Notice Inviting e-Tender P a g e ||| 111

NIT [ NOTICE INVITING e-TENDER ]

No. : WBKP/CP/NIT-137/CONTROL ROOM SOLUTIONS/TEN Dated : 20.08.2018

e-Tender FOR SUPPLY, INSTALLATION, TESTING, COMMISSIONING & MAINTENANCE OF CONTROL ROOM SOLUTIONS WITH ALLIED INTERIOR INFRASTRUCTURE DEVELOPMENT FOR KOLKATA POLICE

KOLKATA POLICE DIRECTORATE Tender Section, 18, Lalbazar Street, Kolkata – 700 001. Ph. : (033) 2250 5275/(033) 2250-5048 e-Mail : [email protected]

222 ||| P a g e Notice Inviting e-Tender

TABLE OF CONTENTS

NOTICE INVITING e-Tender ...... 4 I. DEFINITIONS ...... 5 II. PRE-BID QUALIFICATIONS ...... 5 1. Company Registration : ...... 5 2. Undertaking Regarding Blacklisting : ...... 5 3. Partnership Firm (if applicable) : ...... 5 4. Consortium (3 party maximum including Lead bidder) : ...... 6 5. Annual Turnover : ...... 6 6. Work Experience :...... 6 7. PAN No. : ...... 6 8. Goods & Services Tax (GST) : ...... 6 9. Bidders’ Establishment : ...... 6 10. Responsibility of Integration : ...... 6 11. Capability of Bidder : ...... 6 12. OEM Certificate : ...... 6 13. Proprietary Article Certificate : ...... 7 14. Solvency Certificate : ...... 7 III. INFORMATION FOR THE BIDDER ...... 7 1. Responsibility : ...... 7 2. e-Tender Address : ...... 7 3. Brochures : ...... 7 4. Preference for Govt. Organisation : ...... 7 5. Earnest Money Deposit (EMD) : ...... 7 6. EMD Exemption : ...... 8 7. Taxes & Other Clearance Certificates : ...... 8 8. Custom Duty Exemption Certificate (CDEC) :...... 8 9. Pre-Bid Meeting : ...... 8 10. Submission of Bids : ...... 8 11. Type of Bid : ...... 8 12. Evaluation Process : ...... 8 A) Opening of Technical Proposal : ...... 8 B) Opening of Financial Proposal : ...... 9 13. Tender Acceptance & Rejection : ...... 9 14. Proforma Invoice (PI) : ...... 10 15. Letter of Intent/Acceptance (LoI/LoA) : ...... 10 16. Warranty, Maintenance & Support : ...... 10 17. Security Deposit (SD) : ...... 10 18. Contract Performance Guarantee (CPG) : ...... 10 19. Service Level Agreement (SLA) : ...... 11 20. Site Preparation : ...... 11 21. Acceptance Testing (AT) & “GO LIVE” : ...... 11 22. Documentation Requirements by selected bidder : ...... 11 23. Training : ...... 11 24. On-going System Maintenance and Support : ...... 11 25. Supply of Stores : ...... 11 26. Work Completion and Liquidated Damages : ...... 12 27. Liability : ...... 12 28. Completeness of Solution : ...... 12 29. Delivery : ...... 12 30. Payment : ...... 12 31. Grounds for Blacklisting : ...... 13 32. Disputes & Arbitration : ...... 13 33. Force Majeure Clause : ...... 13 IV. AWARD OF CONTRACT ...... 13 Notice Inviting e-Tender P a g e ||| 333

V. BILL OF MATERIALS & COMMERCIALS ...... 14 VI. TECHNICAL SPECIFICATIONS ...... 19 A. Audio-Visual System : ...... 19 B. Date & Voice Networking : ...... 30 C. Interiors & Acoustic Treatment of Control Room, DIAL 100 & Coordination Room Zone : ...... 38 D. PHE Works : ...... 47 E. Electrical & Lighting : ...... 48 F. Fire Detection & Alarm System : ...... 48 G. AIR-CONDITIONING SYSTEM with Timer : ...... 48 VII. GUIDELINES FOR SUBMISSION OF e-TENDER ...... 49 1. General guidance for e-Tendering :...... 49 2. Submission of Tenders : ...... 49 A) Technical Proposal : ...... 49 B) Financial Proposal – ...... 50 VIII. CHECK LIST TO BE UPLOADED ONLINE ...... 50 ANNEXURE – I ...... 51 ANNEXURE – II ...... 52 ANNEXURE – III ...... 53 ANNEXURE – IV ...... 55 ANNEXURE – V ...... 57 ANNEXURE – VI ...... 58

444 ||| P a g e Notice Inviting e-Tender

NOTICE INVITING e-Tender e-Tenders are invited by Commissioner of Police, Kolkata from the bonafide Dealers/Original Equipment Manufacturers/System Integrator (SI)/Traders/Registered SSI Units/Industrial Undertakings/Organizations own and managed by Govt. based on Medium and Large Scale units for Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police . The detailed tender document can be downloaded from https://wbtenders.gov.in . Bidder has to submit their bid correctly duly digitally signed in this portal online. Necessary link may also be followed at Kolkata Police Official Website – http://www.kolkatapolice.gov.in .

Name of Work Supply, Installation, Testing , Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police Estimated Cost Rs. 6.50 Crores only Earnest Money Deposit Rs.15,00,000/- (Rupees fifteen lakh) only through RTGS or NEFT. No alternative will be accepted. Date of Uploading of NIT Documents Online 21.08.2018 at 15.00 hrs. (Publishing Date) Documents Download start Date & Time 21.08.2018 at 15.00 hrs. (Online) Pre-bid Meeting 30.08.2018 at 15.00 hrs. Bid submission Start Date & Time (Online) 07.09.2018 at 15.00 hrs. Documents Download End Date (Online) 14.09.2018 up to 15.00 hrs. Bid submission Closing Date (Online) 14.09.2018 up to 15.00 hrs. Technical Bid opening Date & Time 17.09.2018 at 15.00 hrs. Type of Bid : Two bid systems Technical and Financial Bid to be submitted separately. Financial Bid of only technically qualified bidders shall be opened. Delivery Period 90 Days from the date of issuance of Work/Supply Order. Validity of Offers 180 Days from the date of opening of Commercial Bid Office of the Commissioner of Police, Kolkata. Tender Opening Location 18, Lalbazar Street, Kolkata – 700 001. • Tender Section – Ground floor Main Building Kolkata Police, Hqrs. Lalbazar, 18, Lalbazar street, Kolkata - 700 001. Contact Details – Phone – (033) 2250-5275/5048. Respective Offices on any working day during e-Mail – [email protected] office hours (10:00 hrs. to 17:30 hrs.) • For Tender Procedure Query - Ph. – (033) 2250-5275, Mob. : 9830389446. Bidders are requested to read the instruction carefully before submission of e-Tender. Defective e- Tender Bids are liable to be cancelled .

Sd/- for Commissioner of Police, Kolkata Notice Inviting e-Tender P a g e ||| 555

I. DEFINITIONS i) “Bidder” means a bidder/firm/agency who has responded to this Tender Document by submitting his Technical and Financial Proposal. In case of a Consortium involving two or three bidders, the bidder shall mean to be the Prime Bidder. ii) “Contract” means the contract signed between the Kolkata Police and the successful bidder pursuant to the tender document herein. iii) “Contract Price” means the price to be paid to the Contractor for providing the intended solution, in accordance with the Contract. iv) “Contractor” means the successful Bidder whose bid to perform the Contract has been accepted by Kolkata Police and is named as such in the Letter of Intent (LoI)/Letter of Acceptance (LoA). In case of a consortium contractor shall mean to be the Prime bidder. v) “Government” means the Government of West Bengal. vi) “Party” means Kolkata Police or the Contractor, as the case may be, and “Parties” means both of them. vii) “Project Plan” means the document to be developed by the Contractor and approved by Kolkata Police based on the requirements of the Contract and the Preliminary Project Plan included in the Contractor’s bid. For the sake of clarity, “the Agreed and Finalized Project Plan” refers to the version of the Project Plan approved by Kolkata Police. The project plan may be changed/modified during the course of the project. Should the Project Plan conflict with the provisions of the Contract in any way, the relevant provisions of the Contract, including any amendments, shall prevail. viii) “Certificate of Acceptance” means the certificate issued by the Kolkata Police and/or its authorized representative after installation, testing and satisfactory performance of the delivered solution & products at the designated site as a total unit, within a period of at least 90 Days. ix) ‘Services’ means the work to be performed by the contractor including the supply of related accessories, transportation, insurance, customization, commissioning, training, technical support, maintenance, repair, and other services necessary for proper operation of the intended equipment to be provided by the contractor and as specified in the Contract. II. PRE-BID QUALIFICATIONS 1. Company Registration : The responding Bidder should be registered under statutes of India. The organization should be of repute and be incorporated/registered in India. 2. Undertaking Regarding Blacklisting : a) The bidder should not have been blacklisted by any Central/State Government/Public Sector Undertaking for the tendered item and/or any other item. An undertaking in this regard should be submitted by the bidder in the form of affidavit, otherwise the bid shall be summarily rejected. b) If the selected firm is found/detected Blacklisted by any Central/State Government/Public Sector Undertaking (for the tendered item or any other item) at any stage of procurement process, the acceptance of the selected firm and/or the supply order etc., if issued would be treated as cancelled and the contract in whole will be terminated with immediate effect without any intimation to the concerned firm. c) In this case the EMD/SD will be forfeited and the Commissioner of Police, Kolkata reserves the right to initiate the proceedings against the selected vendor. In this regard, the Commissioner of Police, Kolkata reserves the right to select the second lowest (L2) vendor for supply of the tendered item. The decision taken by Kolkata Police authority in the matter will be treated as full & final in this regard. [ An undertaking to be submitted in the form of Affidavit to the effect that the company was not blacklisted by GOI/State Government during last 5 years. ] 3. Partnership Firm (if applicable) : a) Bidder or in case of any partnership firm, any one of the partners should not be insolvent, in receivership, bankrupt or being wound up, their affairs are not being administered by the Court or a judicial officer, their business activities have not been suspended and should not be the subject of legal proceedings of any of the foregoing.

666 ||| P a g e Notice Inviting e-Tender

b) Bidder or in case of any partnership firm, any one of the partners should not have been convicted of any criminal offence related to professional conduct or the making of false statement or misrepresentation as to their qualifications. c) Where this contract is made with a firm, the act of any partner in the firm whether in breach or performance of the contract, shall be binding on the firm. 4. Consortium (3 party maximum including Lead bidder) : a) In case of Consortium, however, the bidder shall be construed to mean the “Prime/Principal Bidder” only as declared by the consortium member. Under no circumstances, this provision can be waived. The Principle/Prime Bidder should have at least 50% financial stake in the consortium. b) The Bidder/Members of the consortium should be in business for at least 3 years as on 31.07.2018. This should be supported by the certificate of Registration issued under the Companies Act by a competent authority. c) The Bidder/All Members of the Consortium (3 party maximum) should have the capability to implement projects/assignments in terms of industry experience, requisite manpower of required qualification and experience, project management skills and quality/level of work. 5. Annual Turnover : a) The average Annual turnover of the Prime Bidder of the consortium should be a minimum of Rs.3.0 crores per year for the last three financial years. Turnover of consortium will not be considered in this regard. This should be supported by audited balance sheet of the Company duly audited by the Chartered Accountants for the last 3 financial years. b) The Bidder should furnish the Profit & Loss account for the last three preceding years. c) A certificate from Chartered Accountant should be attached stating the annual turnover . 6. Work Experience : The prime bidder must have to be operational in the field of Control Room Solutions with Allied Interior Infrastructure Development in last 3 financial years. Documentary proof (Work Completion Certificate/Payment Certificate) to that extent should be enclosed along with the bid. 7. PAN No. : The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India. 8. Goods & Services Tax (GST) : The bidder should have its name in Goods & Services Tax Identification Number (GSTIN) in India. 9. Bidders’ Establishment : The Bidder/Any Member of the Consortium should have office in Kolkata or be willing to establish an office within two (02) months of award of contract. The Bidder must mention in detail their support infrastructure including address, contact Phone no., Fax No., e-Mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured. 10. Responsibility of Integration : a) All items in the Tender should be clearly mentioned along with its Brand & Parts Serial No. The items may be from different manufacturers, but the Bidders should provide one certificate owning the responsibility of integration along with concerned manufacturers’ authorization for such items as well as the existing infrastructure. b) The Bidder should also give an undertaking in the form of an affidavit that the System/Software supplied by the vendor is genuine and does not contain/used or any refurbished parts/software and should not leave any malware etc. 11. Capability of Bidder : The Bidder/Any member of consortium should have experienced technical manpower of at least 15 people with solution domain experience in IT/Communications and should be able to undertake customization and support. Self certificate in this respect has to be submitted. 12. OEM Certificate : a) Copy of authorization certificate from the Original Equipment Manufacturer (OEM) on their Letter head is to be submitted for all the products to be supplied assuring 2 (two) years warranty & 5 (five) years Notice Inviting e-Tender P a g e ||| 777

Comprehensive AMC for support and supply of spare parts/updates otherwise the bid may be rejected. In the context of instant e-Tender, only the reputed brands will be considered. b) If the Bidder/Prime Bidder of the consortium is quoting on behalf of OEM (Original Equipment Manufacturer) brand system, the Bidder/Prime Bidder of the consortium shall be an Authorised Distributor of the brand and should be in legal agreement. The Bidder/Prime Bidder of the consortium should give an undertaking in writing in the company's letter head duly signed by the authorised representative at the time of submission of the tender that in case the tender is awarded in favour of the Bidder/Prime Bidder of the consortium, it will produce a legal agreement between the Bidder/Prime Bidder of the consortium and the OEM for a minimum of 2 (two) years warranty & 5 (five) years Comprehensive AMC period from the date of award of the contract. Failure to produce such an agreement will result in cancellation of the order. 13. Proprietary Article Certificate : a) In case the bidder is OEM – Manufacturing Units will have to submit authentic documents to be a manufacturer or a Proprietary Article Certificate for the same. In this case, an undertaking by the OEM for providing Direct Premium support for the supplied hardware including system software will have to be attached. b) In case the bidder is System Integrator (SI)/Authorised Distributor/Dealer (AD) – SI/AD will have to submit valid Manufacturer’s Authorisation Certificate (MAC) on the OEM Letterhead duly signed and stamped by OEM’s authorised signatory as well as acknowledged by SI/AD towards acceptance of the same. SI/AD need to keep the authorization valid till execution of supply, installation and support period mentioned in this tender by means of a legal agreement with concerned manufacturer. 14. Solvency Certificate : The Bidder is desirable to submit a Solvency Certificate equivalent to estimated cost from a Nationalize Bank/Registered Chartered Accountant. Note : Proposals without documentary evidence in support of the above eligibility criteria wherever necessary will be summarily rejected. The original documents should be submitted for verification before finalization of the bidder. III. INFORMATION FOR THE BIDDER 1. Responsibility : It is the responsibility of the Bidders submitting the bid in the formats given and as per the terms & conditions of the tender documents. In the event of any doubt regarding the terms & conditions/formats, the bidder concerned may seek clarifications online through email at the address from the authorized offices of Kolkata Police at 18, Lalbazar Street, Kolkata-1. If required Kolkata Police may issue corrigendum during this tender period. 2. e-Tender Address : e-Tenders must be addressed to Commissioner of Police, Kolkata on behalf of the Governor of West Bengal, 18, Lalbazar Street, Kolkata–700 001. It should be superscripted as “e-Tender for Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police .” 3. Brochures : Scan copy Brochures of the item(s) must be uploaded in the e-Tender portal. Any attempt of canvassing on the part of a bidder will render his tender liable to rejection summarily . 4. Preference for Govt. Organisation : The products of (1) Regd. SSI Unit of the State ; (2) State Govt. Undertakings/Organizations owned/managed by the State Govt . and (3) State based Medium Scale/Large Scale Units may be given preference, if solution is found acceptable, in terms of the relevant rules of WBFR Vol-I (Since amended) & Finance Deptt. Notification, Govt. of W.B. issued from time to time. 5. Earnest Money Deposit (EMD) : Intending bidder has to deposit the Earnest Money of Rs.15,00,000/- (Rupees fifteen lakh) only through RTGS or NEFT. No alternative will be accepted. Annexure-II may be referred for this purpose.

888 ||| P a g e Notice Inviting e-Tender

6. EMD Exemption : Firms registered as a MSME/NSIC/C&SSI Department under the Govt. of West Bengal may, however, be exempted from depositing Earnest Money on production of satisfactory documents in support of their claim. Exemption of EMD shall not be entertained without uploading relevant document and production of original document in the support of exemption. 7. Taxes & Other Clearance Certificates : a) All bidders shall have to submit copy of the valid Trade License/Certificate of Incorporation , GSTIN and Professional Tax along with tender on West Bengal e-Tender portal. Tenders received without such certificates will not be considered. b) Any claim of GST or any other prevalent Taxes & Duties, if applicable, should be clearly mentioned against the rate of item. The amount of such taxes & duties, if required should be shown separately. 8. Custom Duty Exemption Certificate (CDEC) : In case the Custom Duty Exemption Certificate (CDEC) is to be obtained from Ministry of Home Affairs Govt. of India for imported item, the payment of Customs Duty/GST etc, whether to be required or not, should be expressly mentioned. Rate should be quoted including CDEC, if applicable. The final rate of the item may be accepted without Custom Duty subject to submission of CDEC by Kolkata Police at the time of supply of the item. 9. Pre-Bid Meeting : Pre-bid Meeting will be held on 30.08.2018 at 15.00 hrs. with the interested bidders, in Lalbazar. Interested bidders are requested to send their queries through e-mail ( [email protected] ) to Tender Section, KPD before the date of pre-bid meeting. Participation in the Pre-Bid Meeting will be limited to two persons per bidder along with valid authorization. 10. Submission of Bids : Bidders shall have to submit the rate as per requirement as reflected in the BoQ during submission of the Financial Bid Sheet. The bidder is to quote the rate online through computer in the space marked for quoting rate in the BoQ. The base price (rate per unit) shall be quoted in the space earmarked for the same. Tax and duties separately shall have to be mentioned in the columns provided for the purpose. 11. Type of Bid : a) The tender shall comprise of two bid systems – (i) Technical Bid & (ii) Financial Bid . Bidder has to submit their bid separately in the portal https://wbtenders.gov.in online. b) The Technical Bid will be opened first and if it is found technically suitable and/or feasible, only then the Financial Bid will be considered. Otherwise the entire Bids (Technical, Financial and Earnest Money) will be treated as cancelled. Technical Bids shall be evaluated by a Tender cum Technical Committee and the overall performance of the bidder comprising Technical & Financial evaluation shall be done by the same Committee constituted for that purpose, which will be informed to the bidders who found eligible to participate in the tender. c) Technically qualified bidders who have fulfilled eligibility criteria on the basis of technical evaluation by the tendering authority shall qualify for financial evaluation. d) The lowest bid out of valid financial bids shall be selected for issuance of LoI/LoA. 12. Evaluation Process : A) Opening of Technical Proposal : a) A Committee as mentioned above comprises of senior officers of Kolkata Police will open and assess each Technical bid of the Tender. b) Cover (folder) for Statutory Documents and cover (folder) for Non-Statutory Documents will be opened. Decrypted (transformed into readable formats) documents will be downloaded & handed over to the “Tender Evaluation Committee”. If there is any deficiency in the documents the tender will summarily be rejected. The bidder shall be bound to submit document or submit clarification, as sought for. c) Bidders are requested to submit the hard copy of their technical bids personally on the day of opening of Technical Bid. Bidders must ensure that the Technical Bid submitted online is identical with the hard copy of the Technical Bid submitted at the time of opening of Technical Bid. Notice Inviting e-Tender P a g e ||| 999

d) During evaluation the committee may summon of the bidders & seek clarification/information or additional documents or original hard copy of any of the documents already submitted. e) If any bidder fails to produce the original hard copies of the documents like Completion Certificates and any other documents on demand of the “Tender 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 bidder and the bid shall liable to be cancelled without any further correspondence.. e) Summary list of technically qualified bidders will be uploaded online. B) Opening of Financial Proposal : The Financial bids of only those bidders who have fulfilled eligibility criteria on the basis of technical evaluation by the tendering authority will be considered for financial bid evaluation. Lowest financial bid will be designated as L1. Second lowest as L2 and so on. Participation in the Financial Bid Meeting will be limited to two persons per bidder along with valid authorization. 13. Tender Acceptance & Rejection : The following considerations shall be taken into account while evaluating the bids – i) Whether the goods and services offered are as per the requisite tender specifications in the document. ii) Whether the bidder has submitted all the information/documents as required to be submitted along with the Technical Bid. iii) Bidders with variance/contradiction between Technical Bid and Financial Bid will be liable for rejection. iv) Bidders submitting incomplete information, subjective and conditional offers as well as partial offers will be liable for rejection. v) Tenders with the Technical Bid not containing EMD amount/EMD exemption certificates will be summarily rejected. vi) Tenders without the signed copy of the Tender Documents will be summarily rejected. vii) In addition to the above rejection criteria, if there is non-compliance of any of the other clauses of this Tender Document, the tender is liable for rejection. viii) The Commissioner of Police, Kolkata reserves the right to accept any bid, and to annul the bid process and reject all bids at any time, without assigning any reason, prior to placement of supply order/signing of contract, without thereby incurring any liability to the affected Bidder or any obligation to inform the affected Bidder of the grounds for Kolkata Police’s action. xi) This contract shall not be sublet either wholly or partly without the written permission of the Commissioner of Police, Kolkata and on breach of this provision the Commissioner of Police, Kolkata may determine the contract and forfeit the Security Deposit and the Bidder shall have no claim for loss thereby resulting to him on any account whatsoever.. x) Any breach by the Bidder of any of the terms of the contract the Commissioner of Police, Kolkata may, in addition to recovering any loss to sustain, terminate the contract on seven (07) days notice to the bidder. The decision of the Commissioner of Police, Kolkata shall be the final on all questions as to the extent, meaning or construction of the said schedule or any descriptions, prices or other matters therein mentioned. xi) In the event of failure to supply the articles according to approved samples as agreed upon by the bidder, such articles will be purchased elsewhere without notice to the bidder on the account and at the risk of the bidder. Bidder shall be liable for any loss which the Government may sustain on that account but the bidder shall not be entitled to any gain on purchase made against default. xii) The Commissioner of Police, Kolkata does not bind himself to accept the lowest or any tender, not to assign any reason for non-acceptance. The Commissioner of Police, Kolkata reserves the right to accept and/or reject any tender, all tenders or any part thereof, without assigning any reason thereto. xiii) The Commissioner of Police, Kolkata reserves the right to revise the quantity of the tendered article/item as per requirement and/or availability of fund within the validity period of tender which is 1(one) year. xiv) The Commissioner of Police, Kolkata may accept the tender in respect of all the items tendered for, or any of them, or any part of all or any of them, by notifying the Bidder accordingly in the acceptance and the tender shall thereupon be considered as a tender for the quantity so accepted. xv) The Commissioner of Police, Kolkata reserves the right to invoke and/or cancel the Supply/Firm Order, if situation so warrants or the terms and conditions are not complied with, without assigning any reason thereto.

