Office of the Municipal Councillors of South Nager Bazar, Dum Dum Road, – 700 074 (W.B.) Phone: (033) 2560 2357 / 2743; Fax: (033) 2560 8388/6001 Email: [email protected]

DETAILED NOTICE INVITING e-TENDER e-Tender No: WBMAD/ULB/SDDM/NIT-632/02/2020 MEMO NO. 632/02/2020 DATED- 19/02/2020

The Chairman invites E-Tenders on behalf of the from bonafied, reliable, resourceful and experienced contractors for the work detailed in the table below.

I. Name of the Work Supply, Installation and Commissioning of Additional CCTV Camera for indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission II. Location of the Work Within Jurisdiction of South Dum Dum Municipality III. Estimated Cost Rs. 4,39 ,24 ,510 /- IV. Earnest Money Rs. 8,78 ,490 /- through Online Payment (Exempted in case of MSME/NSIC registered unit) V. Date & Time of Publication of e - 22/02/2020 Tender VI. Date & Time of start ing of 22/02/2020 from 1 7:00 Hrs. documents download VII. Date & Time of starting of Bid 01/03/2020 from 11:00 Hrs. submission VIII. Last Date & Time for bid 11/03/2020 till 11:00 Hrs. submission IX. Date & Time of opening of 13/03/2020 at 11:00 Hrs. Technical Bid X. Date & Time of uploading of To be notified later Technically Qualified Bidders XI. Date & Time of opening of To be notified later Financial Bid XII. Period of Completion 90 Days XIII. Funding Green City Mission

Note: In case of Bundh/strike/holiday etc. falls on the schedule dates as mentioned above, the same will be treated next working day of the fixed dates and time as scheduled above refer Table.

Applicants willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system; through logging on to hps://wbtenders.gov.in using the opon ―Click here to Enroll. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site https://wbtenders.gov.in

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 1 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

SECTION – A: INSTRUCTIONS TO THE BIDDERS

1. BID SUBMISSION:

Tenders are to be submitted through online to the website in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the prescribed date &time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).

The Technical proposal should contain scanned copies of the following further two covers (folders).

a. Statutory Technical folder containing,

i) Application Form in letter head duly signed & stamped as per Annexure-A. ii) Experience Profile as per Annexure-B. iii) Organisation Structure as per Annexure -C. iv) Manufacturers Authorisation Form (MAF) of all the major items like Camera, NVR, Switches, Cables and Display. v) Technical Compliance Sheet issued by the OEM on their Letter Head duly stamped and signed by the authorized official. vi) Datasheets/Brochure of all the major items like Camera, NVR, Switches, Cables and Display. vii) OEM Certificate for FTTH and CCTV Surveillance Engineer. viii) OEM Eligibility Documents. ix) Notice Inviting e-Tender (NIeT), all Corrigendum & Addendum (Properly downloaded & uploaded the same Digitally Signed).

Note i) Only downloaded copies of the documents are to be uploaded, virus scanned and digitally signed by the contractor. ii) If any contractor is exempted from payment of EMD, copy of relevant Government Order needs to be furnished. iii) Tenders will be summarily rejected if any item in the statutory cover is missing. iv) In case of any inadvertent typographical mistake the same to be treated to be corrected as to confirm to the prevailing relevant schedule of rates or technically sanctioned estimate.

b. Non-Statutory Technical cover containing,

The Non-Statutory Technical Documents Should Be Arranged in The Following Manner

SL CATEGORY SUB CATEGORY DOCUMENTS A CERTIFICATES CERTIFICATES 1. Trade License. (All Certificates should 2. Professional Tax Registration be up to date) Certificate with latest Challan. 3. PAN Card. 4. GST Registration Certificate. 5. EPF Registration Certificate. 6. MSME Registration Certificate. 7. NSIC Registration Certificate. 8. ISO 9001 & 27001 Registration e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 2 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

Certificate. B COMPANY DETAILS 1 COMPANY DETAILS 1 1. Partnership Firm (Partnership Deed, Trade License). 2. Pvt. Ltd. Company (Registration Certificate, Trade License) 3. Co-Operative Society (Society Registration Certificate) Bye Laws. 4. Power of Attorney C COMPANY DETAILS 2 COMPANY DETAILS 2 1. Income Tax Return of last 3 F.Y. D CREDENTIALS CREDENTIALS 1. Copy of Work Orders. 2. Copy of Work Completion Certificate. E FINANCIAL INFO FINANCIAL DETAILS 1. Audited Balance Sheet of F.Y. 18-19. 2. Audited Balance Sheet of F.Y. 17-18. 3. Audited Balance Sheet of F.Y. 16-17. F DECLARATIONS DECLARATIONS 1. Blacklisting Declaration. 2. Warranty Declaration.

NOTE: FAILURE OF SUBMISSION OF ANY ONE OF THE ABOVE-MENTIONED DOCUMENTS THE BID OF THE TENDERED WILL BE LIABLE FOR REJECTION .

Financial Proposal:

i) The Financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ). The contractor is to quote the rate (Percentage Above (+)/ Below (-)/ At per (+0.00)) over the total estimated cost of the intended job online through computer in the space marked for quoting rate in the BOQ.

ii) Only downloaded copies of the above documents are to be uploaded virus scanned & digitally signed by the contractor.

