e- Tender For Supply and installation Smart Conferencing Solution at RRC, Murthal and MHU,

Maharana Pratap Horticultural University, Karnal-132001 () Email: [email protected]

Mahanrana Pratap Horticultural University, Anjanthali, Karnal Supply and installation Smart Conferencing Solution at RRC, Murthal and MHU, Karnal

IMPORTANT DATES

Sr. Item Date Time No. 1. Tender Start Date 14-03-2020 09.00 AM

Last date for Online Bid 2. Submission (Technical 24-03-2020 11.00 AM &Financial)

3. Submission of EMD Last date 24-03-2020 11.00 AM

Opening of Technical and 4. 24-03-2020 03.30 PM Financial Bid

Tender document cost Rs.15000/- (Rs. Fifteen Thousand only) & Rs.2000/- for each location mentioned in the tender documents. This fees is Non-refundable & The e-Service Fee Rs.2000/- (Rs. Two Thousand only) (Non-refundable). The total amount is to be paid by eligible bidders/contractors online directly through Debit Cards or Internet Banking.

INDEX

A. Instruction to bidder on electronic tendering system 1. Registration of bidders on e-Procurement Portal 2. Obtaining a Digital Certificate 3. Opening of an Electronic Payment Account: 4. Pre-requisites for online bidding: 5. Online Viewing of Detailed Notice Inviting Tenders: 6. Download of Tender Documents: 7. Key Dates 8. Bid Preparation (Qualification & Financial) Online Payment of Tender Document Fee, eService fee, EMD fees of online Bids 9. Guideline for Online Payments in e-tendering 10. Payment of tender document fee and EMD B. Instructions to Bidders 1. Scope 2. Technical requirements and parameters 3. Eligibility criteria and fulfillment of Condition for bidders 4. Invitation of bids and bid dates 5. Validity period of bid 6. Earnest Money Deposit (EMD) 7. Evaluation and selection of proposals 8. Opening of bids 9. Warranty 10. Period of completion 11. Penalty clause 12. Payments terms 13. Maintenance and defect liability 14. Liability of firm for infringement 15. Watch & ward 16. Arbitration 17. Dispute settlement 18. Blacklisting and legal action

0

A.2. INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable.

2.1 Registration of bidders on e-Procurement Portal: All the bidders intending to participate in the tenders processed online are required to get registered on the centralized e-Procurement Portal i.e. https://etenders.hry.nic.in Please visit the website for more details. 2.2 Obtaining a Digital Certificate:

2.2.2 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of .

2.2.3 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address proofs and verification form duly attested by the Bank Manager/Post Master/Gazette Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website– https://etenders.hry.nic.in

2.2.4 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate form.

2.2.5 Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt and sign the data during time of bid preparation stage. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies).

2.2.6 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no- objection certificate/power of attorney/lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm.

2.2.7 In case of any change in the authorization, it shall be the responsibility of management/partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm/company. The procedure for application of a digital certificate however will remain the same for

1

the new user. 2.2.8 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the authorization certificate will have to be signed by the directors of the company. 2.3 Opening of an Electronic Payment Account:

For purchasing the tender documents online, bidders are required to pay thetender documents fees online using the electronic payments gateway service shall be integrated with the system. For online payments guidelines, please refer to the Home page of the e- tendering Portal https://etenders.hry.nic.in . 2.4 Pre-requisites for online bidding:

In order to bid online on the portal https://etenders.hry.nic.in, theuser machine must be updated with the latest Java & DC setup. The link for downloading latest java applet & DC setup are available on the Home page of the e-tendering Portal. 2.5 Online Viewing of Detailed Notice Inviting Tenders:

The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal e-Procurement system on the Home Page at https://etenders.hry.nic.in 2.6 Download of Tender Documents:

The tender documents can be downloaded free of cost from the e-Procurement portal https://etenders.hry.nic.in 2.7 Key Dates:

The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders.

2.8 Bid Preparation (Qualification & Financial) Online Payment of Tender Document Fee, eService fee, EMD fees of online Bids:

2.2.2 The online payment for Tender document fee, eService Fee & EMD can be done using the secure electronic payment gateway. The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD can be made online directly through RTGS/NEFT. 2.2.3 The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks. 2.2.4 The bidders shall upload their technical offer containing documents, qualifying criteria, technical specification, schedule of deliveries, and all other terms and conditions except the rates (price bid). 2.2.5 The bidders shall quote the prices in price bid format. 2.2.6 If bidder fails to complete the Online Bid Preparation & Submission stage on the stipulated date and time, his/hers bid will be considered as bid not submitted, and 2

hence not appear during tender opening stage. 2.2.7 Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal https://etenders.hry.nic.in . 2.2.8 For help manual please refer to the „Home Page‟ of the eProcurement website at https://etenders.hry.nic.in and click on the available link „How to .. ?‟ to download the file.

2.9 Guideline for Online Payments in e-tendering

2.9.1 Post registration, bidder shall proceed for bidding by using both his digital certificates (one each for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the respective Department’s page in the e-tendering portal, the Bidder would have following options to make payment for tender document & EMD: i. Debit Card ii. Net Banking iii. RTGS/NEFT

2.9.2 Operative Procedures for Bidder Payments A) Debit Card The procedure for paying through Debit Card will be as follows.  Bidder selects Debit Card option in e-Procurement portal.  The e-Procurement portal displays the amount and the card charges to be paid by bidder. The portal also displays the total amount to be paid by the bidder.  Bidder clicks on “Continue” button  The e-Procurement portal takes the bidder to Debit Card payment gateway screen.  Bidder enters card credentials and confirms payment  The gateway verifies the credentials and confirms with “successful” or “failure” message, which is confirmed back to e-Procurement portal.  The page is automatically routed back to e-Procurement portal  The status of the payment is displayed as “successful” in e-Procurement portal. The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same,  The e-Procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt.