101010 ||| P a g e Notice Inviting e-Tender

14. Proforma Invoice (PI) : After completion of the process of selection, the selected firm is expected to furnish Proforma Invoice for the respective item(s) for initiating procedural formalities for obtaining sanction of Govt. The Supply/Firm order may, however be placed only on receipt of sanction of fund from Govt. 15. Letter of Intent/Acceptance (LoI/LoA) : i) It should be noted that the firm/firms will be selected purely as “PROVISIONAL BASIS” and the forecast requirement may increase or decrease depends on requirement and availability of fund. ii) On completion of e-Tender formalities, Letter of Intent (LoI)/Letter of Acceptance (LoA) will be issued in favour of the selected bidder. iii) The instant e-Tender accepted rate of the tendered items will remain valid for 01 (one) year from the date of issuance of LoI/LoA. iv) The Commissioner of Police, Kolkata reserves the right for placement of supply/firm order at any time during the validity period of the tender and the selected bidder will be bound to supply of the tendered items as per accepted rate of the respective tender against the Supply/Firm Order placed time to time within the validity of the e-Tender. v) The bidders are therefore advised to quote their rate keeping in mind with the above stipulation. No deviation of the above shall be entertained. vi) LoI/LoA does not confer any right to supply/implementation. A separate work order will be issued. 16. Warranty, Maintenance & Support : a) Supplier will have to give 2 (two) years full warranty on all items from the date of successful commissioning of overall system “Go Live” as certified by Kolkata Police (Completion Certificate). b) After completion of warranty period, 5 (five) years Comprehensive AMC will have to be given by the supplier. After completion of 7 years Kolkata Police may go for fresh AMC with the supplier. Hence bidder should maintain sufficient stock of spares with them for this 7 years period. Separate SLA will be signed with the vendor for warranty & support after supply of the equipments. b) The 5 (five) years Comprehensive AMC is for support of all the active & passive components supplied under this project. During the period of 2 (two) years full warranty & 5 (five) years Comprehensive AMC, no active component should be declared “End of Life”. In case it is declared “End of Life” during this period, the vendor has to repair/replace such equipment at their own cost. A letter of Confirmation by OEM/SI shall be mandatory. The rate should be quoted inclusive of warranty and Comprehensive AMC . b) The cost of AMC will not exceed the 10% of the total project cost (excluding Taxes). 17. Security Deposit (SD) : i) The successful Bidder shall submit an irrevocable Security Deposit (SD) amounting to 7.5% of the total value of the Project valid up to completion of Warranty Period within 10 (ten) working days from the date of issuance of Work Order in the form of a Bank Guarantee issued by a Nationalized Bank in favour of Commissioner of Police, Kolkata and execute an Agreement failing which the Letter of Intent/Acceptance (LoI/LoA) may liable to be cancelled. ii) This is towards Security Deposit for due fulfilment of bidder’s commitments during the Warranty support phase. The commitments include the periodic technology upgrade/refresh (if opted) apart from other service and support commitments. iii) In the event of failure to execute the Work Order satisfactorily or in the event of default by the bidder, the Security Deposit will be forfeited. iv) The Security Deposit will not carry any interest. 18. Contract Performance Guarantee (CPG) : a) The successful Bidder shall have to submit Contract Performance Guarantee (CPG) amounting to 10% of the total value of the project for 5 (five) years comprehensive AMC period of the Project after completion of warranty period in the form of a Bank Guarantee issued by a Nationalized Bank in favour of Commissioner of Police, Kolkata as per format enclosed in Annexure-IV . The schedule for release of CPG is as follows – Sl. No. Time Schedule Amount to be released 1. Completion of 1st year of comprehensive AMC period 20% of total CPG amount 2. Completion of 2nd year of comprehensive AMC period 20% of total CPG amount 3. Completion of 3rd year of comprehensive AMC period 20% of total CPG amount Notice Inviting e-Tender P a g e ||| 111111

Sl. No. Time Schedule Amount to be released 4. Completion of 4th year of comprehensive AMC period 20% of total CPG amount 5. Completion of 5th year of comprehensive AMC period 20% of total CPG amount b) On successful completion of each service year the successful bidder will be allowed to furnish a new bank guarantee with a revised price equal to the remaining support period. (i.e. reduced by % mentioned above). c) The earlier Bank guarantee will be released once the new Bank Guarantee is furnished. In the event of failure to execute the Work Order satisfactorily or in the event of default by the bidder, the CPG will be forfeited. d) The CPG will not carry any interest . 19. Service Level Agreement (SLA) : The bidder shall guarantee system uptime of minimum 99.5%. Failing which CPG and/or SD may be forfeited fully/partially, subject to discretion of Kolkata Police authority. A separate SLA will be done with the successful bidder after successful implementation of the project. 20. Site Preparation : a) Proposed site plan is enclosed in Annexure-VI . The bidder shall have to provide final site plan and equipment layout plan for perusal and approval of Kolkata Police. b) Cabling, trenching, earthing arrangements etc. for all equipment supplied shall be the responsibility of the bidder and to be carried out as per standard procedures, as per approved plan and layout by Kolkata Police. 21. Acceptance Testing (AT) & “GO LIVE” : i) After completion of the installation work, the complete system shall be tested for Hardware and Software functions by technical team of Kolkata Police. Bidder, along with the representative nominated by Kolkata Police, shall carry out the Acceptance Tests to prove the performance of the different equipment, sub-systems, integration and the overall installation, configuration etc., to the entire satisfaction of Kolkata Police. ii) The acceptance tests will include a 7-day confidence trial of the equipment after completion of all tests. This period shall not be part of the installation period. iii) The contractor shall be responsible for supplying all the special tools and test instruments required for onsite testing if any. iv) The installation and commissioning will be considered as complete only after it passes successfully through the acceptance test. v) The test results shall be certified by an authorised representative of Kolkata Police. vi) At the end of Acceptance Testing, the Completion Certificate will be issued by Kolkata Police before the system can “GO LIVE”. 22. Documentation Requirements by selected bidder : The following reporting/documentation would need to be maintained by the vendor. a) Systems Manual detailing the related documentation and guidelines installing the application, troubleshooting, interpreting message logs, etc. b) User Manual (both soft and hard copies) providing detailed instructions on how to use the system to be handled on the additional requirements of Kolkata Police. 23. Training : The scope of work envisages that the Bidder shall undertake to train staff nominated by Kolkata Police in different aspects of equipment functioning, system management, operation, administration and maintenance. 24. On-going System Maintenance and Support : Downtime more than 0.5% during warranty and support period may invite cancellations of award and forfeiture of CPG & SD. To ensure 99.5% uptime the selected bidder will have to do Preventive Maintenance as per SLA. Failure to take up preventive maintenance job may result in partial or full forfeiture of CPG and SD. 25. Supply of Stores : i) The Bidder shall be liable to supply the tendered item as per agreement mutually agreed upon against placement of order of supply from time to time by the Commissioner of Police, Kolkata within the time

121212 ||| P a g e Notice Inviting e-Tender

specified in the respective order. The Commissioner of Police, Kolkata reserves the right for placement of Supply/Firm Order at any time during the validity period of the tender and the bidder is bound to supply of the tendered item as per accepted rate of the respective tender. ii) If the Bidder by any cause, other than his own neglect or default, be prevented or delayed from supplying items/goods as aforesaid, the periods provided in clause may be extended by the Commissioner of Police, Kolkata on being satisfied that reasonable grounds exist for such extension. iii) The Bidder shall provide, at his own expense, all tools, plant, implements, packing, coolie hire charges and the like as will be necessary for the due performance of the contract. No claim on these accounts shall be entertained. iv) Random Testing of the delivered items will also be done at the time of Acceptance at the expense borne by the bidder. v) The Equipment/Software offered should be most recent series models incorporating the latest improvement in design and must have been in satisfactory operations for a period of not less than 6 months proposed to be supplied to us on the date of tender opening. 26. Work Completion and Liquidated Damages : In case of non-completion of work within 90 Days, Kolkata Police shall be entitled to levy and recover Liquidated damages/penalty @0.5% on the total cost per week or part thereof of the delay subject to maximum 10% of work order. Any delay beyond 120 days may result in cancellation of supply order and forfeiture of CPG and SD. 27. Liability : In case of a default on bidder’s part or other liability, Kolkata Police shall be entitled to recover damages from the selected bidder with upper limit of Rupees 5 (five) Crore. In each such instance, regardless of the basis on which Kolkata Police will be entitled to claim damages from the Contractor (including fundamental breach, negligence, misrepresentation, or other contract or tort claim), Contractor shall be liable for no more than – a) Payment referred to in the Patents and Copyrights clause. b) Liability for bodily injury (including death) or damage to real property and tangible personal property limited to that cause by the Contractor’s negligence. c) As to any other actual damage arising in any situation involving non-performance by Contractor pursuant to or in any way related to the subject of this Agreement, the charge paid by KP for the individual product or Service that is the subject of the Claim. However, the contractor shall not be liable for. d) For any indirect, consequential loss or damage, lost profits, third party loss or damage to property or loss of or damage to data. e) For any direct loss or damage that exceeds the total payment for Contract Price made or expected to be made to the Contractor hereunder. 28. Completeness of Solution : Scope of the work shall not be restricted to the items listed in the schedule or requirement and specifications only. If required additional items, components and equipment required to make the system fully functional and secure should be included in the price bid submitted by the Bidder and clearly marked in their “Bill of Material” (BoM). The proposed BoM is only indicative not exhaustive . 29. Delivery : The delivery period/completion of project shall in no case exceed a period of 90 Days of the issuance of Work Order. The Commissioner of Police reserve the right to extend the delivery period against any satisfactory reason thereafter. 30. Payment : The mode of payments to be made in consideration of the work to be performed by the bidder shall be as follows – • 70% of the total project cost – On Completion of supply, installation, commissioning and completion of Civil & Electrical work as per Work Order. • 25% of the total project cost – On Acceptance Testing & Independent “Go Live”. • 5% of the total project cost – After submission of CPG. • Bills in triplicate along with necessary delivery challan and related documents should be submitted to the authority placing the order for arranging the payment. All payments will be made through A/C payee cheques/Electronic mode of payment only. Notice Inviting e-Tender P a g e ||| 131313

31. Grounds for Blacklisting : a) At the stage of competitive bidding – on the ground of : i) Submitting false documents as far as the eligibility criteria are concerned, ii) Submission of bid which involves concealment/suppression of facts in the bids in order to influence the outcome of eligibility screening or any other stage of open bidding. iii) Unauthorized use of one’s name or the name of any other firm for the purpose of bidding, iv) Withdrawal of a bid, or refusal to accept an award, or enter the contract with the Govt. without justifiable cause, after he had been adjudged as having submitted the lowest responsive bid, v) Refusal or failure to post the required performance security within the prescribed time, as indicated in the detailed tender notice. vi) Refusal to clarify in writing its Bid during post qualification within the prescribed period as contained in the detailed tender notice from receipt of the request for clarification. vii) Any documented unsolicited attempt to unduly influence the outcome of bidding in his favour, viii) All other acts that tend to defeat the purpose of competitive bidding which is contrary to financial rules of the Government e.g. habitual withdrawing from bidding except valid reasons, not complying with the requirements during bid evaluation. b) At the stage of contract implementation – on the ground of : i) Failure on the part of the firm to supply items as per Supply Order due solely to his fault or negligence within the prescribed period as mentioned in the detailed tender notice. ii) Failure on the part of the firm/company to fully and faithfully comply with the contractual obligations without valid cause or failure to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. iii) Unsatisfactory progress in the delivery of goods/items in case of procurement, iv) Supply of inferior quality of goods, as may be provided in the contract or as per accepted sample/specimen of item(s). v) Any other reason, which the procuring entity deems it logical to include in the contract, duly agreed by the selected bidder/firm. vi) Failure of supply within the stipulated period of time to be mentioned in the supply order. 32. Disputes & Arbitration : In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said dispute or difference shall be referred to the sole arbitration of Commissioner of Police, Kolkata or any other person appointed by him. The award of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to whom the matter is originally referred to vacates his office on resignation or otherwise or refuses to do works or neglecting his work or being unable to act as arbitrator for any reason whatsoever, the Commissioner of Police, Kolkata shall appoint another person to act as arbitrator in the place of outgoing arbitrator and the person so appointed shall be entitled to proceed further with the reference from the stage at which it was left by the predecessor. The Bidder will have no objection in any such appointment that arbitrator so appointed is employee of Kolkata Police. The adjudication of such arbitrator shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory modification or re-enactment thereof or any rules made thereof. The arbitration shall be held within the jurisdiction of Hon’ble High Court of Calcutta. 33. Force Majeure Clause : The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if the delay in performance or other failure to perform its obligations under the contract is a result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond the control of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such events may include wars or revolutions, fires, floods, natural calamity, any catastrophe, epidemics, quarantine restrictions, freight embargoes etc. IV. AWARD OF CONTRACT a) The Bidder who’s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter/Letter of Acceptance. The notification of award will constitute the formation of the Contract.

141414 ||| P a g e Notice Inviting e-Tender

b) The Agreement in prescribed format will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including NIT & BoQ 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 of NIT along with requisite cost through Bank Guarantee/Bank Deposit Receipt, National Savings Certificate issued by the Post Office (P.O.) duly pledged in favour of the Commissioner of Police, Kolkata or in a Savings Bank Pass Book pledged to the Commissioner of Police, Kolkata or in Government Securities endorsed to the Commissioner of Police, Kolkata or FDR (of Nationalized Bank) for the concerned work within time limit to be set in the Letter of Acceptance. V. BILL OF MATERIALS & COMMERCIALS Total Amount Sl. No. Description Unit Qty Make & Model with Taxes A. AUDIO-VISUAL SYSTEM Panasonic/LG/ A.1 55'' FHD LED Display Panel for Video wall No. 16 SAMSUNG Modular free standing video wall mount for Chief/ BTECH/ A.2 Set 1 4X4 video wall Premier Panasonic/LG/ A.3 55" 4K LED Professional Display No. 2 SAMSUNG A.4 Wall Mount for above display No. 2 Bidder to specify

EXTRON/AMX A.5 Two Output HDMI Distribution Amplifier No. 15 /Lightware Extron/RGB A.6 Videowall Controller No. 1 Spectrum/ Christie 16x8 4K HDMI Matrix Switchers with Audio De- Extron/RGB A.7 No. 1 Embedding Spectrum/ Christie 8x4 4K HDMI Matrix Switchers with Audio De- EXTRON/AMX A.8 No. 1 Embedding /Lightware EXTRON/AMX A.9 HDMI Twisted Pair Transmitter No. 3 /Lightware EXTRON/AMX A.10 HDMI Twisted Pair Receiver No. 8 /Lightware Two Input DTP Transmitter for HDMI and VGA EXTRON/AMX A.11 No. 1 with Audio Wallplate /Lightware 32-port KVM-over-IP switch, 8 remote users, Raritan/IHSE / A.12 No. 1 DVI local port, virtual media, dual power ADDER Digital HDMI, USB CIM required for virtual media (BIOS access), absolute mouse Raritan/IHSE / A.13 No. 16 synchronization, tiering, audio and Smart ADDER Card/CAC use User Station for high performance IP access to Raritan/IHSE / A.14 No. 6 servers connected to the KVM Switch ADDER Cisco/Polycom/ A.15 Video Conference System No. 1 Avaya A.16 IP Link Pro Control Processor for Control Room No. 1 EXTRON/AMX/RTI

IP Link Pro Control Processor for Coordination A.17 No. 1 EXTRON/AMX/ RTI Room Apple/ Extron/ A.18 Touch Panel No. 2 AMX Launch Port / A.19 AP.5 sleeve with Base Station No. 2 Maclocks / Apple A.20 Touch Application Software for Touch Panel No. 2 Apple

Beyerdynamic/ A.21 Wireless Lapel Microphone Set No. 1 Sennheiser/ Shure Beyerdynamic/ A.22 Splitter for Microphone No. 1 Sennheiser/ Shure Notice Inviting e-Tender P a g e ||| 151515

Total Amount Sl. No. Description Unit Qty Make & Model with Taxes Beyerdynamic/ A.23 Omni directional Antenna No. 2 Sennheiser/ Shure Beyerdynamic/ A.24 Antenna Cable 25Mt No. 2 Sennheiser/ Shure Beyerdynamic/ A.25 Antenna Mount Kit No. 2 Sennheiser/ Shure Extron/ ClearOne/ A.26 Digital Audio Matrix Processor No. 2 Biamp Extron /Martin A.27 Two Channel Amplifier - 100 Watts Per Channel No. 1 Audio/Meyer Sound Extron /Martin A.28 Stereo Amplifier - 15 Watts Per Channel No. 1 Audio/Meyer Sound Extron /Martin A.29 Volume and Mute Controller - Wallplate No. 1 Audio/Meyer Sound Wall mount speakers with Mount Kit for Extron /Martin A.30 Pair 1 Audio/Meyer Control Room Sound Extron /Martin A.31 Wall mount speakers for Coordination Room Pair 1 Audio/Meyer Sound Cisco / D-Link / A.32 Wireless Access Point No. 3 Netgear Valrack/ Middle A.33 Equipment Rack - 42U No. 1 Atlantic/ President A.34 Equipment Rack - 17U No. 1 Bidder to Specify

Blackmagic/ A.35 Multi window Viewer & Steaming No. 1 DataVideo/ Panasonic Blackmagic/DataVi A.36 HDMI to SDI Converter No. 16 deo/Panasonic EXTRON/AMX/Ligh A.37 Fiber Optic Transmitter for HDMI No. 4 tware EXTRON/AMX/Ligh A.38 Fiber Optic Receiver for HDMI No. 4 tware A.39 Spekeo Phone No. 1 Bidder to Specify

A.40 Cables, Connectors and Other accessories Lot 1 Bidder to Specify

2 x 20kVA UPS system in PRS Load Sharing APC / Hitachi Hi- A.41 Set 1 application with Common Battery Bank Rel/ Reillo A.42 Installation & Commissioning Charge Job 1

B. DATA & VOICE NETWORKING CISCO/Extrem Layer 3 LAN Switch - 24 Port Data 4x1G Uplink B.1 No. 1 Networks/ LAN Base Juniper CISCO/Extrem Layer 2 LAN Switch - 48 Port GigE, 2 x 1G SFP, B.2 No. 6 Networks/ LAN Lite Juniper CISCO/Extrem Layer 2 LAN Switch - 24 Port GigE, 2 x 1G SFP, B.3 No. 5 Networks/ LAN Lite Juniper CISCO/Extrem 1000BASE-LX/LH SFP module, B.4 No. 14 Networks/ MMF/SMF, 1310nm, DOM Juniper

161616 ||| P a g e Notice Inviting e-Tender

Total Amount Sl. No. Description Unit Qty Make & Model with Taxes 6-core Outside Plant Cable - Corrugated Steel BELDEN/AMP/ B.5 tape Armored, Loose-tube, Gel-filled, 50/125 Mtrs 1400 CommsCope micron OM3 MM 1U Rack Mount Patch Panel, 24F Splice Tray, BELDEN/AMP/ B.6 No. 12 Adapter Stripe CommsCope 12F LC Duplex adapter strip, Ceramic sleeve for BELDEN/AMP/ B.7 No. 24 MM CommsCope Simplex Pigtail, LC - Open, OM3 Multimode, BELDEN/AMP/ B.8 No. 140 900um, 2MT, Aqua CommsCope LC-LC Multimode 50/125 micron om3 Duplex BELDEN/AMP/ B.9 No. 18 Patch Cord, 3 Meter CommsCope BELDEN/AMP/ B.10 Cat6 4 Pair 23 AWG UTP LSZH Cable 305 mts Reel 14 CommsCope BELDEN/AMP/ B.11 24-port unloaded straight Jack Panel No. 7 CommsCope BELDEN/AMP/ B.12 Cat 6 UTP Jack - Black for Jack Panel No. 49 CommsCope BELDEN/AMP/ B.13 Cat 6 UTP Jack - White No. 49 CommsCope BELDEN/AMP/ B.14 Single Port Faceplate, square type No. 49 CommsCope BELDEN/AMP/ B.15 Back Box for fixing of Face Plate No. 49 CommsCope BELDEN/AMP/ B.16 Cat 6 Patch cord - 1 Mtr - Blue , LSZH No. 61 CommsCope BELDEN/AMP/ B.17 Cat 6 Patch cord - 2 Mtr - Blue , LSZH No. 49 CommsCope B.18 40mm OD HDPE pipe Mtrs 1200

WQ / EMERSON 42U 800x1000 mm Floor mount rack with B.19 No. 1 / PANDUIT / standard accessories RITTAL B.20 Laying of UTP Cable thru PVC Conduit/Casing Mtrs 2400

B.21 Laying of OFC thru HDPE U/G Mtrs 1400

B.22 Splicing of fiber pigtail No. 140

B.23 Installation of 42U Rack No. 1

B.24 Installation of Switches No. 12

B.25 Termination, documentation L/S 1

SNTC-8X5XNBD Cisco Catalyst 3650 24 Port B.26 1 Yr 1 Data 4x1G Up SNTC-8X5XNBD Catalyst 2960-X 48 GigE, 2 x 1G B.27 1 Yr 4 SFP, LAN SNTC-8X5XNBD Catalyst 2960-X 24 GigE, 2 x 1G B.28 1 Yr 5 SFP, LAN B.29 Installation & Commissioning Charge Job 1

C. INTERIORS, CONSOLES & FURNITURE C.1 CIVIL WORK Demolition of existing Flooring & removal of C.1.1 Sqft 3600 debries Demolition of existing false ceiling & removal of C.1.2 Sqft 3600 debries Demolition of existing doors/ windows/Rolling C.1.3 Sqft 300 Shutter & removal of debries Notice Inviting e-Tender P a g e ||| 171717

Total Amount Sl. No. Description Unit Qty Make & Model with Taxes Demolition of existing sanitary/plumbing C.1.4 Lot 1 fixtures & removal of debries C.1.5 IPS Flooring Sqft 230

C.1.6 Granite Counter for Washbasin Rmt 8

C.1.7 Pest Control & Anti-termite Treatment Sqft 3600

C.2 INTERIOR WORK

C.2.1 VITRIFIED TILE Sqft 1700

C.2.2 ANTI-SKID FLOORING Sqft 450

C.2.3 CERAMIC TILE DADO Sqft 1500

C.2.4 Raised Flooring Sqft 1500

C.2.5 Vinyl Flooring Sqft 1500

C.2.6 TILE CARPET FLOORING Sqft 230

C.2.7 GRID CEILING Sqft 2200

C.2.8 PLAIN GYPSUM FALSE CEILING Sqft 1200

C.2.9 Plywood Ceiling Sqft 200

C.2.10 Calcium Silicate False Ceiling Sqft 1500

C.2.11 Aluminium Baffle Ceiling Sqft RO

C.2.12 Designer Acoustic Metal False ceiling Sqft 560

C.2.13 Grid type 700mm X 620mm Snap fit Ceiling Sqft 273

C.2.14 Aluminium SKIRTING Rmt 130

C.2.15 Curve/Bend Acoustic Metal Panelling Sqft 240

C.2.16 Designer Acoustic Metal Panelling Sqft 1460

C.2.17 PLYWOOD PANELING WITH ROCKWOOL IN-FILL Sqft 1200

C.2.18 Veneer PANELING (over plywood panelling) Sqft 1200

C.2.19 Washable Wall Graphic cover Sqft 400

C.2.20 Wall Putty Sqft 8500

C.2.21 GENERAL PAINTING Sqft 12000

C.2.22 Aluminium BLINDS Sqft 300

C.2.23 Laminate Boxing / Architrave Rmt. 80

C.2.24 PELMET Rmt. 12

C.2.25 Glass Marker Board Sqft 60

C.2.26 FLUSH DOOR Sqft 80

C.2.27 WOODEN FIRE DOOR (2 Hour Rated) Nos 6

C.2.28 Full Glazed Partition Sqft 700

C.2.29 Glass Door Single leaf 900mm x 2400mm No. 3

C.2.30 Glass Door Double leaf 1500mm x 2400mm No. 2

C.2.31 Glass Film Sqft 200

C.2.32 Toilet & Change Room Cubicle No. 8

C.2.33 Urinal Partition No. 6

C.2.34 Console for O/C No 1

C.2.35 Console for SURGENT No. 2

C.2.36 Console for DESPATCH No. 1

C.2.37 WISH Workstation 4' x 2'x 4' No. 12

C.2.38 WISH Workstation 3' x 2'x 4' No. 15

C.2.39 WISH Workstation L type 3'-6"x4'-6" No. 6

Coordination Room Table IMPRESS Main Desk + C.2.40 No. 1 ERU C.2.41 3 seater Sofa PISA 3 Seater No. 7

C.2.42 Single Seater Sofa PISA No. 1

C.2.43 Side Table PISA No. 9

C.2.44 Centre Table PISA No. 1

C.2.45 Chair - MOTION High Back No. 2

181818 ||| P a g e Notice Inviting e-Tender

Total Amount Sl. No. Description Unit Qty Make & Model with Taxes C.2.46 Chair - MOTION Mid Back No. 39

4 Door Personal Locker Unit 1830mm x 380mm C.2.47 No. 22 x 450mm C.3 SIGNAGES C.3.1 Directional & Fire Exit No. 4

C.3.2 Fire Signages No. 6

C.3.3 Room Signage - Type 2 - 100 x 100 mm No. 10

C.3.4 Room Signage - Type 2 - 100 x 100 mm No. 6

Project Management for Installation & C.4 Lot 1 Commissioning Charge D. PHE WORKS D.1 Supply & Installation of INTERNAL SANITARY FIXTURES/FITTINGS D.1.1 Water Closet No. 6

D.1.2 Wash Basin No. 6

D.1.3 Basin Mixer No. 6

D.1.4 Bottle Trap No. 6

D.1.5 Health Faucet No. 6

D.1.6 2-way Bib Cock No. 6

D.1.7 Urinal No. 5

D.1.8 Toilet Paper Holder No. 4

D.1.9 Tissue Paper Dispenser No. 6

D.1.10 Towel Rod No. 9

D.1.11 Soap Dispenser No. 5

D.1.12 Coat Hook No. 6

D.1.13 125mm CP Grating No. 6

D.1.14 75mm CP Grating No. 9

D.2 SANITARY PIPELINE D.2.1 Soil Waste line D.2.2 Waste Water line Lot 1

D.2.3 Rain Water pipe D.3 SUPPLY PIPELINE

D.3.1 Hot Water line Lot 1 D.3.2 Cold Water line E. ELECTRICAL & LIGHTING E.1 LT Panel E.2 UPS Distribution Board with ELCB & MCB E.3 Lighting Distribution Board with ELCB & MCB Raw Power Distribution Board with ELCB & E.4 MCB E.5 Chemical Earthing with copper pipe/rod Sft 3600

E.6 Internal Cable & Termination E.7 GI Raceways / Cable Trays & PVC Conduits E.8 Point Wiring & Modular Switch/Sockets Light Fixtures (LED)- 2' x 2' tile to achieve E.9 average lux level of 300-350 L on worktop F. FIRE DETECTION & ALARM SYSTEM F.1 Intelligent Addressable Fire Panel- Single Loop F.2 Multi-sensor Detectors AFC & BFC F.3 Hooter Sft 3600 F.4 Manual Call Point F.5 Response Indicator F.6 Isolator Module Notice Inviting e-Tender P a g e ||| 191919

Total Amount Sl. No. Description Unit Qty Make & Model with Taxes F.7 Cable & Termination G. AIR-CONDITIONING SYSTEM Daikin/Hitachi G.1 AIR-CONDITIONING SYSTEM with Timer No. 2 /Carrier Note : 1. Quantity “As reqd.” denotes the quantity required as per the system design of the bidder and the actual quantity proposed by the bidder must be stated in the un-priced BOQ and Financial bid. 2. Quantity of cables, conduit, etc. has to be reasonably estimated by the bidder. Kolkata Police shall not pay extra if actual quantity is more than estimated quantity. 3. Items & Quantity mentioned in the BoQ is only indicative. Bidders may revise/modify as per their proposed solution architecture . 4. Selection will be done on Turnkey basis i.e. on total project cost. VI. TECHNICAL SPECIFICATIONS A. Audio-Visual System : Sl. No. Item Description A.1 55'' FHD LED Display Panel for Videowall; Model : Panasonic, LG, SAMSUNG A.1. 1 DISPLAY PANEL Screen Size 55 -Inch or higher Resolution 1920 x 1080 (FHD) Aspect Ratio 16:9 Panel Technology IPS Brightness 700cd/m² Veiwing Angle (H x V) 178 0/178 0 A.1. 2 I/O INTERFACE HDMI In *2 DP In *1 DP Out *1 DVI -D In *1 DVI -D Out *1 USB *1 RS232C In *1 RS232C Out *1 Audio Out *1 A.1. 3 GENERAL Power Supply 100 V ~ 240 V, 50 -60 Hz Stand By - Power ≤0.5W Consumption Bezel Width 1.8 mm (0.9mm + 0.9mm) Operating Temperature 0℃~40 ℃ Operating Humidity 20% ~85% RH Non -Condensing Storage Temperature -10 ℃~60 ℃ Storage Humidity 10% ~90% RH Non -Condensing A.1. 4 CERTIFICATION CB / EMC / CE / BIS / EER A. 2 Modular free standing video wall mount for 4X4 video wall; Makes : Chief, BTECH, Premier A.2. 1 Modular design allows quick and easy assembly and disassembly of videowalls A.2. 2 Features pop -in, pop -out function to aid installation and to allow access A.2. 3 to the rear of screens for servicing and maintenance A.2. 4 Tool -less micro -adjustments at 8 points for seamless display alignment A.2. 5 Captive, fast -fit nuts and screws for fast assembly and disassembly A.2. 6 Durable Epoxy powder coated frame is ideal for repeated assembly A.2. 7 Choice of floor height spacers, with cosmetic covers included A.2. 8 Safety screws help prevent unauthorized removal of screens A.2. 9 Adjustable support bar provides added stability to videowall installations A.2. 10 Base sections can face backwards if desired A.2. 11 Wall tie -back accessories also available A. 3 55" 4K LED Professional Display ; Makes : Panasonic, LG, SAMSUNG A.3. 1 DISPLAY PANEL Screen Size 55 -Inch or higher Resolution 3840 x 2160 (UHD)

202020 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description Aspect Ratio 16:9 Panel Technology IPS Brightness 400cd/ ㎡ Veiwing Angle (H x V) 178 0/178 0 A.3. 2 I/O INTERFACE HDMI In x3 DP In x1 DVI In x1 VGA In x1 USB x3 (USB3.0*2 USB2.0*1 ) YPBPR x1 AV -In x1 PC -Audio In x1 RJ -45 (LAN) x1 RS232 In x1 AV -Out x1 Audio -Out x1 SPDIF x1 HDMI Out x1 Inbuilt Speaker 20W (10W x 2) A.3. 3 CERTIFICATION Power Supply 100 V ~ 240 V, 50 -60 Hz Stand By - Power ≤0.5W Consumption VESA Mount 300x300mm Operating Temperature 0℃~40 ℃ Operating Humidity 20% ~85% RH Non -Condensing Storage Temperature -10 ℃~60 ℃ Storage Humidity 10% ~90% RH Non -Condensing A.3. 4 Certificates Certificates CB / EMC / CE / BIS / EER A. 4 Wall Mount for above display A.4. 1 Professional LED Display Mount or better A.4. 2 Should be compatible with Screen sizes up to 55 Inch or better A.4. 3 Max Load Capacity : 50 kg or better A.4. 4 VESA Compatibility : up to 400x400 or better A.4. 5 Unique Tilt Mechanism which should allow for tilt adjustment of up to +/ - 15 Degrees or better A.4. 6 Should allow for Post installation screen alignment for perfect screen positioning or better A.4. 7 Arms should have levelling screws to adjust screen height or better A.4. 8 Should have Safety screws help prevent unauthorised removal of screens or better A. 5 Two Output HDMI Distribution Amplifier; Makes : EXTRON/AMX/Lightware A.5. 1 Shall support 1 HDMI input and distributing signals to 2 HDMI outputs A.5. 2 Supported HDMI specification features include data rates up to 10.2 Gbps, Deep Color up to 12 -bit, 3D, and HD lossless audio formats A.5. 3 Shall support computer and video resolutions up to 4K A.5. 4 Shall support HDMI 1.4, HDCP 1.4 Signal standards A.5. 5 Shall support data rate up to 10.2 Gbps and pixel cloxk of 300 MHz A.5. 6 Shall support resolution range up to Up to 1920x1200 or 1080p @ 60 Hz, 12 -bit color, 4K (4096x2160) @ 30 Hz, UHD (3840x2160) @ 30 Hz A.5. 7 Shall be able to support communication with 1 RS -232 serial port or USB for configurations A.5. 8 Shall meet regulatory compliances: CE, c -UL, UL, PSE, RoHs, and WEEE A. 6 Videowall Controller; Makes : Extron/RGB Spectrum/Christie A.6. 1 Shall consists of at least 8 HDMI inputs A.6. 2 Shall consists of at least 12 CATx outputs for transmission of signals over a Twisted pair A.6. 3 Input and Outputs shall be holding a HDCP 1.4 and HDMI 1.4 standard A.6. 4 Shall be able to support 10.2 Gbps video data rate, HDCP Complaint A.6. 5 Shall be capable of transmitting output video signals up to 330 feet over a shielded CATx cable ; Should also be a dedicated data bus for the transmission of Signals on a Video wall A.6. 6 Should be a modular 4K video wall processor with Saling and windowing technology. A.6. 7 Should be capable to scaling video wall processing for any display systems at 4K 60Hz A.6. 8 Shall be a modular architecture which accommodates variety of input and output Notice Inviting e-Tender P a g e ||| 212121

Sl. No. Item Description A.6. 9 Shall be capable of managing Multiple windows with varying resolutions and screen arrangements from a single processor A.6. 10 Shall be able to provide Portrait and landscape output support, output overlap and mullion compensation with any display A.6. 11 Should be able to support output resolutions from 1024X768 up to 4096x2400; also from 720p up to 4096x2160 A.6. 12 Shall be able to support Seamless transitions , display locally stored images and EDID Management from source to Video wall A.6. 13 Shall feature operating system and storage drives which should be easily removable A.6. 14 Shall include Hot swappable operation and Redundant power supplies for reliable operation A.6. 15 Shall provide front panel LED activity indicators for power status, Power save mode, Service maintainence alerts A.6. 16 shall have one or more RJ -45 jacks located on the back of the enclosure for connection of LAN or WAN and a RS -232 port for configuration and communication A.6. 17 Shall meet regulatory compliances: CE, c -UL, UL, PSE, RoHs, and WEEE A. 7 16x 8 4K HDMI Mat rix Switchers with Audio De -Embedding; Makes : EXTRON/ AMX/ Lightware A.7.1 Chassis based modular system - Support up to 32 Input & 32 Output in a single chassis with A.7.2 50 Gbps digital backplane supports an 8K future or higher A.7.3 Wide selection of local, twisted pair, and fiber optic input and output matrix boards A.7.4 Inputs: Shall provide at lea st 16 HDMI inputs with embedded audio A.7.5 Outputs: Shall provide at least 8 HDMI outputs with embedded audio A.7.6 All inputs & outputs should support 4K resolution. A.7.7 Supported HDMI 2.0 specification features include data rates up to 18 Gbps, HDR, Deep Color up to 12 -bit, 3D, and HD lossless audio formats A.7.8 Remote power to select XTP twisted pair transmitters and receive rs A.7.9 Modular, field -upgradeable and hot -swappable design A.7.10 User -selectable HDCP authorization A.7.11 Automatic color bit depth management A.7.12 RS -232 insertion from the control port A.7.13 HDMI and DVI output boards provide +5 VDC, 250 mA power on each output for powering external peripheral devices A. 8 8X4 4K HDMI Matrix Switchers with Audio De -Embedding; Makes : EXTRON/AMX/Lightware A.8. 1 HDMI Matrix switcher for video signals at resolution up to 4K A.8. 2 Shall support HDMI specifications , including dats rates to 10.2 Gbps, Deep color up to 12 -bit and HD lossless audio formats A.8. 3 Inputs: Shall provide at least 16 HDMI inputs with embedded audio A.8. 4 Outputs: Shall provide at least 8 HDMI outputs with embedded audio, 4 s tereo balanced/ unbalanced, 4 S/PDIF A.8. 5 Shall support data rate up to 10.2 Gbps and pixel clock of 300 MHz A.8. 6 Shall support signal type HDCP 1.4 AND hdmi 1.4 standards A.8. 7 Shall support audio de -embedding on HDMI connectors - LPCM up to 7.1/24 bit/192 kHz, Dolby atmos, Dolby TrueHD, Dolby Digital Plus, Dolby Digital EX, Dolby Digital 5.1, Dolby Digital 2/0 Surround, Dolby Digital 2/0, DTS-HD Master Audio, DTS-HD, DTS ES Discrete 6.1, DTS ES Matrix 6.1, DTS Digital Surround 5.1, DTS 2 Channel A. 8. 8 Shall support audio de -embedding on S/PDIF connectors - 2-channel PCM audio or encoded bit stream audio for Dolby® or DTS® multi -channel surround sound A.8. 9 Shall support resolution range Up to 2560x1600* @ 60 Hz or 4K (4096x2160) @ 30 Hz, UHD (3840x2160) @ 30 Hz (*2560x1600 with reduced blanking) A.8. 10 Shall consists of 1 RS -232 port, USB or RJ 45 port with 10/100Base -T, half/full duplex with auto detect for communication and configuration A.8. 11 Shall meet regulatory compliances : CE, c-UL, UL A. 9 HDMI Twisted Pair Transmitter; Makes : EXTRON/AMX/Lightware A.9. 1 Shall support the long distance transmission of video, audio, and control over a shielded CATx cable A.9. 2 Input: HDMI input A.9. 3 Output: One RJ -45 twisted pair connection A.9. 4 Audio input: embedded digital audio on HDMI, One stereo analog audio A.9. 5 Control output: One bidirectional RS -232 pass -through, One bidirectional IR pass -through A.9. 6 Transmission Distance: transmission distance capability up to 230 feet (70 m) A.9. 7 Supports HDMI specification features include data rates up to 10.2 Gbps, Deep Color up to 12 -bit, 3D,

222222 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description HD lossless audio formats, and CEC pass -through A.9. 8 Unit shall be HDCP 2.2 compliant A.9. 9 Unit shall support EDID and HDCP Transmission, Compatible with Shielded Twisted pair cable A.9. 10 The unit shall support being locally or remotely powered A.9. 11 Shall meet regulatory compliances: CE, c -UL, UL A. 10 HDMI Twisted Pair Receiver; Makes : EXTRON/AMX/Lightware A.10. 1 Shall support the long distance distribution of video, audio, and control over a shielded CATx cable A.10. 2 Input: One RJ -45 twisted pair connection A.10. 3 Video output: one HDMI output A.10. 4 Audio output: embedded digital audio on HDMI, One stereo analog audio A.10. 5 Control output: One bidirectional RS -232 pass -through, One bidirectional IR pass -through A.10. 6 Transmission Distance: transmission distance capability up to 230 feet (70 m) A.10. 7 Supports HDMI specification features include data rates up to 10.2 Gbps, Deep Color up to 12 -bit, 3D, HD lossless audio formats, and CEC pass -through A.10. 8 Unit shall be HDCP 2.2 compliant A.10. 9 Unit shall support EDID and HDCP Transmission, Compatible with Shielded Twisted pair cable A.10. 10 The unit shall support being locally or remotely powered A.10. 11 Shall meet regulatory compliances: CE, c -UL, UL A. 11 Two Input DTP Transmitter for HDMI and VGA with Audio Wallplate; Makes : EXTRON/AMX/Lightware A.11. 1 Shall support the long distance transmission of video, audio, and control over a shielded CATx cable A.11. 2 Input: HDMI, VGA & Audio input A.11. 3 Output: One RJ -45 twisted pair connection A.11. 4 Audio input: embedded digital audio on HDMI, One stereo analog audio A.11. 5 Control output: One bidirectional RS -232 pass -through, One bidirectional IR pass -through A.11. 6 Transmission Distance: transmission distance capability up to 230 feet (70 m) A.11. 7 Supports HDMI specification features include data rates up to 10.2 Gbps, Deep Color up to 12 -bit, 3D, HD lossless audio formats, and CEC pass -through A.11. 8 Unit shall be HDCP 2.2 compliant A.11. 9 Unit shall support EDID and HDCP Transmission, Compatible with Sheilded Twisted pair cable A.11. 10 The unit shall support being locally or remotely powered A.11. 11 Shall meet regulatory compliances: CE, c -UL, UL A. 12 32 -port KVM -over -IP switch, 8 remote users, DVI local port, virtual media, dual power; Makes : Raritan, IHSE , ADDER A.12. 1 KVM Switch should have 32 Ports A.12. 2 KVM Switch should be remotely accessible over the Net i.e. through LAN, WAN, Internet, Mobile & Dial -up A.12. 3 KVM Switch should have two Network Ports supporting 10/100/1000mbps speeds either for accessing from different networks or for redundancy A.12. 4 KVM Switch should support 1 Local and 8 Remote User i.e. 8 Concurrent IP users + 1 th ru Local port). A.12. 5 Dual Power Sources capable of handling 110 -240V, for power redundancy A.12. 6 Local and Remote Console should be same A.12. 7 Bios Level Access and Control of connected devices both from Local and Remote Console A.12. 8 KVM Switch should support Virtual Media for software installations, patch updates, troubleshooting, etc. from remote console A.12. 9 KVM Switch should support absolute mouse synchronisation when connected with appropriate modules A.12. 10 KVM Switch should support HDMI interfaces A.12. 11 Remote connection to KVM Switch should be supported through Multi -Browser access A.12. 12 KVM Switch should support external authentication protocols viz. LDAP, RADIUS, Active Directory A.12. 13 KVM Switch should support different protocols viz. HTTP, HTTPS, UDP, SNMP, PAP, CHAP, etc. A.12. 14 KVM Switch should support both IPV4 and IPV6 network operating environment A.12. 15 KVM Switch should support High Definition resolution up to 1920X1080 i.e. 1080p video sessions at 30 FPS A. 12. 16 KVM Switch should support accessing up to 256 computers connected on tiered KVMs, from single console A.12. 17 KVM Switch should support Multiplatform connectivity i.e. Windows, Mac, Linux, Sun Solaris, etc. A.12. 18 KVM Switch should be securely accessible over the Net with up to 256 bit AES Encryption A.12. 19 KVM Switch should supports FIPS 140 -2 encryption Notice Inviting e-Tender P a g e ||| 232323

Sl. No. Item Description A.12. 20 KVM Switch should support connection with serial devices A.12. 21 KVM Switch should be supplied with appropriate Virtual Media CIMs A.12. 22 KVM Switch should manage 8 Serial Devices connecting through USB Ports using appropriate connectors A.12. 23 KVM Switch should support audio, smart card/CAC, and mobile access A.12. 24 KVM Switch should support Java -free remote access of servers, workstations and serial devices A.12. 25 KVM Switch should have Digital Local Display Port A.12. 26 KVM Switch should support all popular blade server models from HP®, IBM®, Dell® and Cisco®. A.12. 27 KVM Switch should support out -of -band access A.12. 28 KVM Switch should support Dual Video Access from remote console A.12. 29 KVM Switch should support integrating with Client SDK and API for automation A. 13 Digital HDMI, USB CIM required for virtual media (BIOS access), absolute mouse synchronization, tier ing, audio and Smart Card/CAC use ; Makes : Raritan, IHSE , ADDER A.13. 1 Dual USB, HDMI Input A.13. 2 Eathernet output for connecting KVM Switch A. 14 User Station for high performance IP access to servers connected to the KVM Switch; Makes : Raritan, IHSE , ADDER A.14. 1 Standalone Hardware Appliance for accessing multiple IP based KVM Switches A.14. 2 Appliance should have HDMI, Display Ports for display and mix of USB 2.0 and 3.0 Ports for Keyboard, Mouse, Audio and Virtual Media A.14. 3 Appliance should support two simultaneous 1080p streaming video sessions at 30 FPS A.14. 4 Appliance should supports KVMs with VGA, DVI, HDMI & Display Port video A.14. 5 Should supports single or dual monitors A.14. 6 8 or more simultaneous IP connections (depending on the IP KVM remote users) A.14. 7 Appliance should support Full Screen mode A.14. 8 Favourites and hot -key switching between Ports A.14. 9 Should support Virtual media and USB audio A.14. 10 Appliance should have two dual LAN or WAN access Ports A.14. 11 Appliance should support connecting using Cat5 cables A.14. 12 Desktop, Rack & VESA mountable A.14. 13 Appliance should comply with FCC/CE/VCCI/cUL/CB certifications A.14. 14 Appliance should have Microphone In, Speakers Out Ports A.14. 15 Appliance should support IPv4, IPv6 Network protocols A.14. 16 Appliance should support power inputs between 100 -240 Volts AC Power A.14. 17 Appliance should support authentication to target servers via an optional smart card A.14. 18 Appliance should support authentication and authorization via LDAP A.14. 19 Appliance should support FIPS 140 -2 encryption mode A. 15 Video Conference System A.15. 1 Video Standards H.261, H.263, H263+, H.263++ , H.264 High Profile, H.264 Baseline Profile A.15. 2 Video Frame Rate Should support 60 fps with 1080p resolution from day one A.15. 3 Video Features Ability to send and receive two live simultaneous video sources in a single call, so that the image from the main camera and PC or document camera can be seen simult aneously. Should support H.239 and BFCP protocols with 1080p resolution A.15. 4 Multi -Point Should have 10 -way SIP/H.323 in 1080p/60fps Multipoint video conference Feature feature enabled from day 1(Using inbuilt or external Hardware/Software) A.15. 5 Video Should support 3 monitors for Self View, Remote View and Content all in separate Monitors. A.15. 6 Video Output Should have at least 4 nos. of HDMI / Component (High Definition Multimedia Interface) output to connect Full High Definition display devices such as plasma and projectors for both Video and Content.(Dual Monitor Support) Should support 3 monitors for Self View, Remote View and Content all in separate Monitors A.15. 7 Video Input Should have at least 2 HD video Input to connect full HD cameras. Should have at least one additional video Input to connect auxiliary full HD camera. Should have VGA/DVI/HDMI port to connect PC/ Laptop directly to the Video conferencing system and display resolutions upto 1080p A.15. 8 Audio : Audio G.711, G.722,G.722.1, 64 kbps MPEG -4 AAC -LD or equivalent standard must be

242424 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description standards supported. supported A.15. 9 Other Desirable Noise Reduction, Automatic Gain control, Acoustic Echo Canceller, features A.15. 10 Audio Inputs Should support 4 Microphone inputs from day one Bidder should supply 1 tabletop microphone. The microphones must be standard based microphones. The pickup of the microphones should be at least 10 feet from the microphone Echo Cancellation for every input must be available A.15. 11 External devices Should have USB port A.15. 12 Network Interfaces 2 LAN /Ethernet -10/100/1000 Mbps full duplex. Should have support for IPV4 networks A.15. 13 Bandwidth IP at least 6 Mbps and up to 18 Mbps A.15. 14 Security : Menu Password protected system menu Control A.15. 15 Encryption of video ITU -T standards based Encryption of the video call call Call should be encrypted end -to -end on IP Should support Standards -based: SRTP (AES 128 bit), H.235 (AES 128 bit) A.15. 16 Camera 12x optical zoom cameras with 1920x1080p 60 frames per second. A.15. 17 Specifications: Pan range: +/ -100 degrees, Tilt range: +/ -20 degrees A. 16 IP Link Pro Control Processor for Control Room; Makes : EXTRON/AMX/RTI A.16. 1 Shall provide an Ethernet -enabled control processor for controlling, monitoring and troubleshooting of connected AV equipment and AV systems. A.16. 2 Shall provide 6 configurable RS -232 port, 2 configurable RS -232/RS -422/RS -485 port, 8 configurable IR/Serial port ,8 configurable relays ,4 digital I/O’s , 1 serial bus port connecting to various time of control interfaces like button panel. A.16. 3 shall have one or more RJ -45 jacks located on the back of the enclosure that supports 10/100/1000Base -T, half/full duplex w ith auto -detect for connection to a LAN or WAN A.16. 4 shall support the following protocols: ICMP (ping), IPv4, TCP, UDP, DHCP, DNS, HTTP, HTTPS, NTP, SFTP, SMTP, SNMP, SSH A.16. 5 Shall supports a web -based AV resource management application that provides a means to manage, monitor, and control AV equipment A.16. 6 Shall have at least 4 GB of Flash drive memory and SDRAM of 512 MB. A.16. 7 Shall have the capability to use third party user interfaces such as IPAD as touch panel. A.16. 8 Shall provi de front panel LED activity indicators for power status, RS -232/RS -422/RS -485 status, RS - 232 status, IR/S status, digital I/O status, relay status, and network status A. 17 IP Link Pro Control Processor for Coordination Room; Makes : EXTRON/AMX/RTI A.17. 1 Shall provide an Ethernet -enabled control processor for controlling, monitoring and troubleshooting of connected AV equipment and AV systems. A.17. 2 Shall provide 1 bidirectional RS -232 port/RS -422/RS -485 port, 2 Bidirectional RS -232, 2 configurable IR/Serial port ,4 relays , 4 digital I/O’s , one serial bus port connecting to various time of control interfaces like button panel A.17. 3 shall have one or more RJ -45 jacks located on the back of the enclosure that supports 10/100/1000Base -T, half/full duplex with auto -detect for connection to a LAN or WAN A.17. 4 shall support the following protocols: ICMP (ping), IPv4, TCP, UDP, DHCP, DNS, HTTP, HTTPS, NTP, SFTP, SMTP, SNMP, SSH A.17. 5 Shall supports a web -based AV resource management application that provides a means to manage, monitor, and control AV equipment A.17. 6 Shall have at least 4.5 GB of Flash memory and SDRAM of 512 MB. A.17. 7 Shall have the capability to use third party user interfaces such as IPAD as touch panel. A.17. 8 Shall provide front panel LED activity indicators for power status, RS -232/RS -422/RS -485 status, RS - 232 status, IR/S status, digital I/O status, relay status, and netwo rk status A. 18 Touch Panel; Makes : Apple, Extron, AMX A.18. 1 Retina Display or better A.18. 2 9.7 -inch (diagonal) LED -backlit Multi -Touch display with IPS technology or better A.18. 3 2048x1536 resolution at 264 pixels per inch (ppi) or better A.18. 4 Fingerprint -resistant oleophobic coating or better A.18. 5 Wi -Fi (802.11a/b/g/n); dual channel (2.4GHz and 5GHz) and MIMO or better A.18. 6 Bluetooth 4.2 technology or better Notice Inviting e-Tender P a g e ||| 252525

Sl. No. Item Description A.18. 7 Operating temperature: 0° to 35° C (32° to 95° F) or better A.18. 8 Non -operating temperature: -20° to 45° C ( -4° to 113° F) or better A.18. 9 Relative humidity: 5% to 95% non -condensing or better A. 19 AP .5 sleeve with Base Station; Makes : Launch Port , Maclocks , Apple A.19. 1 Ergonomically designed A.19. 2 Built in wave -guide for redirecting the audio A.19. 3 Secure mounting to any wall or metallic surface A.19. 4 Table top Mounting with 360 degrees rotation of touch panel A.19. 5 Shall provide Detents for alignment to portrait and landscape orientations A. 20 Touch Application Software; Makes : Apple A.20. 1 Application required to configure iPad to work with control system A. 21 Wireless Lapel Micropho ne Set; Makes : Beyerdynamic, S ennheiser, Shure A.21. 1 Wireless lapel microphone with True diversity receiver (UHF) A.21. 2 12 Channel Preset or better A.21. 3 Display on Transmitter and Receiver A.21. 4 RF Power output 30mW or Better A.21. 5 Polar Pattern : - Cardiod/Supercardioid or better A.21. 6 Carrier frequency range 500Mhz to 865Mhz A.21. 7 Frequency response 20Hz to 20Khz A.21. 8 Mute Button on Transmitter A.21. 9 Battery Operation time Minimum 8hr A.21. 10 Should have Charging Contact in Transmitter , Receiver A.21. 11 switching bandwidth Minimum 40Mhz Or better A. 22 Splitter for Microphone; Makes : Beyerdynamic, sennheiser, shure A.22. 1 4-way Wideband Antenna Splitter A.22. 2 Input/output BNC socket A.22. 3 Status LEDs A.22. 4 Four RF outputs for each antenna path A.22. 5 Integrated switching power supply A.22. 6 Frequency range is 470 to 1810 Mhz or better A. 23 Omni directional Antenn; Makes : Beyerdynamic, sennheiser, shure A.23. 1 Passive omni directional wideband antenna A.23. 2 Frequency band 470 - 790 MHz A.23. 3 Gain 2,5 dBi typ, A.23. 4 Polar pattern Omni directional A.23. 5 Voltage standing wave ratio (VSWR) < 2 (rel. to 50 Ω) A. 24 Antenna Cable 25Mt; Makes : Beyerdynamic, sennheiser, shure A.24. 1 Aircell 7 BNC Antenna Cable, 25 m or better A.24.2 Low attenuation A. 25 Antenna Mount Kit; Makes : Beyerdynamic, Sennheiser, Shure A.25. 1 Antenna wallmount set A.25. 2 Mounting of the antennas can be done with a 3/8"or 5/8" thread A.25. 3 possible to adjust the antenna 360° horizontally and vertically A. 26 Digital Audio Matrix Processor ; Makes : Extron, ClearOne, Biamp A.26. 1 Inputs: Shall provide at least 6 mono, mic/line, balanced/unbalanced audio with 48 volts phantom power A.26. 2 Outputs: Shall provide at least 4 balanced/umbalanced line level audio A.26. 3 Shall support Professional conversion of Analog to digital and digital to analog at 24 -bit/48 kHz A.26. 4 Shall support Gain level - Unbalanced output: -6 dB; balanced output: 0 dB A.26. 5 Shall support Frequency response - 20 Hz to 20 kHz, ±0.1 dB A.26. 6 Audio input Impedance : > 10k ohms unbalanced/balanced; Audio Output Impedance: 50 ohms unbalanced, 100 ohms balanced A.26. 7 Shall be able to operate with a user friendly PC based software tool for managing all audio operations including complete set up , configuration as well as routing and mixing. A.26. 8 Should be able to control and support configuration via RS -232 seria co ntrol, Ethernet control or USB. A.26. 9 Shall provide front panel LED activity indicators for power status, each input and output signal presence, and signal clipping detection A.26. 10 Shall support Live and Emulate operation modes with configuration file saving

262626 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description A.26. 11 Shall be able to have a console view with gain settings, metering and routing in a single window; Shall provide real-time metering of levels within each Input Gain, AEC, AGC, Compressor, Limiter, Noise Gate, Automixer, and Output Volume processing block in live mode A.26. 12 Power requirement : 12 Watts A.26. 13 Shall meet regulatory compliance of CE, c -UL, UL A. 27 Two Channel Amplifier - 100 Watts Per Channel @ 8 Ohms; Makes : Extron /Martin Audio/Meyer Sound A.27. 1 Shall provide 200 watts rms output power A.27. 2 Shall provide 2 x 100 watts @ 4 or 8 ohms, or 1 x 200 watts @ 8 ohms (bridged) A.27. 3 Inputs : Shall support 1 stereo or 2 mono, balanced/unbalanced A.27. 4 Outputs : Shall support 1 stereo, 4 or 8 ohm direct A.27. 5 Impedance : >10k ohms unbalanced/balanced, DC coupled A.27. 6 Amplifier type shall be of Class D which provides improved in signal fidelity A.27. 7 Shall support voltage gain - Balanced: 23x (27dB) A.27. 8 Shall support Convection cooling and Fanless operation A.27. 9 ENERGY STAR® qualified & Auto power -down with fast power -up A.27. 10 Power : Input: 100 -240 VAC, 50 -60 Hz A.27. 11 Cooling: Convection, no vents, with heat sinks on the sides A.27. 12 Shall meet regulatory compliance - BSMI,CCC, CE, c -UL, UL A. 28 Stereo Amplifier - 15 Watts Per Channel; Makes : Extron /Martin Audio/Meyer Sound A.28. 1 Shall provide 30 watts rms output power A.28. 2 Shall be providing 2 x 15 watts @ 4 ohms or 2 x 8 watts @ 8 ohms A.28. 3 Inputs : Shall support 1 stereo balanced/unbalanced , 2 stereo unbalanced inputs A.28. 4 Outputs : Shall support 1 stereo or 2 mono A.28. 5 Impedance : >10k ohms unbalanced/balanced, DC coupled A.28. 6 Amplifier type shall be of Class D which provides improvement in signal fidelity A.28. 7 Should be active for 24/7 operation in critical applications. A.28. 8 Shall support voltage gain - Balanced: 25x(28 Db) Unbalanced: 50x(34 Db) A.28. 9 Shall have capability of Bass, treble and input level controls A.28. 10 Shall support Convection cooling and Fanless operation A.28. 11 ENERGY STAR® qualified & Auto power -down with fast power -up A.28. 12 Power : Input: 100 -240 VAC, 50 -60 Hz A.28. 13 Cooling: Convection, no vents, with heat sinks on the sides A.28. 14 Shall support Volume control without control system with the optional Volume controller port provided. A.28. 15 Shall meet regulatory compliance - BSMI,CCC, CE, c -UL, UL A. 29 Volume and Mute Controller – Wallplate; Makes : Extron /Martin Audio/Meyer Sound A.29. 1 Shall Provides remote volume and mute control for amplifiers or preamplifiers with a remote volume control port A.29. 2 Shall provide Continuous gain control for fine adjustment of volume A.29. 3 Shall feature rotary volume control, precise volume levels and a dual color and illuminated soft touch button for muting A.29. 4 Should be Mounted in an included decorator -style wallplate also mud ring included A.29. 5 Includes black and white bezels and decorator -style faceplates A. 30 Wall mount speakers with Mount Kit for Control Room; Makes : Extron /Martin Audio/Meyer Sound A.30. 1 Two -way wall mount speaker with a ported enclosure, grille, crossover network, 8 ohm nominal impedance, and a concealed, lockable mounting system A.30. 2 Driver Requirements : Shall consist of a 6.5" or boigger (16.5 cm) polypropylene woofer and a 1" (2.5 cm) or bigger silk dome tweeter A.30. 3 Performance Requirements : Shall provide frequency range of 70 Hz to 18 kHz, -10 dB below average SPL, measured on -axis in full space A.30. 4 Shall provide a power capacity of 60 watts (rms) or better continuous pink noise and 120 watts (rms) continuous pr ogram A.30. 5 Shall provide a nominal sensitivity of 90 dB SPL (1 W, 1 m) or better measured in full space A.30. 6 Shall provide adjustable speaker pivot mount for flexible vertical or horizontal speaker installation A.30. 7 Shall be wall mountable with Yoke mount, which provides Up to 90° upward/downward or left/right in 10° steps based on orientation of yoke Notice Inviting e-Tender P a g e ||| 272727

Sl. No. Item Description A.30. 8 Shall have a Black finish to match the décor. A.30. 9 Shall meet regulatory compliances. A. 31 Wall mount speakers for Coordination Room; Makes : Extron /Martin Audio/Meyer Sound A.31. 1 Speed mount compact , Plastic, trapezoidal, with molded grille and front bass reflex port tuned bass reflex port with 8 ohm nominal impedance, and a concealed, lockable mounting system A.31. 2 Driver Requirements : Shall consist of 3''(76 mm) paper cone A.31. 3 Performance Requirements : Shall provide frequency range of 100 Hz to 20 kHz, -10 dB below average SPL A.31. 4 Shall provide a power capacity of 15 watts (rms) or better continuous pink noise and 30 watts (rms) continuous program A.31. 5 Shall provide a nominal sensitivity of 83 dB SPL (1 W, 1 m) or better measured in full space A.31. 6 Shall include input connectors of 2 recessed pins, 2 pole, captive screws A.31. 7 Shall have a white finish to match the décor. A.31. 8 Shall meet regulatory compliances CE, RoHS, WEEE A. 32 Wireless Access Point; Makes : Cisco , D -Link , Netgear A.32. 1 Advanced Dual -Band N Router A.32. 2 Switch Port Speed : 10/100 Mbps () or better A.32. 3 Radio Frequency : 2 4 and 5 Ghz or better A.32. 4 Security features : WEP, WPA, WPA2 or better A.32. 5 Security key bits : Up to 128 -bit encryption or better A.32. 6 Storage File System Support : FAT, and NTFS, and HFS+ (V3 only) or better A.32. 7 Power : 12V, 1A A.32. 8 Certifications : FCC, IC, CE, Wi -Fi (IEEE 802 11a/b/g/n) or better A.32. 9 Operating Temp : 0 to 40°C (32 to 104°F) or better A. 33 Equipment Rack - 42U; Makes : Valrack/ Middle Atlantic/ President A.33. 1 42U AV Equipment Rack A.33. 2 Multi Hollow Extruded Aluminium Frames Structure across the X, Y & Z axis to give an Uninstruct bolting mechanism ( UL ) and Further reinforced with 8 Nos. of corner bracket which ensure better stability and strength A.33. 3 Configured to hold 19 -inch equipment with the help of two pairs of mounting angle provided with square slots to accommodate M6 Cage nuts at universal pitch Pattern as per DIN 41494 A.33. 4 Top cover ventilated on all sides along the width and depth thereby enhancing exhaust of hot air A.33. 5 Cable entry provision is both at the top and bottom covers with 35mm round cable entry point, the cable entry provision comprising of a gland plate with cable entry points in round cut outs edge protected with rubber grommets A.33. 6 Monitor Tray – Ventilation – Tray Specially designed with multiple bend and additional stiffeners for better load carrying capacity A.33. 7 Metal Steel Ventilation Panel – Blank Ventilation Panels to help to fill the open space in the rack along with ventilation to facilitate air circulations A.33. 8 Castor – 4 Nos. of heavy duty castors to take care of heavy load bearing capacities are provided, 2 Nos. in the front with Break & 2 Nos. on the rear without break. A.33. 9 Rack mount channels with Hardware sets A.33. 10 Earthing Strip – Copper strip to take care of the grounding A.33. 11 Colour Finishing – RAL - 7035 & RAL - 7037 Fine Texture with 60 – 80 microns, for better finish and aesthetic look A. 34 Equipment Rack - 17U; A.34. 1 17U AV Equipment Rack A.34. 2 Multi Hollow Extruded Aluminium Frames Structure across the X, Y & Z axis to give an Uninstruct bolting mechanism ( UL ) and Further reinforced with 8 Nos. of corner bracket which ensure better stability and strength A.34. 3 Configured to hold 19 -inch equipment with the help of two pairs of mounting angle provided with square slots to accommodate M6 Cage nuts at universal pitch Pattern as per DIN 41494 A.34. 4 Top cover ventilated on all sides along the width and depth thereby enhancing exhaust of hot air A.34. 5 Cable entry provision is both at the top and bottom covers with 35mm round cable entry point, the cable entry provision comprising of a gland plate with cable entry points in round cut outs edge protected with rubber grommets A.34. 6 Monitor Tray – Ventilation – Tray Specially designed with multiple bend and additional stiffeners for better load carrying capacity

