Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | Name of Work: Providing Additional CCTV cameras, including Ethernet switches and associated works for video surveillance system at Anushaktinagar, Mumbai-400094. NIT No: DCSEM/CQD/QSC/AN/Add-CCTV/26-27/NIT-01, Dt.08/05/2026 Common Notes 1) Bidders are requested to note that they should necessarily submit their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BoQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the BLUE coloured (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidder should save it and submit it online, without changing the filename. If the BoQ file is found to be modified by the bidder, the bid will be rejected. 2) Bidders are advised to download this BOQ as it is and quote their offer/rates in the permitted column and upload the same in the commercial bid. Bidder shall not tamper/modify downloaded price bid template in any manner. In case if the same is found to be tempered/modified in any manner, tender will be completely rejected and EMD would be forefeited and tenderer is liable to be banned from doing business. 3) All the documents being submitted by the bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. IMPORTANT GENERAL NOTES Sr. No. Details / Description of Notes |
| 2 | The site is situated at Anushaktinagar, Mumbai-400094. |
| 3 | The tenderers are advised to visit the site of work & its surroundings, with prior permission of Engineer-in-charge/authorised representative, to acquaint themselves about the location of work, accessibility to the site, level of sub-soil water, drainage facility for dewatering and any other matter relating to availability and carriage of construction materials, nature of work etc., and satisfy themself and then quote the rates accordingly. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and NO extra charges consequent on any misunderstanding or otherwise shall be allowed. |
| 4 | Tenderers shall visit the site of work, at their own cost. The request email for site visit shall be sent well in advance (preferably three working days before) for preparation of visitor pass, fixing suitable & mutually agreed date & time for site visit. The email ID for site visit is mentioned in tender documents. |
| 5 | Contractor is fully responsible for making payment of Minimum wages & Bonus to labourers, EPF & ESI to statutory Authorities timely and submission of challans and documentary proof to EIC for release of payment of Running Account / Final Bill. Otherwise, bill will not be forwarded by EIC to Accounts for payment. EIC should ensure that all necessary documents are submitted by Agency for release of payment. No Running Account / Final Bill shall be paid for the work till the applicable labour license, registration and challans with EPFO, ESIC and BOCW (Building and Other Construction Workers) Welfare Board, whatever applicable, are submitted by the Contractor to the Engineer-in-Charge.) |
| 6 | Contractor shall take a Contractor’s All Risk (CAR) Insurance Policy in respect of entire scope of work and a Janata insurance policy to cover the compensation claims arising out of Workmen's Compensation Act-1923. The Insurance policy shall be taken for entire period of contract and copy of the same shall be submitted to the Engineer-in-Charge before commencement of the work. The insurance policy shall be taken before commencement of the work and shall be renewed during the construction period till actual completion of work. The charges for issue & renewal of insurance policy shall be borne by Contractor. In event of failure of the Contractor to obtain Insurance Policy, Running Account Payments of the Contractor shall not be released till such time the same is obtained by the Contractor & submitted to the Engineer-in-Charge. In case, Insurance Policy has validity period not matching with contract period (either due to policy start date later than actual date of start of work or policy end date earlier than actual date of completion), then penalty for gap in period shall be levied at one and half times the rate of Insurance Policy premium including GST, to be computed on per day basis. All the workers engaged on the work shall required to be insured as per Government norms at the cost of contractor. |
| 7 | The Contractor shall submit with every Running Account / Final Bill, a certificate of employment/deployment of the Technical representative(s) as per Clause 36 (i) in Schedule 'F' of \\" Salient Governing Features of the Tender\\", after certifying by Engineer-in-Charge. In the event of not fulfilling the above provisions of Clause 36(i), recovery shall be made from the contractor as per Schedule 'F'. |
| 8 | Arrangement of Electricity : as per Schedule -BThe contractor shall arrange electricity, lighting etc. required for the construction work at his own cost. Necessary permission from Statutory Authority, if required, shall be obtained by the Contractor. OrElectricity for construction work will be supplied by department @ free of cost. |
| 9 | Arrangement of Water : as per Schedule -BThe contractor shall arrange water required for the work at his own cost. Necessary permission from Statutory Authority, if required, shall be obtained by the Contractor. OrWater will be supplied by department and water charges will be recovered @1% of gross value of work done. OrWater for work will be supplied by department @ free of cost. |
