0% found this document useful (0 votes)
10 views18 pages

T No 4 1 CCTV Surviellance On Hire Basis

The Andhra Pradesh Medical Services & Infrastructure Development Corporation is inviting tenders for the deployment of recording and surveillance systems for the Guinness World Record event for International Day of Yoga 2025. The tender includes detailed specifications for camera installation, data management, and system integration, with a focus on transparency and accountability in the procurement process. Bidders must meet specific experience requirements and submit their proposals by June 6, 2025, with the lowest price being the primary selection criterion.

Uploaded by

Sai chandra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
10 views18 pages

T No 4 1 CCTV Surviellance On Hire Basis

The Andhra Pradesh Medical Services & Infrastructure Development Corporation is inviting tenders for the deployment of recording and surveillance systems for the Guinness World Record event for International Day of Yoga 2025. The tender includes detailed specifications for camera installation, data management, and system integration, with a focus on transparency and accountability in the procurement process. Bidders must meet specific experience requirements and submit their proposals by June 6, 2025, with the lowest price being the primary selection criterion.

Uploaded by

Sai chandra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 18

GOVERNMENT OF ANDHRA PRADESH

* * * * *

Web Site : https://tender.apeprocurement.gov.in

TENDER DOCUMENT
FOR

Identification of service provider for the deployment of a recording


and surveillance with counting provision on hire basis for the
Event Creation of the Guinness World Record for the “Event of
international Day Yoga (IDY) 2025” (e- Procurement)

Tender Notice No. : 4.1/APMSIDC/2025-26 Dt: 29.05.2025.

Name of the Agency :


……………………………………………………
and Address
……………………………………………………

……………………………………………………

-----------------------------------------------------------------------------------------------------------
Implementing Agency :
ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE
DEVELOPMENT CORPORATION
(Formerly APHMHIDC)
(AN ENTERPRISE OF GOVT. OF A.P.)
2nd Floor, Plot No:09, survey number: 49, IT Park, Mangalagiri,
Guntur District- 522503.
e-mail: [email protected] & [email protected]

Ph No: 8978644900

Page 1 of 18
Identification of service provider for the deployment of recording and
surveillance with counting provision on hire basis for the Event
Creation of the Guinness World Record for the “Event of international
Day Yoga (IDY) 2025

Bid Schedule Details


S.No. Event Details Particulars
1 Tender Publication Date From 02.06.2025 to 06.06.2025 up to
03.00 PM
2 Tender submission closing (Bid Due) 06.06.2025, 03.00 pm
date and time
3 Time and date of opening of financial Will be intimated later
bids

Page 2 of 18
INTRODUCTION
1.1. The Andhra Pradesh Medical Services & Infrastructure Development
Corporation – APMSIDC (formerly APHMHIDC) (Tender Inviting Authority) is a
fully owned Government of Andhra Pradesh for providing services to the various
health care institutions under the Department of Family Welfare and Health. One
of the key objectives of the APMSIDC is to act as the central procurement
agency for all essential drugs and equipments for all health care institutions
(hereinafter referred to as user institutions) under the department. The
corporation has also been entrusted with the setting up and running of all kinds
of modern Medical and Paramedical or medical based ancillary facilities such as
hospitals, pathological labs, diagnostic centres, x-ray/scanning facilities.

1.2. Over the last decades, several equipments have been procured and installed in
the various health care institutions under the government under different
schemes. One of the major problems encountered is the maintenance of the
equipments. Site preparation, timely replacement of consumables, calibration of
sensitive equipments, up gradation of technology, training to the doctors and
paramedical staff- all poses problems. The corporation has been formed by the
government to fill in these grey areas and to act as total service providers to the
all the government health care institutions. Of course, this mammoth task could
be achieved only with the active involvement and support of the
manufacturers/dealers of the equipments.

1.3. In this tender, the lowest price is the sole criteria for selecting the
equipment/supplier. The two-bid system, which is followed, has been designed
to eliminate those equipments which do not match the technical specifications,
or not having the proven technology and to eliminate firms that do not have the
financial or technical capability to supply, install and maintain the equipments.
i.e., to provide after sales support for a period of minimum 5 years from the date
of installation and to ensure 98 % uptime in performance/operation of the
equipment.