282828 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description A.34. 7 Metal Steel Ventilation Panel – Blank Ventilation Panels to help to fill the open space in the rack along with ventilation to facilitate air circulations A.34. 8 Castor – 4 Nos. of heavy duty castors to take care of heavy load bearing capacities are provided, 2 Nos. in the front with Break & 2 Nos. on the rear without break. A.34. 9 Rack mount channels with Hardware sets A.34. 10 Earthing Strip – Copper strip to take care of the grounding A.34. 11 Colour Finishing – RAL - 7035 & RAL - 7037 Fine Texture with 60 – 80 microns, for better finish and aesthetic look A. 35 Multi Window Viewer & Streaming ; Make: Blackmagic/DataVideo/Panasonic A.35.1 4 x 4 Thumbnail Layout and also option for solo input viewing on the Viewing Option Display via HDMI output and also on Web Access A.35.2 SDI Video Inputs 16 x 10 -bit SD -SDI, HD -SDI and 6G -SDI. A.35.3 SDI Video Multi View 2 x 10-bit HD-SDI, 2 x 10 bit 6G-SDI. Outputs A.35.4 HDMI Video Multi View 1 x HDMI type A connector. Output supports EDID of the monitor. Outputs A.35.5 Auto detection of SD, HD or 6G -SDI. Simultaneous viewing of 4K, HD and Multi Rate Support SD video. A.35.6 720p50, 720p59.94, 720p60 1080p23.98, 1080p24, 1080p25, 1080p29.97, 1080p30, 1080p50, HD Video Standards 1080p59.94, 1080p60 1080PsF23.98, 1080PsF24, 1080PsF25, 1080PsF29.97, 1080PsF30 1080i50, 1080i59.94, 1080i60 A.35.7 2K DCI 23.98p, 2K DCI 24p, 2K DCI 25p 2K Video Standards 2K DCI 23.98PsF, 2K DCI 24PsF, 2K DCI 25PsF A.35.8 Ultra HD Video 2160p23.98, 2160p24, 2160p25, 2160p29.97, 2160p30 Standards A.35.9 4K Video Standards 4K DCI 24p A.35.10 Audio Meters Each view, VU standard. A.35.11 Source Routing Yes A.35.12 SDI Video Sampling 4:2:2 and 4:4:4. A.35.13 Automatically selects between SD -SDI, HD -SDI, and 6G -SDI on each input SDI Auto Switching so that each input can be running a different television standard. A.35.14 16 buttons for local control of source routing with 5 buttons and scroll Built in Control Panel wheel for menu control. 2.2 inch color display. A.35.15 Display Built in 1.5 inch LCD for menu settings. A.35.16 External Control Panel software control panel oOver ethernet A. 36 HDMI to SDI Converter; Make: Blackmagic/DataVideo/Panasonic A.36.1 Video Inputs HDMI A.36.2 Video Outout SDI, Automatically matches the SD, HD or 3G -SDI HDMI video input. A.36.3 720p50, 720p59.94, 720p60 1080p23.98, 1080p24, 1080p25, 1080p29.97, 1080p30, 1080p50, HD Video Standards 1080p59.94, 1080p60 1080i50, 1080i59.94, 1080i60 A.36.4 SDI Video Standards 525i59.94 NTSC, 625i50 PAL A.36.5 SMPTE 259M, SMPTE 292M, SMPTE 296M, SMPTE 372M, SMPTE 424M, SDI Compliance SMPTE 425M A.36.6 SDI video connections are switchable between standard definition and SDI Video Rates high definition, and user selectable level A and B via setup utility. A.36.7 HDMI, SDI Color 0.168078704 Precision A.36.8 HDMI, SDI Color Space YUV A.36.9 SDI Auto Switching Automatically detects SD, HD and 3G -SDI A.37 Fiber Optic Transmitter for HDMI A.37.1 Transmits HDMI video, stereo audio, and RS -232 control signals very long distances over fiber optic cabling A.37.2 HDCP compliant A.37.3 All -digital technology provides pixel -for -pixel performance with signals up to 1920x1200, including HDTV 1080p/60 Notice Inviting e-Tender P a g e ||| 292929

Sl. No. Item Description A.37.4 Integrates easily into a wide range of 4K environments A.37.5 Audio embedding A.37.6 Available as an 850 nm multimode model for moderate -range transmissions up to 2 km (1.25 miles) and a 1310 nm single -mode model for extreme distances up to 30 km (18.75 miles) A.38 Fiber Optic Receiver for HDMI A.38.1 Receives HDMI video, stereo audio, and RS -232 control signals very long distances over fiber optic cabling A.38.2 HDCP compliant A.38.3 All -digital technology provides pixel -for -pixel performance with signals up to 1920x1200, including HDTV 1080p/60 A.38.4 Integrates easily into a wide range of 4K environments A.38.5 Audio embedding A.38.6 Available as an 850 nm multimode model for moderate-range transmissions up to 2 km (1.25 miles) and a 1310 nm single -mode model for extreme distances up to 30 km (18.75 miles) A.39 Speko Phone Part of existing Talk -Back system A. 40 Cables, Connectors and Other accessories 1 Stereo Audio Bulk Cable Belden/Kramer/Extron 2 Microphone Bulk Cable Belden/Kramer/Extron 3 Speaker Bulk Cable Belden/Kramer/Extron 4 Control Bulk Cable Belden/Kramer/Extron 5 Twisted Pair Bulk cable Extron/Kramer/Crestron 6 Shielded LAN Bulk cable Belden/D -Link/Equivalent 7 UTP LAN Bulk Cable D-Link/Belden/Equivalent 8 Coaxial Bulk Cable Extron/Kramer/Belden 9 Molded VGA Cable Extron/Kramer/Crestron 10 Molded Audio Cable Extron/Kramer/Crestron 11 Molded HDMI Cable Extron/Kramer/Crestron 12 Molded DVI Cable Extron/Kramer/Crestron 13 Molded Twisted Pair Extron/Kramer/Crestron Cable 14 LAN Patch Cord Belden/D -Link/AMP 15 Crimped Coaxial Cable Extron/Kramer/ 16 VGA Connector Neutrik or Equivalent 17 Stereo Connector Neutrik or Equivalent 18 RJ -45 Connector Belden/D -Link/AMP 19 RJ -6 Connector Neutrik /Extron 20 All Connectors Neutrik or Equivalent A. 41 2 nos. of 20 KVA UPS in 50% load sharimg mode with 30 min backup time; Make : APC / Hitachi Hi -Rel/ Reillo : A. 41.1 Topology 2 x 20kVA UPS system in PRS Load Sharing application with Common Battery Bank A.41.2 Technology True Online Double Conversion DSP based IGBT rectifier with inbuilt Galvanic Isolation Transformer A.41.3 Input Parameters Input Voltage 415V, 3 -phase, 4 wire Input Voltage Variation + 25%, -30% Input Frequency 50 Hz Input Frequency Variation + 5% Power Factor at rated load 1.0 (Unity) with IGBT Rectifier Operation with Reverse Present Phase Sequence A.41.4 Bypass Parameters Bypass Supply Voltage 220 / 230 / 240V AC A.41.5 Output Parameters Output Voltage 220 / 230 / 240 VAC 1 phase Frequency 50 Hz Power rating at 0.8 p.f. 16 kW Overload Rating 110% for 60 minutes/ 150% for 1 minute Transient response for 100% + 10% load change

303030 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description Recovery time 10 milliseconds Freq. Stability + 0.1% unsynchronized - Transfer time synchronized 0 millisecond Unsynchronized 20 millisecond A.41.6 Battery Voltage limits for Inv. 260V DC to 410V DC Operation SMF battery for 30 min 42Ah -12V x 26 Nos. SMF battery for 60 min 65Ah -12V x 26 Nos. Float Charge Voltage 356 VDC Max. Charging current 7 A A.41.7 Mechanical Parameters Protection Grade IP20 Ventilation Forced - Air cooled Cable entry Front end - Bottom Colour / Panel finish Structured Dark Grey / RAL 7021 Base castor wheels Yes A.41.8 Environmental Operating Temperature 0 o C to 40 o C, continuous Parameters Storage Temperature 0 o C to 70 o C Relative Humidity 95% RH Altitude 1000 Meters A.41.9 Isolation Transformer Inbuilt Galvanic Isolation Transformer A.41.10 Certificates ISO 9001, 14001, OHSAS Should be attached with tender 18001 documents B. Date & Voice Networking : Sl. No. Item Description B.1 Layer 3 LAN Switch - 24 Port Data 4x1G Uplink LAN Base ; Makes: CISCO/Extrem Networks/Juniper Ports 24 nos 10/100/1000 T & 4 nos 1G SFP ports Switching capacity 92 Gbps or more Forwarding Rate 41 Mpps or more Stacking bandwidth 160 Gbps Total number of MAC addresses 32000 Total number of IPv4 routes (ARP 24000 plus learned routes) FNF entries 24,000 flows DRAM 4 GB Flash 2 GB VLAN IDs 4094 Total switched virtual interfaces 1000 (SVIs) Jumbo frame 9198 bytes Total routed ports per 3650 stack 208 Wireless Number of access points per 25 switch/stack Number of wireless clients per 1000 switch/stack Total number of WLANs per 64 switch Wireless bandwidth per switch Up to 20 Gbps Layer 2 switching, ARP support, trunking, VLAN support, IGMP snooping, Rapid Spanning Tree Protocol (RSTP) support, Multiple Features Spanning Tree Protocol (MSTP) support, DHCP snooping, Port Aggregation Protocol (PAgP) support, Access Control List (ACL) support, Layer 2 switching, ARP support, trunking, VLAN support, IGMP snooping, Rapid Spanning Tree Protocol (RSTP) support, Multiple Layer 2 features Spanning Tree Protocol (MSTP) support, DHCP snooping, Port Aggregation Protocol (PAgP) support, Access Control List (ACL ) Notice Inviting e-Tender P a g e ||| 313131

Sl. No. Item Description support, Layer 3 features Static routing , should be upgradable to support RIP,OSPF,BGP SNMP 1, RMON 1, RMON 2, RMON 3, RMON 9, Telnet, SNMP 3, Management Protocol SNMP 2c, SSH, CLI B.2 Layer 2 LAN Switch - 48 Port GigE, 2 x 1G SFP, LAN Lite ; Makes: CISCO/Extrem Networks/Juniper 48 nos. 10/100/1000 t ports and 2 nos SFP ports Ports 50 Gbps or more Forwarding rate 100 Mpps or more Switching bandwidth 100 Gbps Flash memory 64 MB DRAM 256 MB Maximum active VLANs 64 4096 Maximum Transmission Unit 9198 bytes (MTU) Jumbo frame 9216 bytes Comprehensive 802.1X, Device sensor and device classifier, MAC - based VLAN assignment, Comprehensive 802.1X, Port Security, Dynamic ARP Inspection (DAI), and IP Source Guard, Private Features VLANs, SSH, Kerberos, and SNMPv3, TACACS+ and RADIUS authentication, BPDU Guard, Spanning Tree Root Guard,IGMP filtering, Dynamic VLAN assignment, B.3 Layer 2 LAN Switch - 24 Port GigE, 2 x 1G SFP, LAN Lite ; Makes: CISCO/Extrem Networks/Junipe r 24 nos 10/100/1000 t ports and 2 nos SFP ports Ports 50 Gbps or more Forwarding rate 68 Mpps or more Switching bandwidth 100 Gbps Flash memory 64 MB DRAM 256 MB Maximum active VLANs 64 VLAN IDs available 4096 Maximum Transmission Unit 9198 bytes (MTU) Jumbo frame 9216 bytes Comprehensive 802.1X, Device sensor and device classifier, MAC - based VLAN assignment, Comprehensive 802.1X, Port Security, Dynamic ARP Inspection (DAI), and IP Source Guard, Private Features VLANs, SSH, Kerberos, and SNMPv3, TACACS+ and RADIUS authentication, BPDU Guard, Spanning Tree Root Guard,IGMP filtering, Dynamic VLAN assignment, B.4 1000BASE -LX/LH SFP transceiver module, MMF/SMF, 1310nm, DOM ; Makes: CISCO/Extrem Networks/Juniper Cabling Type Ethernet 1000Base -SX Data Transferred rate 1000Mbps Distance 550 mtrs Digital Diagnostics, Digital Optical Monitoring (DOM) support, Features hot swap module replacement Standard IEEE 802.3z B.5 6-core Outside Plant Cable - Corrugated Steel tape Armored, Loose -tube, Gel -filled, 50/125 micron OM3 MM ; Makes: BELDEN/AMP/CommsCope 6 Core Multimode 50/125, Tight Buffered, full rodent protection, Cable Indoor/Outdoor – Corrugated Steel Tape Armor (CST) LSZH Jacket Cable should be suitable for Structured (premises) wiring systems: For Indoor/outdoor use in structured (data) wiring Application systems such as backbone, building backbone (riser) and/or horizontal cabling. Suitable for direct burial. Easy to install in ducts, tunnels and trenches. 50/125 -OM3 Bend Insensitive, Universal (Indoor/Outdoor), Bend Type Insensitive fiber tight buffered construction with LSZH inner and

323232 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description LSZH UV Resistant Outer Jacket Tight buffered fibres: Ø 0.9 ± 0.1 mm The cable should have Swellable reinforced yarns as common strength members and for the longitudinal watertightness. Swellable glass yarns as common strength members for Construction Details improved rodent protection. Rip Cord under Armor should be available Inner Jacket Diameter : ≤ 6 mm for 6 Core Outer Jacket Diameter : ≤ 11.5 mm for 6 Core Std. delivery length: 2100 ± 105m Warranty & Putup Predicted lifetime > 40 years Bending radii cable Static according to IEC 60794 -1-21 -E11 : 15 x ø Dynamic according to IEC 60794 -1-21 -E6 : 20 x ø Crush resistance according to IEC 60794 -1-21 -E3 Operation (Long Term) : ≤ 13000 N/ m Installation (Short Term) : ≤ 15000 N/ m 850 Wavelength (nm) : 2.3 / 2.5 Attenuation typical/ max. (dB/km) 1300 Wavelength (nm) : 0.5 / 0.6 Attenuation typical/ max. (dB/km) Numeric Aperture (um) : 0.20 ± 0.015 Physical Properties Bandwidth (Mhz*Km) 850 Wavelength (nm) : ≥ 1500 1300 Wavelength (nm) : ≥ 500 Max. Pulling Tension (Short Term) : ≥ 1475 N for 12 Core Watertightness according to IEC 60794 -1-22 -F5 : Yes Flame Retardancy as per IEC 60332 -3-22 Smoke Density as per IEC 61034 -2 Halogen Acid Gas as per IEC 60754 -1, Zero Degree of acidity of gases IEC 60754 -2 : Min. 4.3 pH IEC 60754 -2 : Max. 10 μS/mm Maximum Attenuation increase for Bend Insensitive Fibers 50/125 OM3 Bend Insensitive Bend Insensitive Optical 850 (nm): 0.5 dB (Turns 100 Radius 37.5 mm), 0.1 dB (Turns 2 Properties Radius 15 mm), 0.2 dB (Turns 2 Radius 7.5 mm) 1300 (nm): 0.5 dB (Turns 100 Radius 37.5 mm), 0.3 dB (Turns 2 Radius 15 mm), 0.5 dB (Turns 2 Radius 7.5 mm) B.6 1U Rack Mount Patch Panel, 24F Splice Tray, Adapter Stripe & 12F LC Duplex adapter strip, Ceramic & sleeve for MM ; Makes: BELDEN /AMP/CommsCope B.7 Fiber Patch Panel Typically used in Server rooms, Network rooms, Data Centres and Small offices Can be mounted directly Fiber Interface Unit on any 19" rack or cabinet. It should be able to accommodate a variety of Fiber connectors and terminated to fiber cables using Splicing or other methods. Fiber LIU should be 1U (1.75”), 19 Inch Rack Mount. Type 12/24/48 Port should be available in 1U Rack Mount LIU. LC Type Connectors will be required. Each 1U LIU should be able to accommodate atleast 48 fibers in Features & LC type connectors. 24 Fiber Splice trays should be included with LIU. Each 1U panel should take at least 2 universal adapter strips allowing flexible and customized patch panel design. Universal Optical fiber adapter strips shall provide the connecting Compatibility interface between two optical fiber connectors. Adapter Strips should be preloaded with adapters/couplers Duplex. Adapter strip should be of Black Color with different colored Notice Inviting e-Tender P a g e ||| 333333

Sl. No. Item Description couplers Adapter strips should be available for both Single -mode and Multimode. Adapter strips should be available in LC/SC/ST types. Standard Fiber LIU should comply to ISO 2768 -1 B.8 Simplex Pigtail, LC - Open, OM3 Multimode, 900um, 2MT, Aqua ; Makes: BELDEN/AMP/CommsCope Unshielded Twisted Pair, Category 6, TIA / EIA 568 -C.2 & ISO/IEC Type 11801, IEC 60603 -7, FCC Part 68 Subpart F Specifications. Cat6 Patch Cord should be 4 Twisted Pair, 24 AWG Stranded Bare Copper Conductors. Conductor Contact Blade should be Phosphor bronze plated with 50u’’ gold over 100u’’ nickel undercoat. Length 2 MT Plug Protection Factory fitted Strain relief boots on either side Max. Current Rating should be 1.5 Amp Min. Insulation Resistance should be 100MOhm Performance Characteristics Max. Contact Resistance should be 20mOhm Dielectric Strength should be 1000 VAC (RMS) Voltage Rating should be 30 VAC Maximum. Jacket LSZH The patch cord should have Insertion Life of 750 mating cycles Operating Environment Range Pull force of min. 89 Newton, Humidity 10% to 90% R.H., Temperature range of -10 Deg C to +60 Deg C Boot Injection Molding Technology for better strength ETL Test Report 600 Mhz for ISO/IEC 11801 -1 and ANSI/TIA -568 - Third Party Verification C.2 needs to be submitted along with bid B.9 LC -LC Multimode 50/125 micron om3 Duplex Patch Cord, 3 Meter ; Makes: BELDEN/AMP/CommsCope 6 Core Multimode 50/125, Tight Buffered, full rodent protection, Cable Indoor/Outdoor – Corrugated Steel Tape Armor (CST) LSZH Jacket Cable should be suitable for Structured (premises) wiring systems: For Indoor/outdoor use in structured (data) wiring Application systems such as backbone, building backbone (riser) and/or horizontal cabling. Suitable for direct burial. Easy to install in ducts, tunnels and trenches. 50/125 -OM3 Bend Insensitive, Universal (Indoor/Outdoor), Bend Type Insensitive fiber tight buffered construction with LSZH inner and LSZH UV Resistant Outer Jacket Tight buffered fib res: Ø 0.9 ± 0.1 mm The cable should have Swellable reinforced yarns as common strength members and for the longitudinal water tightness. Swellable glass yarns as common strength members for Construction Details improved rodent protection. Rip Cord under Armour should be available Inner Jacket Diameter : ≤ 6 mm for 6 Core Outer Jacket Diameter : ≤ 11.5 mm for 6 Core Std. delivery length: 2100 ± 105m Warranty & Put up Predicted lifetime > 40 years Bending radii cable Static according to IEC 60794 -1-21 -E11 : 15 x ø Dynamic according to IEC 60794 -1-21 -E6 : 20 x ø Crush resistance according to IEC 60794 -1-21 -E3 Physical Properties Operation (Long Term) : ≤ 13000 N/ m Installation (Short Term) : ≤ 15000 N/ m 850 Wavelength (nm) : 2.3 / 2.5 Attenuation typical/ max. (dB/km)

343434 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description 1300 Wavelength (nm) : 0.5 / 0.6 Attenuation typical/ max. (dB/km) Numeric Aperture (um) : 0.20 ± 0.015 Bandwidth (Mhz*Km) 850 Wavelength (nm) : ≥ 1500 1300 Wavelength (nm) : ≥ 500 Max. Pulling Tension (Short Term) : ≥ 1475 N for 12 Core Water tightness according to IEC 60794 -1-22 -F5 : Yes Flame Retardancy as per IEC 60332 -3-22 Smoke Density as per IEC 61034 -2 Halogen Acid Gas as per IEC 60754 -1, Zero Degree of acidity of gases IEC 60754 -2 : Min. 4.3 pH IEC 60754 -2 : Max. 10 μS/mm Maximum Attenuation increase for Bend Insensitive Fibers 50/125 OM3 Bend Insensitive Bend Insensitive Optical 850 (nm): 0.5 dB (Turns 100 Radius 37.5 mm), 0.1 dB (Turns 2 Properties Radius 15 mm), 0.2 dB (Turns 2 Radius 7.5 mm) 1300 (nm): 0.5 dB (Turns 100 Radius 37.5 mm), 0.3 dB (Turns 2 Radius 15 mm), 0.5 dB (Turns 2 Radius 7.5 mm) B.10 Cat6 4 Pair 23 AWG UTP LSZH Cable 305 mts ; Ma kes: BELDEN/AMP/CommsCope 23 AWG Solid Bare Copper, Unshielded Twisted 4 Pair, Category Type 6, TIA / EIA 568 C.2, ISO/IEC 11801 & UL 444 standard. NEMA WC -63.1 Category 6 Premise Horizontal Cable, , 100BaseTX, 100BaseVG ANYLAN, 155ATM, 622ATM, NTSC/PAL Component Applications or Composite Video, AES/EBU, Digital Video, RS-422, 250MHz Category 6 Conductors Solid Bare Copper Polyethylene/Polyolefin Insulation Nominal Diameter of 1.0 mm LSZH jacket complying to: Test Report needs to be submitted along with bid for · Fire rating IEC 60332 -3-22 (Category A) Jacket · Halogen Content per IEC 60754 -1 : ≤ 5 mg/g · Acid Gas Emission pH per IEC 60754 -2 : ≥ 4.3 · Acid Gas Conductivity per IEC 60754 -2 : ≤ 10µs/mm · Smoke density IEC 61034 -2 : ≥ 60% Light Transmittance Pair Separator Cross -member (+) fluted Spline. ETL verified to ANSI/TIA -568 -C.2 Cat 6 horizontal cable Approvals ETL verified to ISO/IEC 11801 Cat 6 horizontal cable 600 MHz; ETL Test Reports of ANSI/TIA -568 -C.2 & ISO/IEC 11801 Frequency tested up to of cable performance upto 600 MHz to be provided. 4 Connector ETL Test Report to be submitted with 600 Mhz Third Party Verification tested for both ANSI/TIA -568 -C.2 & ISO/IEC 11801 Standard. Packing Box of 305 meters Cable Outer Diameter 5.8 mm Delay Skew 45 ns @ 100Mhz Bend Radius 4 * Cable Diameter Impedance 100 Ohms + / - 15 ohms, Mutual Capacitance 5.6 NF MAX /100 Mtr. Conductor Resistance 9.38 Ohms Max /100 mtr Velocity of Propagation Delay 0.65 Max. Attenuation : 33 dB/100m Min. NEXT : 39.3 dB Performance characteristics @ Min. PS NEXT : 36.3 dB 250 MHz min. or higher Min. Return Loss : 17.3 dB Min. ACRF : 20.0 dB Min. PSACRF : 17.0 dB Notice Inviting e-Tender P a g e ||| 353535

Sl. No. Item Description TCL : 26 ROHS Compliant ROHS/ELV Compliant Operating Temperature Range -20 to +75 Deg C Third Party Test Report as per IEC 60332 -3-22 Flame Retardancy Test Report to be submitted along with quote. ETL Test Report at 600Mhz of 4 connector Channel to be submitted. B.11 24 -port unloaded straight Jack Panel ; Makes: BELDEN/AMP/CommsCope 24 Port 1U Unloaded Straight Patch Panel -Patch panels IDC (IDC of Information Outlet) Connectivity should Type be at rear end & RJ -45 jack on front panel, 19" rack mountable. -Patch panels Ports should be individually replaceable & Consistent port -to -port performance. Patch Panel should be available with 24 Ports in 1U and 48 ports Availability in 2U. Patch Panel to be supplied with a cable support bar/kit. Needs to Cable management be added separately. -Patch Panel should be able to accept Cat6A, Cat6 and Cat5e Compatibility information outlets for backward and forward compatibility. -It should be compatible with Shielded Modular Jacks also. Height 1U (1.75”) The jacks shall not have an integrated spring shutter as the Feature shutter malfunctions and causes operational issues in panels Storage Temperature Range -40Deg C to +70 Deg C Operating Temperature range -10Deg C to +60 Deg C Silver (Metallic) & Steel. Packing should include Grounding Wire Color and Material 12AWG kit and Screws for Shielded Solution. Cable support bar should be provided separately with panel. Applicable Standards & RoHS complied Environmental Programs ETL Test Report Min. 250 Mhz or higher for ISO/IEC 11801 -1 and Third Party Verification ANSI/TIA -568 -C.2 standard needs to be submitted along with bid B.12 Cat 6 UTP Jack - Black for Jack Panel Cat 6 UTP Jack - White ; Makes: BELDEN/AMP/CommsCope & Cat6 Modular Jacks shall meet and exceed channel specification B.13 of Category 6 transmission requirements for connecting hardware, as specified in Commercial building Type telecommunications Cabling standard and ISO/IEC 11801:2002 second edition. when used as a component in a properly installed UTP channel. Front Connection Lead Frame : Copper Allow with 50u inch Gold over Nickel Rear Connection IDC: Copper Allow with Nickel Plating Connector Body Plastic: UL940V -0 Housing Encapsulated Lead Frame technology (Without PCB) -Jack should support uniform hassle free termination technology and be able to ensure performance in each termination without dependency on expertise of technician. Accessories - Integrated bend -limiting strain -relief unit for cable entry with locking facility at IDC contact point - Support cable pair termination process on the jacks at 90 degree angle. Front Mated Connection: 1000 Cycles Termination Interface Rear Mated Connection: 20 Cycles (Gas Tight IDC Connection) Connector/hardware retention of at least 88.5 N Jack Details Plug /connector retention of at least 50N Storage temperature range of -40 Deg C to +70 Deg C. IEEE Specification (PoE) IEEE 802.3at type 1 and 2 (up to 30W). CoC to be provided. Termination Pattern TIA / EIA 568 A and B Performance Min. 4.5 Gbps support for 100 MT Channel Link Approvals (Proof to be provided UL Listed along with Bid) ETL Test Report at 600Mhz of 4 connector Channel to be

363636 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description submitted. UL Rating UL 94V -0 Other Specifications UL 1863, IEC 60603 -7, FCC part 68 -F RoHS Compliant The jacks shall not have an integrated spring shutter as the Feature shutter malfunctions and causes operational issues in Panel. Safety listing ACA and Bi -national standard listed. Operating Temperature -10° to 60°C Dielectric Strength 1,000 V RMS @ 60 Hz for 1 minute (Signals to Ground) Performance Characteristics to be Technical Datasheet should have Worst Case Performance provided with bid for 1 – 300 parameters for IL, NEXT, FEXT, Return Loss and Balanced TCL MHz min. or higher Insertion Loss: Max. 0.31 dB NEXT: Min. 44.5 dB FEXT: Min. 37.6 dB Electrical Performance @ 300 RL: Min. 18.5 dB Mhz min or higher Balanced TCL: Min 22.5 dB Technical Datasheet to be provided with all above values in it at time of bid Termination of cable on IO through Universal Termination Tool to minimize any manual termination like punch down. All the four pairs should get crimped and cut together with the Termination Process help of the tool. Pairs should be separated via T -Bar in termination process to avoid any cross talk issue at Jack. Should be covered under 25 year warranted solution from OEM. Cat6 Jack All the four pairs should get crimped and cut together with the help of the tool. B.14 Sin gle Port Faceplate, square type; Makes: BELDEN/AMP/CommsCope Type Simplex/Duplex/Quad Material Fire -retardant Plastic, ABS, White color, UK Style. Should be able to accept Cat6A, Cat6 and Cat5e information Acceptability outlets Approvals UL94V0 Mounting screws 2 pcs, M3.5 x 25mm, with covers Compliant RoHS Dimensions (H x W x D) 86 x 86 x 10 mm Back Box for fixing of Face Plate; Makes: BELDEN/AMP/CommsCope; Makes: B.15 BELDEN/AMP/CommsCope

B.16 Cat 6 Patch cord - 1 Mtr - Blue , LSZH & Cat 6 Patch cord - 2 Mtr - Blue , LSZH; Makes: & BELDEN/AMP/CommsCope B.17 Unshielded Twisted Pair, Category 6, TIA / EIA 568 -C.2 & ISO/IEC Type 11801, IEC 60603 -7, FCC Part 68 Subpart F Specifications. Cat6 Patch Cord should be 4 Twisted Pair, 24 AWG Stranded Bare Copper Conductors. Conductor Contact Blade should be Phosphor bronze plated with 50u’’ gold over 100u’’ nickel undercoat. Length 1/2 MT Plug Protection Factory fitted Strain relief boots on either side Max. Current Rating should be 1.5 Amp Min. Insulation Resistance should be 100MOhm Performance Characteristics Max. Contact Resistance should be 20mOhm Dielectric Strength should be 1000 VAC (RMS) Voltage Rating should be 30 VAC Maximum. Jacket LSZH The patch cord should have Operating Environment Range Insertion Life of 750 mating cycles Pull force of min. 89 Newton, Notice Inviting e-Tender P a g e ||| 373737

Sl. No. Item Description Humidity 10% to 90% R.H., Temperature range of -10 Deg C to +60 Deg C Boot Injection Molding Technology for better strength ETL Test Report 600 Mhz for ISO/IEC 11801 -1 and ANSI/TIA -568 - Third Party Verification C.2 needs to be submitted along with bid B.1 9 42U 800x1000 mm Floor mount rack with standard accesseries ; Make : WQ / EMERSON / PANDUIT / RITTAL Rack should be of All Steel Construction with powder coated finish. Rack design should enable shipping of the rack in (CKD) Completely Knock Down condition and it should permit an easy assembly of the racks at site as per the requirement at site. All Steel structure of frames and depth mounting channels should rest positively fastened onto the integral Plinth of box like Configuration. Thus ensuring the higher level of Rigidity of the Basic rack skeleton while effectively distributing and transferring Basic Structure the entire load to integrated Plinth. Construction of all direct load bearing structural members like Frames, Plinth and Vertical Mounting rails should not be less than 2.0mm CRCA Steel. Integral Plinth should have provision for Cable Entry on rear and two sides along with cable entry gland plate on the top face of the Plinth. Minimum opening of this top gland plate on the plinth should be at least 300mm x 300mm with separate opening for electrical / power cables entry. The plinth should also have provision to mount castors (4 Nos.) and Leveling Feet – (4 Nos.) simultaneously. This is required for the facility of moving the rack while installation process and then Plinth & Castors resting the same rigidly at the final location. When the rack is resting on the leveling feet, castors should not touch the ground surface. (All castors should be without any brake or any other locking mechanism) Front door – Front Perforated Door should be provided with dual lock for the security purpose. This door should have provision to get mounted on Right or Left side of the rack front. This means Front Door that it should be possible to change the door configuration from Left to Right at site. It should also be possible to open this door by 180 Degrees to ensure proper approach to front of rack. Rear door should be completely perforat ed to facilitate the air circulation at the maximum without offering any resistance to Rear Door the same. Ideally, it should be possible to remove it easily and should have 2 locks for the security purpose. Rear doors should have provision to mount fan trays. Side Panels should be easily removable type along with the provision for locking. Ideally, the panels should have latching Side panel arrangement to facilitate easy removal and putting back the panel along with locks for the security purpose. Heig ht - The Rack should Provide 42U Usable Space. Width – The rack should be 800mmW with 19” mounting Space provision Depth – The rack should be at least 1000mmD. Usable Depth should be not less that 900mm Load Bearing Capacity Load carrying capacity of rack should be 750 Kg. Mounting rails (for Standard 19" mounting) should be made up of steel. (Minimum 2.0mm thickness) and should be of Multi-fold design for enhanced loading capacity and rigidity. It should have Mounting Provisions unique U Marking along with U locator notch. U Number Markings should be clearly visible even after mounting of the equipment. For achieving 19” Mounting Format in these 800 Wide Racks, Cable Management 100mm Reducing Channels should be provided. These should have a dual functionality of providing 100mm x 100mm cabli ng

383838 ||| P a g e Notice Inviting e-Tender

Sl. No. Item Description space along with recessing for the 19” mounting format. (These 100mm reducers should not be in the form of just a block or a tray and should have depth of 100mm at least.) Two vertical cable managers to be provided in the rack in the form of Cable Wire Baskets. These baskets should offer the maximum flexibility by way of the cable dressing and routing provision. Construction should be of the wires of Dia. 5mm so as to avoid any sharp edges and easy manageability of various cables. Top roof should be well ventilated, especially with ventilation provided on the vertical side of the roof. This will greatly enhance the hot air outflow while in operation. Roof should also Heat Management have provision to mount the cooling fan trays. It should be possible to mount at least 4 nos. of 90 CFM cooling fans on this roof and in addition there should be space for the cable entry from the top. Vertical power distribution units provided should have 12 outlets of 5/15 amp capacity. These should be split in to two internal circuits so as to avoid overloading of the interconnection cables inside the unit. All cables used should be of ISI grade with 2.5sq Power Management mm cross sectional area. All the connecting ends must be tinned so as to avoid any loose wire strands. Rack should have the appropriate mounting provision for the multiple of these PDUs at the rear of the rack. MAKE - WQ. Each Rack should have 2 Nos PDU per Rack. Thickness of powder coating should be 60 microns or more. Powder Coating Details Colour of the cabinet should be : Black The structure and all its components should be made from CRCA Thickness of Material Steel Material – at least 1.2mm thick Shelving Options The rack should be provided with 1 Heavy Duty Shelf of 727mmD ISO Certifications OEM should have ISO 9001 -2008; 14001 -2004 and 18001 -2007 Preferred MAKE WQ / EMERSON / PANDUIT / RITTAL C. Interiors & Acoustic Treatment of Control Room, DIAL 100 & Coordination Room Zone : Sl. No. ITEM NAME ITEM DESCRIPTION C.1 CIVIL WORK C.1.1 Demolition of existing Flooring & removal of Approx. 3600 Sq. Ft. debris C.1.2 Demolition of existing false Approx. 3600 Sq. Ft. ceiling & removal of debris C.1.3 Demolition of existing doors/ windows/Rolling Approx. 300 Sq. Ft. Shutter & removal of debris C.1.4 Demolition of existing sanitary/plumbing fixtures & 1 Lot removal of debris C.1.5 IPS Flooring Approx. 230 C.1.6 Granite Counter for 8 Rmt. Washbasin C.1.7 Pest Control & Anti-termite Approx. 3600 Sq. Ft. Treatment C.2 INTERIOR WORK C.2.1 VITRIFIED TILE Providing and laying flooring with 600mm x 600mm vitrified tiles of approved make and sample in pattern as per detailed drawings on up to 25-30mm thick bed of cement mortar/adhesive, 1:6, including surface preparation, applying neat cement float, giving necessary slopes, cleaning joints and grouting them in neat white cement paste with pigmented additives to match shade of the tile etc. complete. Notice Inviting e-Tender P a g e ||| 393939

Sl. No. ITEM NAME ITEM DESCRIPTION Rate to include skirting of same material. C.2.2 ANTI -SKID FLOORING Providing and laying flooring with 450mm x 450mm ceramic tiles of approved make and sample in pattern as per detailed drawings on up to 25-30mm thick bed of cement mortar/adhesive, 1:6, including surface preparation, applying neat cement float, giving necessary slopes, cleaning joints and grouting them in neat white cement paste with pigmented additives to match shade of the tile etc. complete. C.2.3 CERAM IC TILE DADO Providing and laying Ceramic tile of size 450x300 mm cut tiles (of size 300x600) at Toilet make laid over adequate thickness of cement mortar 1:4 (1cement:4 carse sand). The rate shall be inclusive of necessary preparation, cleaning, protection with POP etc. complete as per drawing and Architect instruction. C.2.4 Raised Flooring Providing and fixing laminated Access Floor System 600 X 600 MM , Unitile® USF 800 Access Floor panel of size 600 x 600 mm shall be all steel welded construction with an enclosed bottom pan of hemispherical cones and top plain sheet is fuse welded at 144 locations to form a panel. The Panels shall confirm to Class O & Class 1 Fire Ratings tested as per BS 476 Part 6 (Fire Propagation) & 7 (Surface spread of flame) as also ASTM E84 1998 (Flammability) and ASTM E136 ( Combustibility ). As per ASTM F150/ NFPA 99 / ANSI S7.1 / CEI 61340 but modified for surface to ground. To place one electrode on the Access floor Panel surface and to attach the other electrode on the pedestal. The hollow panels post manufacturing shall be pre-treated on a Automated Pre treatment line and further coated with electro statically deposited epoxy raisin paint 60 - 80 micron thick on all the exposed sides of the panel. Post coating the hollow core of the panel is injected with a light weight, fire retardant, non combustible cementitious compound at high pressure to ensure support of not less than 90% of the top surface area of the panel. The panel is then laminated with floor grade Antistatic Laminate / PVC on a semi -automated lamination line to ensure maximum bonding to the steel surface. The edges of the laminated are protected with conductive PVC edge trim 5mm wide on all sides. This edge trim is mechanically locked and sealed in place to avoid detachment. Panels shall remain flat and stable unaffected by humidity or fluctuation in temperature throughout its normal working life. The size of Panel shall be 600 x 600 mm (100% interchangeable). All under structure & stringer will be made with hot deep galvanized steel and with permissible UDL of 1650kg/sqm with maximum deflection of 2. 5mm. C.2.5 Vinyl Flooring Providing and laying of 2mm thick Vinyl flooring of approved make and shade pasted on smooth dust-free surface with adhesive as per manufacturer's specification. C.2.6 TILE CARPET FLOORING Providing an d laying of floor carpet tile 500mm x 500mm of nylon yarn, 7-8mm thick of approved make and shade pasted on smooth dust-free surface with adhesive as per manufacturer's specification. Rate includes the plastic cover till final handover of site. C.2.7 GRID CEILING Supply & installation of modular ceiling systems with mineral fibre board micro look edge ceiling tiles 600 x 600 x 16mm, DUNE RH-99 as per Manufacturer's specifications. Grid shall be 15 mm. Superfine white powder coated with all accessories com plete. C.2.8 PLAIN GYPSUM FALSE Providing & fixing Black painted Gypsum False Ceiling with 12.5mm CEILING thick plain gypsum board with tapered edge as per manufacturer's specification. Framework to be made of special sections power pressed from M.S. sheet and galvanized in accordance with zinc coating of grade 350 as per IS:277 and consisting of angle cleats of size 25mm wide x 1.6mm thick with flanges of 22mm and 37mm at 1200mm c/c, one flange fixed to the ceiling with dash fastener 12.5mm dia x 40mm long with 6mm dia bolts to the angle hangers of 25 x 25 x 0.55mm of required length, and other end of angle hanger being fixed with nut and bolts to G.I. channels 45 x 15 x 0.9mm

404040 ||| P a g e Notice Inviting e-Tender

Sl. No. ITEM NAME ITEM DESCRIPTION running at the rate of 1200mm c/c to which the ceiling section 0.5mm thick bottom wedge of 80mm with tapered flanges of 26mm each having clips of 10.5mm at 450mm c/c shall be fixed in a direction perpendicular to G.I. channel with connecting clips made out of 2.64mm dia x 230mm long G.I. wire at every junction including fixing the gypsum board with ceiling section and perimeter channels 0.5mm thick 27mm high having flanges of 20mm and 30mm long, the perimeter of ceiling fixed to wall/ partition all complete and ready to apply paint as per design, drawing & direction of the EIC. Rate to include all cut-outs / filling for lights, AC grills & diffusers, gypsum tray for cove lighting and other services as required at site. C.2.9 Plywood Ceiling Providing and fixing of Plywood Ceiling with 12mm thick BWP IS:710 ply of approved make fixed on G.I. framework as per design & detail all complete as directed by Architect/EIC. C.2.10 Calcium Silicate False Providing and fixing calcium silicate board false ceiling of approved Ceiling make which includes G.I. perimeter channels of size 0.55mm thick (having one flange of 20mm and another flange of 30mm and a web of 27mm) along with perimeter of ceiling, screw fixed to vertical surfaces, all complete as per direction of EIC. C.2.11 Aluminium Baffle Ceiling Providing & fixing Armstrong Vertical Linear Baffle Ceiling made out of Aluminium Extrusion made of Aluminium alloy grade 6063. The baffle blade shall be in size of 100x 25 x3000mm/150x 25 x3000mm in powder coated finish of approved shade or wood grain finish. The baffle blade shall be suspended using C-channel/ Slotted U-profile powder coated to black color at an on-center spacing of 100/150/200/250mm. The C-Channel/U profile of size 20mmX30mmX3750mm shall be suspended at every 1200mm on-centre using 6mm threaded rod/4mm rod/12 gauge hanger wire from the structural soffit at every 1200mm intervals using U-profile hanger/C-channel hanger. Multiple lengths of U-profile/C-channel shall be connected using U- profile connector/ C-channel connector. The baffle blades shall be suspended from the C-channel/U-profile carrier bars at the required intervals (100/150/200/250mm) using baffle hangers. Spacing between blades shall be adjusted using the slots in carrier or the special spacer arrangement provided for this purpose. Multiple lengths of baffles shall be connected using Baffle Joiner and ends covered with end caps (Black color). All complete as per manufactures spec as dire cted by Architect & EIC. C.2.12 Designer Acoustic Metal Supply and Installation of Designer Acoustic Metal False ceiling False ceiling Factory made acoustic modular metal false ceiling of powder coated panels. Make shall comprising of perforated and non-perforated metal panels made through CNC laser Cutting, bending & punching. Panel shall be of 0.6mm galvanized metal of approved color. Panels shall be designed to achieve shape and design as per the design consultant to enhance visual feel, with provision for easy installation and maintenance, integrated lighting and scope for integration of building services like HVAC and fire detection/ fighting system. C.2.13 Grid type 700mm X 620mm Supply & Installation of Grid type 700mm X 620mm Snap fit Ceiling or Snap fit Ceiling as per manufacture specification: Modular perforated metal false ceiling with snap fit panels and acoustical fleece. The dimension shall be 700mm X 620mm. with durable regular edging and having following properties:- i) Noise Reduction ii) Light reflectance. iii) Fire performance. iv) Humidity Resistance. v) Hot dipped galvanized steel. vi) Baked Polyester Paint surface. C.2.14 Aluminium SKIRTING Providing & fixing Aluminium Skirting 100mm wide with Aluminium proprietary channel with all ac cessories like end cap, corner cap, pvc Notice Inviting e-Tender P a g e ||| 414141

Sl. No. ITEM NAME ITEM DESCRIPTION cap etc. as directed by EIC. C.2.15 Curve/Bend Acoustic Metal Supply & Installation of Curve/Bend Acoustic Metal Panelling : Paneling Panelling with factory made removable type self inter lockable metal panels of Preformed textured RIGID PVC coated GI sheet panels. The metal panels fixed on structure made of 1.6 mm thick MS channels bent over automatic punching to fix metal panel and bending CNC. and their properties shall be as follows :- 1) Resistance to extremes of weather exposure and temperature. 2) Very low coefficient of expansion. 3) Can be cleaned using detergents. 4) Superior flatness – ideal of creating smooth, monolithic surface. C.2.16 Designer Acoustic Metal Supply and Installation of Designer Acoustic Metal Panelling: Paneling Panelling with factory made removable type self inter lockable metal panels of Preformed textured RIGID PVC coated GI sheet panels. The metal panels fixed on structure made of 1.6 mm thick MS channels bent over automatic punching to fix metal panel and bending CNC. and their properties shall be as follows :- 1) Resistance to extremes of weather exposure and temperature. 2) Very low coefficient of expansion. 3) Can be cleaned using detergents. 4) Superior flatness – ideal o f creating smooth, monolithic surface. C.2.17 PLYWOOD PANELING WITH Providing & fixing Plywood Panelling with 12mm thick BWP grade ROCKWOOL IN-FILL Plywood fixed on GI section / plywood framework of section 19mm x 50mm @ 600mm c/c both ways including all hardwares. The gap within the structure will be filled with 50mm thick Glasswool/ Rockwool of min. 32Kg/cum all as per direction of the EIC. C.2.18 Veneer PANELING (over Providing & pasting Teak Veneer 4mm thick of approved shade plywood panelling) finished with Matt Melamine polish as per design, drawing & direction of EIC. Rate to include cost of 4mm thick Metal "U" channel within grooves of veneer as per design. Rate does not include the cost of base plywood panelling. C.2.19 Washable Wall Graphi c Providing and fixing of Wall Graphic cover with surface preparation. cover Wall paper to be 100% washable. C.2.20 Wall Putty Providing and applying wall putty of 2mm avg. thickness on newly plastered masonary surface to give a smooth and even surface ready to take paint, as directed by the EIC. C.2.21 GENERAL PAINTING Providing & applying Acrylic Emulsion Paint with approved shade of ICI Dulux/Asian Paints or equivalent with two coats of water-based primer and three coats of paint including preparation of smooth surface, scrapping, sand papering, scaffolding, all materials, labour etc. complete. C.2.22 Aluminium BLINDS Providing and fixing of Aluminium Horizontal /Venetian type blinds of approved finish. Rate to be inclusive of all accessories all complete as directed by EIC. C.2.23 Laminate Boxing / Providing and fixing Laminate Boxing of size 150mm x 150mm or Architrave Architrave as per approved drawing & design with 1mm thick approved laminate pasted on 12mm BWP grade plywood fixed on GI section / plywood framework of section 19mm x 50mm @ 600mm c/c both ways including all hardware. Rate to be inclusive of all accessories all complete as directed by EIC. Base rate of Laminate is Rs 40/ sqft. matching with veneer shade. C.2.24 PELMET Providing and fixing pelmets of size 200mm x 250mm, with verticals and horizontals made of 19mm thick commercial ply along walls and partitions finished with balancing laminate on exposed surfaces with necessary support, joint between the plywood and the gypsum all complete. Rate to be inclusive of all accessories, such as anchor fasteners etc. all complete. C.2.25 Glass Marker Board Providing and fixing glass marker board with 6mm thick white/Coloured lacquered glass on 6mm thick BWR plywood. All edges to be polished a nd glass to be fixed glued to the ply surface

424242 ||| P a g e Notice Inviting e-Tender

Sl. No. ITEM NAME ITEM DESCRIPTION with 3M tape / fixed on SS studs as per detail and directed by the Architect. C.2.26 FLUSH DOOR Providing and fixing single / double shutter doors with salwood frame work, shutters, finishes, fittings, hardwares all complete as per detail and approved. All door fittings to be considered of approved make. C.2.27 WOODEN FIRE DOOR (2 Door Frame: The wooden frame is to be constructed out of treated Hour Rated) hardwood with frame profile of 140mm x 75mm with single rabbet. The door frame is to be fixed by 6 nos. Hold fasts on vertical jamb. The door frame is to finished with wood primer and top coat. The frame has to 10mm x 4mm thick heat activated shielded intumescent strip on the three edges. Wooden Door Shutter: Proprietary fire rated shutters shall be constructed out of sand witched non combustible boards. Shutters are to be fully flushed double skinned and are fully finished with 15mm hard wood edge band on all four edges. Shutters should have no visible screws or fasteners on either faces. The door construction is to be proprietary using fire retardant heat insulating materials suitable for stability, integrity and insulation confirming to codes and fire rating. Shutters are to fabricated in factory with reinforcements to receive iron mongery.2 Hour rated fully insulated shutters with 55mm thickness. Shutters shall be fitted with panic exit device, door closer, vision panel and other fitings as required. The shutter should be finished with 1mm thick laminate All complete as directed by Architect / EIC. Door is tested as per IS 3614- PART –II AT CBRI, ROORKEE. C.2.28 Full Glazed Partition Supply and installation of Full height Glass Partition with 12 mm. thick Toughened Glass resting over proprietary channel of approved make all complete as per direction of the Architect & EIC. C.2.29 Glass Door Single leaf Providing and fixing of full glazed door with 10mm thick clear 900mm x 2400mm toughened glass mounted on floor spring, pivot, bottom & top patches, patch lock & pair of handles (450mm high) in SS satin finish of approved make & model. C.2.30 Glass Door Double leaf Providing and fixing of full glazed door with 10mm thick clear 1500mm x 2400mm toughened glass mounted on floor spring, pivot, bottom & top patches, patch lock & pair of handles (450mm high) in SS satin finish of approved make & model. C.2.31 Glass Film Providing and fixing 3M make frosted sparkel film on glazed partitions and doors as approved by the Architect. C.2.32 Toilet & Change Room Supplying and fixing in position Toilet Cubicle (of following standard Cubicle dimension which includes 600mm door width) made of 12mm thick solid compact laminate panels including doors, pilasters & intermediate panels finished with approved texture/shade as per the detail drawings & as per IS-2046 (Indian Standard) and as per fire retardant BS-476/97 standard. The panels should be resistant to heat, bacteria, water, chemical, scratch and impact. To include providing and fixing in position necessary hardware made out of nylon polyamide Grade-6 & aluminium powder coated top rail as per manufacturer’s specifications & Architect's instruction. Height of partition including 100mm gap not to exceed 2100mm. C.2.33 Urinal Partition Supplying and fixing of Urinal Partition made of 12mm thick solid compact laminate fixed with all accessories as per manufacturer's specification. Size: 400mm (W) x 900mm (H) C.2.34 Console for O/C New Modular Control Desk for Provision of 10 monitors, 10 CPU & 10 Keyboard made in " XLAT" system. 1. Desktop made of 25mm MDF with Scratch resistant laminate (NEMA LD3 certified) finish. Desk top must be ASTM E84 tested and certified. 2.Bifma X5.5 Certified Console and structure shall be made up of Powder Coated Sturdy Aluminium extrusions and extreme side Aesthetic Legs 3. Shutters : made up of 18mm thick MDF. (The Laminated MDF shall Notice Inviting e-Tender P a g e ||| 434343

Sl. No. ITEM NAME ITEM DESCRIPTION confirm to E1 Grade, ANSI A208.2 and CARB certified and must follow EN 622-5 standard) 4. Aluminium die-casted smart Articulating Monitor arm shall be able to mount monitors complying VESA standards 75 x 75, 100 x 100, 200 x 100 & 200x200 mm. 5. Keyboard trays. 6. Ergonomic design considering proper Leg space. 7. Front edge shall be moulded Polyurethane edging on profiled wooden top. Conventional T- shape of PU / PVC / PP shall not be accepted as they can be pulled out manually. 8. Seismic Zone-5 Certified Console 9. ROHS Certified from Intertek. 10. FSC Certified Manufacturer. 11. ISO 11064 Complied Control Desk 12. Greenguard Certified Console C.2.35 Console for SURGENT New Modular Control Desk for Provision of 04 monitors, 04 CPU & 04 Keyboard made in " XLAT" system. 1. Desktop made of 25mm MDF with Scratch resistant laminate (NEMA LD3 certified) finish. Desk top must be ASTM E84 tested and certified. 2.Bifma X5.5 Certified Console and structure shall be made up of Powder Coated Sturdy Aluminum extrusions and extreme side Aesthetic Legs 3. Shutters : made up of 18mm thick MDF. (The Laminated MDF shall confirm to E1 Grade, ANSI A208.2 and CARB certified and must follow EN 622-5 standard) 4. Aluminium die-casted smart Articulating Monitor arm shall be able to mount monitors complying VESA standards 75 x 75, 100 x 100, 200 x 100 & 200x200 mm. 5. Keyboard trays. 6. Ergonomic design considering proper Leg space. 7. Front edge shall be moulded Polyurethane edging on profiled wooden top. Conventional T- shape of PU / PVC / PP shall not be accepted as they can be pulled out manually. 8. Seismic Zone-5 Certified Console 9. ROHS Certified from Intertek. 10. FSC Certified Manufacturer. 11. ISO 11064 Complied Control Desk 12. Greenguard Certified Console C.2.36 Console for DESPATCH New Modular Control Desk for Provision of 08 monitors, 08 CPU & 08 Keyboard made in " XLAT" system. 1. Desktop made of 25mm MDF with Scratch resistant laminate (NEMA LD3 certified) finish. Desk top must be ASTM E84 tested and certified. 2.Bifma X5.5 Certified Console and structure shall be made up of Powder Coated Sturdy Aluminum extrusions and extreme side Aesthetic Legs 3. Shutters : made up of 18mm thick MDF. (The Laminated MDF shall confirm to E1 Grade, ANSI A208.2 and CARB certified and must follow EN 622-5 standard) 4. Aluminium die-casted smart Articulating Monitor arm shall be able to mount monitors complying VESA standards 75 x 75, 100 x 100, 200 x 100 & 200x200 mm. 5. Keyboard trays. 6. Ergonomic design considering proper Leg space. 7. Front edge shall be moulded Polyurethane edging on profiled wooden top. Conventional T- shape of PU / PVC / PP shall not be accepted as they can be pulled out manually. 8. Seismic Zone-5 Certified Console 9. ROHS Certified from Intertek.

444444 ||| P a g e Notice Inviting e-Tender

Sl. No. ITEM NAME ITEM DESCRIPTION 10. FSC Certified Manufacturer. 11. ISO 11064 Complied Control Desk 12. Greenguard Certified Console C.2.37 WISH Workstation 4' x 2' “x PANEL THICKNESS - 52 MM SPINE SIDE, HT. -1200 MM APPROX, TILE 4’ CONFIGURATION FOR PANELS : TOP TILE :GLASS, INTERMEDIATE BLOCK : DL, BOTTOM TILE : METAL TILE, PRELAMINATED PARTICLE BOARD AND PVC LIPPING; BOARD THK. - 25MM; AT HEIGHT 750MM & OF DIMENSIONS, RECTA - 1200 MM W1 X 600 D- 1 NO. ACCESSORIES - Key Board Pull Out Trey, CPU Trolley, MOBILE LOW HT METAL PEDEST , 2DR BOX + FILE METAL 497 H X 390 W X 585 D C.2.38 WISH Workstation 3' x 2' x PANEL THICKNESS - 52 MM SPINE SIDE, HT. -1200 MM APPR OX, TILE 4’ CONFIGURATION FOR PANELS : TOP TILE :GLASS, INTERMEDIATE BLOCK : DL, BOTTOM TILE : METAL TILE, PRELAMINATED PARTICLE BOARD AND PVC LIPPING; BOARD THK. - 25MM; AT HEIGHT 750MM & OF DIMENSIONS, RECTA - 900 MM W1 X 600 D- 1 NO. ACCESSORIES - Key Board Pull Out Trey, CPU Trolley, MOBILE LOW HT METAL PEDEST , 2DR BOX + FILE METAL 497 H X 390 W X 585 D C.2.39 WISH Workstation L type PANEL THICKNESS - 52 MM SPINE SIDE, HT. -1200 MM APPROX, TILE 3'-6"x4'-6" CONFIGURATION FOR PANELS : TOP TILE :GLASS, INTERMEDIATE BLOCK : DL, BOTTOM TILE : METAL TILE, PRELAMINATED PARTICLE BOARD AND PVC LIPPING; BOARD THK. - 25MM; AT HEIGHT 750MM & OF DIMENSIONS, PENTA - 1050 MM W1 X 600 D1 X 1350 MM W2 X 450 MM D2- 1 NO. ACCESSORIES - Key Board Pull Out Trey, CPU Trolley, MOBILE LOW HT METAL PEDEST , 2DR BOX + FILE METAL 497 H X 390 W X 585 D C.2.40 Coordination Room Table The Main table shall be of size 1800 Width mm x 900 mm Depth x IMPRESS Main Desk + ERU 750 mm height. Top surface of the table shall made up of MDF (Medium density fibre ) board duly finished with Veneer and final coating of PU. The Main desk should contain in built key board pull out tray for keeping keyboard of computer. The front modesty panel of the table shall be made up of MDF board of size 1640 mm x 600 mm x 16mm which shall also be duly finished with Veener and PU coating. For personal storage one mobile pedestal (3 drawer unit) shall be provided of size 510 mm Width x 635 mm Height and 445 mm Depth. The storage pedestal shall also be made up of MDF duly finished with veener & final coating of PU. The Side shall be of size 1200mm Width x 445mm Depth x 660 mm Height. The side unit shall be made up of MDF board duly finshed with Veneer and final finish by PU Coating. The design of the side unit shall be such that it can be placed on either side of the main table. The side unit shall contain open space for keeping cpu in extreme right side, one closed storage shutter at extreme left end & open space in the middle with one shelf for keeping files. The thickness of the top of the side unit shall be 25mm. The Size of the Back unit shall be 2111mm width x 410 mm Depth x 2000mm height. The back unit shall be made up of MDF board duly finished with veneer & final finish by PU coating. Below storage shall be provided with wooden shutters & the upper left & right side of the back unit shall also be provided with wooden shutters. The middle 3 door shutters should be of glass of minimum 5mm thick for display purpose. The hardness of the PU coating shall be 1.5H. Manufacturer should have Green Guard certification along with products certifications like; BIFMA level 2 conforms to ANSI/BIFMA e3-2014e Furniture Sustainability Standard issued by BIFMA. Other certificates ISO 9001:2015, ISO 14001:2015, ISO 50001:2011, OHSAS 18001:2007 is mandatory. Manufacturer should have Green Guard Certification for few of its products. All the ISO certificates should be obtained from NABCB ( central Govt) accredited organization otherwise certificates will not be accepted. C.2.41 3 Seater Sofa PISA 3 SEATER Ergonomic Back Support, Soft Touch Fine Finish, Durable Shaneel Fabric, also available in Rich Black Leatherite. Width (W): 205.5 CM. Depth (D): 92.0 CM. Height (H): 82.0 CM. Seat Height (SH): 45.0 CM. Notice Inviting e-Tender P a g e ||| 454545

Sl. No. ITEM NAME ITEM DESCRIPTION The seat should be made of PU foam with Density 32 ± 2 kg/cu.mtr having an additional top layer of J PU foam with Density 28 ± 2 kg/cu. Seat should be upholstered with fabric or leatherette. 2) BACK FOAM: The back should be made of PU foam with Density 28 ± 2 kg/cu. mtr with two additional top layer of supersoft foam of density 23±2 kg/cu. mtr, upholstered with fabric or leatherette. Understructure should be made up of 1.2±0.1 cm. thick hot pressed plywood OCP-QLTA-PL14-18 4. Dia 4mm zigzag spring assembly should be mounted in understruCture for support and additional cushioning purpose .t should be a welded assembly made in Stainless steel (grade SS 202) tube & plate. Manufacturer should have Green Guard certification along with products certifications like; BIFMA level 2 conforms to ANSI/BIFMA e3-2014e Furniture Sustainability Standard issued by BIFMA. Other certificates ISO 9001:2015, ISO 14001:2015, ISO 50001:2011, AIOTA, OHSAS 18001:2007 is mandatory. Manufacturer should have Green Guard Certification for few of its products. All the ISO certificates should be obtained from NABCB ( central Govt) accredited organization otherwise certificates will not be accepted. C.2.42 Single Seater Sofa PISA Ergonomic Back Support, Soft Touch Fine Finish, Durable Shaneel Fabric, also available in Rich Black Leatherite. Width (W): 205.5 CM. Depth (D): 92.0 CM. Height (H): 82.0 CM. Seat Height (SH): 45.0 CM. The seat should be made of PU foam with Density 32 ± 2 kg/cu.mtr having an additional top layer of J PU foam with Density 28 ± 2 kg/cu. Seat should be upholstered with fabric or leatherette. 2) BACK FOAM: The back should be made of PU foam with Density 28 ± 2 kg/cu. mtr with two additional top layer of supersoft foam of density 23±2 kg/cu. mtr, upholstered with fabric or leatherette. Understructure should be made up of 1.2±0.1 cm. thick hot pressed plywood OCP-QLTA-PL14-18 4. Dia 4mm zigzag spring assembly should be mounted in understruCture for support and additional cushioning purpose .t should be a welded assembly made in Stainless steel (grade SS 202) tube & plate. Manufacturer should have Green Guard certification along with products certifications like; BIFMA level 2 conforms to ANSI/BIFMA e3-2014e Furniture Sustainability Standard issued by BIFMA. Other certificates ISO 9001:2015, ISO 14001:2015, ISO 50001:2011, AIOTA, OHSAS 18001:2007 is mandatory. Manufacturer should have Green Guard Certification for few of its products. All the ISO certificates should be obtained from NABCB ( central Govt) accredited organization otherwise certificates will not be accepted. C.2.43 Side Table PISA Glass top side table with SS gunderstructure, size: 600mm x 600mm x 340mm C.2.44 Centre Table PISA Glass top side table with SS understructure, size: 1120mm x 600mm x 340mm C.2.45 Chair – MOTION High Back 1. SEAT/BACK ASSEMBLY: The cushioned seat assembly consists of seat base moulded in glass-filled Poly-amide, moulded Polyurethane foam & upholstered with high stretch knitted polyester fabric. The cushioned back assembly consists of back inner moulded in Polypropylene in-situ moulded with Polyurethane foam & upholstered with high stretch knitted polyester fabric. Full Back Size : 45.5 cm. (W) x 53.0 cm. (H) * *Seat Size :48.5 cm. (W) x 47.0 cm. (D). 2. HIGH RESILIENCE (HR) POLYURETHANE FOAM: The HR polyurethane foam used in seat and back cushion is moulded in Density 45±2 kg/m3, and hardness load 16 ± 2 kgf as per 15:7888 for 25% compression. 3. TILT MECHANISM, SPINES & SPINE CONNECTOR: The seat and back are firmly connected to the base frame and are cantilevered in such a way that it gives a multi-dimensional movement possibility just with a simple lean on the sides or back, without need for complex manual adjustments. The cantilevered seat offers impact cushioning while sitting and synchronises with the ba ck

464646 ||| P a g e Notice Inviting e-Tender

Sl. No. ITEM NAME ITEM DESCRIPTION movement during posture changes. The "5" shaped spines moulded in high strength glass-filled Poly-amide and the spine connector moulded in glass-filled Poly-am)de form the back-spine structure involved in multi-dimensional recline motion. The variable tilt angle recline motion can be adjusted with 3 position Tilt Limit feature which is inbuilt in seat base and the tension (return force) is user weight dependent. 4a ADJUSTABLE ARMRESTS: The assembly consists of armrest housing sliding over the armrest structure, both moulded in glass-filled Poly-amide. The height adjustment feature is button operated having adjustment of 6.6±0.5cm. The Armrest Top is made up of integral skin PU moulded over plastic inner moulded in glass-filled Poly-amide. 4b FIXED ARMRESTS: The assembly is having Fixed arm rest structure moulded in glass-filled Poly-amide. The Armrest Top is made up of integral skin PU moulded over plastic inner moulded in glass-filled Poly-amide. 5. PNEUMATIC HEIGHT ADJUSTMENT: The seating height can be adjusted with a pneumatic gas-lift having an adjustment stroke of 9.2 ± 0.3 cm. 6. PEDESTAL ASSEMBLY: The pedestal is injection moulded in glass-filled Poly-amide and fitted with 5 nos. in wheel castors. The pedestal is 66.0±0.5 cm. pitch centre diameter and 76.0±1.0 cm. with castors. TWIN WHEEL CASTORS: 5 nos. twin wheel castors are injection moulded in Poly-amide having 5.0±0.1cm heel diameter and assembled to the pedestal. VISITOR FRAME ASSEMBLY: The powder coated (DFT 40-60 micron) tubular frame is cantilever type & lade of 02.54±0.03 cm x 0.3±0.016 cm thk MS ERW tube. Shoes are made of glass-filled Poly-amide and fixed the tubular frame. Manufacturer should have Green Guard certification along with products certifications like; BIFMA level 2 conforms to ANSI/BIFMA e3-2014e Furniture Sustainability Standard issued by BIFMA. Other certificates ISO 9001:2015, ISO 14001:2015, ISO 50001:2011, AIOTA, OHSAS 18001:2007 is mandatory. Manufacturer should have Green Guard Certification for few of its products. All the ISO certificates should be obtained from NABCB ( central Govt) accredited organization otherwise certificates will not be accepted. C.2.46 Chair – MOTION Mid Back 1. SEAT/BACK ASSEMBLY: The cushioned seat assembly consists of seat base moulded in glass-filled Poly-amide, moulded Polyurethane foam & upholstered with high stretch knitted polyester fabric. The cushioned back assembly consists of back inner moulded in Polypropylene in-situ moulded with Polyurethane foam & upholstered with high stretch knitted polyester fabric. Mid Back Size : 44.0 cm (W) x 46.0 cm. (H) *Seat Size :48.5 cm. (W) x 47.0 cm. (D). 2. HIGH RESILIENCE (HR) POLYURETHANE FOAM: The HR polyurethane foam used in seat and back cushion is moulded in Density 45±2 kg/m3, and hardness load 16 ± 2 kgf as per 15:7888 for 25% compression. 3. TILT MECHANISM, SPINES & SPINE CONNECTOR: The seat and back are firmly connected to the base frame and are cantilevered in such a way that it gives a multi-dimensional movement possibility just with a simple lean on the sides or back, without need for complex manual adjustments. The cantilevered seat offers impact cushioning while sitting and synchronises with the back movement during posture changes. The "5" shaped spines moulded in high strength glass-filled Poly-amide and the spine connector moulded in glass-filled Poly-am)de form the back-spine structure involved in multi-dimensional recline motion. The variable tilt angle recline motion can be adjusted with 3 position Tilt Limit feature which is inbuilt in seat base and the tension (return force) is user weight dependent. 4a ADJUSTABLE ARMRESTS: The assembly consists of armrest housing sliding over the armrest structure, both moulded in glass-filled Poly-amide. The height adjustment feature is button operated having adjustment of 6.6±0.5cm. The Armrest Top is made up of integral skin PU moulded Notice Inviting e-Tender P a g e ||| 474747

Sl. No. ITEM NAME ITEM DESCRIPTION over plastic inner moulded in glass -filled Poly -amide. 4b FIXED ARMRESTS: The assembly is having Fixed arm rest structure moulded in glass-filled Poly-amide. The Armrest Top is made up of integral skin PU moulded over plastic inner moulded in glass-filled Poly-amide. 5. PNEUMATIC HEIGHT ADJUSTMENT: The seating height can be adjusted with a pneumatic gas-lift having an adjustment stroke of 9.2 ± 0.3 cm. 6. PEDESTAL ASSEMBLY: The pedestal is injection moulded in glass-filled Poly-amide and fitted with 5 nos. in wheel castors. The pedestal is 66.0±0.5 cm. pitch centre diameter and 76.0±1.0 cm. with castors. TWIN WHEEL CASTORS: 5 nos. twin wheel castors are injection moulded in Poly-amide having 5.0±0.1cm heel diameter and assembled to the pedestal. VISITOR FRAME ASSEMBLY: The powder coated (DFT 40-60 micron) tubular frame is cantilever type & lade of 02.54±0.03 cm x 0.3±0.016 cm thk MS ERW tube. Shoes are made of glass-filled Poly-amide and fixed the tubular frame. Manufacturer should have Green Guard certification along with products certifications like; BIFMA level 2 conforms to ANSI/BIFMA e3-2014e Furniture Sustainability Standard issued by BIFMA. Other certificates ISO 9001:2015, ISO 14001:2015, ISO 50001:2011, AIOTA, OHSAS 18001:2007 is mandatory. Manufacturer should have Green Guard Certification for few of its products. All the ISO certificates should be obtained from NABCB ( central Govt) accredited organization otherwise certificates will not be accepted. C.2.47 4 Door Personal Locker Unit 4 Door personal locker unit Size: 380mm(W) x 450mm(D) x 1630mmx381mm 1830mm(H), Cam lock with lock lever, CRCA 0.6mmThickness, Rigid knockdown construction. Shelf Uniformly Distributed Load Capacity per each shelf level is 35 Kg maximum. Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10). Handle / Label holder · Aesthetically appealing Snap fit ABS plastic, handle. · Plastic label holder foridentification Ventilation Attractive punched pattern for ventilation C.3 SIGNAGES C.3.1 Directional & Fire Exit Providing and fixing 8mm thick clear acrylic autoglow sheet with vinyl text matching to specified colour, both sides lettering as approved. Cost to be inclusive of wastage, suspension by means of SS strings, all complete. Size : 300 x 150mm C.3.2 Fire Signages Providing and fixing 8mm thick clear acrylic auto glow sheet with vinyl text matching to specified colour, both sides lettering as approved. Cost to be inclusive of wastage, suspension by means of SS strings, all complete. Size : 300x150mm C.3.3 Room Signage - Type 2 - 100 Providing and fixing signa ge made of SS grade 304 plate with x 100 mm reversed etched letters in approved colour, pasted with 3M tape on desired surface. Size : 300 x 100mm C.3.4 Room Signage - Type 2 - 100 Providing and fixing signage made of SS grade 304 plate with x 100 mm reversed etched letters in approved colour, pasted with 3M tape on desired surface. Size : 100 x 100mm D. PHE Works : Sl. No. ITEM SPECIFICATION D.1 Supply & Installation of Internal Sanitary Fixtures/Fittings D.1.1 Water Closet Floor mounted European water closet 'P' trap outlet with all accessories of Parryware/Hindware as approved by the Architect. D.1.2 Wash Basin Counter top wash basin with all accessories of Parryware/Hindware as approved by the Architect. D.1.3 Basin Mixer CP basin mixer of Parryware/Hindware/Jaquar as approved by the Architect. D.1.4 Bottle Trap CP bottle trap of Parryware/Hindware/Jaquar. D.1.5 Health Faucet CP health faucet 15 mm dia with stop valve, CP flexible pipe, CP nozzle and hook etc., complete including CP wall flange of Parryware/Hindware/Jaquar as approved by the Architect. D.1.6 2-way Bib Cock 2-way CP bib cock of Parryware/Hindware/Jaquar as approved by the

484848 ||| P a g e Notice Inviting e-Tender

Sl. No. ITEM SPECIFICATION Architect. D.1.7 Urinal White vitreous sensor based large flat back urinal including all accessories of Parryware/Hindware as approved by the Architect. D.1.8 Toilet Paper Holder CP toilet paper holder of Parryware/Hindware/Jaquar as approved by the Architect. D.1.9 Tissue Paper Dispenser Tissue paper dispenser of Jaquar/Dolphy/Euronics as approved by the Architect. D.1.10 Towel Rod CP towel rod of Parryware/Hindware/Jaquar as approved by the Architect. D.1.11 Soap Dispenser Soap dispenser of Parryware/Hindware/Jaquar as approved by the Architect. D.1.12 Coat Hook CP coat hook of Parryware/Hindware/Jaquar as approved by the Architect. D.1.13 125mm CP Grating CP grating of Parryware/Hindware/Jaquar as approved by the Architect. D.1.14 75mm CP Grating CP grating of Parryware/Hindware/Jaquar as approved by the Architect. D.2 SANITARY PIPELINE D.2.1 Soil Waste line D.2.2 Waste Water line As required at site, pipes to be reputed brand- Supreme/Oriplast D.2.3 Rain Water pipe D.3 SUPPLY PIPELINE D.3.1 Hot Water line As required at site, pipes to be reputed brand- Supreme/Oriplast D.3.2 Cold Water line E. Electrical & Lighting : Sl. ITEM DESCRIPTION No. E.1 LT Panel E.2 UPS Distribution Board with ELCB & MCB E.3 Lighting Distribution Board with ELCB & MCB E.4 Raw Power Distribution Board with ELCB & MCB E.5 Chemical Earthing with copper pipe/rod E.6 Internal Cable & Termination E.7 GI Raceways / Cable Trays & PVC Conduits E.8 Point Wiring & Modular Switch/Sockets E.9 Light Fixtures (LED)- 2' x 2' tile to achieve average lux level of 300-350 L on worktop F. Fire Detection & Alarm System : Sl. ITEM DESCRIPTION No. F.1 Intelligent Addressable Fire Panel- Single Loop F.2 Multi-sensor Detectors AFC & BFC F.3 Hooter F.4 Manual Call Point F.5 Response Indicator F.6 Isolator Module F.7 Cable & Termination G. AIR-CONDITIONING SYSTEM with Timer : Sl. No. Features Value 1 Tonnage Class 2.0 TR 2 Star Rating (No. of BEE Stars) 3 3 Compressor Type Rotary 4 Rated Power Supply (Volts/Hz/Phase) 230/50/1 5 Rated Cooling Capacity (BTU/Hr) 24000 6 Rated Cooling Capacity (Watts) 7030 7 Rated Power Input (Watts) 1950 Cooling Seasonal Energy Consumption 8 1510 (kWh) Notice Inviting e-Tender P a g e ||| 494949

Sl. No. Features Value 9 Current Drawn (Amps) 8.5 10 Fan Speed (Steps) 5 Air Flow (IDU) (Cooling -Super High) 11 670 (CFM) 12 Sound Level of IDU (dB) 37 Proposed timer should be capable of handling 2 nos. of split AC 13 Timer with the capacity of 2.0 TR . Minimum on/off interval should be 4 hrs. or less. VII. GUIDELINES FOR SUBMISSION OF E-TENDER 1. General guidance for e-Tendering : a) Registration of Bidder – Any bidders 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 (the web portal of Public Works Department) the bidder is to click on the link for e-Tendering site as given on the web portal. b) Digital Signature certificate (DSC) – Each Bidder is required to obtain a Class-II OR Class-III Digital Signature Certificate (DSC) for submission of tenders for the approval service of the National Informatics Centre (NIC) on payment of requisite amount. Details are available at the website stated in Clause-I above DSC is given as a USB e-Token. c) The bidder can search & download NIT & Tender Document(s) electronically from computer once he/she logs on to the website https://wbtenders.gov.in using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 2. Submission of Tenders : Tenders are to be submitted through online to the website stated in Clause-I 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 Digital Signed. The documents will get encrypted (transformed into non readable formats). A) Technical Proposal : The Technical proposal should contain scanned copies of the following in two covers (folders). i) Statutory Cover Containing the following documents – i) NIT; ii) Any other documents if applicable; iii) Agreement Paper; iv) Check List. ii) Non-statutory Cover Containing the following documents – Sl. Category Sub -Category Detail(s) No. Name Description • GSTIN . • PAN . • A. Certificate(s) Certificate(s) P Tax (Challan) (2016-2017). • ITR for Assessment year 2016-2017. • Solvency Certificate from any Nationalized Bank or Registered Chartered Accountant. • Proprietorship Firm (Trade License) Company • Partnership Firm (Partnership Deed, Trade License) B. Company Detail Detail(s) • Ltd. Company (Incorporation Certificate, Trade License) • Society (Society Registration Copy, Trade License) Documents of Credential in the form of work completion certificates & payment certificates of executing similar C. Credential Credential nature of works done in any Govt./ Semi Govt. Organization or PSU/Corporation or Local Bodies, which is applicable for eligibility in this tender. Undertaking reg. Undertakings to be submitted as per Para (2) of Credentials D. Undertaking blacklisting & Pre -qualifications of the Bidders . THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER : • Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents” to send the selected documents to Non-Statutory folder.

505050 ||| P a g e Notice Inviting e-Tender

• Next Click the tab “Click to Encrypt and upload” and then click the ‘Technical’ Folder to upload the Technical Documents. B) Financial Proposal – a) The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BoQ). The bidder is to quote the rate online through computer in the space marked for quoting rate in the BoQ. b) Only downloaded copy of the above document is to be uploaded duly digitally signed by the bidder. VIII. CHECK LIST TO BE UPLOADED ONLINE NIT No. ………...... NAME OF THE TENDER : ...... NAME OF THE FIRM :...... FULL ADDRESS OF THE FIRM & BIDDER (FOR COMMUNICATION) ...... E-MAIL ADDRESS...... CONTACT PERSON RELATING TO THIS TENDER WITH MOBILE NO ...... TENDERING AS: (STATUS OF THE FIRM SHOULD BE GIVEN): ...... ……………………………………………………………...... DETAILS TO BE GIVEN REMARKS SL PLEASE FOR USE OF THE ITEMS (FOR OFFICE NO MARK BIDDERS USE ONLY) 1 EMD AS PER NIT YES NO COPY OF THE LATEST TRADE LICENCE /CERTIFICATE OF 2 YES NO INCORPORATION 3 COPY OF THE PARTNERSHIP DEED /SOCIETY REGISTRATION COPY YES NO 4 COPY OF VALID ISO CERTIFICATE YES NO 5 COPY OF LATEST PROFESSIONAL TAX CHALLAN YES NO 6 COPY OF PAN CARD YES NO 7 COPY OF GSTIN YES NO 8 COPY OF LATEST INCOME TAX RETURN AS DESIRED YES NO 9 BALANCE SHEET FOR 3 YEARS YES NO 10 TURNOVER DULY CERTIFIED BY C.A. YES NO COPY OF WORK ORDER AND CLINT’S CERTIFICATE OF 11 YES NO SATISFACTORY WORK COMPLETION SOLVENCY CERTIFICATE FROM BANK / REGISTERED CHARTERED 12 YES NO ACCOUNTANT UNDERTAKING IN THE FORM OF AFFIDAVIT TO THE EFFECT THAT 13 THE COMPANY WAS NOT BLACKLISTED BY G.O.I./STATE YES NO GOVERNMENT DURING LAST 5 YEARS AUTHORIZATION CERTIFICATE YES NO UNDERTAKING REGARDING GENUINESS OF 14 YES NO HARDWARE/SOFTWARE 15 MANPOWER YES NO 16 COPIES OF CONSORTIUM (IF APPLICABLE) YES NO 17 CERTIFICATE ABOUT OPERATIONAL OFFICE IN KOLKATA Note: 1) The bidders are requested to see that all of the above columns are marked. 2) If any of the information furnished above are found to be false, action as per tender rule will be initiated.

Sd/- for Commissioner of Police, Kolkata

Notice Inviting e-Tender P a g e ||| 515151

ANNEXURES ( To be submitted in following Format )

ANNEXURE – I

DECLARATIONS

Sir, Having examined the Bid Documents of e-Tender for Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police for the use of Kolkata Police, We,______, offer to supply and deliver the entire work in conformity with the Terms & Conditions laid down in the Tender Notice No. ______dated ______and would abide by the same terms and conditions throughout the period of contract.

We, hereby also agree to execute a “Contractual Agreement’’ with Kolkata Police based on all the terms & conditions laid down in the Tender Notice No. ______dated ______in the event of being selected as a successful Bidder.

We understand that you are not bound to accept the lowest or any bid you may receive.

We also understand that you have the right to revise the quantities and/or split the total order among the Bidders and/or procure the available and compatible items/equipments under DGS&D Rate Contract.

______Signature with date

______Name in block letters

______Seal of the Company

525252 ||| P a g e Notice Inviting e-Tender

ANNEXURE – II

ONLINE SUBMISSION OF EARNEST MONEY DEPOSIT

Necessary Earnest Money will be deposited by the bidder electronically: online–through his net banking enabled bank account, maintained at any bank or: offline–through any bank by generating NEFT/RTGS challan from the e-Tendering portal. Intending Bidder shall have to get the Beneficiary details from e–Tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per the Beneficiary Name & Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc Ref No. Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan generated from e-Procurement site. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD. Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents. Unsuccessful bidders will get their EMD refund automatically online.

Notice Inviting e-Tender P a g e ||| 535353

ANNEXURE – III

Security Deposit (SD) (To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No. Date:

To

Dear Sir,

WHEREAS ...... (Name of bidder) hereinafter called “the bidder" has undertaken, in pursuance of Contract dated, ...... (hereinafter referred to as "the Contract") Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police .

AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish a Security Deposit ("the Guarantee") from a scheduled bank for the sum specified therein as security Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police . WHEREAS we ______("the Bank", which expression shall be deemed to include it successors and permitted assigns) have agreed to give Kolkata Police the Guarantee: THEREFORE the Bank hereby agrees and affirms as follows: 1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable by the Bidder to Kolkata Police Under the terms of their Agreement dated ______on account of any breach of terms and conditions of the said contract related to partial non-implementation and/or delayed and/or defective implementation. Provided, however, that the maximum liability of the Bank towards Kolkata Police under this Guarantee shall not, under any circumstances, exceed ______in aggregate. 2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from Kolkata Police stating full or partial non-implementation and/or delayed and/or defective implementation, which shall not be called in question, in that behalf and without delay/demur or set off, pay to Kolkata Police any and all sums demanded by Kolkata Police Under the said demand notice, subject to the maximum limits specified in Clause 1 above. A notice from Kolkata Police to the Bank shall be sent at the following address: ______

Attention Mr ______.

3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a period of 2 (two) years from the date of its execution. 4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be modified, discharged, or otherwise affected by - i) Any change or amendment to the terms and conditions of the Contract or the execution of any further Agreements. ii) Any breach or non-compliance by the Bidder with any of the terms and conditions of any Agreements/credit arrangement, present or future, between Bidder and the Bank.

545454 ||| P a g e Notice Inviting e-Tender

5. The BANK also agrees that Kolkata Police at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against Bidder and not withstanding any security or other guarantee that Kolkata Police may have in relation to the Bidder’s liabilities. 6. The BANK shall not be released of its obligations under these presents by reason of any act of omission or commission on the part of Kolkata Police Or any other indulgence shown by Kolkata Police Or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the BANK. 7. This Guarantee shall be governed by the laws of India and only the courts of Kolkata shall have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.

Dated this the ………………. Day of ……………………..

Witness

(Signature) (Signature)

(Name) Bank Rubber Stamp (Name)

(Official Address) Designation with Bank Stamp Plus Attorney as per Power of Attorney No.

Dated:

Notice Inviting e-Tender P a g e ||| 555555

ANNEXURE – IV

Contract Performance Guarantee (CPG) (To be stamped in accordance with Stamp Act)

Ref : Bank Guarantee No. Date: To

Dear Sir,

WHEREAS ...... (Name of bidder) hereinafter called “the bidder" has undertaken, in pursuance of Contract dated, ...... (hereinafter referred to as "the Contract") to implement the Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police . AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish a Contract Performance Guarantee ("the Guarantee") from a scheduled bank for the sum specified therein as security for the performance of Supply, Installation, Testing, Commissioning & Maintenance of Control Room Solutions with Allied Interior Infrastructure Development for use of Kolkata Police . WHEREAS we ______("the Bank", which expression shall be deemed to include it successors and permitted assigns) have agreed to give Kolkata Police the Guarantee: THEREFORE the Bank hereby agrees and affirms as follows: 1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable by the Bidder to Kolkata Police Under the terms of their Agreement dated ______on account of any breach of terms and conditions of the said contract related to partial non-implementation and/or delayed and/or defective implementation. Provided, however, that the maximum liability of the Bank towards Kolkata Police under this Guarantee shall not, under any circumstances, exceed ______in aggregate. 2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from Kolkata Police stating full or partial non-implementation and/or delayed and/or defective implementation, which shall not be called in question, in that behalf and without delay/demur or set off, pay to Kolkata Police any and all sums demanded by Kolkata Police Under the said demand notice, subject to the maximum limits specified in Clause 1 above. A notice from Kolkata Police to the Bank shall be sent at the following address: ______

Attention Mr ______.

3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a period of 5 (five) years from the date of its execution. 4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be modified, discharged, or otherwise affected by - i) Any change or amendment to the terms and conditions of the Contract or the execution of any further Agreements. ii) Any breach or non-compliance by the Bidder with any of the terms and conditions of any Agreements/credit arrangement, present or future, between Bidder and the Bank. 5. The BANK also agrees that Kolkata Police at its option shall be entitled to enforce this Guarantee against the Bank as a Principal Debtor, in the first instance without proceeding against Bidder and not withstanding any security or other guarantee that Kolkata Police may have in relation to the Bidder’s liabilities. 6. The BANK shall not be released of its obligations under these presents by reason of any act of omission or commission on the part of Kolkata Police Or any other indulgence shown by Kolkata Police Or by any other matter or thing whatsoever which under law would, but for this provision, have the effect of relieving the BANK.

565656 ||| P a g e Notice Inviting e-Tender

7. This Guarantee shall be governed by the laws of India and only the courts of Kolkata shall have exclusive jurisdiction in the adjudication of any dispute which may arise hereunder.

Dated this the …………...... ……. Day of ……………………..

Witness

(Signature) (Signature)

(Name) Bank Rubber Stamp (Name)

(Official Address) Designation with Bank Stamp Plus Attorney as per Power of Attorney No.

Dated:

Notice Inviting e-Tender P a g e ||| 575757

ANNEXURE – V

Manufacturer’s Authorization Letter (if applicable)

TENDER NOTICE NO. ______Date ______

To

WHEREAS ______who are official producers of ______and having production facilities at ______do hereby authorize ______located at ______(hereinafter, the “Bidder”) to submit a proposal of the following Products produced by us, for the Supply Requirements associated with the above Tender

When resold by ______, these products are subject to our applicable standard end user warranty terms.

We assure you that in the event of ______, not being able to fulfill its obligation as our Service Provider in respect of our standard Warranty Terms we would continue to meet our Warranty Terms through alternate arrangements and also provide spares in accordance with the Tender for the period of 7 years.

Name In the capacity of

Signed

Duly authorized to sign the authorization for and on behalf of : ______

Dated on ______day of ______, ______.

Note: This letter of authority must be on the letterhead of the manufacturer, must be signed by an authorized person of the organization who is competent and having the power of attorney to bind the Producer, and must be included by the Bidder in its bid as specified in the Instructions to Bidders.

585858 ||| P a g e Notice Inviting e-Tender

ANNEXURE – VI

PROPOSED LAYOUT

______