| 10 | Obtaining permission as per Ground Water Regulation for dewatering, from Central Ground Water Authority (CGWA) / respective statutory authority: The Contractor shall obtain necessary permission from relevant statutory authority related to Ground Water Regulation for dewatering, maintaining & submitting respective data. The applicable necessary statutory charges, penalties (due to environmental compensation arising from unauthorized pumping, non-compliance etc.) shall be borne by Contractor, without any extra cost to department. |
| 11 | The drawings issued for Tender purpose are preliminary and indicative only. The Working drawings as applicable shall be issued in phased manner at the time of execution. Nothing extra shall be entertained towards revision in drawings. Drawing shall not be taken outside campus/site/premises without Gate Pass issued by EIC. |
| 12 | All the items of sub-structure include the cost of dewatering and shoring, wherever necessary, during the progress of work, till its completion without any extra cost to the Department. |
| 13 | Regarding Classification of Earthwork, Rock with average Uniaxial Compressive Strength (UCS) > 10 N/mm2 Or Rock Quality Designation (RQD) > 25% Or Core Recovery Ratio (CRR) > 0.5, shall be considered as Hard Rock. Minimum One sample for every 50 cum or part thereof for hard rock quantity shall be tested (One sample consist of minimum 3 specimens). Further, the contractor shall carry out above test at his own cost and as directed by Engineer-in-Charge. |
| 14 | The Schedule of Quantities include contingent works for other services (PHE, Electrical, Mechanical etc.) which shall be paid under relevant Civil items. Accordingly, the Contractor shall carry out all related works such as making cut outs, nitches, pipe sleeves, foundation pockets for embedded plate, bolts, parts etc. in concrete/ brick works as and when required by Engineer-in-charge without any extra cost to the Department. |
| 15 | PPC/ Blended cement of recommended brand shall only be used for all masonry and finishing works unless noted otherwise. Only Fully treated dry, well graded sand conforming to IS 383 shall be used. |
| 16 | Only Ready Mix Mortar of approved make shall be used. The ready mix mortar shall be manufactured by preferred manufacturers, using cement-sand in required proportion. |
| 17 | The size and thickness of natural stones/ tiles mentioned for flooring dado, skirting etc. are approximate and subject to the availability in market during execution. If the required size and thickness is not available, the next higher size and thickness of tiles/ stones shall be used without any extra cost to the Department. The contractor may quote the rates accordingly. |
| 18 | Quoted rate shall hold good for plain/ curved/ any other geometric shapes & sizes of all structural/ RCC members including formworks, masonry, flooring, doors & windows, plastering, painting etc. at all leads, levels, lifts and floors including scaffolding, bracing, multilevel staging etc., unless noted otherwise. Nothing extra shall be entertained towards wastages of materials, additional labours/ tools & plants etc. to achieve the required shapes & sizes etc. |
| 19 | The Contractor shall follow the DAE safety rules strictly. All safety & security regulations shall be followed strictly as per specifications & conditions of contract. |
| 20 | The following Security regulations shall be followed strictly while movement of labourers/ workers/ contractor's personnel including transportation of the materials etc. i) The Workers, Engineers and Supervisors will be provided vigil passes (for entry into Premises) on submission of application forms in prescribed formats supported by documentary proof like Aadhar card, Voter ID card and Ration Card / Driving Licence / PAN card etc. Police Verification Certificate (PVC) is mandatory for Engineers and Supervisors (wherever desired by department). You are requested to obtain immediately Police Verification Certificate (PVC) of your regular staff deployed at site(s) in respect of works and submit the same along with necessary application to allow them to enter in premises to carry out the assigned work. ii) The Contractor shall obtain special permission for working on extended hours of working days including Saturday, Sunday and holidays etc. iii) Workers shall be escorted from the main gate of campus/premises upto the site by designated supervisors of the contractor and they are not allowed to roam around inside the premises. iv) Transport vehicles of the contractor are allowed to enter the premises for transportation of construction materials. Drivers must have valid driving license of Heavy Vehicle. v) The following Security regulations shall also be followed strictly while movement of labourers/ workers/ contractor's personnel etc. (a) The Contractor shall issue I-Cards to his workers deployed on regular basis. (b) The Supervisor of the contractor having photo pass can bring daily wage workers/ casual workers inside campus for work. He should prepare list of