Notice Inviting e-Tender P a g e ||| 1

NIT [ NOTICE INVITING e-TENDER ]

No. : WBKP/CP/NIT -134/ANPR SYSTEM/TEN, Dated : 04.03.20 20

e-Tender FOR SUPPLY, INSTALLATION, COMMISSIONING & MAIN TENACE OF AUTOMATIC NUMBER PLA TE RECOGNITION (ANPR) SYSTEM FOR USE OF POLICE

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

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

TABLE OF CONTENTS NOTICE INVITING e-TENDER ...... 3 PART – A 4 I. DEFINITIONS ...... 4 II. INTRODUCTION ...... 4 III. SCOPE OF WORK ...... 4 IV. PRE-BID QUALIFICATIONS ...... 7 1. Company Registration : ...... 7 2. Trade Licence/Professional Tax/IT Return : ...... 7 3. Undertaking Regarding Blacklisting : ...... 7 4. Undertaking Regarding Acceptance of the Terms & Conditions :...... 7 5. Insolvency/Criminal Activities : ...... 7 6. Annual Turnover :...... 8 7. Credentials : ...... 8 8. Work Experience : ...... 8 9. PAN No. : ...... 8 10. Goods & Services Tax (GST) : ...... 8 11. Employees/Manpower under the Bidder : ...... 8 12. Authorization/OEM Certificate : ...... 8 13. Proprietary Article Certificate : ...... 8 14. Solvency Certificate : ...... 8 V. INFORMATION FOR THE BIDDER ...... 8 1. Responsibility : ...... 8 2. Office for Communication : ...... 8 3. Brochures : ...... 8 4. Earnest Money Deposit (EMD) : ...... 8 5. EMD Exemption :...... 8 6. Preference for Govt. Organisation : ...... 8 7. Taxes & Other Clearance Certificates : ...... 9 8. Pre-Bid Meeting : ...... 9 9. Canvassing : ...... 9 10. Site Inspection : ...... 9 11. Type of Bid : ...... 9 12. Submission of Bids : ...... 9 13. Evaluation Process : ...... 10 14. Demonstration : ...... 10 15. Tender Acceptance & Rejection : ...... 10 16. Letter of Intent/Acceptance (LoI/LoA) : ...... 11 17. Work Order : ...... 11 18. Security Deposit (SD) : ...... 11 19. Warranty & Maintenance :...... 11 20. Award of Contract : ...... 11 21. Delivery/Completion of Work : ...... 11 22. Supply of Stores/Execution of Works : ...... 11 23. Training & Technical Support : ...... 12 24. Payment : ...... 12 25. Penalty : ...... 12 VI. GENERAL TERMS & CONDITIONS ...... 12 VII. GROUND FOR BLACKLISTING : ...... 12 VIII. DISPUTES & ARBITRATION : ...... 13 IX. TERMINATION OF CONTRACT : ...... 13 X. Force Majeure Clause : ...... 13 PART – B 14 I. BILL OF MATERIALS & COMMERCIAL :...... 14 II. FUNCTIONAL REQUIREMENT : ...... 14 III. TECHNICAL SPECIFICATION : ...... 17 PART – C 24 I. GENERAL GUIDANCE FOR E-tENDERING : ...... 24 ANNEXURES 25 ANNEXURE – I ...... 25 ANNEXURE – II ...... 26 ANNEXURE – III ...... 27 ANNEXURE – IV ...... 28 ANNEXURE – V ...... 29 ANNEXURE – VI ...... 30 ANNEXURE – VII ...... 31

Notice Inviting e-Tender P a g e ||| 3

NOTICE INVITING E-TENDER e-Tenders are invited by the 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, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department of Kolkata Police . The detailed e-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, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department of Kolkata Police . Quantity 150 Cameras at 75 Locations. Estimated Cost Rs. 6,09,90,000/- (Rupees six crore nine lakhs ninety thousand) only Earnest Money Deposit Rs.13,00,000/- (Rupees thirteen lakhs) only through online submission. No alternative will be accepted. Type of Bid Two-bid systems (Technical & Financial Bid). Date of Uploading of NIT Documents Online 04.03.2020 at 15.00 hrs. (Publishing Date) Documents Download start Date & Time (Online) 04.03.2020 at 15.00 hrs. Pre-Bid meeting Date & Time will be held on 16.03.2020 at 15.00 hrs. Bid submission Start Date & Time (Online) 20.03.2020 at 15.00 hrs. Documents Download End Date & Time (Online) 27.03.2020 up to 15.00 hrs. Bid submission Closing Date & Time (Online) 27.03.2020 up to 15.00 hrs. Technical Bid opening Date & Time 30.03.2020 at 15.00 hrs. Technical Demonstration Date & Time To be intimated later. Financial Bid Opening Date & Time To be intimated in due course. Delivery Period 60 days from the date of issuance of Work/Supply Order. Validity of Offers 180 days from the date of opening of Financial Bid. Office of the Commissioner of Police, Kolkata. Tender Opening Location 18, Lalbazar Street, Kolkata – 700 001. Tender Section – 18, Lalbazar street, On any working Kolkata - 700 001. day during office Contact Details (Ground floor of Kolkata Police Hqrs.) hours (10:00 hrs. Phone : (033) 2250 5275, to 17:30 hrs.) Mob. : 9830389446. e-Mail – [email protected] Bidders are requested to read the instruction carefully before submission of e-Tender.

Sd/- for Commissioner of Police, Kolkata

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

PART – A

I. DEFINITIONS i) “Bidder” means a bidder/firm/agency who has responded to this Tender Document by submitting his Technical and Financial Proposal. 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). v) “Government” means the Government of . vi) “Party” means Kolkata Police or the Contractor, as the case may be, and “Parties” means both of them. vii) “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. INTRODUCTION The primary objective of Kolkata Police is to enhance safety and security, improve efficiency of services and promote a better quality for the citizens. In order to achieve these objectives, Kolkata Police desires to foster the development of a robust ICT Infrastructure that supports digital applications and ensures seamless steady operations for traffic management, traffic enforcement and real time tracking of traffic status. As a significant step towards transforming the city of Kolkata in to a Global City, the Police Department has decided to upgrade its current capabilities by leveraging leading technology – based tools and be able to deliver policing services that are on par across Global Cities. This is in line with the State Mission Statement “Safe Drive, Save Life” under Safe City Project (Ph-II). Kolkata Police has already installed RLVD with ANPR System at 15 important intersections in Kolkata in order to monitor and prosecute red light violation and movement of suspicious vehicles. Currently about 20,000 cases are prosecuted in this 15 locations per month through the RLVD System. Presently vehicles often stop on the zebra crossing at red lights, impeding smooth pedestrian crossover and endangering pedestrian safety. Through the RLVD System, monitoring of red light violation as well as behavioural practices of drivers can be improved which consequently will also increase pedestrian safety. In order to implement this traffic monitoring strategies efficiently installation of more RLVD and ANPR Systems are necessary. Further installation of ANPR Cameras at various entry and exit points of Kolkata will help to evaluate and detect the movement of all incoming and outgoing vehicles to and from the city. If the cameras are installed at important stretches of roads and intersections, the whereabouts and movement of any vehicle within the city can be traced and various details such as registration number, classification of vehicles can be obtained. Important data such as vehicular volume and type at different times of the day at particular bounds can also be gathered. Kolkata Police, under the purview of this project has planned to install – ANPR System at 75 locations having road width of 7.0 Meter, both bound. III. SCOPE OF WORK Kolkata Police has planned to install state of the art technology-driven solutions across the city to address the concern of increased traffic accidents, traffic congestions and ensuring smooth and safe flow of traffic. The proposed ANPR Systems will have to be planned with a scope for integrated traffic management system to meet the current and future requirement of the city. The implementation will be planned in phases starting with the priority locations. The current plan is focused for infrastructure building with minimum traffic enforcement systems like ANPR, sending alerts to Police for blacklisted vehicles of state/national level to track. The solution will be designed with high scalability to grow vertically and horizontally to accommodate new requirements within the lifecycle of 05 – 07 years period. Notice Inviting e-Tender P a g e ||| 5