2. EARNEST MONEY DEPOSIT (EMD):

Earnest money (2% of the estimated amount put to tender) i.e. Rs. 8,78,490/- (Rupees Eight Lakhs Seventy Eight Thousand Four Hundred Ninety) only shall be remitted by the tenderer through ICICI Payment Gateway or through net-banking or NEFT or RTGS in respect of tender ID. Every such transfer shall be done on or after the date of publish of NIeT. Any tender without such online payment of EM (Except exemption as per G.O.) shall be treated as informal and shall be automatically cancelled. Online transfer of Earnest Money receipt (scanned copy) shall be uploaded as statutory document. Such 2% of earnest money will automatically converted into the Security Deposit in respect of successful tenderer.

In case of Exemption of EMD the bidder has to submit the valid copy of MSME/NSIC Certificate. This EMD amount will be forfeited if, the Bidder refuses to accept purchase order, fails to carry out his obligations mentioned therein. No interest will be payable on the Earnest Money Deposit. The Earnest Money Deposit will be refunded to the unsuccessful Bidders. The Earnest money paid by the successful Bidder will be released only after completion of the work.

3. ELIGIBILITY CRITERIA: e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 3 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

The technical evaluation will be done on the following parameters and offers from firms not conforming to any of these parameters will be rejected.

a) The bidder must be a company registered under Companies Act or Partnership Firm or LLP. Documentary evidence to be submitted. b) The bidder should have registered office in in same legal identity with office in Kolkata. Documentary evidence to be submitted. c) The bidder should have valid Trade License, Professional Tax Registration, GST Registration, PAN. Documentary evidence to be submitted. d) The bidder should have atleast 5 Years’ Experience in CCTV Surveillance System . Necessary documents (Work Order/Completion Certificate) has to be submitted. e) The bidder should have successfully executed at least total 05 (Five) CCTV Surveillance System orders of Rs. 5 Crores in last three financial years in State or Central Government Department/ PSU/ Autonomous Body. Relevant Work Order & Completion Certificate copy to be provided. f) The bidder should have experience of installation of total 1000 CCTV Cameras in last 03 Financial Years. g) The bidder should have total turnover of not less than Rs. 10.00 Crore in the last three financial years. Bidder shall have to Audited Balance Sheet of last 3 financial years (2016-17, 2017-18, 2018-19). h) The Bidder shall submit Income Tax Return copy of last 03 financial years (2016-17, 2017-18, 2018-19). i) Manufacturer’s tender specific authorizations (MAF) for major items i.e. Camera, NVR, Switch, Cables & Display must be submitted. j) The bidder should be an ISO 9001 & ISO 27001 Certified organisation. Copy of valid Certificate is to be submitted. k) The bidder should be MSME Registered unit. Copy of valid Certificate is to be submitted. l) The bidder should be NSIC Registered unit. Copy of valid Certificate is to be submitted. m) The bidder should have valid EPF Registration. Copy of valid Certificate is to be submitted. n) The Bidder should have OEM Certified FTTH and CCTV Surveillance Engineer. Copy of Certificate to be submitted. o) Bidder should have local call center number for after sales service support at Kolkata. Details of that with number & detailed escalation matrix to be submitted. p) The bidder shall not have been blacklisted by any State/Central Government or PSU Organization or bilateral/multilateral funding agencies for breach of ethical conduct or fraudulent practices as on date of submission of the proposal. Declaration on bidder’s letter head to be submitted. q) Intending suppliers should furnish details about their firm in Supplier’s Profile. r) In case of consortium any one of the bidders of such consortium has to fulfill the above- mentioned criteria.

Qualification Criteria for an OEM: i. All the Cameras, NVR should be from same OEM for seamless integration and ease of operation. ii. OEM of Camera, NVR & Switch should have its presence in for more than 3 years directly. The Authorized Distributors, Joint Ventures, Subsidiary etc. will not be considered. Copy of the Incorporation Certificate should be provided. iii. The CCTV OEM should have its registered office and service/ support center in the India. It should have their direct service centers. Required GST certificate to be provided along with the bid.

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 4 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

iv. The OEM should have ISO certifications for manufacturing of all types of cameras & NVR/ DVR and all the CCTV components (Camera, VMS, NVR, DVR, etc) should be from same OEM. The Bidder/s shall attach the copy of the OEM’s ISO Certificate along with the bid v. All CCTV hardware products offered in the project should be UL, CE, EN, IEC, FCC certified. Additional Certificates are Welcome vi. The OEM of CCTV camera /NVR must have more than 100 employees on its payroll in Parent Company in India. Respective document/ certificate to be provided along with the bid. vii. OEM should have well Qualified Technical Engineers to support Onsite Troubleshooting through Parent Company India or Internationally based or through subsidiary Base/Branch Company in India

4. BID EVALUATION:

Evaluation Committee constituted by the Competent Authority of South Dum Dum Municipality will function as Evaluation Committee for selection of Technically Qualified Contractors. i) Technical proposals will be opened by the Concerned Tender Inviting Authority or his authorized representative electronically from the website using their Digital Signature Certificate (DSC). ii) Cover (folder) for Statutory Documents will be opened first and if found in order, cover (folder) for Non-Statutory Documents will be opened. If there is any deficiency in the Statutory Documents the tender will summarily be rejected. iv) Decrypted (transformed into readable formats) documents of the non-statutory cover will be downloaded & handed over to the Tender Evaluation Committee. v) Summary list of technically qualified tenderers will be uploaded online. vi) Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible tenderers will be uploaded in the web portals. vii) During evaluation the committee may summon of the tenderers & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection.