such workers in duplicate. The original copy shall be handed over to the representative of the Engineer-In-Charge at the gate and endorsement obtained on duplicate copy on daily basis. (c) The Contractor's personnel including daily wage workers shall be in uniform with proper identification for ease in identification of such persons at unauthorised places. (d) The daily wage workers/ casual workers employed by the contractor must wear florescence vis-a-vis wear without fail during their presence inside Campus/premises. The contractor shall provide a sleeveless Jacket to the workers in pattern, colour showing name of contractor with address and telephone number as approved by the Engineer-in-charge. All the workers must wear the same while on duty. (e) The Contractor's personnel shall follow all safety rules & security procedure that are in vogue and applicable during execution of work. Contractor shall verify the character and antecedents of the labourers employed, through local address proof issued by competent authorities such as Aadhar card, Voter ID card and ration card / driving license /electricity bills /telephone bill /gas connection document etc. The nationality of contract labourers also needs due verification. |
| 21 | Vehicular movement shall abide by the regulations imposed by the concerned authorities. The contractor shall abide by the security rules & regulations of the Department. The approach roads should be kept clean & free from obstruction for smooth functioning of existing traffic and damages caused, if any, to be made good without any extra cost to the department. Contractor may make provision for entry of vehicles by providing alternate road/ route for entry & exit during the construction work, if required, at his own cost without extra cost to the department. |
| 22 | While transporting materials from site and disposal of surplus materials, the spilled over materials/ earth/ debris etc. on the road should be got cleaned by the contractor after the day's work is over. |
| 23 | Royalty for excavation, transportation, filling of earthwork etc. including obtaining permission from Statutory authority, if any, shall be borne by the contractor. |
| 24 | Regarding disposal of Construction waste from site of work, the agency has to abide by the guidelines of Construction and Demolition (C&D) waste management plan as approved by BMC/Local Municipal Authority and any other regulations issued by Statutory authorities in the matter from time to time and Department is not responsible in any way in this regard. i) Contractor shall strictly follow the Statutory rules and regulations of the Construction and Demolition Debris Management Plan for project site. ii) Surplus Excavated materials and construction debris shall be disposed from construction site at approved disposal ground of BMC/Local Municipal Authority including cost of necessary Statutory charges, as applicable. iii) Contractor shall submit acknowledgement of challan for each trip for unloading of Construction and Demolition waste material as per the standard format. iv) Contractor shall be responsible and liable for penalty, if any, as prescribed by the Local Authority in case of non-fulfilment of the procedure laid down in the Construction and Demolition Debris Management Plan. v) Contractor shall submit irrevocable Bank Guarantee for the amount as insisted by BMC/Local Municipal Authority for the purpose of ensuing compliance of the Waste Management Plan/Debris Management Plan approved by the Local Municipal Corporation from time to time, till the grant /issuance of the Occupation Certificate and charges for same will be borne by Contractor. NOC from C&D Waste Management Department of BMC/Local Municipal Authority shall be submitted by the agency. |
| 25 | Agency should pay necessary charges to BMC/Local Municipal Authority to get done periodical pest control / anti-larva treatment / Insecticide treatment at Construction site. After the completion of work, necessary NOC shall be obtained from BMC /Local Municipal Authority and shall be submitted to Department. The charges for same will be borne by Contractor. |
| 26 | The Agency shall take care of existing services and other department properties while carrying out job. All dismantling, demolishing and excavation work shall be done with most careful manner and with prior written approval of the Engineer-in-charge, without damaging the existing structures, services, finishes, etc. Agency shall take all precautions to cover all furniture, fixtures, glass and window panes to prevent damage. Damage, if any shall be repaired/replaced by agency at his own cost. |
| 27 | Protection of work: The Contractor shall be responsible for the protection of the work during progress. He shall also provide and maintain any other temporary substitute and material for this purpose. He shall take all the necessary precautions to prevent damage to all the works till its handing over. |
| 28 | Wherever old material/works are replaced with new one, quoted rate includes removing/dismantling the existing one and depositing the serviceable material at departmental store and disposing off debris outside the campus/ premises/ colony. |