1.4. The payment to the successful tenders will be settled after obtaining a 'three
month performance certificate' from the head of the user institution - three month
period is a period of trail run- during which the performance of the equipments
will be keenly observed. At the same time, it may be noted that the Corporation
is not the agency finalizing the requirements of equipments and their technical
specifications. These parameters are finalized by the user institutions and
funding agencies and forwarded to the corporation for procurement. On our side,
we ensure that the technical specifications are not biased towards a particular
equipment/firm, through consultations during the pre-tender meetings with the
prospective tenderers. Amendments in the terms and conditions of the tender
documents may be resorted to on the basis of expert advice to see that more
than one firm qualifies for the final round. Technology specific
specifications/conditions and entertaining direct purchase will be undertaken, if

Page 3 of 18
and only if, the user agency certifies the equipment required is of proprietary
nature. Since the equipments procured are dealing with precious human life in
government hospitals, depended by the poor and downtrodden of the society, it
is our endeavor to ensure that most modern, but proven and durable equipments
are procured and supplied. The tender documents are prepared after assessing
the market to meet such objectives.

1.5. Every paisa spend by the corporation is public money and hence accountable.
Therefore, after sales service and up-time guarantee on the performance of the
equipment purchased by the Corporation have to be given paramount
importance. Corporation will be dealing with defaulters in these fronts with a firm
hand, which may lead to black listing and recovery of damages. We request our
valuable suppliers to avoid such unpleasant situations.

1.6. It is also essential while dealing with public money that utmost transparency has
to be maintained in the procurements of the corporation. All decisions will be
published from time to time on our website www.apmsidc.ap.nic.in. The
corporation will not wait for the mandatory 30 days period to provide any
information under Right to Information Act and will provide the information within
the minimum possible time. The Corporation will uphold the fundamental "right
to be heard' enshrined under the Constitution of India and will take harsh
decisions only after providing opportunity for hearing/submission of facts.
Tenderers could prefer appeal to the government against all decisions of the
corporation.

1.7. APMSIDC will not accept the tenders from blacklisted companies or
undependable Suppliers whose past performance with APMSIDC was
found poor due to delayed and/or erratic supplies and those with frequent
product failures, and also against whom there have been adverse reports
of Sub-Standard Quality / Poor Service of Equipment supplies, as defined in
the other parts of the Bidding document.

Page 4 of 18
1. Scope of Work:

The Scope of the project shall include, but not limited to, the following:

The bidder is expected to provide a comprehensive, integrative video surveillance


ecosystem involving high-definition IP cameras, analytical capabilities, and full
connectivity architecture, intended to support live visual command, crowd
management, and data extraction relevant to the event authority.

Surveillance Deployment Layout (Indicative Summary)

1. Camera Quantity & Coverage Points:

1. Approx. 600 IP-based surveillance units to be installed at multiple critical


zones such as:

a) 130+ gallery structures (positioned in non-linear distance) across an


overall 26 KM event path.

b) Main venue and relevant control points.

c) Entrances and exits to be layered with redundant visual validation


and crowd mapping capability.

2. Camera Resolution & Classification:

1. At primary entry/exit zones and main venue gates: Minimum 2MP (or
industry equivalent).

2. Gallery and inner cluster viewing: 4MP and above (in accordance with
scene requirement).

3. Deployment of Pan-Tilt-Zoom (PTZ) cameras (approx. 4 units) at


predefined venue locales as directed by the security cell in real-time
orientation.

3. People Counting Integration:

1. Bidder to enable dual-side directional crowd assessment using


automated people counting AI for a subset (up to 300 cameras).

2. Accuracy expectation: >= 98%, across bi-directional flow with flexible


bounding zone capability.

Page 5 of 18
3. Data capture must allow immediate next-day submission and also support
on-screen visual indications in live mode.

4. Transmission & Network Framework:

1. Required infrastructure to include, but not limited to:

a) CAT6/Fiber OFC cables (hybrid compatible)

b) Fiber Modules, PoE Switches, LIUs

c) L3 core switches, intermediate 24/48 port switching nodes

d) Network enclosures and rack-mount accessories.

2. All required junction interconnects, passive modules, splicing kits and


terminations are to be embedded in the proposal structure.

3. Power infrastructure to be managed from provisioned junctions (main feed


to be arranged by the client).

5. Central Monitoring & Command Facility:

1. Command control setup to support live streaming of all feeds (600 camera
feeds) with no visible latency or jitter.

2. Minimum of 200 sq. ft video wall interface, expandable via scalable


controller modules (4-in / 8-out architecture).

3. Additional live feeds to be extended to 2 separate 55” UHD monitors on


elevated/floor-mounted stands.

6. System Control, Analytics & Storage:

1. Centralized NVRs (64 Ch Minimum), VMS Server (up to 1000 camera


support), and Storage Solutions (RAID enabled) for at least 3 days active
event monitoring.

2. Full backup and retrieval option for a period of 30 days post event to be
ensured without additional intervention.

3. People Count Software with real-time display utility and necessary


processing hardware must be integrated.

7. Client Deliverables & Logistics:

1. All system delivery, configuration, testing, and readiness to be completed


24 hours prior to the scheduled event time.

2. Vendor responsible for transportation, insurance coverage, safety


compliance, installation, and eventual decommissioning.

Page 6 of 18
3. All manpower support, including real-time troubleshooting, to be
available on-site or via rapid-deployment remote assistance
during the event lifecycle.

8. Design & Validation:

1. Overall layout and node positioning plan must be presented to the


security authority for validation prior to installation phase.

9.Points to Note regarding the Scope of Work:

1. The Scope of Services described above to be fulfilled by the


Agency/Bidder are general in nature and the list is not exhaustive i.e. does
not mention the entire list of services required to be carried out during the
process of record creation event.

2. There may be several incidental services & assignments, which are not
mentioned in the Scope of Work but will be necessary to complete the work
in all respects.

3. The agency must understand the true intent and meaning of the work to
be executed and shall provide services accordingly, regardless of whether
a particular work is described or not in the Scope of Work.

4. The Scope of Work must not be intended to provide a proper


understanding to the Bidders about the subject matter of this RFP and
should not be construed or interpreted as limiting in any way.
5. Bidder to ensure system interoperability with public safety interfaces
wherever required.
6. BoQ may be derived during site walkthrough, with quantities subject to
mutually verified ground alignment.
7. Authority reserves the right to reject bids not complying with implied
standards or incomplete submissions.

Page 7 of 18
2. Submission of Price Bid:

2.1. Price Bid Format:


Rate (including hiring
Service Description charges, recording agency
fees, etc. including GST)

1. Cost of recording and Surveillance for the Rs. /-


Event Creation of the Guinness World Record
for the “Event of international Day Yoga (IDY)
2025

2. ⁠ Cost for body counting provision for the Rs. /-


Event Creation of the Guinness World Record
for the “Event of international Day Yoga (IDY)
2025

Total

Note: The Authority reserves the right to accept the lowest price quoted by the bidder
for either the cost of recording and surveillance OR Both to the event 'Creation
of the Guinness World Record for the International Day of Yoga (IDY) 2025', as per
necessity.

1. Bidders who are having any pending court cases / legal disputes against the
APMSIDC before any court of law / authority, are not eligible to participate in
the tender. In this regard If any ambiguity arise, the decision of tender
inviting authority (APMSIDC) is final.
2. All tender unit price will be rounded off to next nearest whole number (if price is
Rs. 100.40 it will be 100 Rs. and 100.75 then it will be Rs. 101)

Page 8 of 18
2.2. Sealing and marking of bids.

2.3. The bids shall be uploaded (submitted) electronically, as described in the


Invitation for Bids (Section –I). The hard copies of the bids in sealed covers
must be received by the Purchaser at the address specified above on or before
the due date of submission of bids

2.4. The Bids shall be addressed to the purchaser at the following address:

2.5. The Managing Director, APMSIDC, 2nd Floor, Plot No:09, survey number: 49,
IT Park, Mangalagiri, Guntur District- 522503.

2.6. The Bids shall bear the name of the invitation for bids (IFB) and Number and
also the words "Do not open before 03.00 P.M Hrs on 06.06.2025. The
envelopes shall indicate the name and address of the Bidder to enable the bid
to be returned unopened in case it declared “late".

2.7. If the envelope is not sealed and marked as required by, the purchaser will
assume no responsibility for the bids misplacement or premature opening.

2.8. Deadline, for submission of bids.

2.9. The Bids (both electronic and Hard copies) must be received by the purchaser,
no later than the time and date specified in the Invitation for Bids (Section I).
In the event of the specified date for the submission of Bids being declared a
holiday for the purchaser, the Bids will be received up to the appointed time on
the next working day.

2.10. The purchaser may, at its discretion, extend this deadline for submission of
bids by amending the bid documents in accordance with clause 7, in which
case all rights and obligations of the purchaser and bidders previously subject
to the deadline will thereafter be subject to the deadline as extended.

2.11. Late Bids.

2.12. Any bid received by the purchaser after the deadline for submission of bids
prescribed by the purchaser, pursuant to clause 19, will be rejected and/ or
returned unopened to the Bidder.

2.13. Modification and Withdrawal of Bids.

2.14. No bid may be modified subsequent to the deadline for submission of bids.

2.15. No bid may be withdrawn in the interval between the deadline for submission
of bids and the expiration of the period of bid validity specified by the Bidder
on the Bid form. Withdrawal of bid during this interval may result in the Bidders
forfeiture of its bid security Agencies must clearly specify the applicable taxes
and duties. Offers stating 'as applicable' will be considered vague and may be
rejected.
Page 9 of 18
2.16. Agencies must submit a copy of their Permanent Account Number (PAN) and
GST Certificate (if registered) along with their quotation.

3. Experience Requirement:

Only vendors meeting the following conditions in full will be considered for technical
and financial evaluation. Supporting documents must be uploaded along with the
tender bid:

1. Experience in CCTV Hiring for Public Events:

a) Completion of at least one similar project involving CCTV


surveillance on hiring basis for a large-scale public event with a
minimum value of ₹30 Lakhs.

b) Must submit work order and corresponding completion certificate.

2. Proof of Concept (POC) – People Counting:

a) A dedicated Proof of Concept (POC) specifically demonstrating


People Counting functionality with in/out counting accuracy of
98% or more must be conducted by the bidder prior to the
submission of the tender.

b) The POC must reflect integration with camera hardware/software,


edge processing or server-based analysis, and near-realtime
count extraction.

c) A POC Success Approval Certificate signed by the authorized


evaluation committee or security team representative must be
uploaded with the tender.

d) Bids without this certificate will be considered incomplete


and non- qualifying.

3. Financial Soundness:

a) A Valid Solvency Certificate of ₹25 Lakhs or more issued by a


scheduled bank.
b) An average annual turnover of ₹2.5 Crores over the last 3
financial years, supported by audited balance sheets.

Page 10 of 18
4. Eligibility Criteria

4.1. The Applicant must be an entity registered under Indian Companies Act 1956
/2013 or Limited Liability Partnership Act 2008 or Institutions registered under
Societies Act or Partnership firms or Proprietorship firms or as a consultant
registered under equivalent law in India/abroad.

4.2. The Applicant shall be required to submit a copy of its


Incorporation/Registration Certificate along with the tender.

4.3. The Applicant must have a valid GST and Income-tax registration in India
(proof of registration must be enclosed with technical proposal).

4.4. The Applicant must have at least an office in India to run the business which
is operational for a period of last 3 (three) years or more

5. Processing fee: The participating bidders will have to pay tender processing fee
(non-refundable) of Rs. 11,800/- in the form of online only.

6. Turnover Requirement:

The Agency should have a minimum average annual turnover of INR 2,50,00,000/-
during the last 3 financial years.
6.1 CA Certificate and Audited balance sheets with Income tax returns for the
last 3 financial years to support the claim.
6.2 If audited financial statements is not available, bidder shall submit financial
statements for 3 (three) years.

7. Earnest Money Deposit (EMD):

7.1. An EMD of Rs. 3,00,000/- is required to be submitted along with the tender. It
can be paid by demand draft in favor of the Managing Director, APMSIDC,
Mangalagiri.

7.2. Tenders not accompanied by the EMD are liable to be rejected.

7.3. EMD will be returned to the contractor only after the tender is finalized. The
EMD amount of the contractor will be adjusted against Performance
Security or refunded on submission of Performance Security without any
interest.

Page 11 of 18
8. PERFORMANCE SECURITY:

8.1. The successful bidder will be required to furnish Performance Security in the
name of the “Managing Director, APMSIDC, Mangalagiri”, for 5% of the annual
value of the contract (total amount payable for 3 months) before commencing
the work under the contract.

8.2. The performance security will remain with the Institute as long as the contract
is in force and will remain valid for a period of 60 days beyond the date
of completion of all contractual obligations.

8.3. The security amount is liable to be forfeited fully or in part thereof, in case of
breach of any of the conditions mentioned in the contract agreement.

8.4. The performance security deposit is refundable on successful completion


of the contract.

8.5. Performance Security can be submitted in any of the following formats:


Account Payee Demand Draft, Fixed Deposit Receipt from a Commercial
bank, Bank Guarantee (including e-Bank Guarantee) from a Commercial Bank
or online payment.

9. Payment Terms: Payment will be released only upon successful completion of


the event and receipt of the official Guinness World Record Certificate.

10. Bid Securing Declaration (BSD)

10.1. As per current Government orders, bidders who are seeking exemption
from the payment of Earnest Money Deposit (EMD) / Bid Security and also
the bidders who are not required to submit EMD, must furnish a Bid Securing
Declaration (BSD) in lieu of bid security, as ‘Bid Securing Declaration (BSD)’
in their bid as per format given therein. The BSD shall be drawn in favour of
‘The Managing Director, APMSIDC, Mangalagiri. A self-attested scan of the
original Bid Securing Declaration (BSD) should be uploaded along with the
bids. Bids not complying with these provisions shall be rejected. Format
provided in Annexure II

10.2. The BSD is required to protect the Procuring Entity against the risk
of the Bidder’s unwarranted conduct as amplified under the sub-clause below.

10.3. The BSD provides for automatic suspension of the Bidder from being
eligible for bidding in any tender in the Ministry/ Department of Procuring
Organisation for 2 years from the date of such enforcement. This declaration
shall stand enforced if Bidder breaches the following obligation(s) under the
tender conditions:

1. withdraws or amends his bid or impairs or derogates from the bid in


any respect within the period of validity of its bid; or
Page 12 of 18
2. After having been notified within the period of bid validity of the acceptance
of his bid by the Procuring Entity: refuses to or fails to submit the original
documents for scrutiny or the required Performance Security within the
stipulated time as per the conditions of the Tender Document. fails or
refuses to sign the contract.

11. Contacting Procuring Entity during the evaluation

11.1. From the time of bid submission to awarding the contract, no Bidder
shall contact the Procuring Entity on any matter relating to the submitted bid.
If a Bidder needs to contact the Procuring Entity for any reason relating to this
tender and/ or its bid, it should do so only in writing or electronically. Any effort
by a Bidder to influence the Procuring Entity during the processing of
bids, evaluation, bid comparison or award decisions shall be construed as a
violation of the Code of Integrity, and the bid shall be liable to be rejected as
nonresponsive in addition to other punitive actions for violation of Code of Integrity as
per the Tender Document.

12. Verification of Original Documents

12.1. Before issuing a Letter of Award (LoA) to the successful Bidder(s),


the Procuring Entity may, at its discretion, ask the Bidder to submit for
verification the originals of all such documents whose scanned copies were
submitted online along with the Technical bid. If so decided, the photocopies
of such self-certified documents shall be verified and signed by the competent
officer and kept in the records as part of the contract agreement. If the Bidder
fails to provide such originals or in case of substantive discrepancies in such
documents, it shall be construed as a violation of the Code of Integrity. Such a
bid shall be liable to be rejected as nonresponsive in addition to other punitive
actions provided in the Tender Document. The evaluation of Bids shall
proceed with the subsequent ranked offers.

Page 13 of 18
Annexure 1: Format - Bid Securing Declaration

(on Company Letterhead)

Bidder’s Name

[Address and Contact Details]

Bidder’s Reference No. Date……….

To

The Managing Director,


APMSIDC,
Mangalagiri,
Guntur-522503.

Ref: Tender No.

Sir/ Madam,

We, the undersigned, solemnly declare that:

We understand that according to the conditions of this Tender Document, the bid must
be supported by a Bid Securing Declaration In lieu of Bid Security.

We unconditionally accept the conditions of this Bid Securing Declaration. We


understand we shall stand automatically suspended from being eligible for bidding in
any tender in Procuring Organization for 2 years from the date of opening of this bid if
we breach our obligation(s) under the tender conditions if we:

1) withdraw/ amend/ impair/ derogate, in any respect, from our bid, within
the bid validity; or

2) being notified within the bid validity of the acceptance of our bid by the
Procuring Entity:

(a) refused to or failed to produce the original documents for scrutiny or the
required Performance Security within the stipulated time under the conditions of
the Tender Document.

(b) Fail or refuse to sign the contract.

We know that this bid-Securing Declaration shall expire if the contract is not awarded
to us, upon the:

Page 14 of 18
1) receipt by us of your notification

(a) of cancellation of the entire tender process or rejection of all bids or

(b) of the name of the successful bidder or

2) forty-five days after the expiration of bid validity any extension to it.

(Signature with date)

………………………..

(Name and designation)

Duly authorized to sign bid for and on behalf of……………………….

[name & address of Bidder and seal of company]

Dated on …………. day of ............... [insert date of signing]

Place ................................................ [ insert place of signing]

Page 15 of 18
FINANCIAL CAPACITY OF THE MANUFACTURER/DISTRBUTOR

A. Details of Annual Turnover for Preceding 3 Years.

Year 1 Year 2 Year 3 Average


(2021-22) (2022-23) (2023-24) Annual
Turnover
Turn Over
(In Rs.
Crores)

B. Details of Net Worth

Year1 (Last Financial Year i.e. as on 31st


March 2024)

Paid up Capital (Rs. Cr)

(Add) Free Reserves (Rs. Cr)

Total Net Worth (Rs. Cr)

______________________________________________

(Signature of Bid Signatory)

Seal of the Firm

Certificate from the Statutory Auditor

This is to certify that ....................(name of the Bidder) has an average annual


turnover (in the last three financial years) and Net Worth (in the last financial year)
as shown above

Name of Authorized Signatory (CA):


Designation:
Name of firm:
(Signature of the Authorized Signatory)
Seal of the Firm

Page 16 of 18
PROFORMA FOR PERFORMANCE (for a period of last three years)

(Qualification Criteria)

Bid No. _________ Date of Opening ______________ Time ____________ Hours

Name of the Firm ____________________________________________________

Order Orde Date Descri Quantity Valu Date of completion Remarks Has the
placed by r No ption of ordered e of indicating
________ of Item Items. order of delivery reasons Supplie
_ for late
delivery, if r
(Full any
address of receive
Purchaser)
d full

payme

nt

toward

s the

supplie

s made

Purchas Actual
e terms
1 2 3 4 5 6 7 8 9 10

Signature and seal of the Bid Signatory

__________________________________

__________________________________

__________________________________

Page 17 of 18
ANDHRA PRADESH MEDICAL SERVICES & INFRASTRUCTURE DEVELOPMENT
CORPORATION (APMSIDC)
GENERAL INFORMATION ABOUT THE TENDERER
Name of the Tenderer
Registered
address of the firm
State: District
Telephone. No. Fax. No. Email.

3 Address

State District
Telephone No. Fax
Email Website

Type of Firm (Please □ relevant box)


4 Private Ltd. Public Ltd. Proprietorship
Partnership Society Others, specify
Registration No. & Date of
Registration.
Nature of -lease □ relevant box)
Bussiness (
5 Original Equipment Authorized Dealer
Manufacturer /Representative
Direct Importer Others, specify.

Page 18 of 18

You might also like