5. PENALTY FOR SUPPRESSION / DISTORTION OF FACTS:

If any tenderer fails to produce the original hard copies of the documents like Completion Certificates and any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the tenderer and action may be referred to the appropriate authority for prosecution as per relevant IT Act.

6. REJECTION OF BID:

The tender accepting authority reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for tender accepting authority’s action. Conditional/incomplete bid will not be considered. The Bidder should submit all the documents exactly as per tender documents, failing which e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 5 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

his tender will be treated as incomplete and may be rejected without any further notice. 7. AWARD OF CONTRACT:

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through Letter of Acceptance. The notification of award will constitute the formation of the Contract. The Agreement in Form No. 2906 will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including N.I.T. & B.O.Q. will be the part of the contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite copies of contract documents downloading from the website stated in Sl. No. 1 of N.I.T. within time limit to be set in the letter of acceptance.

8. SECURTITY DEPOSIT:

The Successful Bidder has to submit the Security Deposit @ 10% (ten percent) in form of Demand Draft/Bank Guarantee within 15 Days of Acceptance of Work Order. The Security Deposit may be deducted from each and every running bill. The EMD (if any) will be adjusted in this Security Deposit. The Security Deposit will be refunded to the successful tenderer without any interest after completion of the warranty period.

Additional Performance Security @ 10% of the tender amount shall be obtained from the successful bidder if the accepted bid value is 80% or less of the estimate put to tender.

The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank before issuance of the Work Order. If the bidder fails to submit the Additional Performance Security within seven working days from the date of issuance of Letter of Acceptance, his/her Earnest Money will be forfeited and other necessary actions as per NIT like blacklisting of the agency, etc. may be taken.

9. OTHER DEDUCTIONS:

Necessary deduction i.e. TDS on GST, TDS on Income Tax, Labour Welfare CESS etc. will be made as per relevant Govt. orders.

10. PAYMENT TERMS:

Payment will be made as per the availability of the fund from the govt. for the respective project. No mobilization advance and secured advance will be allowed. Payment of Running Bill will be done upto 50% of the Estimated Cost. All the payments will be done through Electronic Form after applicable deductions. The Successful Bidder has to submit the E-Payment mandate form duly authorized by the Bankers along with the copy of Cancelled cheque.

11. WARRANTY:

All the items under this tender shall cover Onsite Warranty of One Year . The device has to be repaired/replaced by the contractor within 72 Hrs of the reporting. The OEM shall submit the undertaking for onsite Warranty Support of One Year and availability of Spare Parts for the period of atleast 03 years. e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 6 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

12. SUPPLEMENTARY / ADDITIONAL ITEMS OF WORKS:

Notwithstanding the provisions made in the related printed tender form, any item of work which can legitimately be considered as not stipulated in the specific price schedule of probable items of work but has become necessary as a reasonable contingent item during actual execution of work will have to be done by the Contractor, if so directed by the Engineer-in-Charge and the rates will be fixed in the manner as stated below:- (a) Rate of Supplementary items shall be analyzed in the 1st instant extended possible from the rates of the allied items of work appearing in the tender schedule. (b) Rate of supplementary items shall be analyses to the maximum extent possible from rates of the allied items of work appearing in the schedule of rates of probable items of work as will be in force at the time of NIeT. (c) If the rates of the supplementary items cannot be computed even after application of clauses stated above, the same shall be determined by analysis from market rates of material, Labour and carriage cost prevailing at the time of execution of such items of work. Profit and overhead charges (both together) @ 10% (ten percent) will be allowed only. The contractual percentage will not be applicable. (d) Black market rates shall never be allowed. (e) It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the Work Order Book or any written order from the tender accepting authority.

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 7 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