| 29 | Since the work has to be carried out inside/ near occupied residential/office building, the work shall be executed with least disturbance to occupants of buildings. |
| 30 | Approved Samples of Materials: The Contractor shall submit samples of all materials to be incorporated in the work, without any extra cost to Department, at least 30 days before he places bulk order for the materials and shall obtain approval of samples in writing from the Engineer-In-charge. |
| 31 | Shop drawings for Aluminium work, Structural steel, Stainless steel, Structural glazing, ACP cladding, etc. shall be submitted by Contractor for the approval of Engineer-in-Charge, at least 30 days in advance prior to taking of work. |
| 32 | No labour shall be permitted to stay inside campus/premises/site.OrLabour may be permitted to stay inside campus / at site on written request by the contractor. The labour camp inside the campus is permitted subject to the following conditions:i) The contractor shall submit detailed layout plan of labour camp showing number of hutments including provision of water, electricity and drainage details etc. for prior approval of the Engineer-in-Charge.ii) The contractor shall follow relevant labour welfare measures and other labour laws in force from time to time.iii) The labour staying inside shall be issued Identity cards by the contractor.iv) All cost shall be borne by the contractor. |
| 33 | Suitable area near site of work shall be allocated to the contractor for storing construction materials, for site office etc. Optimum care shall be taken by the contractor to avoid disturbing the traffic and road around the building etc. The contractor shall have to maintain proper co-ordination with the fellow agencies working simultaneously in the vicinity of subject work in order to avoid delays in any of the works going on in and around the premises. |
| 34 | RMC plant at site within campus:On request of agency, the installation of Batching Plant at site may be permitted subject to the following terms and conditions:-i) The contractor shall submit the details of batching plant indicating its capacity, installation details including site layout for approval of the Engineer-In-charge.ii) The contractor shall manufacture the concrete in lines with latest BIS provision and duly approved by Engineer-In-charge.iii) Extra for RMC over conventional concrete (RCC & PCC) wherever mentioned in BOQ shall not be operated in case the contractor uses concrete from the batching plant installed inside the campus. However, extra over conventional concrete (RCC & PCC) shall be considered for measurement under relevant items in case RMC brought from approved list of manufacturer from outside the campus.iv) Concrete from the batching plant shall not be allowed for use of works outside the campus taken up by the contractor, if any.v) The contractor shall clean the batching plant site, remove the plant and its accessories including the debris etc. and bring to its original condition after completion of the work. |
| 35 | Piling Work Agency: The financial and technical suitability of the proposed piling work agency will be assessed / verified by the department through inspection of the similar works carried out by proposed agency and verification of their credentials by technical evaluation committee of experts to be constituted by the department for this purpose. If the proposed agency is found suitable, necessary approval from the department shall be communicated for execution of piling work. No other agency shall be accepted after Pre Bid clarification. |
| 36 | Guidelines for Air Pollution mitigation(i) The charges for the Air Pollution mitigation measures shall be borne by the contractor without any extra cost to the department.(ii) Contractor shall follow the directions for Dust and Pollution Control measures in construction as notified by MoEF&CC / MoHUA / CPWD / BMC or any other statutory authority.(iii) All precautionary measures for control of Air Pollution due to Building Construction Activity shall be taken as per Local Statutory/ Municipal Authority Air Pollution Mitigation Plan. (iv) Mandatory Form for Building Construction activity to control Air Pollution along with supporting documents and site photographs shall be submitted to concerened authority or uploaded on online portal.(v) Projects attracting Environmental Clearance shall carry out Third Party Ambient Air Monitoring every fortnightly from NABL / MoEF&CC laboratory. (vi) Construction projects shall mandatorily install sensor-based air quality monitor for measuring PM concentration (PM2.5 and PM10), relative humidity, temperature and display real time AQI data through LED display board (width 1220mm x height 915mm, screen resolution 320 x 192 pixel) at the construction site. Further, installation must be completed within 15 days of issue of Work order or commencement of work. The Contractor shall submit a certificate for completion of installation of air quality monitor and LED display board, after certifying by Engineer-In-charge, along with 1st RA bill for releasing the payment.(vii) The air quality data must be accessible at the site and made available for inspection by Local Municipal Authority/ Competent Authority.