J&K e-Tender Notice for Construction Work
J&K e-Tender Notice for Construction Work
Time
Estt.
Allowe Time and date of
S. Name of Cost
Name of Work Head Block Pyt. d for opening of
No Division ( Rs In
comple tender
Lacs)
tion
1 2 3 3 4 5 6 9 10
Development of Chowgan Park at Parade Ground REW Div 30 As per detail
1 - Kishtwar - 10.00
Kishtwar Kishtwar Days given below
1. Cost of Document: - 600/- (Six Hundred Only) in shape of Treasury Challan or bank Challan
2. Class of Contractor: - A, B, C, D
3. Funds are available at the disposal of BDO Concerned
4. Earnest Money - 2% in Shape of CDR pledged to Executive Engineer REW Division Kishtwar
5. Status of TS - Accorded
6. Status of AAA – Accorded
The Bidding documents Consisting of qualifying information, eligibility criteria, specifications, Drawings, bill of quantities (B.O.Q), Set of terms and conditions
of contract and other details can be seen/downloaded from the departmental website http://jktenders.gov.in as per below schedule:
Note :- Original instrument in respect of EMD and relevant copies of Technical Bid Documents must be produced by all the bidder at the time of
opening of Technical Bid Pledged to the Executive Engineer REW, Kishtwar
1. If L-1 bidder fail to start the work within 15 days of the issuance of Letter of intent or allotment, whichever is earlier, the
department shall allot the work to the other lowest bidder like L-2, L-3, L-4 or retender the work and EMD of the L-1,
Including the additional security performance shall be forfeited, besides debarring the contractor for a period of Two
years for participating in the tender issued by the Rural Development Department (RDD) Jammu.
2. Bids must be accompanied with cost of Tender document in shape of treasury Challan under Major Head 0515
Minor Head 800- Panchayati Raj indicating the name of work or e-NIT No. & Date (Mandatory) favouring Executive
Engineer REW, KISHTWAR uploading a copy of receipt. EMD in shape of CDR/FDR/BG@2% of Advertised Cost
pledged to Executive Engineer REW, Kishtwar shall be submitted by All the Bidder before opening of technical
pledged to Executive Engineer REW, Kishtwar at the time of allotment.
3. As Per the instruction of the Principal Secretary to Government Finance Department J&K Srinagar vide his No.
O.M No A/24(2017)-651 dated : 07-06-2018 regarding Furnishing of hard copies of bids immediately after
submission of e-tenders is dispensed with. The same should be obtained only from the bidder who has declared
as L1 after opening of financial bids.
4. Bidders should not be a Member of PRI
1. Bidders can resubmit/withdraw the bids as specified.
2. The bids for the work shall remain valid for a period of 120 days from the date of opening of Technical bids.
3. The earnest money shall be forfeited, If:-
a) Any bidder/tendered withdraws his bid/tender during the period of bid validity or makes any modifications in the terms and conditions of the bid.
b) Failure of Successful bidder to furnish the required performance security within specified time period issue of letter on intent.
c) In case contractor fails to execute the agreement within 07 days after fixation of contract.
4. Instruction to bidders regarding e-tendering process.
6.1 Bidders are advised to download bid submission manual from the “Downloads” option as well as from “Bidders Manual Kit” on website
https://www.jktenders.gov.in/ to acquaint bid submission process.
2
6.2. To participate in bidding process, bidders have to get ‘Digital Signature Certificate (DSC)’ as per Information Technology Act-2000. Bidders can
get digital certificate from any approved vendors.
6.3. The bidders have to submit their bids online in electronic format with digital Signature. No financial bid will be accepted in physical form.
6.4. Bids will be opened online as per time schedule mentioned in Para-2.
6.5. Bidders must ensure to upload scanned copy of all necessary documents mentioned in NIT and SBD with technical bid online.
Note: - Scan all the documents on 100 dpi with black and white option.
5. The department will not be responsible for delay in online submission due to any reasons.
6. Bids must be accompanied with cost of Tender document in shape of treasury Challan under Major Head 0515 Minor Head
800- Panchayati Raj indicating the name of work or e-NIT No. & Date (Mandatory) favouring Executive Engineer REW,
KISHTWAR and all tender documents as per NIT.