a) Phase-wise Project Implementation : Kolkata Police intends to implement the project in well-planned phased manner with each phase clearly demonstrating value to all beneficiaries of the project. A phased agile approach with each phase demonstrating standalone benefits also ensures: • Timely integration with other planned and future resilient, smart, safe and security city initiatives, • Early gains for the benefit of all beneficiaries of the project, • Preparedness for downstream impact with resource and internal capacity building, • Distributed project costs across multiple phases. b) Scope Summary : The selected System Integrator (SI) will be responsible for successful implementation and delivery of the following systems and capabilities linked with each system: # Category Summary Scope Description Supply, Installation, Testing, Commissioning, Training, Automatic Number Plate 1 Handover and Support (for 3 years) of ANPR Systems, at 75 Recognition System locations. 2 Last Mile Network Between Edge devices & Junction aggregation points. ANPR with provision to integrate with future third party 3 Application Portfolio software / applications. Connectivity to Headquarter at Lalbazar for central 4 Control Room command and control. ° Provision of 24/7 Help Desk System for technical / operational support. 5 Helpdesk & FMS ° Maintenance of IT / Non – IT infrastructure. ° Providing Technical & Operational Manpower for seamless system operations. Phase wise project go – live with incremental phase wise 6 Project Go – Live Period integration, if any. Maintenance & Operations 7 3 years after Go – Live. Support c) Site Survey : Conduct a detailed assessment, site survey and develop a comprehensive project plan, including : • Assess the existing infrastructure available at the aforementioned locations • Conduct site surveys to finalise the locations of cameras, controllers, locations and height of poles, cantilever, junction box, cable routing, etc. • Finalisation of detailed technical architecture, gap analysis and project plan • Develop management plans for individual locations with pre – planned intervention strategies for special scenarios • Obtain site clearance obligations and other relevant statutory permissions d) Design, Supply, Installation & Commissioning : It includes the design, installation and commissioning of the following components: • Automatic Number Plate Recognition (ANPR) System e) Provisioning Network Connectivity : Network connectivity includes design, supply, installation and commissioning of network backbone for successful implementation and functioning of this project involves : • Procurement of network bandwidth services for a period of three years after go – live, which may be extended by Kolkata Police, if required. • Integrating the aforementioned locations with Central Headquarter at Lalbazar. f) Capacity Building : The objective of Capacity Building initiatives is to empower the direct users and other stakeholders to optimally use the system and enhance the outcomes in policing, traffic law enforcement and other core police functions. Success of this Project, both in short term as well as long term, has unswerving dependency on the officials trained on tools and applications. Drawing upon the diverse challenges expected for the

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

implementation of this Project, specifically the workforce challenges, it is apparent that Capacity Building is the need of the hour to further ensure that this Project is a success. f) Proposed 75 Locations of ANPR Cameras : Sl. Traffic Guard Locations of ANPR cameras for 7 Meter Lane Bound No. ESPLANADE CROSSING FOR LENIN SARANI EAST TEA BOARD CROSSING WEST & SOUTH 1 HEAD QUARTER HARE STREET & STRAND ROAD NORTH B B D BAG EAST & MANGO LANE NORTH & SOUTH 2 M G ROAD & KALAKAR STREET EAST & WEST SHYAMBAZAR 5 POINT CROSSING EAST & WEST I/F/ CITPORE PS NORTH & SOUTH 3 SHYAMBAZAR R D STREET & R G KAR ROAD SOUTH & NORTH KVV AVENUE & GALIFF STREET NORTH & SOUTH J M AVENUE & BEADON STREET EAST & WEST 4 JORABAGAN B K PAUL & RABINDRA SARANI NORTH & SOUTH I/F/O DENTAL COLLEGE NORTH & SOUTH PHILIPS MORE EAST & WEST BELIAGHATA ROAD & CANAL WEST ROAD EAST & WEST 5 SEALDAH AND M G ROAD EAST & WEST ON N C STREET IN BETWEEN LENIN SARANI & HIND CINEMA NORTH & SOUTH BELIAGHATA MAIN ROAD & CANAL WEST ROAD SOUTH MOULALI ON LENIN SARANI EAST LITTLE RUSSEL & MIDDLETON STREET EAST & WEST RIPON STREET & R A KIDWAI ROAD NORTH & EAST AJC BOSE ROAD & NORTH & WEST S N BANERJEE ROAD & R A KIDWAI ROAD WEST & SOUTH 6 SOUTH AJC BOSE ROAD & CAMAC STREET EAST & WEST J L NEHRU ROAD & MIDDLETON STREET NORTH & SOUTH W/S/O AJC BOSE FLYOVER EAST & WEST ON MAYO ROAD NEAR RED ROAD WEST ON DUFFERIN ROAD NORTH WESTERN SLOPE OF MAA FLYOVER AT 7 POINT EAST & WEST WESTERN SLOPE OF NO. 4 BRIDGE ON DARGA ROAD EAST & WEST E/S/O AJC BOSE FLYOVER ON CIRCUS AVENUE EAST & WEST 7 EAST & ELGIN ROAD NORTH & SOUTH AMIR ALI AVENUE & GURUSADAY DUTTA ROAD NORTH & SOUTH MULLICK BAZAR CROSSING NORTH & SOUTH N/S/O GARIAHAT FLYOVER NORTH & SOUTH GARIAHAT CROSSING EAST & WEST 8 SOUTH EAST GOLPARK CROSSING ON SOUTHERN AVENUE EAST & WEST SOUTHERN AVENUE & JATIN BAGCHI ROAD NORTH & SOUTH ATM ROAD & ELGIN ROAD EAST & WEST HAZRA CROSSING NORTH & SOUTH 9 BHAWANIPORE HARISH MUKHERJEE RD . & SAMBHUNATH PANDIT RD . NORTH & EAST ON BELVEDERE ROAD NEAR ZEERUT BRIDGE NORTH & SOUTH AJC BOSE ROAD & D L KHAN ROAD ALL BOUND SAHAPUR ROAD & N R AVENUE FOR SAHAPUR ROAD WEST REMOUNT ROAD & BHUKAILASH ROAD NORTH & SOUTH HIDE ROAD & TRANSPORT DEPOT ROAD NORTH & SOUTH 10 SOUTH WEST TARATALA ROAD & NATURE PARK EAST & WEST TARATALA CROSSING NORTH & SOUTH CGR ROAD & HIDE ROAD EAST & WEST ON K P ROAD NEAR BAPU GATE EAST & WEST CGR ROAD & SATYA DACTER ROAD SOUTH 11 VIDYASAGAR G R ROAD & NEPIER ROAD EAST & WEST STRAND ROAD & KINGS WAY NORTH & SOUTH KHIDDIRPORE CROSSING NORTH & SOUTH MANICKTALA CROSSING ALL BOUND AUROBINDO SARANI & GOURI BARI LANE EAST & WEST 12 ULTODANGA BIDHAN SARANI & EAST & WEST R D STREET & VIVEKANANDA ROAD NORTH & SOUTH BELIAGHATA MAIN ROAD & CIT ROAD EAST & WEST 13 BELIAGHATA BELIAGHAT MAIN ROAD & CANAL EAST ROAD SOUTH 14 TOLLYGUNGE ALIPORE ROAD & GOBINDO AUDDY ROAD NORTH & SOUTH Notice Inviting e-Tender P a g e ||| 7