(viii) Construction layouts having area more than 01 (one) acre or Height more than 70m, shall have continuous dust or wind breaking tin / metal sheet erected of minimum height 35 feet around periphery of the construction project site and for construction site, less than 01 (one) acre, the tin / metal sheet height shall be 25 feet minimum.(ix) Tarpaulin / Green cloth / Jute sheet to be mandatorily used to cover the floor where any construction activity is in progress and two floors below it and also on scaffolding covering an entire area under demolition structure. Further, regular cleaning of Tarpaulin / Jute sheet to be undertaken. (x) Water sprinkling shall be continuously carried out so that the debris shall remain in wet condition.(xi) Contractor shall install CCTV cameras along the periphery of their construction work site to ensure that vehicles are plying after cleaning tyres and are not overloaded. Vehicle tyre washing facility shall be provided at all exit points of construction sites.(xii) All vehicles carrying construction materials/waste/debris shall have valid PUC certificates and the same shall be produced as when asked for by competent authorities.(xiii) Construction workers should mandatorily use PPE (Personal Protective Equipment) i.e. Mask, Goggles etc. |
| 37 | The quoted rate shall be inclusive of providing and erecting temporary barricading of height as per above 'Guidelines for Air Pollution mitigation' (but minimum 10 feet height) using structural steel (MS Pipes or angle iron frame work etc.), covered with tin / GI sheets of approved colour & shade, Struts, MS Clamps, Bracing etc. and shall have wicket gate & material gate and including writing and painting of direction & instructions, providing glow lamps, reflective signs, marking, flags, caution tape etc. Prior written approval of Engineer-in-Charge of the sketch/ drawing showing details of barricading shall be obtained by the contractor. The barricading shall be provided and retained in position at site continuously during the execution of the entire work till its completion. Rate include its maintenance for damages, painting, all incidentals, labour, materials, equipments and works required to execute the job such as earth work, concrete, welding etc. After completion of work, Contractor shall remove and take away the barricading at his own cost with the prior approval of Engineer-In-Charge. The entire work shall be executed as per direction of Engineer-In-Charge. No work shall be allowed unless the barricading is completed to the satisfaction of the Engineer-in-Charge. The Contractor shall submit a certificate for completion of barricading along with 1st RA bill after certifying by Engineer-in-Charge for releasing the payment. |
| 38 | The contractor shall display proper information/cautionary signage boards at site for the safety of the workers and public in general in the surrounding areas. |
| 39 | Contractor has to provide sign board at site with detailed name of project, name of client, name with contact number of contractor and minimum wages category wise at entrance of project/site without any extra cost to the department. |
| 40 | Guidelines for Scaffolding works - Quoted rates shall include all scaffolding works without any extra cost to the department.(i) Design of scaffolding for carrying out work shall be as per relevant IS Codes & specification. The contractor has to observe all safety procedure while working on heights as per IS: 3696 (Part-I) (Safety Code for Scaffolds). (ii) All working platform must be of minimum 600 mm wide, made of M.S pipe and must have guard rails as per specification. Further, Overhead protection should be provided on the scaffolds to protect workers on lower platform against falling objects from higher level.(iii) Necessary ladder shall be provided at required locations to enable Departmental Staff for supervision of works.(iv) Labours working on the scaffolding should be with safety belts, helmets, goggles and other safety gears.(v) Horizontal Safety Net : Nylon net with a mesh size of 25mm shall be provided at 4.0 meter height from the ground level around the buildings upto a distance of minimum 3.0 meter from the edge of the building on all sides to catch any falling objects.(vi) Vertical Safety Net: Green cloth net shall be provided to the full height of scaffolding / building and securely tied to protect falling material coming out during the progress of work. |
| 41 | Maintaining L1 position During execution of the contract, if tender structure changes due to variation in quantities (i.e Work order quantities, Substituted items quantities including quantities within deviation limit specified in Clause 12 of Schedule ‘F’ in “Salient Governing Features of the Tender”), Contractor has to give suitable discount to remain in L1 position. |
| 42 | The quoted rates shall be inclusive of wastage of labour & material, installation, testing, commissioning, transportation, loading, unloading, lifting etc. and also includes provision of all necessary manpower, tools, machinery, equipment, hoists etc. for carrying out the work in effective manner as per specifications and as directed by Engineer-In-Charge. |
| 43 | The quoted rates shall be inclusive of all Taxes, GST, Cess, Levy, duty etc. |