7. EMD in shape of CDR/FDR/BG@ 2% of Advertised Cost pledged to Executive Engineer REW, Kishtwar shall be submitted by the all the
bidder pledged to the Executive Engineer REW, Kishtwar at the time of opening of technical Bid.
8. Bidders may contact office of the Superintending Engineer, REW, Jammu or concerned Executive Engineer for any guidance for getting DSC or
any other relevant details in respect of e-tendering process.
9. Bidders are advised not to make any change in BOQ (Bill of Quantities) contents. In no case they should attempt to create similar BOQ manually.
The BOQ downloaded should be used for filling the item rate percentage inclusive of all taxes and it should be saved with the same name as it
contains.
10. The unit rates and prices shall be quoted by the bidder entirely in Indian Rupees and the rates quoted shall be deemed to include price escalation
and all taxes up to completion of the work unless otherwise, specified.
11. Bidders are advised to use “My document” area in their user on RDD e-Tendering portal to store such documents as are required.
12. Defect Liability Period:12 months for Building Work.
13. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the State
Government is allowed to work as a Contractor for a period of two years after his retirement from Government service, without permission of the
Government. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had
not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor’s Service.
14. The key construction materials like Cement, Tar Steel, Bitumen of required grade, etc. shall be arranged/purchased by the Contractor/Firm on his
own for the above said work and the quality of these materials arranged/purchased by the Contractor/Firm shall have to be verified/passed by
Engineer In charge before start of the work and during the currency of the work. The approved brands of Cement/Tar Steel are as under:-
i/ Cement of Ambuja, ACC, Birla Plus, JP Buland, Bangur or equivalent brand as approved by the concerned Asstt. Executive Engineer.
ii/ Tar steel of SAIL, TATA TISCON, RashtriyaI spat or equivalent brand as approved by the concerned Asstt. Executive Engineer.
15. Bids from Joint Venture are not allowed.
16. The Department will not be responsible for delay in online submission due to any reason.
17 Performance Security :
17.1 Within 07 (Seven) days after the date of receipt of the Letter of Acceptance, the successful bidder/contractor shall deliver to the
Employer/concerned authority, a Performance Security in any of the required forms for an amount equivalent to 3% of contract price.
17.2 If the Performance Security is provided by the successful bidder in the form of a bank guarantee, it shall be issued by either (a) at the
Bidder’s option, by a Nationalized / Scheduled Indian Bank or (b) by a foreign bank located in India and acceptable to the Employer.
17.3 Failure of the successful bidder to comply with the requirements of Sub-Clause 19.1 of NIT shall constitute sufficient grounds for
cancellation of the award and forfeiture of the Bid Security.
17. In case the amount quoted by the successful bidder is less by more than 15% of the advertised amount, the bidder shall have to deposit
Additional Performance Security for Unbalanced Bids in the shape of CDR/FDR/BG only before award of contract within 21 days from
the date of issue of Letter of Intent as per scale given herein below. Reference: Chief Engineer PW (R&B) Department Jammu’s Circular
No. CEJ/T/1474-75 dated 04-05-2019.
S. No Percentage of Unbalance bid viz. Total Security
advertised cost
1 Upto and including 15% below 3% (Already 2% of Earnest money Deposit will be refunded)
2 <15% upto and including 20% below 3% + 5%(Additional Performance Security) =8% of Lowest Bidder ( L1) rates
3 <20% upto and including 25% below 3% + 10%(Additional Performance Security) =13% of Lowest Bidder ( L1) rates
4 <25% upto and including 30% below 3% + 15% (Additional Performance Security) =18% of Lowest Bidder ( L1) rates
5 <30% below 3% + 20% (Additional Performance Security) =23% of Lowest Bidder ( L1) rates
19. The Performance Security (including additional security for unbalanced bids) shall be provided to the Employer not later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer,
and denominated in Indian Rupees. The performance Security shall be valid until a date 28 days from the date of expiry of Defects
Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate
of completion.
Note: - Contractors who have got Contractors cards issued from Kashmir Province, it is mandatory for them to upload their latest verification
certificate of Crime Branch and Contractors from Jammu Province the Latest Character Certificate from Concerned SSP at the time of
allotment of work along with other qualifying documents failing which their tenders will be declared non-responsive.
Copy to the :-
1. Director Rural Department Jammu for favour of information.
2. Superintending Engineer REW, Jammu for favour of information.
3. Joint Director information Jammu for favour of information with the request for wide publicity of e -NIT notice in at
least two leading daily newspaper of Jammu Division
4. Assistant Commissioner Development Kishtwar for information.
5. District Panchayat Office r, Kishtwar for information.
6. Block Development Officer All District Kishtwar for information with the request to publish and paste on their
notice board.
7. President Contractor Association Kishtwar/Doda/Ramban for information.
8. Senior Assistant/ Draftsman/Notice Board Divisional Office for informatio
3
A. GENERAL INSTRUCTIONS TO BIDDER
1. Scope of Bid
1.1 The Executive Engineer as a representative of theHon’ble Lt. Governor of J&K invites bids for the construction of works (as described in these
documents and referred to as “the works”). The name and identification number of the works is provided in the Appended NIT. The bidders may
submit bids for any or all of the works detailed in the table given in the Notice Inviting Tender. Bid for each work should be submitted separately.
1.2 The successful Bidder will be expected to complete the work mentioned in the NIT as per the intended Completion Date specified in the NIT and
shall rectify all the defects during defect liability period of12 months for all civil works ..
1.3 Throughout these documents the terms “bid” and “tender” and their derivatives (bidder/tenderer, bid/tender, bidding/tendering etc.) are
synonymous.
2. Qualification of the Bidder
In order to qualify, all bidders shall upload copies of documents as defined below:-
i) Copy of Registration Card duly renewed for the current financial year 2022-23.
ii) Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii) Copy of PAN Card.
iv) Bidder shall furnish proof of latest returns in GST-3/GSTR-3B.
And following instruments: -
v) Treasury Challan under Major Head 0515 Minor Head 800- Panchayati Raj indicating the name of work or
e-NIT No. & Date (Mandatory) favouring Executive Engineer REW, KISHTWAR uploading a copy of
receipt.
vi) EMD in shape of CDR/FDR/BG@2% of Advertised Cost pledged to Executive Engineer REW
vii) Residence Certificate with Estimated Cost of 3.00 Lacs or Less than that
Note:- Original instrument in respect of EMD and relevant copies of Technical Bid Documents must be produced by L1 at the time of
allotment to the Executive Engineer REW, Kishtwar
Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
i) Made misleading or false representations in the forms, statements, affidavits duly attested by magistrate and attachments submitted
in proof of the qualification requirements: and/or
ii) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion,
litigation history, or financial failures etc.
3. One Bid per Bidder
Each Bidder shall submit only one Bid for one work. A Bidder who submits more than one Bid will cause the proposals with the Bidder’s participation
to be disqualified.
4 Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will, in no case be responsible or
liable for those costs.
5. Site Visit
The Bidder, at his own cost, responsibility and risk is encouraged to visit, examine and familiarize himself with the site of works and its surroundings
including source of earth, water, road aggregates etc. and obtain all information that may be necessary for preparing the Bid and entering into a
contract for construction of the works. The costs of visiting the site shall be at the Bidder’s own expense. He may contact the Executive Engineer
in charge of work for any guidance relating to site visit
BIDDING DOCUMENTS
6. Content of Bidding Documents
The set of bidding documents comprises the documents listed below:-.
1 Notice Inviting Tender
2 Instruction to Bidders
3 General conditions of Contract
4 Bill of Quantities
5 Drawings
7. Note :- Original instrument in respect of EMD and relevant copies of Technical Bid Documents must be produced by all the bidder at
the time of opening of Technical Bid Pledged to the Executive Engineer REW, Kishtwar(IFSC Code:- JAKA0DHASTI) favouring Executive
Engineer REW, KISHTWAR uploading a copy of receipt.
8. The bidder is expected to examine carefully all instructions, conditions of contract, terms and specifications, bill of quantities, drawings in the Bid
Document. Failure to comply with the requirements of Bidding Documents shall be at the bidder’s own risk. Bids which are not substantially
responsive to the requirements of the Bidding Documents, shall be rejected.
9. Clarification of Bidding Documents
A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by Facsimile (Fax) at the Employer’s
address indicated in the Notice Inviting Tenders. The Employer will respond to any request for clarification received earlier than 10 days prior to
the deadline for submission of bids. Copies of the employer’s response will be forwarded to all purchasers of the bidding documents, including a
description of the inquiry, but without identifying its source.
10. Amendment of Bidding Documents
Before the deadline for submission of bids the Employer may modify the bidding documents by issuing addenda.
To give prospective bidders reasonable time to take an addendum into account, in preparing their bids the Employer shall extend, as necessary,
the deadline for submission of bids.
11. Preparation of Bids
Language of Bid is English
12. DOCUMENTS COMPRISING THE BID
The bid submitted by the Bidder in electronic form shall be in two separate parts:
Part I This shall be named Technical Bid and shall comprise of Scanned copy of following documents
i/ Copy of EMD in the form of CDR/FDR/BG
ii)Treasury Challan under Major Head 0515 Minor Head 800- Panchayati Raj indicating the name of work or e-NIT No. & Date (Mandatory)
favouring Executive Engineer REW, KISHTWAR uploading a copy of receipt.
List of Document to be enclosed with the Bidding Document by the intending Bidders
4
(Bidders are advised to use “My Documents” area in their user on Jammu & Kashmir e-Tendering portal (http://jktenders.gov.in) to store their following
documents which are used in all Tenders and attach these certificates as Non Statutory documents while submitting their bids)
i/ Copy of Registration Card duly renewed for the current financial year 2022-23.
ii/ Copy of GSTIN issued from CBEC/Commercial Tax Department.
iii/ Copy of PAN Card.
iv/ Bidder shall furnish proof of latest returns in GST-3/GSTR-3B for the Financial Year 2022-23
Note :- Original instrument in respect of EMD and relevant copies of Technical Bid Documents must be produced by all the bidder at the time of
opening of Technical Bid Pledged to the Executive Engineer REW, Kishtwar
Part II It shall be named Financial Bid and will be in electronic format comprising of :-
i. Bill of quantities.
Each part shall be separately submitted online
The following documents which are not submitted with the bid will be deemed to be part of the bid.
Section Particulars
1 Notice inviting Tender
2 Instruction to the bidder
3 Conditions of Contract
4 Specifications
5 Drawings
A subsequently responsive “Financial Bid” is one which conforms to all the terms, conditions, and specifications of the bidding documents, without
material deviation or reservation. A material deviation or reservation is one(a) which affects in any substantial way, inconsistent with the bidding
5
documents, the employer’s rights or the Bidder’s obligations under the Contract; or (c) whose rectification would affect unfairly the competitive
position of other bidders presenting substantially responsive bids.
If a “Financial Bid” is not substantially responsive, it will be rejected by the employer, and may not subsequently be made responsive by corrections
or withdrawal of the nonconforming deviation or reservation.
PRICE PREFERENCE
There will be no price preference to any bidder
GENERAL CONDITIONS
1
i) Stock issue rates should be advertised with each tender F.O.R. Divisional store which shall remain valid during currency of the contract.
ii) Rates quoted shall be deemed to include escalation, all taxes, duties etc. whatever during contract period.
iii) All other terms and conditions which are in vogue and as per PWD form 25 shall remain applicable
2 Misconduct/Misbehavior observed during the tender opening process with any officer/official shall be dealt under rules and in terms of the
enlistment of registration of contractor in the Department and shall be subject to cancellation of registration card issued by this department
or any other department.
3 a. In case of firm/contractor fails to start the work within the stipulated time, a registered notice or notice sent through special messenger
to the firm/contractor for non start of the work that amounts to the breach of the contract will be sufficient to windup or cancel his contract.
2.1 Apart from the prescribed penalty, if the contractor fails to complete the work and further delay is caused, a case for blacklisting of the card shall
be initiated as per PWD rules.
4 The accepting authority reserves the right to accept or reject any or all the tenders before or after their opening without assigning any reason
thereof. The allotting authority in view of the exceptional circumstances reserves the right of granting the contract to any of the tenderer if
deems proper in the interest of the work of course at the lowest received rates without assigning any reason thereof.
5 The department may execute the work left by the contractor at the risk and cost of the contractor. Any additional amount involved for
execution of work shall be recovered from the contractor.
6 In case of any typographical error, if found in the rates, quantities or units etc. the same shall be corrected and paid with contractor’s tender
appreciation/depreciation or analysis of rates whichever is less.
7 The contractor shall personally liable for civil and criminal prosecution under law, if specification of the work/materials used are found in
contravention to the specifications prescribed during execution of work and even after completion and finalization of contract i.e. at any
stage.
8 He will abide by all prevailing labour laws and will be personally responsible for any causality/ eventually/accident during the period of
contract.
9 The quantities advertised in the rate list are approximate and based on tentative estimates, which can be increased or decreased by 30%
as per necessity at site.
10 Any item or items of work found necessary during execution of work though not advertised in the Rate list shall have to be got executed and
paid with contractor’s tender appreciation/depreciation or analysis of rates whichever is less.
11 Any item if found not necessary at site during execution of work through advertised can be deleted and no claim what so ever shall be
entertained on this account.
12 Nallah broken/crushed stone aggregate to be supplied by the contractor/agency shall confirm with standard specification as provided in the
revised schedule of rates/book of specification in vogue at present and shall also confirm with the clause mentioned in the M.O.S.T.
specification.
13 The watch and ward of all Material/Machinery shall be the responsibility of Contractor/Agency.
14 No extra lead, lift or carriage if involved shall be paid other than what has been advertised in the rate list even if, it is involved at the site of
work. The intending contractors/ agencies are advised to inspect the site of work and keep in view the actual conditions prevailing at site before
tendering for the work.
15 Nothing extra shall be paid on account of loading/unloading of material at site of work.
16 50% deposit to contractor shall be released after six months of the date of the completion on the report of the AEE incharge on the settlement
of penalty case etc. Any repairs if required to be got executed for defective work shall be done by the contractor at his cost during defective
liability period i.e. 06 months for all civil works and 12 months for Building works.
17 The above work shall have to be completed by the contractor within stipulated time period mentioned above and in case of his failure penalty
to the extent of 10% of the total value to the work shall be imposed upon him at the discretion of the next higher allotting authority. In case
of work allotted by the Superintending Engineer, REW, Jammu himself and in addition to this penalty @ Rs. 500/- per day for further delay
shall be imposed by the concerned authority.
18 For any dispute between the contractor and the department, the Superintending Engineer, REW Jammu shall act as an arbitrator, whose
decision shall be final and binding upon both the parties, provision of J&K Arbitration Act. With latest amendments shall be applicable.
19 For any dispute between the contractor and department the jurisdiction of Jammu Court will be applicable.
20 PWD account code shall be applicable for making payments to the contractor/firm that provides for with holding 10% of amount of bills as
contractor deposit.
21 The Material including tar coal issued to the contractor but found short will be recovered from the deposit/ bills of the Contractor at one and
a half time stock rates of the department.
22 All terms and conditions of NIT/Agreement/ Special conditions lay down in the enclosed Rate List shall also hold good.
23 The department shall deduct the 1% cess on cost of construction and deposit the same with the J&K Building and Other Construction
Workers Welfare Board (Labour Department) under the provision of law in order to avoid any legal proceedings.
24 Service Tax/Income Tax shall be deducted as applicable under rule.
:-Additional Terms to be entered in E-Nit.
1. The Department/BDO’s/Payment authority/ shall deduct the 1% cess cost of construction and deposit the same with the J&K Building and Other
Construction Workers Welfare Board (Labour Department) under the provision of law in order to avoid any legal proceedings.
2. Rs. 500/- day (Five Hundred per day shall be imposed penalty in case of delay of work start.
3. Nothing shall be paid extra on account of loading/unloading of material at site work.
4. Merged all documents & Upload i.e. Registration Card, GSTR-3B, PAN Card, Bidder Address i.e. (email ID, Mobile No. & complete Address etc.).
etc. (As Per NIT Conditions).
5. Scanned copy of cost of Tender Document in shape of e-challan/copy of receipt from treasury favoring Executive Engineer REW KISHTWAR
Division Kishtwar by crediting the requisite charges to the MH 0515 – REW (Revenue Recipt ) with mandatory mention about name of Contractor
–e NIT No. and S.No. of the work & Name of work.
6. The original instruments in respect of cost of documents, and relevant documents of L1 bidder will be required to be submitted to the Executive
Engineer REW Kishtwar Division Kishtwar.
7. The department will not be responsible for delay in online submission due to any reasons
6
8. The original documents, when submitted by L-1 for the cost of tender document ,tender document should be same as uploaded on-line (scanned
copies) other-wise the allotment will not be issued, the tenders will be cancelled and the bidder will not be allowed to participate in any further /
future tendering process in the Division for a period of One year.
9. Treasury Challan should be after date of publishing of e-NIT, mentioning Name of work Or e-NIT No. along with S.No. of work and name of
contractor is mandatory on Treasury Challan.
10. Treasury Challan / CDR/FDR pledge to Executive Engineer REW KISHTWAR Division Kishtwar (Original Challan is mandatory to be submitted
by all the bidders in tender section of Executive Engineer REW KISHTWAR Division Kishtwar Office after opening the technical bid.
11. In case of any typographical error, if found in the rates, quantities or units etc. the same shall be corrected and paid as per sanctioned schedule
of rates 2012 in vogue with contractor’s Tender appreciation/depreciation.
12. The contractor shall personally liable for civil and criminal prosecution under law, if specification of the work/materials used are found in
contravention to the specifications prescribed during execution of work and even after completion and finalization of contract i.e. at any stage.
13. He will abide by all prevailing labour laws and will be personally responsible for any causality/ eventually/accident during the period of contract.
14. 50% deposit to contractor shall be released after six months of the date of the completion on the report of the AEE in charge on the settlement of
penalty case etc. Any repairs if required to be got executed for defective work shall be done by the contractor at his cost during defective liability
period i.e. Six months.
15. The Contractor has to complete the work within the time frame as stipulated in the NIT & Allotment and during the currency of work the progress
shall be monitored on month wise as per the completion schedule to be submitted [d by the contractor. If during the currency of contract at any
given time the performance of the contractor is not found satisfactory & not conforming to the completion schedule he shall be served first notice
for 7 days & second notice for 48 hours and 3 rd notice for 24 hours to improve his performance and failing which the contract shall be terminated
& work put to fresh tenders at extra risk & cost of the contractor & also a penalty of Rs. 1000/- per day shall be charged for delay.
SPECIAL CONDITIONS :-
1/ Time of completion is the essence of tender. After the completion of allotted date, the work will be put to fresh tender at what stage it may
be at the risk and cost of the tendered.
2/ the work shall have to be completed by the contractor within stipulated time period mentioned above and in emergency cases, if work allowed
continuing beyond expiry period, and then the current stock rate of key construction material shall be applicable rather than the advertised
in the NIT.
3/ Use of vibrator is mandatory for all concrete works.
4/ Test reports of concrete/bituminous works.
5/ In case the amount quoted by the successful bidder is less by more than 15% of the advertised amount, the bidder shall have to deposit
Additional Performance Security for Unbalanced Bids in the shape of CDR/FDR/BG only before award of contract within 21 days from the
date of issue of Letter of Intent as per scale given herein below :-
S. No Percentage of Unbalance bid viz. Total Security
advertised cost
1 Upto and including 15% below 3% (Already 2% of Earnest money Deposit will be refunded)
2 <15% upto and including 20% below 3% + 5%(Additional Performance Security) =8% of Lowest Bidder ( L1) rates
3 <20% upto and including 25% below 3% + 10%(Additional Performance Security) =13% of Lowest Bidder ( L1) rates
4 <25% upto and including 30% below 3% + 15%(Additional Performance Security) =18% of Lowest Bidder ( L1) rates
5 <30% below 3% + 20%(Additional Performance Security) =23% of Lowest Bidder ( L1) rates
Sd/-
Executive Engineer
REW, Kishtwar
7
Minimum Specifications of Bullet CCTV Cameras to be Installed
S. NO Details / Features Specifications
xviii Display Monitor 21" Inch Samsung monitor with 1080p or equivalent
xix WiFi Modem D-Link WIFI modem or equivalent for heavy duty
Seagate or equivalent with replacement warranty of at least
xx 2 TB HDD
3 year
8 Channel power supply modem with warranty of at least
xxi Power Supply Modem
3 year
xxii Rack/ Cabinet CCTv DVR rack of good quality