B) Net Banking The procedure for paying through Net Banking will be as follows: (i) Bidder selects Net Banking option in e-Procurement portal. (ii) The e-Procurement portal displays the amount to be paid by bidder. (iii) Bidder clicks on “Continue” button (iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen displaying list of Banks (v) Bidder chooses his / her Bank (vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank 3

(vii) Bidder enters his account credentials and confirms payment (viii) The Bank verifies the credentials and confirms with “successful” or “failure” message to the Net Banking gateway which is confirmed back to e- Procurement portal. (ix) The page is automatically routed back to e-Procurement portal (x) The status of the payment is displayed as “successful” in e-Procurement portal. The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same. (xi) The e-Procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt.

C) RTGS/ NEFT

The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module, bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and would enable the bidder to make the payment from almost any bank branch across India.

I. Bidder shall log into the client e-procurement portal using user id and password as per existing process and selects the RTGS/NEFT payment option. ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will have all the details that is required by the bidder to make RTGS-NEFT payment. iii. Each challan shall therefore include the following details that will be pre-populated: Beneficiary account no: (unique alphanumeric code for e-tendering) Beneficiary IFSC Code: Amount: Beneficiary bank branch: Beneficiary name:

iv. The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the basis of the details printed on the challan.

v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day and make the payment via RTGS/NEFT to the beneficiary account number as mentioned in the challan. vi. Post making the payment, the bidder would login to the e-Tendering portal and go to the payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for real time validation. On clicking the same, system would do auto validation of the payment made.

2.10 PAYMENT OF TENDER DOCUMENT FEE AND EMD

2.10.1 The Bidders shall have to pay for the Tender documents, EMD & eService Fee online by using the service of secure electronic payment gateway. The secure electronic payments gateway is an online interface between contractors and online payment authorization networks.

2.10.2 The Payment for Tender Document Fee and eService Fee can be made by eligible bidders/ contractors online directly through Debit Cards & Internet Banking Accounts. 4

The Payment for EMD can be made online directly through RTGS / NEFT and the bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.

2.10.3 The Bidders can submit their tender documents (Online) as per the dates mentioned in important information.

2.10.4 The bidders have to complete “Bid Preparation & Submission” stage on scheduled time as mentioned above. If any bidder failed to complete his/her aforesaid stage in the stipulated online time schedule for this stage, his/her bid status will be considered as bids not submitted. 2.10.5 Bidder must confirm & check his/her bid status after completion of his/her all activities for e-bidding.

2.10.5 Bidder can rework on his/her bids even after completion of Bid Preparation & submission stage (Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Bidder Stage.

5

Maharana Pratap Horticultural University, Anjanthali, Karnal Supply and installation Smart Conferencing Solution at RRC, Murthal and MHU, Karnal

A. INSTRUCTIONS TO BIDDERS

1. Scope: 1.1 Supply and installation of Smart Conferencing Solution at RRC, Murthal and MHU, Karnal. 1.2 The work that is to be executed is as under:

Sr. Item Description No. of Units Locations Remarks No. SITC of Digital RRC, Murthal and MHU, 1 Integrated Podium Two Karnal. System for board room SITC of Video RRC, Murthal and MHU, 2 Conference Room Two Karnal. Solution

6

Technical Specification of Smart Conferencing Solution at RRC, Murthal and MHU, Karnal

Compliance 1. Integrated Smart Podium, Product Description and Specifications Yes/No  Integrated Smart Podium (EAPL/Vectra/Tecom/Globus or 2 Set reputed make) – Indicate Make & Model

 Podium should be single unit cabinet made of Vandal resistant strong 1.6mm CRCA steel coated with polymer powder coating. It should have Screw less enclosure to provide complete security and Lockable enclosures openable with single key for top slider cover, Visualizer drawer, keyboard tray, front door and back maintenance door. IT should have slidable top cover to protect display monitor, centralized multimedia controller, motorized tilt control switch and MAIN ON/OFF switch. It should have dedicated adjustable racks for mounting/stacking different devices like PC, Amplifier and microphones. It should have provision for putting LOGO/Monogram of organization. Podium should have single power cord connectivity and it should be connected with MCB operated Power distribution unit to protect from any surge and short circuit. It should have Console plate fixed with podium body without any screw to connect external Audio-visual, peripheral and networking devices. Podium wiring should be neat and tidy, No loose wires should be visible. It should have Dual Gooseneck mic sockets and Dual USB at the top of the podium usable without opening top slider. .  Podium Should have 21.5 inch LED backlit display with 250 cd/m2 (typ.) and should have VESA mountable design to be fitted in podium. Display must be Full HD 1080p Display with 1920x1080 Resolution It should be equipped with Intuitive Multi-Touch Design with 8H Surface Hardness with scratch resistant technology. The display should have 20,000,000:1 MEGA Dynamic Contrast Ratio and contrast ratio 1000:1 (typ.) provides a crisp image with high level details. It should supports the USB HID Touch driver and is fully compatible with Windows® 7, Windows® 8 and Windows® 10 It should be provided with Analog VGA Input signal and Digital HDMI/DVI input signal connectivity and should also have USB ports dedicated for touch and data. It should have OSD and its front panel buttons for on screen operations free from remote. It should have certain code combinations to lock front panel buttons to protect the interest of the user.  Centralized Intelligent Multimedia Control system should be suitable to be used with digital podium in collaboration with Display devices and input devices in both analog and Digital form, it should also control audio devices, projector motorized screen, projector ON/OFF and provide access to input, output and storage devices. IT should be programmable with serial port. It should have Minimum 3 VGA IN & 2 OUT, 3 HDMI IN & 1 Out, 3 Video IN & 1 Out, 5 Audio IN & 1 Out and 1 Network In & 1 Out. It should be operated with Ac mains of 230 volt 50 Hz supply. Intelligent Multimedia Control system should 7