| 44 | Refer Prebid clarifications, minutes of meeting & corrigendum for revisions, if any, for updates. |
| 45 | Supply, installation, testing and commisioning of following IP based video surveilance CCTV cameras fixed on pole/wall/ceiling etc with all recommended mounting hardware & accessories etc, all as per technical specification, scope of work, pre bid clarification & including providing and loading device top up licenses of Milestone corporate VMS with 3 year care pack all as per requirement to acheive intended functions and as per instruction of Engineer in charge.Note: 1. Scope includes inegration of new devices and licences with existing Video surviellance system.2. Existing license details will be provided after award of work.3. All type tags, cable dressing and termination of all cable is in the scope of agency |
| 46 | IP bullet IR outdoor camera 2MP, 50 mtr IR |
| 47 | Dome Indoor Camera |
| 48 | Panaromic outdoor Camera |
| 49 | PTZ IP day/night camera with POE Injector (25W) |
| 50 | Supply, installation, testing & commissioning of Mannaged Switches with SMPS and All accesseries etc.all as per technical specification, scope of work |
| 51 | Switch industrial Grade(Layer 2): Supply, installation, testing & commissioning of Layer 2 managed industrial switch 8 X 10/100/1000 Tx, POE/POE++ with Minimum 2 nos.or higher gigabit copper & SFP combo ports conforming to following features: 5.6 Gbps Switching capacity, Supports 10/100/1000 Mbps SFPs, Up to 8K MAC address table, Redundant power inputs, IP-30 Metal Case, Support X-Ring function, SNMP v1/v2c/v3, Web, Telnet, CLI Management TFTP firmware update, system configure restore and backup. Provides standards-based IEEE 802.3af. Power over Ethernet - 8 ports of class 3 powered devices at 15.4 watts. Alternative A mode. Ingress Packet Filter and Egress Packet Limit, all as per instruction of Engineer in charge. Scope includes supply of 2 nos. SMPS, SFP modules 2 nos, and all copper port fully loaded & all as per technical specification, scope of work.Note: 1. Better switch configuration is acceptable. 2. Switch to be Din rail mountable. 3.Dual SMPS should be compatible with switches and shall be pre-approved before procurement. 4. Configuration of Switches and intigration with Existing Backbone Ofc netwrok In the scope of agency |
| 52 | Layer 2 Switch : 4 port manageable fully Loaded LX modules, Layer 2 Ethernet switches with minimum 20, 10/100/1000 base T ports with PoE and minimum 4 nos. Gigabit uplink LX ports. The switching engine shall have a switching speed of at least 48 Gbps. each..Note: 1. Details all as per technical specification, scope of work. 2. Better switch configuration is acceptable. 3. Configuration of Switches and intigration with Existing Backbone Ofc netwrok In the scope of agency |
| 53 | Layer 3 Switch :28 port manageable fully loaded with LX modules, layer 3 Ethernet Switch with 24 ports 10/100/1000 base LX and 4 numbers of 10000 base LX ports to support single mode fibre, with redundant power supply in hot standby mode. The switching engine (Backplane) should have a switching speed of at least 128 Gbps.Note: 1.Details all as per technical specification, scope of work. 2. Better switch configuration is acceptable. 3. Configuration of Switches and intigration with Existing Backbone Ofc netwrok In the scope of agency |
| 54 | Outdoor Junction Box: Supply, installation, testing & commissioning of out door junction Box (wall/pole mounted) all as per specification and scope of work & as per instruction of engineer in charge.Note:1. Every junction shall have a suitable chamber to facilitate future cable pulling.2. The scope of the agency includes cable dressing, installation of nut bolts and cable ties, earthing connections of the junction box (JB) using 8 SWG GI wire, and construction of a brick chamber of suitable size—preferably 400 mm (L) × 400 mm (W) × 300 mm (D)—with pipe entry arrangements. The chamber shall be filled with sand after placing the cable loop inside.3. Details regarding installation, cable entry chambers, and earthing are provided in the scope of work4.The outdoor junction box should be suitable for installing a Layer 2 switch,2 Nos. SMPS a 600VA UPS, a 6A MCB& spare connectors, a fibre splice box/LIU, an inspection light (6-watt LED) with a control switch, and a spike guard inside the junction box. The junction boxes shall be pole-mounted |
| 55 | Integration with existing CCTV system,Switches (L2 & L3 ), Back bone OFC network, and configuring & commissioning of the whole system, including softwares/licenses, analytics, adjustment of focuses, storage, servers, switches etc. all as per instruction of the engineer in charge and prebid clarifications.Note: Vendor to visit the site before quoting and to clear any ambiguity. |
| 56 | Power Cable: Supply, installation, glanding, termination with copper lugs/ terminal connectors etc., testing and commissioning of 3C X 1.5 sq.mm armoured copper conductor power cable all as per specification and scope of work & as per instruction of Engineer in charge.Note:1. After laying of cable before charging megger report sahll be submitted 2. All necessary materials required for laying on the surface, within existing trenches, or through pipes shall be provided by the bidder as per the instructions of the Engineer-in-Charge (EIC), without any additional cost. |