Sl. Traffic Guard Locations of ANPR cameras for 7 Meter Lane Bound No. DPS ROAD & T C ROAD CROSSING ALL BOUND MAHABIRTALA CROSSING EAST & WEST GOBINDO KHATIK ROAD & PULLIN KHATIK ROAD NORTH & SOUTH 15 PARK CIRCUS DONBOSCO ISLAND ALL BOUND 16 JAMES LONG SARANI JAMES LONG SARANI & RAI BAHADUR ROAD NORTH & SOUTH 17 D H ROAD ON D H ROAD NEAR ASHOKA CINEMA NORTH & SOUTH ON N S C BOSE ROAD NEAR MALANCHA CINEMA EAST & WEST 18 REGENT PARK UTTAMKUMAR SARANI NEAR KISHORE KUMAR STATUE NORTH & SOUTH ON DPS ROAD NEAR BANGUR HOSPITAL NORTH & SOUTH P.S. ALL BOUND 19 JADAVPUR ON P A SHAH RD NEAR MALL EAST & WEST 20 GARIA BAGHA JATIN MORE NORTH & SOUTH 21 PURBA JADAVPUR P A SHAH CONNECTOR & PURBACHAL MAIN RD EAST & WEST 22 TILJALA BONDEL GATE RD FLYOVER & PICNIC GARDEN EAST & WEST 23 THAKURPUKUR JAMES LONG SARANI & M G RD NORTH & SOUTH IV. PRE-BID QUALIFICATIONS 1. Company Registration : The responding Bidder should be registered under statutes of . The organization should be of repute and be incorporated/registered in India. 2. Trade Licence/Professional Tax/IT Return : The responding Bidder should have valid Trade Licence issued by the competent authority for similar type of works and also valid Professional Tax Certificate & Income Tax Clearance Certificate. 3. 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 (Annexure-III), 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 (L 2) 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. The bidders will have to furnish an undertaking in this matter in the form as given in Annexure-III. 4. Undertaking Regarding Acceptance of the Terms & Conditions : The bidders shall have to submit an undertaking regarding acceptance of the Terms & Conditions of the NIT in Annexure-I. 5. Insolvency/Criminal Activities : In case of partnership/other firm – a) None of the partners/owner should be insolvent, in receivership, bankrupt or being wound up and their affairs are not being administered by the Court or a judicial officer, their business activities have not been suspended and subjected to any legal proceedings. b) None of the partners/owner should have been convicted of any criminal offence related to professional conduct or of the making of false statement or misrepresentation as to their qualifications. c) The act of the breach of performance of the contract by any of the partners shall be binding on the firm. d) The bidder shall be construed to mean the prime bidder and all clauses as are applicable to a bidder shall also be applicable to the prime bidder.

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

6. Annual Turnover : The bidder is desirable to have had an Annual Turnover of Rs.3.5 crores only for the last financial year. A certificate from Chartered Accountant should be attached stating the annual turnover. 7. Credentials : Documents in the form of work completion certificates & payment certificates of executing similar nature of works done not less than 50% of the estimated cost, which is applicable for eligibility in this tender. 8. Work Experience : The Bidder is desirable to have experience in the relevant field for at least last 3 (three) years. 9. PAN No. : The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India. 10. Goods & Services Tax (GST) : The bidder should have Goods & Services Tax Identification Number (GSTIN) in India in its name. 11. Employees/Manpower under the Bidder : The bidders should have sufficient no. of technically qualified support staff on their roles. A declaration in this respect has to be submitted. 12. Authorization/OEM Certificate : 1. OEM producing the item proposed by the bidder shall not have been blacklisted by any State/Central Government Department or Central/State PSUs as on bid submission date. 2. Copy of Tender Specific Authorization Certificate from Manufacturer/Authorised Dealer should be submitted (Annexure-V) for all products to be supplied otherwise the bid may be rejected. 13. Proprietary Article Certificate : In case the bidder is OEM i.e. Manufacturing Units, he will have to submit authentic documents/ Propriety Article Certificate. 14. Solvency Certificate : The Bidder is desirable to submit a Solvency Certificate from a Nationalize Bank/CA. V. INFORMATION FOR THE BIDDER 1. Responsibility : It is the responsibility of the Bidders to submit 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 from the authorized offices of Kolkata Police mentioned on Page.3 of this document. If required Kolkata Police may issue corrigendum during this tender period. 2. Office for Communication : The Bidder is desirable to have an office in West Bengal and service delivery centre at Kolkata. The Bidder should mention in detail their support infrastructure including Address, Contact Phone/Mobile No., Fax No., e-Mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured. 3. Brochures : Scan copy Brochures (Product Catalogue) of the item(s) must be uploaded in the e-Tender portal. 4. Earnest Money Deposit (EMD) : Intending bidder has to deposit the Earnest Money Rs.13,00,000/- (Rupees thirteen lakhs) only through online submission. No alternative will be accepted. Annexure-II may be referred for this purpose. 5. EMD Exemption : Firms registered as a Small Scale Industry/MSME/NSIC/C&SSI Department, West Bengal may, however, be exempted from depositing Earnest Money on production of satisfactory documents in support of their claim. 6. Preference for Govt. Organisation : The products of (1) Regd. SSI Unit of the State (2) S tate Govt. Undertakings/Organizations owned/ managed by the State Govt. and (3) State based Medium Scale/Large Scale Units may be given Notice Inviting e-Tender P a g e ||| 9

preference, if quality is found satisfactory, in terms of the relevant rules of WBFR Vol-I (Since amended) & Finance Deptt. Notification, Govt. of W.B. issued from time to time. 7. Taxes & Other Clearance Certificates : a) All bidders shall have to submit copy of the valid Trade License , 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. 8. Pre-Bid Meeting : Pre-bid Meeting will be held on 16.03.2020 at 15.00 hrs. in Lalbazar Kolkata Police Headquarters with the interested bidders. Bidder can send their queries through e-mail to Tender Section, KPD ([email protected]). Participation in the Pre-Bid Meeting will be limited to two persons per bidder along with valid authorization. 9. Canvassing : Any attempt of canvassing on the part of the bidders will render their tender liable to rejection summarily. 10. Site Inspection : Intending bidders may visit and inspect the site on any working day during office hours under intimation to concerned office. 11. Type of Bid : The tender shall comprise of two-bid systems namely – (i) Technical (Fee/PreQual/Technical) - The technical bid consisting of all technical details along with commercial terms and conditions; (ii) Financial (Finance) – Financial bid indicating item-wise price for the items mentioned in the BoQ. 12. Submission of Bids : Tenders are to be submitted online within the prescribed date & time using the Digital Signature Certificate (DSC). A) Technical Proposal – Scanned documents (.PDF) will have to be uploaded under the cover named “Fee/PreQual/Technical” containing the following folders : i) EMD/Exemption Certificate (i.e. proof of RTGS/NEFT or SSI/NSIC/MSME certificates), ii) NIT (i.e. scanned copy of NIT), iii) Technical Documents (i.e. Compliance of Technical Specifications, Product Catalogue/Brochure etc.), iv) Other Important Documents (OID) – The following documents must be uploaded, otherwise bids could not be submitted online : Sl. Category Sub-Category Detail(s) No. Name Description • GSTIN • PAN A. Certificate(s) Certificate(s) • P Tax (Challan) • Latest IT Acknowledgement • Bank Solvency • 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) • Work Completion Certificates C. Credential Credential • Payment Certificates Financial P/L and Balance • Balance Sheet (Last 3 years). D. Info Sheet • Profit & Loss A/c (Last 3 years). • Undertaking Regarding Blacklisting to be submitted as per Annexure – III . E. Declaration Declaration • Undertaking regarding acceptance of Terms & Conditions of NIT as per Annexure – I. Employee/ F. Manpower • Self Declaration Technical Personnel

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

v) Other Documents – (i.e. documents are not listed in the Table above), vi) Checklist (as per Annexure - VII ). B) Financial Proposal – Financial bid should be uploaded under the cover named “Finance” containing the folder BOQ. a) 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 shall have to be mentioned separately in the columns provided for the purpose. b) The BOQ must not be modified/replaced by the bidder. The bidder should upload the downloaded BOQ after filling the relevant columns; else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only. 13. Evaluation Process : A) Opening of Technical Proposal – i) A Committee comprising of senior officers of Kolkata Police will open and assess the Technical bid of the Tender. ii) Cover for technical documents will be opened. Decrypted (transformed into readable formats) documents will be downloaded & handed over to the “Tender/Technical Committee”. If there is any deficiency in the documents the tender will summarily be rejected. iii) Bidders are requested to remain present with the identical hard copies of the documents which were uploaded by them at the time of submitting of the bid personally on the day of opening of Technical Bid so that those can be checked in case of any confusion such as illegibility. iv) During evaluation the committee may summon the bidders & seek clarification/ information or additional documents or original hard copy of any of the documents already submitted. v) If any bidder fails to produce the original hard copies of the documents on demand of the “Tender Committee” within a specified time frame and 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 action may be referred to the appropriate authority for prosecution as per relevant law. vi) Summary list of technically qualified bidders will be uploaded online. B) Opening of Financial Proposal – The Financial bids of technically qualified bidders only will be considered for financial bid evaluation. Lowest financial bid will be designated as L1. Second lowest as L2 and so on. 14. Demonstration : The demonstration of the item/equipment, will have to be arranged by the bidder before the Tender committee during technical evaluation on a convenient date after opening of the technical bid. If any or all the items/equipment are not found suitable and/or up to the mark by the members of the Tender Committee, the same shall be liable to be rejected. The decision of Tender Committee and/or any other Committee constituted for the purpose will be taken as final. The bidder is liable for the cost of equipment/product of demonstration and the Commissioner of Police Kolkata will never accept the demonstrated items for his own purpose at the time of delivery. 15. 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 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) 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. Notice Inviting e-Tender P a g e ||| 11