have dedicated Input switching as PC, Visualizer, Laptop, TV, DVD, and Reserve in HDMI, VGA and Video formats. It Should also have provision to connect input audio while using front laptop VGA interface. Multimedia controller should have projector ON/OFF control on front panel. It should have Volume control buttons and Projector motorized screen control on front panel. It Should have instant Power On and three minutes delayed power OFF for protecting the lamp burst & life of projector. Controller Should support Balanced Stereo Input and Output for PC audio and Amplifier. It should also support Microphone input interface and Video switching from single button. Multimedia control system should be well equipped with universal power socket for laptop & mobile charging. The front panel switching and control interface should be soft touch buttons.  Speakers: Podium should have High power 6.5 inch or higher full range dual speakers mounted in podium body for proven clear and clean sound for both peech and music applications. Podium should have 2x25 watts RMS inbuilt internal-speakers-inside-the-body. Amplifier: Amplifier should be branded and suitable for 50 watts RMS output at 10% THD and operate 75 watts max. output. It Should operate with 230-volt AC supply. It Should have 3 Mic ports and at least 1 Auxiliary stereo input. It Should have at least 1 Line output to connect with booster amplifier. It Should have Bass and Treble tone controls. It should have dedicated Master volume control. It Should have LED indicator for output monitoring and overload protection. It should support wide frequency response of 50-15,000 Hz. Gooseneck Microphone: There should be gooseneck mic availability on the top of the podium with Plug in and Plug Out option with locking mechanism. Design of gooseneck mic should be sleek and slender to make the microphone unobtrusive. It should have built-in three pin XLR balanced connectivity between gooseneck and its Gooseneck Phantom supply. It should have wide frequency range bandwidth of 50-10,000 Hz. It should be of minimum 470mm in overall minimum length. It should have filtre at the tip of microphone and high front to back rejection for more-gain-before-feedback-response. Wireless Microphone: Wireless microphone unit must be powerful enough to deliver very high frequency transmission between transmitter and receiver. Wireless microphone unit must be Compact and portable in design and its hand unit must be powered by replaceable battery. It should feature dynamic microphone and sensitive noise squelch receiver with antenna for better coverage. It should support minimum frequency bandwidth of 40Hz - 12KHz  Digital podium must have provision to upgrade and customise the PC configurations. It Must have provision to connect external wall speakers and

increase the amplifier and speaker’s wattage. It must have options available with amplifier to connect extra microphones.  Front face with 32”vertical LED Screen for presenter name display logo

displayetc  Integrated Computer System having i7 Processor with 3.1Ghz, 8GB RAM, 2TB

Hard Disk and Windows (HP/Dell) and Wireless Keyboard & Mouse Attach Tender specific OEM authorisation for Digital Podium in favor of The Director of Research, Maharana Pratap Horticulture University, Karnal for OEM support 8

2. Video Conference 2 75” 4K Interactive Display(LG/Newline/ Sony/Dell/Globus or reputed make) – Indicate Make & Model  LED lit technology: Backlight LED  Active Screen size: Not less than 75"  Display Ratio: 16:9  Resolution: 3840 x 2160p or Better  Display Color: 8 Bit or better  Brightness: 370 cd/m2 or better  Contrast: 4000:1 or better  Viewing Angle: 178︒ or better viewing angle  Response Time: Not more than 8 ms  Refresh Rate:60Hz  Lifetime: 30000 or more  Speakers: Shout be SEAMLESSLY build-in the display  Max.Power Output: 2x15 Watts or above  Speaker Position: Seamlessly mounted in lower side of the display. Front facing, Forward through  Rated Impedance: 8Ω (±15%)  Freq.Response: 90Hz(±20%) -18kHz  Output S.P.L.: 84 ± 3dB  Touch Technology Deployment: Touch feature should be seamlessly build-in the display and NO overlay is allowed  Touch Sensor: IR - IST Q+Type  Surface material of touch surface: Anti-Glare Glass  Surface technology: Anti-Glare  Transparency: >88% or better  Surface Hardness: H7 or More than H7  Glass thickness: 4mm  HID Support: Must have a provision to connect with any external sources  Touch Points in Windows: Must have a touch capability of MINIMUM 20 points  Writing Tool: 133Hz or better  Positioning Accuracy: 4mm or better  Communication Interface: inbuilt - USB-A type  Connectors/ Ports  Minimum required Input ports at Front side of the display: 1 x HDMI(1.4 , 4K@30Hz):- To connect with any resources,1 x Exclusive USB1 for Touch :- To connect with any resources and operate, Exclusive,USB for Media Play function:- To directly view the contents from USB,1 x Microphone(3.5mm):-To connect any external microphone  Minimum Requirement of AV Inputs at rear side: HDMIx2 (2.0,4K@60Hz) + USB for Touch Port 2 while using HDMI port, HDMIx3 (2.0,4K@60Hz)+ USB for Touch Port 2 while using HDMI port 9

 VGA + Audio x1 (1920x1080@60Hz) + USB for Touch Port 2 while using VGA port, AV in YPBPr x1  Minimum requirement of AV Outputs at rear side: 3.5mm Earphone out x 1, AV Out x1  Minimum Requirements for other ports at rear side: USB 2.0 x1 : - To directly view the contents from USB, RS232 x1 :- Device Controlled by any third party controller RJ45-x1:-Input port of Local area network OPS Slot (4K@60Hz):- To connect OPS PC for windows function  Multimedia File Formats Supported: Support all major types of multi-media files  OPS PC:  AMD A8-4500M 4 core 1.96GHz  Graphic: AMD Bolton -D2H  RAM: 4GB  HD Drive:mSTAT 128G SSD  MIC: 1  Earphone Out: 3.5mmx1  HDMI: HDMI 1.4 4K@24HZ  DP: 1  line out: 3.5mm*1  USB 2.0: 2  USB 3.0: 2  1000 Mbit/ RJ45: 1  Build-in Wi-Fi: 1  OS: pre-install Win 10 Pro English   Attach Tender specific OEM authorisation for Projector in favor of The Director of Research, Maharana Pratap Horticulture University, Karnal for OEM support