| 57 | laying on surface /existing trench/existing pipe with clamp/saddles(with approval) glanding, termination with copper lugs/ terminal connectors etc. & as per instruction of Engineer in charge. |
| 58 | CAT 6A: Supply, drawing through existing pipe/HDPE Duct/ on wall/column/pole etc., testing and commissioning of 4-pair outdoor CAT-6A UTP(outdoor Use) unarmoured cable, with all accessories. There shall be multiple segments of various lengths as per site requirement. Scope includes providing RJ-45 standard connector at both ends of each segments as per site requirement and all as instructed by engineer in charge.Note: 1. Pre-despatch inspection to be offered for the CAT-6A UTP(outdoor)Cable.2. After laying of Cat 6 A UTP cable test by fluke meter is to be carried out abd report of the same is to be submitted to the department.3.Termination of CAT6A UTP cable in Patch pannel In the Scope Of agency 4.After the cable is installed, if it is found to be faulty during the Defect Liability Period (DLP), it shall be replaced by the agency except in cases of physical damage. However, the agency shall be responsible for properly terminating both ends of the cable and securing the cable entry point into the duct.. |
| 59 | Supply and laying of following 24 core, SM, OFC as per the specification and as indicated belowNote:1) The 24 core single mode fibre should be pulled by use of strength member provided inside the cable by using the proper pulling equipments.2) The fiber outer sheath should not be damaged while pulling the fiber cable.3) The polypropelene rope should be kept as spare inside the HDPE pipe, if in HDPE pipe, for the future laying of cables.4) The force applied on the fiber optical cable should not exceed the pulling force recommended by the manufacturer.5) While pulling the fiber optical cable, the minimum bending radius should not exceed the manufacturers' recommendation.6) Pre-despatch inspection to be offered for the OFC.7) Newly laid cable need proper aluminium tag required (indicating location) & route marker. Also if cable is laid on surface through duct proper aluminum tag should be fitted using ms tie on duct. |
| 60 | Laying of cable through existing underground ducts, along walls, GI pipe or on poles through HDPE ducts in all types of soil, footpath, and road without any separate excavation.Note: Excess cable length shall be coiled and kept near junction boxes, racks, buildings, cable pits, or in the ground, and secured on the wall as required. GI clamps for securing the coiled cable shall be provided as per the instructions of the Engineer-in-Charge (EIC). |
| 61 | Supply and installation of SM DIN rail mountable fully loaded LIU suitable for 24C fibre. The LIU is to be provided in the juction box hence the size should be suitable as per the exisitng junction box Note: The quantity of LIUs (Line Interface Units) is considered for both old and newly supplied junction boxes. Installation in old junction boxes shall be carried out as per the instructions of the Engineer-in-Charge (EIC). Splicing and termination of cores will be measured separately. |
| 62 | Supply, installation and testing of 24 port- duplex LIU fully loaded with adapters SC pigtails, splice tray, cable spool, housing and cable gland suitable for 19\\" mount rack/wall. |
| 63 | Fiber Optic Patch Chord: |
| 64 | Fiber Optic Patch Chord:Supply of SM Duplex LC-LC fiber optic patch chord of 3 mtr. Length with covers on connectors and name of manufacture printed on it. |
| 65 | Fiber Optic Patch Chord:Supply of SM Duplex SC-LC fiber optic patch chord of 3 mtr. Length with covers on connectors and name of manufacture printed on it. |
| 66 | Fiber Optic Patch Chord:Supply of SM Duplex SC-SC fiber optic patch chord of 3 mtr. Length with covers on connectors and name of manufacture printed on it. |
| 67 | SPLICING: Termination of Optical fibre cable using fusion termination method, testing and commissioning with all accessories as required and as per instruction of Engineer in charge. Note:1) After laying and splicing of fiber cable ,testing of cable has to be carried by OTDR/Power meter, test report shall be submitted to the department. 2) Supply of pigtail is in the scope of agency. |
| 68 | Optical SFP module suitable for SM OFC 10km or more length.10G base Module require |
| 69 | High Density Poly Ethylene Pipe:Supply and installation of 40 mm dia PLB HDPE pipe for UG armoured Optical Fibre Cable with 4 mm dia polypropylene rope as per TEC/GR/TX/CDS- 008/03/MAR-11 or TEC/GR/FA/CDS-008/04/AUG-19 specifications with following accessories/ fittings/ details/ parameters:Accessories:1. Cable Sealing Plug : 6 nos. for each 100 m length (approx.)2. Straight joints (couplers): 2 nos. for each 100 m length(approx.)3. Tee : 6 nos. for each 100 m length (approx.)4. With marking on duct as \\"DCSEM IT SECTION\\"Note:- Balance accessories if any, after installation shall be hand over to the department for further maintenance purpose. |