16. Letter of Intent/Acceptance (LoI/LoA) : i) On completion of e-Tender formalities, Letter of Intent (LoI)/Letter of Acceptance (LoA) will be issued in favour of the selected bidder (L1). ii) 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. iii) Commissioner of Police, Kolkata reserves the right for placement of work order at any time during the validity period of the tender and the contractor will be bound to execute the work as per accepted rate. 17. Work Order : Work order will be issued subsequently after completion of required formalities. 18. Security Deposit (SD) : i) The contractor shall have to deposit a sum equivalent to 10% of the total value of the Work Order (excluding admissible Taxes/GST) as Security Deposit in the form of 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) valid till the expiry of the warranty period and to furnish an undertaking in the prescribed form (Annexure-IV ) and also execute an agreement within 10 days from the date of issue of the Work Order failing which the Letter of Acceptance (LoA)/Work Order may liable to be cancelled. ii) The Security Deposit will be released after completion of the whole project i.e. after satisfactory completion of the warranty period. Security Deposit will not carry any interest. iii) In the event of the contractor fails to make Security Deposit, Commissioner of Police, Kolkata may, at his discretion, forfeit the earnest money lodged with this tender and cancel the LoI/LoA. 19. Warranty & Maintenance : a) Contractor will have to give 03 (three) years comprehensive warranty on all components from the date of acceptance of supplied item(s). After completion of comprehensive warranty period Kolkata Police may go for fresh AMC with the supplier @5% of the total project cost per annum for the period of further 02 (Two) years. Hence bidder should maintain sufficient stock of spares with them even after the expiry of the warranty period. b) The Contractor is liable for repairing all or any sort of damage detected during the warranty period completed free of cost. c) During the warranty period no active component should be declared “End of Life” . In case it is declared “End of Life” during this period, the vendor has to replace such equipment at their own cost. A letter of Confirmation by OEM shall be mandatory. The rate should be quoted inclusive of warranty. d) Separate SLA will be signed with the contractor for warranty & support after supply of the equipments . 20. Award of Contract : The Award of Contact will be notified through West Bengal e-Tender portal. 21. Delivery/Completion of Work : The delivery/completion of work period shall in no case exceed a period of 60 days of the issuance of Work Order/Supply Order. The Commissioner of Police reserve the right to extend the delivery period against any satisfactory reason thereafter. 22. Supply of Stores/Execution of Works : i) The Contractor shall be liable to supply/execute 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 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 LoI and the Contractor is bound to supply the tendered item as per accepted rate of the respective tender. ii) If the Contractor 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 delay.

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

iii) The Contractor shall provide, at his own expense, all tools, plant, implements, packing, coolie hire charges etc. 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) Hard & Soft Copies of operating & technical literature both in English are required at the time of supply of the stores. 23. Training & Technical Support : The after sale training, technical support during Warranty for the tendered item(s) should be done by the Contractor “Free of Cost”. An Undertaking should be submitted along with the bid. 24. Payment : a) The process of payment will be initiated only after receiving a satisfactory certificate by the Acceptance Committee to be formed for this purpose after completion of supply/work. b) The mode of payments to be made in consideration of the work to be performed by the bidder shall be as follows : • 50% of the total project cost – On completion of supply. • 40% of the total project cost – On acceptance, testing & independent Go-Live. • 10% of the total project cost – After One (01) year of Go-Live of the project. 25. Penalty : The uptime of the entire system should be 95%. Penalty for non compliance of system uptime will be 0.5% of the project cost for each month. VI. GENERAL TERMS & CONDITIONS 1) It should be noted that the Contractor will be selected purely on “PROVISIONAL BASIS”. 2) Any attempt of canvassing on the part of a bidder will render his tender liable to rejection summarily. 3) 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 thereof. 4) 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 cancel the contract and forfeit the Security Deposit and the Contractor shall have no claim for loss thereby resulting to him on any account whatsoever. 5) Any breach by the Contractor 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 Contractor. 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. 6) In the event of failure to supply the articles/execute the work according to approved commodities/ samples as agreed upon by the Contractor, the contract will be stand as cancelled. 7) 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 01 (one) year. 8) 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 Contractor accordingly and the tender shall thereupon be considered as a tender for the quantity so accepted. 9) 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. VII. GROUND 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, Notice Inviting e-Tender P a g e ||| 13

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/Work Order due solely to his fault or negligence within the prescribed period as mentioned in the detailed tender notice. ii) Failure 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) Assignment and sub-contracting of the contract or any part thereof iv) Unsatisfactory progress in the delivery/execution of goods/items/work in case of procurement, v) Supply of inferior quality of goods/service/work, as per accepted specification/sample/ specimen of item(s). vi) Any other reason, which the procuring entity deems it logical to include in the contract, duly agreed by the Contractor. vii) Failure of supply/execute within the stipulated period of time to be mentioned in the supply order/work order. VIII. DISPUTES & ARBITRATION : In case of any dispute or differences, 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 decision of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to whom the matter is 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 on the ground 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. IX. TERMINATION OF CONTRACT : Kolkata Police may without prejudice to any other remedy or right of claim for breach of contract, terminate the contract in whole or in part by giving a notice of not less than 30 days to the contractor : a) If the contractor (Bidder) materially fails to render any or all the services within the time period(s) specified in the contract or any extension thereof granted by Kolkata Police in writing and fails to remedy its failure within a period of thirty (30) days after receipt of the default notice form Kolkata Police. b) If the contractor in the judgment of Kolkata Police has engaged in corrupt or fraudulent practices in competing or in executing the contract. X. 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, epidemics, quarantine restrictions, freight embargoes etc.

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

PART – B

I. BILL OF MATERIALS & COMMERCIAL : Sl. Rate Total Amount Name of Item Unit Qty. Make & Model GST No. (Rs.) (Rs.) 1 ANPR Server Nos. 75 Bidder to specify 2 ANPR Camera Set Nos. 150 Bidder to specify 3 Continuous Light Nos. 150 Bidder to specify 4 Surveillance Class SD Card Nos. 150 Bidder to specify 5 Video Management Software Channel 150 Bidder to specify 6 Video Management Software Lane 150 Bidder to specify 7 Hardware Server for VMS Nos. 1 Bidder to specify 8 Storage Box Nos. 1 Bidder to specify 9 Managed Network Switch Nos. 75 Bidder to specify 1 KVA Online UPS with 1 Hour 10 Nos. 75 Bidder to specify backup 11 All site accessories & Connectivity LS 75 - II. FUNCTIONAL REQUIREMENT : 1. a) The ANPR System will consist of high speed cameras. The precise configuration of ANPR Systems varies depending on the Manufacturer of the equipment and the specific operational deployment. The cameras need to work on 24/7 basis and capture vehicle number plates. b) The proposed system should integrate with CCTV ANPR cameras such that Kolkata Police would have the capability to issue challan based on reading of the Registration Plate. The updated address of the owner can be received from integration with Insurance companies and RTO. c) The strategic intent of the ANPR system is “to target criminals through their use of the roads”. The ANPR strategy shall help to achieve the following policing objectives: i) Increase public confidence and reassurance. ii) Increase the number of offences detected. iii) Reduce the occurrence of incidents, and thus. iv) Reduce road traffic casualties. d) The ANPR system is to ensure the vehicle images are up to standard. The ANPR technology shall be reliable and the system shall be able to offer accuracy of at least 85% during day time and 65% during night time for all types and classes of vehicles in free flow traffic environment with road side street lighting. e) The system shall capture license plate while vehicle is flowing and whatever vehicle, driver details as possible. It shall display number plate image along with ANPR data to manually edit if required. The Data shall be stored centrally over Fiber, 3G/4G network. f) The System should capable of addressing the following queries: i) When did a particular vehicle enter and depart the area. ii) Route taken for entry and exit. iii) All vehicles entering/leaving during a particular time interval. 2. Information to be analysed at Lalbazar : a) The ANPR System application shall enable monitoring of vehicle flow at strategic locations. The system shall support real time detection of vehicles at the deployed locations, recording each vehicle, reading its number plate, database lookup from central server and triggering alarms/alerts based on the vehicle status and category as specified by the database. b) The system should have the option to input certain license plates according to the hot listed categories like “Wanted”, “Suspicious”, “Stolen”, etc. by authorised personnel. The system should be able to analyse input data and generate automatic alarms to alert control room personnel for further action, in the event of detection of any vehicle falling in the hot listed categories. Notice Inviting e-Tender P a g e ||| 15

3. Role Based Access to the Systems : a) Various users should have access to the systems using a single sign-on and should be role based. Different roles which could be defined (to be finalised at the stage of implementation) could be Administrator, Supervisor, Officer, Operator, etc. Apart from role based access, the systems should also be able to define access based on location. b) Other minimum features required in the role based authentication systems are as below: i. The management module should be able to capture basic details (including mobile number and e-mail ID) of the Police Personnel and other personnel requiring Viewing/ Administration rights to the system. There should be interface to change these details after proper authentication. ii. Rights to different modules/sub-modules/functionalities should be role based and proper log report should be maintained by the system for such access. iii. The systems should be login name and password enabled to ensure that only the concerned/authorised personnel are able to log in to the systems. iv. There should be provision to specify hierarchy of operators/officers for control of the cameras from the various locations. v. The number of users shall increase as per phase wise implementation. The System Integrator is expected to estimate and provision the same based on the phase wise implementation requirements. vi. Windows Active Directory/LDAP or any such system can be used to design role based access. 4. Management/Integration Functionality : a) The systems shall offer centralised management of all devices, servers and users. b) The systems should not have any limit on the number of cameras to be connected. Any increase in the number of cameras should be possible by augmentation of hardware components and software licenses. c) Every traffic rule violation shall have date, time, source camera location, FPS, etc. watermarked. These attributes shall be finalised at the system design stage. d) It should be possible to integrate the systems with other third party software, to enable the users develop customised applications for enhancing the use of systems. e) The management system shall store the overall network elements configuration in central database, either on the management server or on a separate database server on the network. f) The systems should be able to be integrated with Event Management/Incident Management System, if implemented by Kolkata Police at a later date. 5. System Administration Functionalities : a) The System Administration Server shall provide a feature-rich administration client for system configuration and day-to-day administration of the systems. b) The System Administration Server shall support different logs related to the Management Server – i. System Log. ii. Audit Log. iii. Alert Log. iv. Event Log. 6. Rules : The systems should support the use of rules to determine when specific actions occur. Rules shall define what actions shall be carried out under specific conditions. The systems should support rule initiated actions, such as: a) Send notifications via e-mail. b) Pop-Up/Alarm/Alert on. 7. Client System : The Client System should provide remote users with rich functionality and features as described below: a) Viewing live status of traffic junctions. b) Browsing traffic data from storage systems. c) Creating and switching between multiple views.

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

d) Using digital zoom on images captured by traffic enforcement systems. e) Getting quick overviews of detected alerts/events. f) Quickly searching stored data for processing/decision making. g) The module should include flexible access rights and allow each user to be assigned several roles where each shall define access rights to the systems. h) Basic application should be capable to accept third party generated events/triggers. i) The system should also automatically create tickets based on alarm type. 8. OCR accuracy should be at least 85% during day time and 65% during night time for all types and classes of vehicles. 9. Detection Zone for ANPR should be 30m or more. 10. Integrated external infrared capable to take images in night time and detect automatically number place at a distance of minimum 30m. 11. Camera based local storage should provided or offline storage during power cut or network down and after overcoming the problem the locally stored data to be transferred to centralised server. Details to be mentioned in the solution as well as in the unpriced BOM. 12. All the data to be kept for minimum 01 (one) year and storage to be proposed accordingly with sufficient scalability for enhance the locations as well as for keeping of data for further more years. 13. Integration with the RTO/Vahan database should be done for generation of different types of analytic reports. In this regard a online dashboard / portal to be developed for generation of different types of analytical reports. All types of customised reports should be generated like RTA wise / other State wise vehicle count with classification daily & hourly all types of report with comparison with two or three periods, inward and outward vehicle count in a particular period of date and time. 14. Electric connection will be facilitated by Kolkata Police at a point nearer to the place of installation. From that point rest of wiring to be done by the selected bidder. They will also responsible for installation of proper earting at all the outer location and its maintenance. For the purpose, Kolkata Police will bear the one-time installation of meter cost to CESC. In addition Kolkata Police shall bear the running cost of Electric Bill. 15. Sufficient stock of all the equipments and accessories including cameras to be kept for damage control system. 16. The uptime of the entire system should be 95%. Penalty for non compliance of system uptime will be 0.5% of the project cost for each month. 17. Three years onsite warranty should be provided for all the equipments including battery. Time bound support to be provided from Kolkata based support centre. 18. Challan system to be integrated with the existing e-Challan system of Kolkata Traffic Police. 19. Functional Specifications of ANPR : Sl. Specification Minimum User Requirement No. 1 Lane Coverage Each camera system shall cover road width of 3.5 meter or 7 meter or 10.5 meter and above. 2 Detection Zone 25 m to 30 m for ANPR data. 3 Maximum System captures clear images of all vehicles moving at a speed up to 120 km/hr. Vehicle Speed 4 Optical Character The system shall perform OCR (Optical Character Recognition) of the license plate Recognition characters in real time. (English alpha-numeric characters in standard fonts). OCR accuracy shall be at least 85% during day time and 65% during night time for high security standard plates. System is able to detect and recognize the English alphanumeric License plate in standard fonts and formats of all vehicles including cars, HCV, LCV and two wheelers. The system is robust to variation in License Plates in terms of font, size, contrast and colour. 5 Data capture and The OCR data of all vehicles along with the JPEG image of the vehicle etc shall be transfer automatically transferred immediately to the nominated server in the Control Room or Cloud storage. In case Vendor opt for Cloud storage solution, it should be with the most reputed company having server in India. Each vehicle record shall be a single file and shall contain, as a minimum, an ASCII header that contains the following : a) vehicle registration number b) date and time that the vehicle is identified c) OCR confidence level Notice Inviting e-Tender P a g e ||| 17

Sl. Specification Minimum User Requirement No. d) ANPR site location, with Latitude and Longitude It shall be possible to include one or more of the followings in the same single vehicle record : a) image of the number plate b) image of the front / rear of the vehicle from the ANPR IR camera, and/or c) wide angle vehicle / lane image (with additional scene camera). A detailed description of the file format can be finalized by the user to further develop post processing software. 6 Hot List creation The system shall have option to input certain license plates according to hot listed categories like “Wanted”, “Suspicious”, “Stolen” etc. The system can generate automatic alarms to alert the control room personnel for further action, in the event of detection of any vehicle falling in the Hot listed categories. 7 Alert Generation On successful recognition of the number plate, system shall be able to generate automatic alarm to alert the control room for vehicles which have been marked as "Wanted", "Suspicious", "Stolen", etc. 8 Data Storage The System shall store JPEG image of vehicle and license plate into a database management system like MySql, PostgreSQL etc. along with date timestamp and site location details, with Latitude and Longitude. 9 Data Retrieval The system shall enable easy and quick retrieval of snapshots and other data for and Reports post incident analysis and investigations. Database search could be using criteria like date, time, location and vehicle number. The system shall be abl e to generate suitable MIS reports as desired by the user. The system shall also provide advanced and smart searching facility of License plates from the database. 10 Context camera System should have possibility to add context camera 11 Network Connectivity from site to Control Room/Cloud should have sufficient bandwidth and compliant with 95% uptime for the overall system.)

III. TECHNICAL SPECIFICATION : Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) 1 ANPR Server Functional Parameters : a) The ANPR server should be capable of Vehicle type and colour recognition b) The ANPR server should be capable of License plate recognition and “no helmet” detection for motor bikes c) The ANPR server should have the option to work with Pluggable HDD for convenient installation and maintenance d) The ANPR Server should have Data network interfaces and management network interfaces to raise the system safety e) The ANPR server should consume low power and dissipate low heat Minimum Specification : HDD Storage 1 Number of 2.5’’ 1 TB HDD 1 Optical Interface, and Network Interface 4 10/100M self-adaptive Ethernet interfaces, 2 100/1000M self-adaptive Ethernet interfaces Audio Video Inputs 4-ch HDTVI video inputs IP Video Input Up to 12-ch 7 MP IP cameras connection Audio Input 1 - Channel Audio Output 1 - Channel Alarm Input 2 - Channel Alarm Output 2 - Channel USB Interface 2 × USB 2.0 RS-232 Interface 2 RS-485 Interface 2 UID indicator, Alarm indicator, Power indicator, Indicator Ready indicator Memory 2 x 2GB TX1 Chip 2 Button Power on/off, Reset

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

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) Power Supply 12 VDC/5A Operating -20 ºC to +55 ºC Temperature Operating Humidity 10% to 90%

2 ANPR Camera Set Software Features and Performance : Working Distance Up to 30 Meters or better Coverage 1 ~ 3 Lanes Capture Accuracy 99% or better LPR Accuracy 98.5% or better LPR Region India OCR On-board ANPR engine 50HZ: 1920*1080@50fps; Frame Rate 60HZ: 1920*1080@60fps Vehicle Type Car/Van/Bus/Truck/Others Video Compression H.265/H.264/MJPEG Streaming RTSP Configuration : Web Server Should be supported TCP/IP Server SDK/ISAPI Time Synchronisation NTP/Manually Software Update Web/SDK Data Transmission : FTP FTP, Multiple FTP Standard Protocols TCP/IP, HTTP, HTTPS, FTP, DNS, DDNS, RTP, RTSP, RTCP, NTP, UPnP, IPv6, UDP Serial Port 2 RS-485 ports, 1 RS-232 port Data Output SDK/ISAPI Trigger Mode : By Video Continuous video analysis with automatic vehicle detection, even without plate By External Interfaces I/O, RS-485 System : ANPR Camera 2 MP (1/1.8'' CMOS), max.1920 * 1080 or better Supplement Light 3 LED supplement lights, 850 nm, angle: 40° Programming ONVIF (Version 2.1), ISAPI Interface Lens 8~32mm @ F1.4, angle of view:42.5°~13.4°; 5.3~13mm @ F1.5~F2.8, angle of view: 85°~31° Operating System Linux Digital I/O 2-ch inputs, 2-ch outputs Connector Waterproof circular connector Protection Level IP67 Communication 1 RJ45 10M/100M/1000M self-adaptive Ethernet Interface interfaces Storage TF card, up to 128 GB Technical Data : Certifications CE, FCC, RoHS Operating and Storage -30 °C to +70 °C Temperature Operating and Storage 5% to 95% @ +40 °C, non-condensing Humidity Power Supply DC 24V Power Consumption Maximum 15W

3 Continuous Light Minimum Specification : Light Type High-power White Light LED LED Lamp Beads 16 or better Colour Temperature 5000K-7000K Angle of Light 10 ° Coverage Single Lane Effective Distance 16-25 m or better Notice Inviting e-Tender P a g e ||| 19

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) Trigger Frequency 15Hz~250 Hz Trigger Duty Ratio 1% -39% (Enter the protection state at Duty Radio ≥40%) Response Time ≤20us Day & Night Function Support ambient brightness detection, automatic start-up at low illumination (optional) RS485 1-ch ,support PC or camera connection (optional) Synchronous Interface 1-ch flicker trigger input, 1-ch capture trigger input and 1 channel synchronous flicker output (optional) Parameter Supports internal parameter settings, such as Configuration turn-on threshold of day and night function, flash and ultra-high frequency flash delay setting Power Supply AC220V±20% ,47Hz~63Hz;AC110V±20% ,47Hz~ 63Hz Operating -40 ℃~+70 ℃ Temperature Operating Humidity 10% ~90%, non-condensation Protection Class IP65 or better

4 Surveillance Class Minimum Specification : SD Card a) Should be ideal for CCTV Surveillance Storage b) Should be capable of High Speed Data transfer c) Should be of Class10/UHS-1 d) Should have option of password protection e) Should support SD SPI mode f) Should be designed for read intensive and write intensive cards g) Storage System should be FAT 12/16/ 32 and exFAT h) Should have Built-in write protection features (permanent and temporary) i) Should have Write Protect feature using mechanical switch j) Operation Temperature Range: -25°C~85°C k) Storage Temperature Range: -40°C~85°C l) Humidity: 95% RH under 25°C 5 Video a) Central Video Surveillance Management Service & Management i. Authenticates the Control Client access; manages the users, 6 Software roles, permissions and monitors devices ii. Provides the interface for third-party system integration b) VMS should be ONVIF Compliant c) Administration functions and operation functions are performed separately in the following clients: a) Web Client: All administration of VSM shall be performed using a web browser client via LAN, WAN or Internet. No client software is required for administration of the system b) Control Client: All security operator features shall be accessed through the Control Client connected to VSM via LAN, WAN, or Internet d) Should support H.264, H.265 encoding formats e) Should be able to add encoding devices to the VSM using the following discovery options: a) IP / Domain b) IP Segment c) Port Segment d) Batch Import f) When adding NVRs and Network Cameras, devices should have the option to automatically create logical areas by device name or add to an existing area g) When adding an NVR, user should be able to check online and offline status of NVR channels h) Recording: Should have the ability to configure camera recording schedule and Picture Storage

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

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) i) Event & Alarm: Shall have the ability to configure the alarm or event notification at central monitoring station j) Shall add the following Video Content Analysis (VCA) events from cameras: a) Motion Detection b) Line Crossing Detection c) Intrusion Detection d) Unattended Baggage Detection e) Object Removal Detection k) Should be able to batch add Health Monitoring events from Device l) Should support email linkage m) Should have the ability to associate a map with an alarm n) Should have the ability to trigger a pop-up window with an alarm event o) Map: Shall have the ability to create graphical maps and add cameras, alarm inputs and alarm outputs. Create map by importing images in JPEG, BMP, or PNG format p) Roles and Users: a) Should have the ability to create user profile groups defined as Roles b) Role shall be able to restrict user profile access for administration functions c) Resource: Each “Role” can sub-divide the system and shall allow or deny access to the following features on a per-camera basis: 1. Live View 2. Playback 3. Video Search 4. Download 5. Two-way Audio 6. PTZ Control 7. Search log by user accounts q) Security for Users: a) Lock IP Address b) Failed password attempts c) Configurable: 1 to 5 attempts d) Lock for: 10, 20, 30, 40, 50, or 60 minutes e) Should enable Maximum Password Age f) Auto Lock Control Client r) Control Client : The Control Client should be Windows-based software for security operators to access NVRs, and network cameras using authorized client login credentials. It shall provide multiple operating functionalities, including real-time live view, PTZ control, video playback and download/exporting, alarm management, VCA search, log query, and health monitoring module s) Should have the ability to view 3 auxiliary screens on 1 Control Client and should have the following modules and functions: i. Live View: 1. Ability to view up to 256 channels 2. Ability to auto switch to sub stream of Network Camera 3. The following functions are available on the tile toolbar for easy access to operator: • Capture: ability to save snapshots • Enable manual recording of displayed Network Camera • Enable and utilize two-way audio • Digital Zoom • 3D positioning for PTZ camera ii. Playback: 1. Ability to play back 1 to 16 cameras simultaneously 2. Clipping: ability to quickly export video clips 3. Digital Zoom Notice Inviting e-Tender P a g e ||| 21

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) 4. Video Export 5. VCA search 6. Should support clicking and playing directly after downloading with player 7. Should support customizing download time iii. VCA Search: 1. Should support Motion Detection 2. Should support Line Crossing Detection 3. Should support Intrusion Detection 4. Should support Unattended baggage detection 5. Should support Object removal detection 6. Should support Captured Vehicle Number Plate Search iv. Health Monitoring: Should have the ability to monitor all encoding devices, decoding devices, recording servers and Streaming Servers associated and the overall status of VMS itself v. Log: Search and view logs for the following : 1. Server Logs ° Operation Log, Server Logs -Operation Log ° System Log, Server Logs - System Log 2. Device Log 3. Log searches should be based on operation, user and time interval searches 7 Hardware Server Minimum Specification : for VMS Processor Intel® Xeon® E3-1220 V5 (4-Core, 3.0 GHz) Memory Minimum 16 GB DDR4 Network Interface 2 x Gbe Network Interface Card HDD for OS 1T SATA × 2, 3.5" Enterprise SATA 7.2k HDDs RAID RAID Controller with RAID 1 Operating System Windows Server 2008 R2 (64-bit) / Windows Server 2012 (64-bit) / Windows Server 2016 (64-bit)