 USB/HDMI PTZ Camera” (Lumens/ Vaddio/Logitech or 2 reputed make) – Indicate Make &model  Zoom Capacity: 12 X Optical Zoom,  Digital Zoom: 12x HDMI  Resolution: Full HD 1080p Signal Output Format with Frame rate of 60 FPS  Connectivity: USB 2.0/3.0 and HDMI Video Synchronous Output,  Pan Angle: from -100˚ to +100˚,  Tilting Angle: from -30˚ to +30˚,

 Focus: Auto/Manual  Image Sensor: 1/2.8 Inches, 2MP CMOS  Focal length: f = 3.92 ~ 47.32 mm  Shutter Speed: 1/1 ~ 1/10,000 sec  Viewing angle: 74°(H) 82°(D)  Aperture:F1.8 ~ 2.8

10

 Minimum illumination: 1.6lux (F1.8, 50IRE, 60fps)  Minimum Object Distance : 500(Wide) ~ 1200(Tele) mm  Gain Control: Auto, manual  White Balance: Auto, one-push, manual  pre-set: 128 Pre-set Positions,  Control Interface: USB, RS - 232 IN/OUT,  Dimensions (W x D x H): 10.6” x 4.8” x 6.2”(267.8 x 123 x 156.1 mm)  USB PTZ Camera Integrated Speaker Phone (Polycom,Vaya, 2 Panosonic, Logitech, Peoplelink, Huddlecan, Syska)  Output: H.264 ,YUY2,MJPEG.  Optical Resolution: 3 MP (1080p30fps or above).  Sensor size : 1/3'' CMOS  Port: USB 2.0 for end device connectivity.  SNR >= 35dB  FOV: Diagonal 90°, Horizontal 81.9°and vertical 59°or above.  Aperature: F2.0 ~ 3.0  Should support: autofocus.

 Zoom: 10x lossless or better  Camera Control: Standard VISCA / Mini din 6 pin or equivalent.  Motorized 260- Degree Pan, 130-degree tilt  +/-90° Pan range , +35°/-45° tilt range  Minimum illumination : 20 lux  Preset: 5 or above  Should have Kensington Security Slot to ensure physical security of camera in conference room.  Integrated Speakerphone  LED for speakerphone streaming, mute , hold and Bluetooth pairing so that user is aware about the status of the device.  LCD to show caller ID, call duration and other functional responses.  Should have Kensington Security Slot to ensure physical security of device in conference room.  Audio Technology : Must support Echo cancellation, Noise reduction, ultra-

wideband audio.  Must have full duplex performance for real time communication.  Frequency response: 120Hz – 14KHz  Sensitivity: 83dBSPL +/-3dB at 1W/1M  Max output: 91dBSPL  Distortion: <5 % from 200Hz  Integrated Microphone  Four inbuilt omni-directional microphones supporting 20-foot or more diameter range  Frequency response: 100Hz – 11KHz  Sensitivity: -28dB +/-3dB  Distortion: <1 % @ 1KHz at 106dB 11

 Remote control  Type : Infrared with removable / replaceable batteries.  System should be supplied with all-in-one remote control to manage Camera (Pan, Tilt, Zoom, Preset ) , Speakerphone ( volume +/- ) and Microphone (mute

/unmute)  System should have the stand / dock able space for the remote control.  Range 8.5 mts or more Attach Tender specific OEM authorization for Interactive Board in favor of The Director of Research, Maharana Pratap Horticulture University, Karnal for OEM support

12

Compliance Product Description and Specifications Yes/No A. Audio De- embedder. (Kramer/Extron/Aten or reputed make) – Indicate Make 1 &model  HDMI Repeater Plus Audio De-embedder, Video resolution Up to 1920 x 1080, Audio - 1 x HDMI Type A Female (Black); 1 x Toslink (Black); 1 x RCA (Orange); 2 x RCA (Red/White) Make:- B. HDMI Distribution Amplifier: (Kramer/Extron/Aten or reputed make) – Indicate 2 Make &model  Video Distribution Amplifier Maximum Resolution 4K @60Hz, Max Data Rate 10.2 GBPS, HDCP Compatible, EDID Setting, Input: HDMI x 1, RS- 232 x 1, USB x 1 for firmware upgrade, Output: HDMI x 10, C. HDMI Matrix Switcher: (Kramer/Extron/Aten or reputed make) – Indicate Make 1 &model  HDMI matrix Switcher up to UXGA Resolution 1080p, Inputs : HDMI x 8 Type A Female, IR x 1, RS-232 x 1, Ethernet x 1, Outputs: HDMI x 4, Maximum Data rate 6.75Gbps. D. Ultra Slim Interactive Motorized Popup Screen Lift. (Visiotechon/Logic/Legrand 3 or reputed make)– Indicate Make &model  Ultra-thin Interactive LCD monitor With Retractable Screen 15.6" Aspect ratio 16:9, Resolution 1920*1080, Contrast ratio 1000:1, Brightness 500 nits, Frequency 60 Hz,

Response Time 16, Adjustable up to 60˚/45˚, and Up/Down/Stop/ Tilt/, Input VGA/HDMI, USB, RS-485, E. Ultra Slim Motorized Popup Screen Lift. (Visiotechon/Logic/Legrand or reputed 19 make)– Indicate Make &model  Ultra-thin LCD monitor With Retractable Screen 15.6" Aspect ratio 16:9, Resolution 1920*1080, Contrast ratio 1000:1, Brightness 500 nits, Frequency 60 Hz, Response Time 16, Adjustable up to 60˚/45˚, and Up/Down/Stop/ Tilt/, Input VGA/HDMI, USB, RS-485, F. Control Processor. (Extron/AMX/Crestron or reputed make)– Indicate Make 1 &model  Control Processor with 512 MB SD RAM, 4GB Flash, Supports Memory Card and External Storage, with 1 10BaseT/100 BaseT Ethernet Port, 8 Relay Port on Phoenix, 8 I/O Port, 8 IR/ Serial Port, 1 Hybrid Port for RS-232, RS- 422, RS- 485, 2 Dedicated RS-232 Slots, 1 Cresnet Port, 1 USB A Port, 1 USB B Port, Power Supply 24 Volt DC @ 2 Amp, 100V- 240V AC, Operating Temp. 5 Degree - 45 Degree, Weight 1.42 Kg G. iPad Mini. (Apple) 1  iPad Mini 32 GB with 9.7-inch Retina display, Touch ID fingerprint sensor, 8MP camera

1.2MP Front Camera, 802.11ac Wi-Fi, Battery Life up to 8 Hours, Two Speaker H. Network Switch. (Netgear/Cisco/D-Link) – Indicate Make and model 1  8 Port Ethernet 10/100 Switch with IEEE 802.3azCompliant I. Wi-Fi Router. (Netgear/Cisco/D-Link) – Indicate Make and model  Wi-Fi Router 10/100 with one WAN port, 4 LAN port J. Lapel Microphone (reputed make) 1  Frequency 8 Frequency Banks each up to 10 Factory preset Channelsor More, Pick-UP pattern Omni Directional, Signal to Noise ratio ≥ 102 dBA or more, RF output Power 10mW or more, Switching BW up to 24 MHZ or More Operating time up to 10 Hours or more, Synchronization 2.4 GHz, Low Power 0QPSK ( Only active during Synchronization) 13

K. Central Control Unit. (Sennheiser/BXB/AKG) – Indicate Make and model 1  Central Controller Control with RS-232 interface for the programming purpose for Auto Tracking of Cameras. It should have a built in DSP chip which can adjust the audio output and sensitivity automatically. System should have the facility to be able to connect the cameras for look at me feature through required hardware. The control unit sholud control up to 5 chairman units & upto 450 delegate units by extension power supply. It should have 128x64pixels digit LCD monitor display, the configurations can be set up and displayed. The system should have auto testing facility when powered on L. Flush Mount Chairman Unit. (Sennheiser/BXB/AKG or reputed make) – Indicate 1 Make and model  Flush Mount Chairman Unit should support Cat5 cabling for digital Series-Parallel daisy chain connection and with push to talk and priority speak button, pluggable gooseneck microphone easy to remove when not in use and with light ring for easy identification of the

speaker. Microphone length should be 17" to 22". Microphone should get auto off when not in use and also get auto activated when someone starts to speak. The Microphone should support "Look at Me" feature M. Flush Mount Delegate Unit. (Sennheiser/BXB/AKG or reputed make) – Indicate 18 Make and model  Supply, Installation, Testing and Commissioning of Flush Mount Delegate Unit should support Cat5 cabling for digital Series-Parallel daisy chain connection and with push to talk button, pluggable gooseneck microphone easy to remove when not in use and with light ring

for easy identification of the speaker. Microphone length should be 17" to 22". Microphone should get auto off when not in use and also get auto activated when someone starts to speak. The Microphone should support "Look at Me" feature N. Power Amplifier. (Bosch/Apart/JBL or reputed make) – Indicate Make and model  250 Watt Mixing Amplifier with 4Ω/8Ω & 70/100V Barrier Strip, 3 Mic Input, 3 Mic/Aux Input, Line in, Line Out, Frequency Response 50-15,000 Hz ± 3dB, Signal to Noise ratio ≥ 70 dB, THD 10% 240 VAC,1kHz,4Ω O. Wall Speakers. (Bosch/Apart/JBL or reputed make) – Indicate Make and model 6  4.25" Two way surface mount speaker with frequency range 70Hz - 20Khz, Frequency response 95 Hz - 19 KHz, Maximum SPL 103 dB, Nominal Impedance 8 Ohm Through,

Sensitivity 86dB 1W@1m, Horizontal dispersion angle 1000 Hz 180 Degree, with 70V/100V Transformer tap 20W/10W/5W/2,5W P. H.323 Software Videoconferencing. (Cisco/Clearone/Polycom or reputed make) – 2 Indicate Make and model  Standard protocols used - SIP, H.323, LDAP/H.350, AES, H.239, BFCP, H.224/281, H.224, H.245, H.241, H.460, H.235,Video • H.264, H.264 SVC, H.264 High Profile, H.261/H.263+ • Video encode - Up to 1080p/30 fps • Video decode - Up to 1080p/30 fps • video input/output selection Audio • G.711U, G.711A, G.719, G.722.1, G.722.1C, G.722, G.728, G.729 • Full duplex • Automatic Gain Control (AGC) • Automatic Echo Cancellation (AEC)

• Supports standard wired type headsets • Active device choice • H.239 (H.323), BFCP (SIP) • Encode - Up to 1080p/5 fps • Decode - Up to 1080p/5 fps • Share application window • View shared Content Network • Wired - 10/100 auto NIC (RJ45) • H.460 firewall traversal • AES-128 bit media encryption USB cameras, built-in web camera • 3.5 mm headset • USB headset Q. Motorized Blind. (custom) 8  Providing and fixing Vertical blinds/ Horizontal blinds fabricated with chemical for dust replacing i/c cost channels, tilt chains bottom weight complete in all respect

 Wall with acoustis upto 7 feet

14

R. Conference Table. (Custom) 1  U Oval Shape 12x12x2 seater Conference Table  Wood Type – Teak/Sheesam with polish (complete in all respect)  Wood Thickness –minimum 20mm Thick S. Conference Table Chair  Color – Black  Seat Material – Leather/Linen/Fabric  High Back - Yes 26  Wheel – Yes  Arm Rest – Yes  Adjustable Seat Height – Yes  Back Rest Adjustable - Yes T. Cable Cubby 6  2xUniversal Power Socket,1x LAN,1xHDMI female,1xUSB push and Lock, U. CCTV camera (16) with DVR (1) (Hikvision, CP Plus)  Installation of 16 CCTV cameras of 2MP (minimum) with DVR

 Should have minimum 1TB Hard Disk in DVR V. LED Full HD TV 4  Smart Features: Appsand Games, Web Browser, Facebook  Features 3D TV: No, Smart TV: Yes  Connectivity:Wifi and Internet, 1 USB Ports, 2 HDMI Ports  Display:32 Inch, LED, Full HD, 1920x1080  Design: 721.4 x 465.1 x 78 mm,  Weight: 5.1 kg, Colour: Black  Hdmi Ports: 2  Usb Supports:Audio, Video, Image  Rf Inputanalog Coaxial Ports:1  Ethernet Sockets:1  Composite Inputaudio Video Cable Ports:1  Mhl Enabled:Yes  Usb Ports:1  Nfc Ports: No  Warranty: 3 Year

 Box Contents: Television, Remote Control(TM1240A), Batteries, Mini Wall Mount, VESA Wall Mount, Power Cord, User Manual, Warranty Card  Series: 5  Voltage Requirement: 100 - 240 V  Power Consmption Running: 85 W  Power Saving Mode: Yes  Frequency Requirement:50 - 60 Hz  Aspect Ratio: 16 : 9  Sizediagonal: 32 Inch  Other Display Features: HyperReal Engine, Digital Clean View, Eco Sensor, Micro Dimming, Wide Colour Enhancer Plus  Type:LED  Local dimming: No  Resolution: Full HD, 1920 x 1080 Pixels  Weight Without Stand: 5.1 Kg 15

 Dimensions With Standwxhxd: 721.4 x 519.1 x 193.5 mm  Stand Weight: 0.1 Kg  Weight With Stand: 5.2 Kg  Dimensions Without Standwxhxd: 721.4 x 465.1 x 78 mm  Stand Shape: Y Shape  Image Formats: Supported JPEG  Analog Tv Reception Formats:PAL, SECAM  Video Formats:Supported MPEG-4  Audio Formats:Supported AAC, AC3(Dolby Digital), MP3, WAV, WMA  Sound Technology: Dolby Digital Plus  Total Speaker Output:20 W  Output Per Speaker:10 W  Other Smart Audio Features:Auto volume leveller: Balance  Speakers:2  Sound Type:2.0  Touch Controls Present:No  Universal Control Present:No  Remote Type:RF (Radio frequency)  Processor Type:Quad Core  Bluetooth: Yes  Inbuilt Apps:Yes  Miracastscreen Mirroring Support:Yes  Other Smart Features:Connect Share, Display Mirroring, DLNA, MHL, SmartView, USB HID Support, WiFi Direct, Future Ready  Games:Yes  Smart Tv:Yes  Facebook and Social Media Integration:Yes  Wifi Present:Yes X. Short Throw Projector (Sony, Hitachi/Sony/Globus or reputed make) 2 Brightness 4000 ANSI Lumens or better Native Resolution WXGA (1280x800) or higher Throw Short Throw Projector should have both vertical (± 20º) and horizontal (± 20º) Keystone & Corner Correction keystone correction and four corner adjustment Minimum Lamp Life 15000 Hrs in Normal Mode, 20000 Hours in Economy Mode Input Ports HDMI -2 ,VGA - 2, Audio IN, Video x 1 Other Ports RS 232, LAN(RJ 45),USB type A for charging Output VGA, Audio Out Contrast Ratio 22000:1 or better Throw Ratio 0.49 or better Throw Distance 0.63m-1.9m (100" @ 1.06m) Digital Zoom 0.8X-2.0X Aspect Ratio 16:10 InBuilt Speaker Minimum 20 Watts rms to deliver full range sound 20Hz-20KHz Input Power Supply As per Indian standard with compatible power cable & connector Accessories All device driver and cables for connecting with computer 16

Projector should be supplied with full function remote control having Remote a laser pointer inbuilt in the remote control Wall mount kit and Cables (of 5 meter length HDMI, Power) should be Other Accessories supplied along with projector BIS Registration Quoted model of projector should have valid BIS Registration

Attach Tender specific OEM authorisation for PTZ Camera in favor of The Vice Chancellor,

Maharana Pratap Horticulture University, Karnal for OEM support

NOTE: 1. OEM tender specific authorization must be attached for Digital Podium,, Visualiser, a to ensure OEM support during warranty and AMC for period of three year. 2. Please indicate the brand and model number of quoted items otherwise bid will

be summarily rejected. 3. Tender will be awarded to the overall lowest bidder as it is turn-key project. 4. The above specifications are the minimum acceptable specifications. Bidder may offer better specifications but not the lower one otherwise bids will be summarily rejected 5. Vendors has to attach Certificate of Authority from Company.

This DNIT & specification of above work will be a complete contract and shall include civil, structural, MI installation etc. as specified in the technical specifications of the tender or instructed by the Director (Store & Purchase), MHU, Anjanthali, Karnal.

1. Technical Requirements and parameters: 2.1 The technical specifications are as given below: General specifications 2.2 Every bidder has to submit rate in view of above specifications. 2.3 The successful bidder must specify the quantity, quality, brand of the material and equipment to be used in the above Smart Conferencing Solution. Only branded and or ISI specified material shall be used. 2. Eligibility criteria and fulfillment of condition for bidders: 3.1 Rates along with material quality test certificate are required to be submitted in technical bid. 3.2 The bidder shall have to project execution capability and service capability as stipulated here to meet the minimum eligibility criteria. 3.3 The bidder shall not have abandoned any work of or Haryana or its department during the last three years. 3.4 Any company/firm, who had earlier been debarred by any Govt. & Semi Govt. shall not be eligible for quoting in this bid. 3.5 Information regarding litigation, expulsions and blacklisting if any, shall be submitted with details to enable evaluation by the committee. 17

3.6 Director (Store & Purchase), MHU, Anjanthali, Karnal reserves the right to verify the claims made by the bidder and to carry out the capacity assessment of the bidder. 3.7 Power of Attorney/authorization with the seal of the company/firm of the person signing the bid documents 3. Invitation of bids and bid dates: 4.1 Director (Store & Purchase), MHU, Anjanthali, Karnal invites e-Tender from the firms. 4.2 The bid shall be submitted only in two separate envelop as technical and financial bid. 4.3 The bid and all related correspondence and documents shall be in English/ Language only. 4.4 The bid shall be opened by Committee in the O/o Director (Store & Purchase) MHU, Anjanthali, Karnal The bid dates are as follows:

Sr. Item Date Time No. 1. Tender Start Date 14-03-2020 09.00 AM

Last date for Online Bid 2. Submission (Technical 24-03-2020 11.00 AM &Financial)

3. Submission of EMD Last date 24-03-2020 11.00 AM

Opening of Technical and 4. 24-03-2020 03.30 PM Financial Bid

4.5 Each bid shall be submitted before the due date and time in the manner and form as detailed in this tender. Bid submitted in any other form shall not be entertained. 4.6 Director (Store & Purchase), MHU, Anjanthali, Karnal in exceptional circumstance and at its sole discretion extends the due date by issuing an addendum. 4.7 Detailed terms and conditions as well as the technical specifications for all the items as indicated in the tender documents shall be the basis for tender to be submitted by the bidders. 4.8 Director (Store & Purchase), MHU, Anjanthali, Karnal shall not take the responsibility for any delay in the receipt of bidding document if it is sent by post, courier etc.

18

4.9 The bids shall be opened in the presence of the bidders or their authorized representatives who choose to attend at the O/o Director (Store & Purchase), MHU, Anjanthali, Karnal. 3. Validity period of bid: The bid shall remain valid for a period of 90 days from the date of tender opening. Director (Store & Purchase), MHU, Anjanthali, Karnal reserves the right to reject any bid which does not meet this requirement or other conditions of the bid document.

4. Earnest Money Deposit (EMD): 6.1 There shall be an EMD of Rs.62,000/- which has to be paid by the bidder T+1 (Transaction +1 working day) in advance to the last date of submission i.e 24.03.2020 through NEFT/RTGS or OTC and this EMD shall be converted into security amount of successful bidder. 6.2 The EMD of the bidder shall be forfeited if the bidder withdraws their bid during the interval between bid due date and the date of finalization of the successful bidder. 5. Evaluation and selection of proposals 7.1 Site inspection: Bidder may visit site during working official hours for ascertaining the location, surroundings, or any other matter considered relevant for quoting, it shall be facilitated by Director (Store & Purchase), MHU, Anjanthali, Karnal. However, the lack of understanding of site condition shall not become the basis under any circumstance to alter the quote after the submission. It shall be deemed that by submitting the bid, the bidder has understood the scope, the contents of the tender document and all other relevant information pertaining to this tender. 7.2 The total value of the individual item including taxes, duties and all other expenses quoted by the bidder shall be considered for financial price evaluation. 7.3 The selection would be based on Least Cost Method. The Financial Bids of technically qualified bidders are ranked as L1 (lowest), L2 (2nd lowest) and so on. The L1 bidder is declared successful and called for negotiations, if required and contract shall be awarded.

6. Opening of bids 8.1 The bids shall be opened and evaluated by a committee to be constituted by Director (Store & Purchase), MHU, Anjanthali, Karnal. The committee will evaluate technical bid of this tender in order to identify the successful bidder for financial bid. Technical & financial bid must be submitted in separate envelope with well labeled. 8.2 Director (Store & Purchase), MHU, Anjanthali, Karnal at its sole discretion and without assigning any reason reserves the right to accept and or reject any or all the bids and is not bind to accept the lowest bid. 19

8.3 In order to facilitate the evaluation of bids Director (Store & Purchase), MHU, Anjanthali, Karnal at its own discretion may seek Clarification in writing which shall be responded by the bidder in writing within the stipulated time set out in the clarification letter. 8.4 Any confirmation by the bidder shall not lead to material change in the substance of the bid. 8.5 Any conditional bid shall be regarded non-responsive and shall be summarily rejected. Director (Store & Purchase), MHU, Anjanthali, Karnal shall treat all information submitted by the bidder in confidence and shall not be disclosed to anyone regarding the manner of examination, clarification, evaluation and recommendation thereafter.

7. Warranty 9.1 All goods or materials shall be strictly in accordance with the specifications. 9.2 Every bidder shall be responsible for maintenance of quality standards up to minimum period of three years from the date of handing over. In case of any trouble or defect originating from the design, material, workmanship etc. or any rusting of material and reduction in quality parameters of cladding material during this period (three years) that would require the successful bidder to replace the material free of cost including labour cost. The deviation of any quality parameter shall be ascertained from any Govt. or reputed private sector lab by the Govt. recognized institution/department. 9.3 The contractor shall at his cost take an Accident Insurance Policy for his personal engaged at site during erecting as well as during maintenance period. The policy shall cover workman compensation act. 9.4 The contractor shall comply with all the labour laws and other statutory requirements during the project completion phase. 8. Period of Completion 10.1 The entire job shall be completed within 30 calendar days from the date of reckoning of contract. 10.2 The date of reckoning of contract shall be started 2 days after issue of work order. 9. Penalty Clause 11.1 Failing to complete the work in time, compensation @ 1% per week subject to maximum of 10% of the contract value will be recovered from the firm.

11.2 Director (Store & Purchase), MHU, Anjanthali, Karnal with due permission of Vice Chancellor MHU, Anjanthali, Karnal Haryana, may cancel the order wholly or partly and undertake the implementation through other agencies at the risk and cost of the contractor and Director (Store & Purchase), MHU, Anjanthali, Karnal shall forfeit the bank guarantee in the following cases:

20

a. In case of delay a non-performance beyond level of 10% after 7 days from the date of reckoning of work. b. In case supply & use of sub-standard material and the work is not being executed as per the terms and conditions of NIT and failure to rectify the defective material/work to the entire satisfaction of inspection team to be constituted by Director (Store & Purchase), MHU, Anjanthali, Karnal. c. In case of failure to execute the work as per work order.

11.3 In case of delay of more than one week beyond completion period, the contract shall be terminated and work shall be got completed at the risk and cost of the successful bidder. 11.4 Director (Store & Purchase), MHU, Anjanthali, Karnal may grant extension of time for the completion of the job if the work is delayed by unforced conditions i.e. beyond contractor’s control for any reason what so ever may be. 11.5 The grant of extension shall be in entire satisfaction of Director (Store & Purchase), MHU, Anjanthali, Karnal and his decision will be final and binding upon the parties. 11.6 In case of extension, the firms shall submit request for extension of time well before from the date of completion citing specific reasons for extension. The extension of time will be communicated to the firm and no claim in respect of compensation of otherwise what so ever may be as a result of extension of time shall be admissible. 10. Payments terms 12.1 The 30% of the contract value on pro-data basis against delivery of the complete material at site. The firm has to provide warranty certificate of cladding material and copy of inspection report of material along with payment release letter. 12.2 Balance 70% after issue of completion certificate including commissioning & testing of installation within 15 days 11. Maintenance and Defect Liability Maintenance period of this complete work will be three year form the actual completion of work. Any defect noticed during the maintenance period will be communicated to the firm in writing and will be rectified by the firm/ contractor within a period of 7 days. In case of non-maintenance security amount shall be forfeited. 12. Liability of firm for infringement: The contractor shall fully indemnify and protect Director (Store & Purchase), MHU, Anjanthali, Karnal from any claims of infringement of patents, copyright, trademark etc. 13. Watch & Ward: The firm shall be responsible for properly storing and watch and ward of material brought at site and shall also be responsible for any theft, damage due to weather or any other reason what-so-ever may be and no compensation shall be paid by the department on this account. 14. Director (Store & Purchase), MHU, Anjanthali, Karnal shall not be liable for any mistake or error by the bidder in respect of their quotes. 21

15. At any point prior to the bid due date, Director (Store & Purchase), MHU, Anjanthali, Karnal with due permission of Vice Chancellor, MHU, Karnal may for any reason modify the tender document for any of its contents by issuing addendum. 16. Arbitration: In the event of any unresolved dispute, the same may be settled through the arbitration proceedings as per Indian Arbitration & Conciliation Act 1996 (subject to latest amendments). An arbitrator shall be appointed with due consent of both the parties by Director (Store & Purchase), MHU, Anjanthali, Karnal the competent authority. 17. Director (Store & Purchase), MHU, Anjanthali, Karnal may modify or amend any or all of the terms & conditions. 18. Director (Store & Purchase), MHU, Anjanthali, Karnal does not bind itself to accept the lowest priced tender. 19. Notwithstanding anything contained in this tender Director (Store & Purchase), MHU, Anjanthali, Karnal reserves the right to accept or reject any bid without any liability or any obligation to the bidders for any reasons what-so-ever. 20. Dispute Settlement: All disputes arising out of this tender and the subsequent contract shall be referred to the Court of Law at Karnal and the said Court shall only have the jurisdiction to decide the matters according to the laws of India 21. Blacklisting and legal action: In case of non-compliance of the guidelines, technical specification, rectification of defects during execution or defect liability period and order of Director (Store & Purchase), MHU, Anjanthali, Karnal legal proceedings will be initiated and the cost will be borne by the firm. The firm will also be got blacklisted for a period of three years to take part in any tenders to be called by or any of agency in Haryana.

-Sd/- Director (Store & Purchase) MHU, Karnal

22

Proforma for Technical Bid (For bidders for Supply and installation of Smart Conferencing Solution at RRC, Murthal and MHU, Karnal.

Technical Bid Sr. No. Description Uploded Yes/No 1. Firm Details a. Name of the firm b. Address of the firm c. Year of Establishment d. Name of Proprietor/ Owner/ Director e. Contact No. 1. f. Contact No. 2. g. E-mail h. Website, if any i. TIN No. j. PAN No. k. Address of factory/ works/ unit / l. Name of authorized signatory m. Specimen sign of authorized signatory 2. Business Profile a. Annual Turnover (100 lakhs) 3. Design/ drawing along with specifications of Smart Conferencing solution:

23

Performa for Financial Bid

Total Sr. No. of Unit Item Locations Cost No. Units Cost (in Lacs) RRC, Murthal and SITC of Digital Integrated 1 Two MHU, Karnal. Podium System for board room

RRC, Murthal and SITC of Video Conference 2 Two MHU, Karnal. Room Solution

-Sd/- Authorized Signatory of Firm Seal and Sign

24