| 70 | In ground including excavation in all types of soil/ footpath including removal of paver blocks and all reinstatement as per original finish. Note: 1)Ashphalt road are to be refinished with cement/bituminous compound and removed tiles of foot path to be re laid after laying of pipe. Trenches on soft soil require to be refilled with excavated earth materials .2) Excavation in ground up to 600 mm deep and 150mm wide. paver block/garden upto 12 \\" deep. No excess payment shall be made for level matching excavation.3).No separate cost consider for excavations |
| 71 | Existing trench/on surface /wall/column/pole with all accessories including GI clamp etc. Note:All necessary material required for laying on surface/existing trench or pipe in the scope of bidder as per instruction of EIC without any extra cost. |
| 72 | GI pipe: Supply & installation of following Hot dipped class B, G.I pipe of following sizes:Note: Ashphalt road are to be refinished with cement/bituminous compound and removed tiles of foot path to be re laid after laying of pipe. Trenches on soft soil require to be refilled with excavated earth materials . |
| 73 | Size 32mm dia GI pipe On pole/column/ trench with G.I clamp all as per instruction of Engineer in charge. |
| 74 | Size 32mm dia GI pipe in ground including excavation of Ashphalt road 200mm deep and 70mm wide all as per instruction of Engineer in charge. |
| 75 | Size 50mm dia GI pipe in ground including excavation of Ashphalt road 200mm deep and 70mm wide all as per instruction of Engineer in charge. |
| 76 | Supply and installation of 25x16 mm PVC casing and capping all as per attached specifications and scope of work and as per instruction of Engineer in charge. |
| 77 | Supply and installation of 600 VA line interactive UPS having minimum 0.8 PF with 7AH, 12 Volt battery, 230 V AC input, 50 Hz as per instruction of Engineer in charge. Note: The size of the UPS is considered to be suitable for mounting inside the CCTV junction box, with a single inbuilt battery. |
| 78 | Earthing: Supply, laying, testing, commissioning of 8 SWG GI earth wire including all required accessories and as per instruction of E.I.C |
| 79 | Earth Excavations |
| 80 | Excavation & breaking of concrete/asphalt road/footpath as required, filling, dewatering if necessary, reinstatement to original condition (including reinstatements of paver block), disposal of excess earth/concrete debris, etc. stacking of rocks at designated places as per instructions of the engineer-in-charge. |
| 81 | Earth excavation of soft soil for cable laying, new cable/ HDPE duct /or as per instruction of EIC etc. After completion extra earth to be removed and site to be maintained as original condition. |
| 82 | Fabrications ,supply, installation, erection, and earthing of 6-meter-high CCTV poles made from Mild Steel (MS) ERW pipes conforming to IS:1239 (Part 1) standards, having 65 mm outer diameter and a 10 mm thick MS base plate welded at the bottom for mounting om foundations. The poles shall be hot-dip galvanized as per IS:4759 with a minimum zinc coating thickness of 80 microns, followed by PU silver coating of approved shade and smooth surface finish after proper cleaning and washing. Each pole shall be installed on an RCC foundation block of minimum size 750mm × 750 mm × 1500 mm Depth , using anchor bolts and nuts, with the gap between the base plate and foundation filled with non-corrosive, non-shrink grout to prevent moisture ingress. The poles shall be properly earthed using GI Min 2 nos.of 8 SWG GI earth Wire in compliance with IS:3043. All necessary holes for mounting CCTV cameras (Prefred on 3 Mtr Heights), junction boxes, and conduit entries shall be provided as per site requirements, and all openings shall be closed with threaded nipples and caps to prevent the ingress of water or dust. Installation shall be carried out under the supervision of the Engineer-in-Charge, ensuring proper alignment and vertical positioning as per approved drawings. . All works shall conform to relevant Indian Standards including IS:1239, IS:4759, IS:2629, and IS:3043, and the agency shall ensure high-quality workmanship, corrosion protection, and water-tight finishing throughout.Note: The design and dimensions of the CCTV pole are as per the technical specifications and drawings attached in the scope of work |
| 83 | Fabrication, supply and installation of hot dipped galvanised MS angle/MS flat/MS rod/MS clamp with required fixing accessories, painted with primer and enamel paint as per instruction of Engineer-in Charge. |
| 84 | Supply and installation of RCBO (30 mA) and 6 Amp single-pole MCB enclosed in a covered box for providing a separate power supply to the CCTV junction box and 12U rack.Note: Power Cable glands,Copper Lugs and terminations in scope of agency without any extra cost. Please Enable Macros to View BoQ information |
| SR No | FileName | File Description |
| 1 | Click here to download tender document | Tender Documents |
| 2 | Click here to download tender document | Tender Documents |
| 3 | Click here to download tender document | Tender Documents |
| 4 | Click here to download tender document | Tender Documents |
| 5 | Click here to download tender document | Tender Documents |
| 6 | Click here to download tender document | Tender Documents |
Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail