Annual Maintenance Charges including transportation -Mandatory 3 visits) Spare Parts Sr No Parts Rates 1 Gas Cartridge 2 Pressure Guage 3 Discharge Pipe 4 Discharge Horn (in case of CO2) 5 Cap Assembly 6 Siphon Tube 7 Hanging Clamps 8 Operating Lever(in case of ABC) 9 Control Washer We confirm that the rates quoted above are net rates as per the Configuration / Technical specifications and the terms and conditions give in the tender document. The technical bid and financial bid should be given in separate envelopes. Both the sealed covers marked as TB & FB super scribing advertisement reference and applicants name and address be put in one sealed cover addressed and submitted to the address mentioned below.decision taken by Bank at any point of time in connection with this process shall be final and conclusive and no claim or dispute from any quarter in that regard shall be entertained. The bids are to be submitted to:-the General Manager, Bank of Baroda, Zonal office Vibhuti Khand Gomti Nagar Lucknow-226016 Seal :

Date : (Signature of the Tenderer) Financial Bid-Electric Audit Sr. No Item Rate 1. Electric Audit of a. Rural Branch 2. b. Semi Urban Branch 3. c. Urban Branch 4. d. Metro Branch (All prices quoted should be inclusive of transportation charges and all taxes). ( Branches categorised as per Bank s categorisation) Spare Parts Sr No Parts( ISI MARKED) Rates 1 Main Switch Panel 2 MCB 3 MCCB 4 Isolators 5 Switches 6 Sockets 3 pin 5 amp & 15 amp 7 Power Plugs 8 We confirm that the rates quoted above are net rates as per the Configuration / Technical specifications and the terms and conditions give in the tender document. The technical bid and financial bid should be given in separate envelopes. Both the sealed covers marked as TB & FB super scribing advertisement reference and applicants name and address be put in one sealed cover addressed and submitted to the address mentioned below.decision taken by Bank at any point of time in connection with this process shall be final and conclusive and no claim or dispute from any quarter in that regard shall be entertained. The bids are to be submitted to:-the General Manager, Bank of Baroda, Zonal office Vibhuti Khand Gomti Nagar Lucknow-226016 Seal: Date: (Signature of the Tenderer)

BANK OF BARODA ZONAL OFFICE LUCKNOW INVITES TENDER FOR SUPPLY / INSTALLATION / ANNUAL MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM / AUTOMATIC FIRE DETECTION ALARM SYSTEM / SURVEILLANCE SYSTEMS(CCTV) / PORTABLE FIRE FIGHTING EQUIPMENTS AND ELECTRIC AUDIT OF BRANCHES TENDER DOCUMENT NAME AND ADDRESS OF THE TENDERER DATE AND TIME OF SUBMISSION OF THE TENDER: The General Manager Bank of Baroda, Zonal Office, V23 Vibhuti khand,gomti Nagar Lucknow-226016 INDEX SHEET NAME OF WORK:SUPPLY, INSTALLATION AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEMS AUTOMATIC FIRE DETECTION &ALARM SYSTEM,SURVEILLANCE(CCTVS)SYSTEMS & SUPPLY, MAINTENANCE & REFILLING OF FIRE EXTINGUISHERS,[ (EMDs TO BE ENCLOSED ACCORDINGLY) Envelops should be clearly marked as to for which item applied for in each of the three envelops.] 1. TECHNICAL BID / SPECIFICATIONS FOR ANTI BURGLARY ALARM WORKS 2. TECHNICAL BID /SPECIFICATIONS FOR AUTOMATIC FIRE DETECTION & ALARM SYSTEM 3. TECHNICAL BID/ SPECIFICATIONS FOR SURVEILANCE (CCTV) WORKS 4. TECHNICAL BID/ SPECIFICATIONS FOR PORTABLE FIRE FIGHTING EQUIPMENTS 5. TECHNICAL BID/ SPECIFICATIONS ELECTRIC AUDIT OF BRANCHES 6. FINANCIAL BID FOR ANTI BURGLARY ALARM WORKS 7. FINANCIAL BID FOR AUTOMATIC FIRE DETECTION & ALARM SYSTEM 8. FINANCIAL BID FOR SURVEILANCE (CCTV) WORKS 9. FINANCIAL BID FOR PORTABLE FIRE FIGHTING EQUIPMENTS 10.FINANCIAL BID FOR ELECTRIC AUDIT OF BRANCHES 11.EMD FOR ANTI BURGLARY ALARM WORKS / 12.EMD FOR AUTOMATIC FIRE DETECTION ALARM SYSTEM / 13.EMD FOR SURVEILANCE (CCTV) WORKS / 14.EMD FOR PORTABLE FIRE FIGHTING EQUIPMENTS / 15.EMD FOR ELECTRIC AUDIT