8 Storage Box The Storage System should be so designed so as to ensure data storage for 01 (One) Year. Minimum Specification : Controller 64-bit multi-core processor, Dual Controller Disk Interface Minimum SAS/6TB or higher Network Protocol iSCSI, NFS, CIFS, FTP,HTTP, AFP, FCP RAID Level RAID 0, 1, 3, 5, 6, 10, 50, JBOD, Hot-Spare Hot-Swap Disk Has to be supported Storage Scalability Minimum 144 TB Hot Spare Disk At least one hot spare disk per 24 HDDs Disk Management Disk Detection Alert & Repair Alarm Modes Sound, Light, e-Mail, web Page Video Protection Lock key video, N+1 service protection, ANR, video loss detection and alarm Network Interface 4*1000M Ethernet Port per Controller, networ k redundancy Management Network 1*100M Ethernet interface / Controller Interface USB Interface 2 USB Interfaces per Controller COM Interface Minimum 1 miniSAS expansion Should be supported port Extended Storage Should support extended storage of minimum 144TB Working Temperature Storage: -20 ℃-70 ℃ Working Humidity Storage: 5%-90% RH (non-freezing, non- condensing) Power Supply Should have Redundant power supply Power Requirement Suitable adaptor should be supplied to make the

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

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) equipment work on 230V +10% or shall directly work with 230VAC power supply Certification CE, FCC, UL

9 Managed Minimum Specification : Network Switch Interface Switch Should have 8*10/100 Base-T and 2*10/100/1000 Base-T ports Performance The switch should have min 11.2Gbps switching capacity and min 8.3Mpps or higher forwarding rate. Jumbo frames up to 10K. Support min 8 K MAC addresses. Support 4K VLAN IDs L2 Features Port Based VLAN. Dynamic VLAN assignment. Should support Broadcast Storm Protection. Should Support Port Mirroring, IEEE 802.1d Spanning-Tree, IEEE 802.1w Rapid Spanning-Tree, IEEE 802.1s Multiple Spanning-Tree Quality of Service IEEE 802.1p tagging. Port-based priority. Four priority queues per port Security Support ACLs, Remote authentication through RADIUS. Destination MAC filtering. Broadcast storm control Management Should Support SNMPv1/v2c/v3, Configuration backup/restore by FTP and HTTP, Support Web- based configuration Certification UL 1950, UL94V-0,FCC/EN55022 Class A, VCCI Class A, C-Tick, EN60950 (TUV), EN55024, CE, CSA /CUL, IEC 68-2-36, IEC 68-2-29, IEC 68-2-32, RoHS

10 1 KVA Online UPS Minimum Specification : with 1 Hour UPS Rating 1kVA / 800 W backup Rectifier IGBT based rectifier Input Voltage UPS having Single phase input with the Voltage Range 110V to 280VAC based on load Input Power Factor >= 0.99 for 100% load Input Frequency 40Hz to 70Hz Output Voltage 200/208/220/230/240 V Single Phase with ±1% Output Frequency 50 Hz or 60Hz +/- 0.1 Hz Output vTHD <= 3% for Linear Load LCD Display UPS Should have LCD Status Display Efficiency 88% AC Mode Crest Factor 3:01 Waveform Pure Sine Wave Battery Bank Suitable for minimum 60 .minutes of battery backup Alarm Battery Mode, Low Battery, Overload Environment Humidity 20-90% RH @ 0-40˚C (Non-condensing); Noise level: < 50dB @ 1 Meter Special Protection 1.5kVA Isolation Transformer 1P and 10 kA Surge Protective Device with response time of < 0.5 nanoseconds UL listed will have to provided at the Input of the UPS System Intelligent Monitoring UPS should have incorporated with Smart RS-232 / USB along with option for SNMP module Certification CE, FCC, UL

11 All Site Site Preparation, Related Accessories, Connectivity, etc. Accessories & Camera Poles : Connectivity Hot Dip Galvanized after fabrication with silver coating of 86 micron as per IS:2629; Fabrication in accordance with IS-2713(1980), 7 meter height, Minimum base plate of size; 300MM x 300MM x 15 MM. Cantilever/Gantry (for mounting ANPR Cameras) : Dip Galvanized after fabrication with silver coating of 86 micron. Junction Pillar Box : The design and layout of Plot & Service junction box shall be compact and Notice Inviting e-Tender P a g e ||| 23

Compliance (to Sl. Name of Item Requirements be filled in by No. bidder) convenient to provide ease of termination of cables and operation of fuse bases. It shall be designed for termination of cables and operation of Ethernet Switch & Uninterrupted Power Supply. The junction box enclosure shall provide a degree of protection not less than IP-43. Earthing for Camera Poles : Galvanised Insulated rod to be provided for increased conductivity and corrosion resistance. The electrodes to be used are as per IS standard of length 2 meters, 17 mm diameter. Power Cable : Product Category 3 Core Cable Size 1.5 sq. mm Conductor Material Copper Insulation PVC Insulated Protection Armoured Current Rating 15 Amp AC CAT6 Cable : Conductor 23AWG Solid Bare Cable Insulation High Density Polyethylene Solid Pairs 4 Pairs Twisted Together Operating Temperature Range -20°C to +70°C Current Rating Maximum 1.5 Amp Dielectric Strength 1000 V RMS Fibre Optic Cable : Fiber Count 6 Protection Armoured Thickness of Jacket Minimum 1.8 + 0.2 mm Pulling Tension (IEC 60794-1-2-E1) Short Term 1,000 N Crush Load (IEC 60794-1-2-E3) 2,000 N/100 mm Bend Radius (IEC 60794-1-2-E11 & Short Term 20D IEC 60794-1-2-E6) Connectivity for 3 years : FOC/Service Provider for network connectivity between the locations and Police Head Quarter at Lalbazar.

(Note : The Bidder has to mention the actual value of the parameters in the “Column-4” instead of merely mentioning “Complied”).

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

PART – C

I. GENERAL GUIDANCE FOR E-TENDERING : 1) Registration of Bidder – 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 https://wbtenders.gov.in. 2) Digital Signature Certificate (DSC) – Each Bidder is required to obtain a Class-III Digital Signature Certificate (DSC) for submission. Details are available at the website https://wbtenders.gov.in. 3) DSC once mapped to an account cannot be remapped to any other account. It can only be inactivated. 4) The Bidders can update well in advance, the documents such as certificates, purchase order details etc., under My Documents option and these can be selected as per tender requirements and then attached along with bid documents during bid submission. This will ensure lesser upload of bid documents. 5) After downloading/getting the tender schedules, the Bidder should go through them carefully and then submit the documents as per the tender document, otherwise, the bid will be rejected. 6) The BOQ must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns , else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values only. 7) Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document, they can be clubbed together . 8) The bidder has to submit the tender document(s) online well in advance before the prescribed time to avoid any delay or problem during the bid submission process. 9) There is no limit on the size of the file uploaded at the server end. However, the upload is decided on the Memory available at the Client System as well as the Network bandwidth available at the client side at that point of time. In order to reduce the file size, bidders are suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced. This will help in quick uploading even at very low bandwidth speeds. 10) It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that he/she completes the Bid Submission Process. Bids which are not Frozen are considered as Incomplete/Invalid bids and are not considered for evaluation purposes. 11) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders due to local issues. 12) After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a token of the submission of the bid. The bid summary will act as a proof of bid submission for a tender floated and will also act as an entry point to participate in the bid opening event. 13) The bidder should see that the bid documents submitted should be free from virus and if the documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected. 14) The bidders are requested to submit the bids through online eProcurement system to the TIA well before the bid submission end date and time (as per Server System Clock) . Notice Inviting e-Tender P a g e ||| 25

ANNEXURES

[ To be submitted in following Format ]

ANNEXURE – I

DECLARATIONS

Sir, Having examined the Bid Documents of e-Tender for Supply, Installation, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department 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 through GeM (Government e-Marketplace).

______Signature with date

______Name in block letters

______Seal of the Company

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

ANNEXURE – II

ONLINE SUBMISSION OF EARNEST MONEY

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 ||| 27

ANNEXURE – III

UNDERTAKING REGARDING BLACKLISTING

[ To be executed on Rs.10/- non Judicial Stamp paper and duly notarized ]

I/we ______Contractor/Partner or Sole Proprietor (Strike out the word which is in applicable) of (Firm of contractor) ______do hereby declare and solemnly affirm that the individual firm/ companies M/s ______have not been blacklisted during last 5 years by the Union or State Government and the individual/firm/companies blacklisted by the Union or State Governments or any partner or shareholder thereof are not directly or indirectly connected with or has any subsisting interest in business of my firm.

Deponent ______Dated ______Address ______

I do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my knowledge and belief. No part of it is false and it conceals nothing.

Dated : ______Deponent ______

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

ANNEXURE – IV 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, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department 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, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department 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 03 (three) 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. 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 (Official Address) (Name) Designation with Bank Stamp Plus Attorney as per Power of Attorney No. Dated: Notice Inviting e-Tender P a g e ||| 29

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 03 (three) 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 a 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.

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

ANNEXURE – VI AGREEMENT [ To be stamped in accordance with Stamp Act ] ARTICLES OF AGREEMENT made ______between the GOVERNOR of the STATE of WEST BENGAL, represented by the Commissioner of Police, Kolkhata having its registered office at 18, Lalbazar Street, Kolkata-700 001 (hereinafter call the LICENSOR which expression shall his successor in his office and assigns) of the ONE PART AND Shri/Smt./Miss ______Son/daughter/wife/widow of ______carrying on business under the name & styled of M/s.______of ______, hereinafter referred to as the ‘LICENSEE’ (which expression shall unless excluded by or repugnant to the context be deemed to include the respective heirs, executors, representatives and permitted assigns) on the OTHER PART . WHEREAS the Contractor has submitted a tender for ______to Kolkata police for the period from ______day of ______at the rate Rs. _____ (Rupees ) only Including delivery and other charges to any place where the Kolkata Police Offices are situated and the said tender has been accepted by the Commissioner of Police, Kolkata for and on behalf of the ‘Governor’. WITNESSETH and it is hereby agreed as follows : - 1. THAT the Contractor shall supply the quantities of goods mentioned in the ‘SCHEDULE’ as per sample submitted by the Contractor at the rate mentioned therein including delivery and other charges to any place where the Kolkata police Officers are situated. 2. THAT the Contractor shall deposit with the Commissioner of Police, Kolkata Rs______(Rupees ______) Only as Security for the fulfillment of the terms and conditions of this Agreement containing on the Part of the Contractor. 3. In the event of the Contractor failing to make a Security Deposit in the matter hereinafter mentioned, the Commissioner of Police, Kolkata or any Officer authorized on behalf of him, may at his discretion, forfeit the Earnest Money lodged with this tender and cancel the acceptance of the tender. 4. The Contractor shall supply such goods contracted for, within the scheduled time specified in the schedule hereto. 5. If the Contractor by any cause, other than his own neglect or default be prevented or delayed from supplying goods within the period as mentioned in the PARA-4, the period of supply may be extended by the Commissioner of Police, Kolkata on his being satisfied that reasonable grounds exists for such extension. 6. If the Contractor fails to supply article/goods as per terms & conditions of the TENDER NOTICE and/or acceptance letter and/or Contract of Agreement and in accordance with the accepted samples, the Commissioner of Police, Kolkata or any Officer authorised by him on his behalf, without any notice to the Contractor, forfeit the Security Deposit and/or black-list the firm/Contractor. 7. All the terms and conditions of the TENDER NOTICE and acceptance letter are binding on the Contractor. 8. If the Contractor shall fail to comply with any order as in Clause-4 mentioned or in an extended period under Clause or if goods supplied be not up to the standard then the Commissioner of Police, Kolkata or any Officer authorized by him on his behalf, may, without any notice to the Contractor, purchase elsewhere the goods required and in the case of defective goods, the Contractor shall at his own expense, remove such defect goods. Any goods, so purchased shall be considered as part of the minimum quantity which the Commissioner of Police, Kolkata is bound to take as hereinafter mentioned. Any loss incurred by reason of the price paid for such goods above the accepted rate or any other loss or expense incurred by reason of default of the Contractor, may be deducted from any bills or any money payable to the Contractor or from the Security Money to be deposited by the Contractor, otherwise recover the same by any other process of law. The Contractor shall be liable for any loss which the government may sustain on that account but the contractor shall not be entitled to any gain on purchase made against default. 9. Delivery of goods shall not be taken into stock until such goods have been inspected and considered to be fit for being accepted and taken into stock by the Inspection Committee/ Acceptance Committee of the Stores. 10. THAT the Commissioner of Police, Kolkata or any Officer authorized in that behalf shall inspect such goods delivered by the Contractor and duly taken into stock and reserves the right to reject the supply even after being taken into stock if it seems not according to the approved samples. THIS contract shall not be sublet or assign either wholly or in part without the previous written permission of the Commissioner of Police, Kolkata or any Officer authorized in that behalf by him and on breach of this provision, the Commissioner of Police, Kolkata or any other Officer authorised in that behalf by him may determine the contract and forfeit the Security Deposit and the Contractor shall have no claim for loss thereby resulting to him on any account whatsoever. On any breach by the Contractor of any of the terms and conditions herein on the part of the Contractor contained, the Commissioner of Police, Kolkata or any Officer authorized in that behalf by him may in addition, to recover any loss sustained, terminate the contract on “SEVEN DAYS’ NOTICE” to the Contractor. The decision of the Commissioner of Police, Kolkata shall be final on any question as to extent, meaning or construction of the Schedule or any description, process or other matter contained therein mentioned. S C H E D U L E Description of specification of materials and articles to Approximate quantity of each to be Item Nos. UNIT Rate in Words & in Figures be supplied. supplied

Signed and delivered for and on behalf Of the GOVERNOR of the STATE OF WEST BENGAL, by the Commissioner of Police, Kolkata in presence of ………………………………………………..…….

Signed and delivered for and on behalf Of the…………………………………..

In presence of …………………………….. Notice Inviting e-Tender P a g e ||| 31

ANNEXURE – VII

CHECK LIST [ To be uploaded online after duly properly filled up ]

NIT No. No. : WBKP/CP/NIT-134/ANPR SYSTEM/TEN, Dated : 04.03.2020

NAME OF THE TENDER : Supply, Installation, Commissioning & Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department of Kolkata Police NAME OF THE FIRM :...... FULL ADDRESS OF THE FIRM & BIDDER (FOR COMMUNICATION) ...... E-MAIL ADDRESS......

DETAILS TO BE GIVEN FOR USE OF THE BIDDERS (PROVIDE REMARKS SL. PLEASE ITEMS REGISTRATION NO. MARK (FOR OFFICE NUMBERS WHERE USE ONLY) APPLICABLE ) 1 EMD AS PER NIT YES NO 2 COPY OF THE LATEST TRADE LICENCE YES NO COPY OF THE PARTNERSHIP DEED/ INCORPORATION 3 YES NO CERTIFICATE/ SOCIETY REGISTRATION COPY 4 COPY OF LATEST PROFESSIONAL TAX CHALLAN YES NO 5 COPY OF PAN CARD YES NO 6 COPY OF LATEST INCOME TAX RETURN YES NO 7 COPY OF GSTIN YES NO 8 CREDENTIALS & OTHER PAPERS, IF ANY YES NO 9 BALANCE SHEET OF LAST 3 YEARS YES NO 10 PROFIT AND LOSS ACCOUNT OF LAST 3 YEARS YES NO SOLVENCY CERTIFICATE FROM BANK/REGISTERED CHARTERED 11 YES NO ACCOUNTANT 12 TURNOVER DULY CERTIFIED BY C.A. LAST ONE YEAR YES NO 13 UNDERTAKING REGARDING BLACKLISTING YES NO UNDERTAKING REGARDING ACCEPTANCE OF TERMS & 14 YES NO CONDITIONS OF NIT 15 TENDER SPECIFIC AUTHORIZATION (OEM) CERTIFICATE YES NO 16 TECHNICAL SPECIFICATION COMPLIANCE YES NO 17 BROCHURE/PRODUCT CATALOGUE YES NO 18 MANPOWER YES NO 19 CERTIFICATE ABOUT OPERATIONAL OFFICE IN KOLKATA YES NO Note : i. The bidders are requested to see that all of the above columns are marked. ii. 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

______