13. SCHEDULE OF QUANTITY: SL ITEM DESCRIPTION UOM QTY Supply of 4 MP Bullet Camera > 1/3” 4Megapixel progressive scan CMOS > H.265&H.264 triple-stream encoding > 25/30fps@4M(2688×1520) > Smart Detection supported > WDR(120dB), Day/Night(ICR), 3DNR, AWB, AGC, BLC 1 Nos. 700 > 3.6mm fixed lens (6mm optional) > Max. IR LEDs Length 40m > Micro SD memory upto 256GB, IP67, PoE > Lux: 0.01Lux/F2.0( Color,1/3s,30IRE) > IVS: Tripwire, Intrusion, Object Abandoned/Missing, Face Detection (Make: CP Plus/Dahua/Alcon) Supply of 64 Ch. NVR > Smart H.265+/H.265/Smart H.264+/H.264/MJPEG > Max 320Mbps Bandwidth 2 > Up to 12MP Resolution for Preview and Playback Nos. 11 > 2HDMI & 1VGA (2 simultaneous video output) > 2 RJ-45 Ports (10/100/1000Mbps) > 3 USB Ports, 1 RS232 Port, 1 RS485 Port (Make: CP Plus/Dahua/Alcon) Supply of HDD 4TB Surveillance type for NVR 3 Nos. 88 (Make: Seagate/Toshiba/WD) Supply of 43” LED Commercial TV with require HDMI cable 4 Nos. 6 (Make: LG/Sony/Samsung) Supply & Installation of Work Station 5 Nos. 3 (Make: HP/Dell/Lenovo/Acer) Supply of Enterprise-Class L2+ switch with 8 x 10/100/1000T PoE ports 6 Nos. 210 (Make: HP/Netgear/Digisol) Supply of Enterprise-Class L2+ switch with 24 x 10/100/1000T ports 7 Nos. 4 (Make: HP/Netgear/Digisol) Supply of SM Armoured OFC 6,12,24 & 48 core. 8 Mtrs. 82000 (Make: Digisol/Digilink/D-Link) Supply & fixing of SM SC Type Dual Core Media Converter 10/100/1000 9 Pair 210 (Make: Digisol/Digilink/D-Link) Supply & fixing of SM SC type FO Pigtail 10 Nos. 210 (Make: Digisol/Digilink/D-Link) Supply & fixing of Fiber Patch Cord Duplex 2M 11 Nos. 210 (Make: Digisol/Digilink/D-Link) Supply of 24 Port Fiber Patch Panel 12 Nos. 6 (Make: Digisol/Digilink/D-Link) 13 Supply & fixing of OFC Joint Box Nos. 210 Supply of CAT6 UTP Cable-305M box 14 Nos. 82 (Make: Digisol/Digilink/D-Link) Supply of 42 U Floor Mount Rack with all accessories 15 Nos. 3 (Make: Digisol/Digilink/D-Link) 16 Supply of Power Cable (3 Core 1.5 & 2.5 SQ MM) Mtrs. 4000 17 Supply & fixing of Pole Mount Metal Equipment Box Nos. 210 18 Supply & fixing of Pole Mount Bracket Nos. 210 19 Supply & fixing of Power Distribution Unit Nos. 210 20 Supply & fixing of 2 Poll 32 Amp. Isolator with box Nos. 210

21 OFC, CAT 6 and Power Cable Laying Charges with necessary Materials such as stay wire Mtrs. 111010

22 Installation, Testing & Commissioning of all the equipment and entire system Job 1

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 8 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

SECTION – B: SPECIAL TERMS AND CONDITIONS

GENERAL: Unless otherwise stipulated all the works are to be done as per general conditions and general specifications in the “Departmental Schedule” which means the Public Works Department, Schedule of Rates for works in West Bengal for the working area including upto date addenda and corrigenda, if any, published by the Chairman/Executive Officer, South Dum Dum Municipality. TERMS & CONDITIONS IN ORDER TO PRECEDENCE: If the stipulations of the various components of the contract documents be at variance in any respect, one will over-ride the other (only in so far as those are at variance) in the order of precedence as given below:

(a) Special terms and conditions. (b) Special specifications. (c) General specifications. (d) Notice Inviting e-Tender (e) Schedule of probable items with approximate quantities. (f) Printed Tender Documents. All works covered in the clause appearing hereinafter shall be deemed to form a part of the appropriate item or items of works appearing in the schedule whether specifically mentioned in any clause or not and the rates quoted shall include all such works unless it is otherwise mentioned that extra payment will be made for particular works. ENGINEER-IN-CHARGE AND COMMENCEMENT OF WORK: The word “Engineer-in-Charge” means the Engineer of South Dum Dum Municipality, the word “Department” appearing anywhere in the tender documents means Electrical Department, South Dum Dum Municipality, who have jurisdiction, administrative or executive over part or whole of the works forming the subject matter of the tender or contract. The word “approved” appearing anywhere in the documents means approved by the Engineer-in-Charge. CONDITION IN EXTENDED PERIOD: As Tender Documents as the case may be when an extension of time for completion of work is authorized by the Engineer-in-Charge, it will be taken for granted that the validity of the contract is extended automatically upto the extended period with all terms and conditions, rates, etc. remaining unaltered i.e. the tender is revalidated upto the extended period. C0-OPERATION AND DAMAGES AND COMPLETION OF WORK: All works are to be carried out in close co-operation with the Department and other contract or contracts that may be working in the area of work. The work should also be carried out with due regard to the convenience of the road/building users and occupants, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to workers, road users, occupants, etc. The contractor must see that all damages to any property which, in the opinion of the Engineer-in-Charge are due to the negligence of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and satisfaction of the Engineering-in-Charge. e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 9 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

TRANSPORTATION ARRANGEMENT: The contractor shall arrange for all means of transport including Railways Wagons required for carriage and supply of materials and also the materials required for the construction work. The Department may however, at their own discretion grant necessary certificates, if required, for procurement of railways Wagons. But, in case of failure of the Department to help the Contractor in this respect, the contractor will have to procure wagons at his own initiative and no claim whatever on the ground of non- availability of wagons shall be entertained under any circumstances.

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 10 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

SECTION – C: SCOPE OF WORK

The work of Supply, Installation and Commissioning of Additional CCTV Camera for indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission covers all the equipment and work mentioned in the BOQ of this tender. All the cameras under this tender will be installed in outdoor area under the jurisdiction of South Dum Dum Municipality covering all the 35 Wards and the control rooms has to be established at Dum Dum Police Station and Lake Town Police Station along with the Monitoring Control at South Dum Dum Municipality. The work under this tender has to be integrated with the Phase -1 of the CCTV Surveillance System under Green City Mission for seamless control of the overall system. The existing network of the CCTV Surveillance System is based on FTTH/GePON Technology, therefore the work under this tender has to be done in the same technology and the bidder should have prior experience of the same. Supporting documents needs to be submitted. The Cable Management at the Control Rooms should be done as per Industry Standard. All the NVR & Display should be connected with the Work Station thorough network. The Video Management software for all the cameras at both the Police Station and the Municipality Monitoring Room should be license free and to be installed by the OEM without any extra cost. At least 02 Officers of Both the Police Station and Municipality should be trained and certified to manage the entire system. The bidder shall provide proper Manuals and technical documents in 03 Set of Hard Copies & Soft Copies. The System are covered under Warranty & Maintenance of 01 (One) Year from the date of Installation and Commissioning as per standard OEM Policy.

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 11 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

SECTION – D: ANNEXURES

ANNEXURE-A APPLICATION (in Statutory Cover) To, The Chairman, South Dum Dum Municipality P.O. Motijheel, Dum Dum, Dist. – North 24 Parganas, Kolkata 700074, West Bengal.

Ref: - Tender for (Name of work)_

NIeT No.: WBMAD/ULB/SDDM/NIT-632/02/2020 Dear Sir, Having examined the Statutory, Non statutory & NIeT including all its Corrigendum & Addendum, I /we hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of ______In the capacity of duly authorized to submit the order. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith.

We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the contract bid under this Job/ project. (b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any reason.

Enclo:- e-Filling:- 1. Technical proposal i. Statutory Documents ii. Non Statutory Documents 2. Financial proposal i. Bill of quantities (BOQ). (With quoted the rate)

Date:- Place:- Signature of applicant

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 12 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

ANNEXURE-B Experience Profile

Name of the Bidder: ______

List of projects completed that are similar in nature to the works during the last 3(Three) financial years i.e. from FY 2016-2017 to FY 2018-2019

Name of the Nature Work Name of Value Date of Date of No. of Organisation of Order No. E.I.C. responsible for of Commencement Completion Cameras Work & Date supervision of work Work

Date: Place:

Signature & Stamp of the Bidder

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 13 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

ANNEXURE – C ORGANISATION STRUCTURE A. 1. Name of the Applicant (Firm) : Office Address : Telephone No. : Mobile No. : Fax No. :

A. 2. Office Address : Telephone No. : Mobile No. : Fax No. : E-mail id (Mandatory) :

A. 3. Name and address of Bankers :

A. 4. Attach an organization chart showing : Structure of the company with names of Key personnel and technical staff with Bio-data.

Signature and address of the Tenderer

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 14 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

SECTION – E: TECHNICAL SPECIFICATIONS

4 MP Bullet Camera (Make: CP Plus/Dahua/Alcon)

Sl Compliance Feature Specification No (Yes/No) 1 Resolution Minimum 2688 x1520 for high definition video quality The camera should be equipped with a minimum of 1/3" CMOS 2 Image Sensor sensor applying progressive scan technology to record more fluid footage and avoid distortion created by moving objects. The camera should be provided with an OEM fitted 3.6mm Board-in 3 Lens Range Lens 4 Video Compression H.265+/H.265/H.264+/H.264 The camera should capture images at a frame rate of 25/30fps @ 5 Frame Rate 4M (2560 × 1440) or 20fps @ 4M (2688 × 1520) so as to give a swift video output even in case of fast moving objects. Minimum 6 0.008 [email protected] Color, 0Lux/F1.6(IR on) Illumination 7 Privacy Masking Camera should support up to 4 areas. 8 Digital Zoom Camera should support 16X Digital Zoom or better 9 NAS Recording Camera should support direct recording on NAS from 1st day Electronic Shutter 10 Auto/Manual, 1/3~1/100000s Speed 11 S/N Ratio More than 50dB The camera shall incorporate a physical ICR filter for quality images 12 ICR both during day and night The camera should have inbuilt IR and cover distance up to 30 Mtr 13 IR Range or above The camera should output a master and a slave stream that are 14 Video Streaming individually configurable. The Camera should allow at least 4 sections of the camera view to be streamed separately for distinguished viewing and recording. 15 ROI Furthermore it should give the capability to configure these streams individually Backlight BLC should allow adjusting the gain of the camera to improve 16 Compensation exposure of the subjects that are in front of a bright light source The camera should give a WDR range of minimum 120 dB Real WDR 17 Wide-Dynamic-Range (Must be Hardware driven) 18 Noise Reduction 3D-DNR The camera shall provide real time tampering protection by means 19 Camera Tampering of alerts generated at the software. Pre/Post Event The camera should support a least of 3 seconds of pre & post event 20 Buffering buffering. 21 Event Notification Through Relays, E-Mails or FTP HTTP; HTTPs; TCP; ARP; RTSP; RTP; UDP; SMTP; FTP; DHCP; DNS; 22 Network DDNS; PPPOE; IPv4/v6; QoS; UPnP;NTP; Bonjour; 802.1x; Multicast; ICMP; IGMP; SNMP Security Password protection, HTTPS (SSL, TLS), IP filtering, IEEE 23 Security 802.1X e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 15 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

24 Micro SD Slot Should support upto a maximum of 256GB micro-SD 25 Others Exposure Control, AGC, White Balance, day/night 26 Motion detection 27 Video Content Tripwire 28 Analytics supported Intrusion 29 by Camera Scene Change 30 Crossing line 31 Network Ethernet RJ-45 (10/100Base-T) Network 32 PSIA, CGI Compatibility The network camera shall support industry standard Power over Ethernet (PoE) IEEE 802.3af to supply power to the camera over the 33 Power Source network and DC12 V to supply local power in case of longer distance where PoE is not possible. 34 Power Consumption Not to exceed 7W It should support remote monitoring over iPhone, iPad, Android and 35 Smart Phone Windows Phone including desktop/PC Operation 36 Temperature / -40 ºC to 60 ºC / Less than 95% RH Humidity Weather Proof 37 IP67 rated weather proofing standards Standard 38 Open Protocol ONVIF Profile S or higher 39 Certifications BIS, UL,FCC ,CE, ISO certified (All mandatory)

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 16 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

64 Ch. NVR with 8 Sata Port (Make: CP Plus/Dahua/Alcon)

Sl Compliance Feature Specification No (Yes/No) 1 Main Processor NVR should have Quad-Core or better Embedded Processor 2 Operating System Embedded LINUX 3 IP Camera Input 64 channels 1 Channel Input, 2 Channel Output for both way audio 4 Two-way Talk communication 5 Display Interface 2 HDMI, 2 VGA output for viewing 6 Display Resolution 3840×2160, 1920×1080, 1280×1024, 1280×720, 1024×768 7 Total Bandwidth Max 640 Mbps bandwidth 8 Display Split 1/4/8/9/16//25/36 Support multiple 9 Should Support Multi-brand network cameras brands Camera title, Time, Video loss, Camera lock, Motion detection, 10 OSD Recording Recording 11 Smart H.265+/H.265/Smart H.264+/H.264/MJPEG Compression 12 Recording Resolution 12Mp, 8Mp, 6Mp, 5Mp, 3Mp, 1080P, 1.3Mp, 720P & D1 & etc. 13 User Interface GUI 14 Motion Detection MD Zones: 396 (22×18) 15 Video Loss Should support Video Loss 16 Camera Blank Should support Camera Blank 17 Alarm In/ out It should have 16 Ch In and 6 Ch Out 18 Sync Playback 1/4/9/16 It should support remote monitoring over iPhone, iPad, Android and 19 Smart Phone Windows Phone including desktop/PC Time/Date, Alarm, MD & Exact search (accurate to second), Smart 20 Search Mode search 21 Backup Mode USB Device/Network/eSATA Device 22 Hard Disk 8 SATA ports with 8TB Surveillance Grade Hard disks each 23 External HDD 1 eSATA up to 16TB 24 Network Ethernet 2 RJ-45 ports (10/100/1000Mbps) 25 RAID Support Hardware RAID 0, 1, 5, 6, 10 26 USB 4 USB ports or better HTTP, HTTPS, TCP/IP, IPv4/IPv6, UPnP, SNMP, RTSP, UDP, SMTP, 27 Network Function NTP, DHCP, DNS, IP Filter, PPPoE,DDNS, FTP, Alarm Server, IP Search etc RS232: 1 port for PC & Keyboard communication, RS485: 1 port for 28 Additional Interfaces PTZ control NVR should support various function of Automatic Number Plate 29 Additional Function Recognition (ANPR) camera. 30 Fisheye Dewarping, PoS, ANR etc

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 17 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

NVR should support various Video Analytics such as: Tripwire Intrusion Face Detection 31 Smart Video Analytics Motion Detection Tampering Scene Change People Counting Heatmap etc 32 Max. User Access Should support Min. 120 users 33 Power Supply AC 100V~240V, 50/60 Hz 34 Power Consumption <20W (without HDD) 35 Working Environment -10°C~+55°C / 10%~90%RH 36 Open Protocol Should support ONVIF Profile S or higher BIS, UL, FCC, CE, ISO certified (All certificate need to be submitted 37 Certification along with technical bid) 38 Installation Rack Mounted Smart Fan which can automatically adjust speed according to 39 Additional Feature temperature & need

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 18 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

43” LED Commercial TV (Make: LG/Sony/Samsung)

Compliance Specification (Yes/No) Remarks Display Size: 43" Resolution:1,920 x 1,080 (FHD) Brightness: 400nits Broadcasting: ATSC / Clear QAM/VSB, Analog NTS Audio Out 10 W(5W+5W) Feature: USB Cloning, WOL, SNMP, Diagnostics (USB), HTNG-CEC (1.4), HDMI-CEC (1.4), Multi IR Code, PDM (Public Display Mode), Welcome Video / Screen, External Speaker Out, RJP Compatibility, Auto Off / Sleep Timer, Motion Eye Care, Crestron Connected (Network Based Control), DPM, Time Scheduler, Jack Interface Set Side: HDMI In (1.4), USB (2.0) Set Rear: HDMI In (1.4), RF In, AV In, Digital Audio Out, PC Audio Input, RS-232C, RJ45, External Speaker Out Power( watts): 56W Certification : Safety - CB, EMC-EC

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 19 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

Enterprise-Class L2+ switch with 8 x 10/100/1000T PoE ports (Make: HP/Netgear/Digisol)

Compliance Specification (Yes/No) Remarks Support 8 10/100/1000Base-TX ports 2 1000Base-X SFP ports Support PoE Power : 75W , Support IEEE802.3af and 802.3at standard Support Spanning Tree IEEE 802.1d Spanning Tree Protocol (STP), IEEE 802.1w Rapid Spanning Tree Protocol (RSTP), IEEE 802.1s Multiple Spanning Tree Protocol (MSTP) Support Ring Protocol Support EAPS Support Broadcast Storm Filter Support 256 Multicast groups Support IGMP Snooping Switching capacity : 20G Support MAC address table 8K Support MAC Address Binding Support,MAC Address Filtering support Support MAC Address Learning control Control number of port-based MAC address learning Support Jumbo packets up to 10K bytes Support Port Isolation, Port Self-loop Detection Support Port Mirroring Support Support VLAN 4K , Port-base & 802.1q Tag-base VLANs,VLAN Based on Protocol Support IPBased /MAC-Based VLAN, Voice VLAN Support VLAN Mapping : Support 1:1 mapping , Support basic QinQ VLAN Support Link Aggregation Up to 8 maximum aggregation groups, each containing up to 4 GE ports Support Rate Limit Unit: 64kbps Support QoS - 4 output queues on each port Support flexible queue scheduling algorithms: WRR, Q+WRR Support port-based / MAC-based /802.1p / DSCP classification Support ACL Support Standard IP / Extend IP / MAC IP / ARP Support 512 entries Support Security Features - Support MAC-based 802.1X authentication,Support AAA/RADIUS authentication,Support WEB/Telnet password protection,Support Accessing privilege mode password protection Support Self-protection - Support CPU Self-protection Support Web based management,Telnet, SNMP v1/v2/v3, Support Multi-user management , Support Configuration File Download/Upload via WEB Support LED Indicators PWR, PoE, 1000M and Link/Act LED Support Input voltage 100V~240V AC, 50/60Hz Support Operating temperature : 0°C~40°C Support Storage temperature : -10°C~70°C Support Relative humidity 20%~85% (non-condensing)

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 20 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

Enterprise-Class L2+ switch with 24 x 10/100/1000T ports (Make: HP/Netgear/Digisol)

Sr Compliance Deviations Technical Specifications No (Yes/No) (if any) 1 General Features The switch should support a minimum of 24 nos. 10/100/1000 Ethernet

Ports The switch should support a minimum of 4 SFP Uplinks The switch should support a total of 28 Ports 2 Performance and Scalability The switch should support Full-duplex Switching bandwidth of 56 Gbps The switch should support 64-Byte Packet Forwarding Rate of 41.67

Mpps The switch should support a Dual Core CPU The switch should support 32 MB of Flash memory The switch should support 128 MB of DRAM The switch should support 64 VLANs The switch should support 4096 VLAN IDs The switch should support Jumbo frames of 9216 bytes The switch should support Maximum transmission unit (MTU) of 12K The switch should support 8000 MAC addresses 3 Dimension The Switch should be 1RU The switch should support Operating temperature from 0°to 50ºC The switch should support Operating relative humidity 5% to 95%

noncondensing 4 Power Supply The switch should support an auto-ranging power supply with input

voltages between 100 and 240V AC 5 Standards The switch should support IEEE 802.1D Spanning Tree Protocol The switch should support IEEE 802.1p The switch should support IEEE 802.1Q Trunking The switch should support IEEE 802.1s Multiple Spanning Tree (MSTP) The switch should support IEEE 802.1w Rapid Spanning Tree (RSTP) The switch should support IEEE 802.1x The switch should support SNMP v1, v2c, and v3 6 Layer-2 Features The switch should support Automatic Negotiation of Trunking Protocol,

to help minimize the configuration & errors The switch should support IEEE 802.1Q VLAN encapsulation The switch should support Spanning-tree root guard to prevent other

edge switches becoming the root bridge. The switch should support IGMP filtering The switch should support Per-port multicast storm control to prevent

faulty end stations from degrading overall systems performance The switch should support Per-port unicast storm control to prevent

faulty end stations from degrading overall systems performance e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 21 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

The switch should support IGMP v1, v2 Snooping The switch should support IGMP v3 Snooping 7 Network security features The switch should support IEEE 802.1x to allow dynamic, port-based

security, providing user authentication. The switch should support Port-based ACLs for Layer 2 interfaces to

allow application of security policies on individual switch ports. The switch should support SSHv2 and SNMPv3 to provide network security by encrypting administrator traffic during Telnet and SNMP sessions. The switch should support TACACS+ and RADIUS authentication enable centralized control of the switch and restrict unauthorized users from altering the configuration. The switch should support MAC address notification to allow administrators to be notified of users added to or removed from the network. The switch should support Private VLAN or equivalent 8 DHCP Features The switch should support DHCP snooping to allow administrators to ensure consistent mapping of IP to MAC addressesDHCP binding

database, and to rate-limit the amount of DHCP traffic that enters a switch port. The switch should support DHCP Option 82 data Insertion The switch should support DHCP Option 82 - Configurable Remote ID and

Circuit ID

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 22 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

OFC SM Armoured (Make: Digisol/Digilink/D-Link)

Characteristic Minimum Required Specification GENERAL: 6F Unitube Armored with water blocking tape. Rodent Proof, UV Protection. Direct Burial. Embedded Strength members as 2 steel wires od 1.0 mm. Polyester based yarns below Armor tape for easy ripping Thermoplastic Material Tube Excellent Water Proof Layer and Moisture Resistance Excellent Crush Resistance Performance Light Weight and Compact Structure The fiber type is a Matched Cladding Single Mode Low water peak fiber G.652D Extremely high bandwidth. Optimized to support transmission at 1310 nm,1550 nm. Virtually unlimited Modal Bandwidth at 1310 nm Should fulfill the requirements of: IEC 60793-1/60794-1.2 ITU-T REC G.652D Telecordia GR-20 Core Testing methods are in accordance with the following standards: ITU-T G.652.D IEC 793-1 GEOMETRICAL PROPERTIES Nominal mode field diameter 9.2 µm Mode field diameter tolerance ±4 µm Cladding diameter 125 Cladding diameter tolerance ±1 µm Mode field concentricity error < 1 µm Cladding non -circularity (=/<) 1.0 ENVIRONMENTAL Change of Temperature

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 23 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

OPTICAL PROPERTIES Attenuation (of cable with fibers): At 1310 nm <= 0.35 dB/km Atten. At 1383nm (OH -Peak) <= 0.35dB/km At 1550 nm <= 0.25 dB/km Cut -off wavelength c: High limit 1330 nm Low limit 1180 nm Cut -off wavelength cc High limit 1260 nm Loss increase at 1550 nm for 100 turns of fiber loosely wound with a 37.5 mm radius: Max. 0.1 dB Dispersion: Zero dispersion wavelength 1310 nm Tolerance of zero dispersion Wavelength -10/+12 nm Zero -dispersion slope: 1295< /=λo

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 24 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

CAT6 UTP Cable-305M box (Make: Digisol/Digilink/D-Link)

COMPLIANCE SR. SPECIFICATION / QUALITATIVE REQUIREMENT REMARK (YES/NO) 1 The 4 pair Unshielded Twisted Pair cable shall be UL  Listed. 2 This cable well exceeds the requirements of TIA/EIA-568 -C.2 and ISO/IEC 11801 3 Nominal Outer Diameter of Cable should be 5.9+/ -0.01mm and Conductor Diameter 0.56 mm (23 AWG) 4 Construction: 4 twisted pairs separated by internal PE Cross Separator. Full separator. Half shall not be accepted. Rip Cord is must. 5 Conductor Solid bare Copper and Outer jacket sheath FRPVC and UL approved CM rated cable. Jacket color: Light Grey Insulation :High Density Polyethylene Solid 6 7 Dielectric Strength of cable should be 1000 V RMS Bending Radius : < 4X Cable Diameter at -20°C +/ - 1°C Pulling Force: 25.35 LBS 8 Electrical Parameters Pair – to – pair and PS NEXT, ELFEXT and PSELFEXT, Return Loss, ACR and PS ACR. 9 Insertion Loss of 32.8 db/100m at 250 MHz 10 Cable should support operating Temperature from -20° to +70°C 11 Cable support Conductor Resistance < 9.38 Ω /100m 10 11 Mutual Capacitance of cable should be < 5.6nF/100m Max Resistance Unbalance of cable should be 5% Max 12 Capacitance Unbalance of cable should max 330pF/100m 13 Cable support Delay Skew: < 45nS, Operating Voltage: 72V NVP: 69% and Current Rating : MAX 1.5A 14 Printed sequential Length Counter of each meter on Outer Jacket 15 Category 6 UTP cables shall Supports Gigabit Ethernet (1000 base -T) standard and Operates at bandwidth of 250MHz 16

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 25 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

Client Workstation (Make: HP/Dell/Lenovo/Acer)

Processor: Intel Core i5, 3 rd generation or higher

OS Support: Support for 64-bit operating system (Windows/Unix/Linux) as applicable

RAM: 08 GB RAM DDR3 RAM with ECC memory expandable up to 16 GB

HDD: 1000 GB SAS/SATA/NL-SAS HDDs

Controller: Integrated RAID controller & hot plug HDD with RAID 0,1

Ports: 10/100/1000 Ethernet, 2 USB3.0 & 2 USB2.0 and other ports required for the system / common ports.

Optical drive: DVD Drive with latest speed (Internal/external)

Redundant power: Redundant Power Supply Keyboard and Optical Mouse for PTZ control and other purposes Suitable Video Graphics Card

Monitor: 19” Flat LED Display with Minimum resolution 1920x1200

Wireless Mouse & Keyboard.

OS: Windows 7 Professional of higher

IP: All Hardware and Software to be IPv4, IPv6 compliant and dual stack configurable, wherever applicable.

Antivirus: Latest renowned Licensed Antivirus

License: All software should be licensed in company’s name

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 26 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission

Memo No.632/02/2020 DATED- 19/02/2020

Copy forwarded for information to-

1. The Chief Engineer, M.E. Directorate, Bikash Bhawan, Salt Lake City, Kol- 91 2. The Director, SUDA, ILGUS Bhawan, Salt Lake City, Kolkata. 3. The Project Director CMU, ILGUS Bhawan, Salt Lake City, Kolkata- with a request to publish this NIeT in the departmental website as well as website of the Govt. of West Bengal. 4. The Media Officer, Dept. of I & CA, Writer’s Building, Kolkata- 1 - with a request to publish it at least two leading dailies (one in Bengali , one in Hindi & one in English) & Electronic Media. 5. The Executive Officer, South Dum Dum Municipality. 6. The Executive Engineer, South Dum Dum Municipality. 7. The Finance Officer, South Dum Dum Municipality. 8. Notice Board.

Chairman, South Dum Dum Municipality .

e-Tender for Supply, Installation and Commissioning of Additional CCTV Camera for Page 27 of 27 indoor/outdoor purpose at different area of South Dum Dum Municipality (Phase 2) under Green City Mission