Office of The Superintendent of Police Rural District Vill:- Paniyara, P.O.- BikiHakola, P.S.- , Dist:- Howrah -711322 Phone: 2641-8900, Fax: 2661-6400, e-mail:- [email protected]

NOTICE INVITING QUOTATION

Tender No:- NIT No:- HRD/SP,HRD/NIT-2(E)/2016-17

Memo No.- 299/E Dated. 28.02.2017

FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMMISSIONING, INTEGRATION AND MAINTENANCE OF WIRELESS NETWORK BACKBONE, CENTRAL CONTROL ROOM SETUP AND CENTRAL VIDEO MANAGEMENT SOFTWARE FOR EXISTING CCTV SYSTEMS UNDER OWRAH RURAL DISTRCT POLICE JURISDICTION OF WEST BENGAL POLICE.

e-Quotations are invited by the Superintendent of police, Howrah Rural District for the works mentioned in the list given below, through electronic Quotationing (e-Quotationing) from eligible suppliers / manufactures and also having sufficient credential and financial capability for supply, installation, testing, commissioning and maintenance of following specialized equipments.

Intending bidders desirous of participating in the Quotation are to log on to the “e-procurement” link tenders https://wbtenders.gov.in for the Quotation.

Bidders willing to take part in the process of e-Quotationing are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt of . (viz. NIC, nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT ) DSC is given as a USB e-Token. After obtaining the Class 2 or Class 3 Digital Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website.

Quotations are to be submitted online and intending bidders are to download the Quotation documents from the website stated above, directly with the help of the e-Token provided. This is the only mode of collection of Quotation documents. Details of submission procedure are given below under “General terms and conditions and information”.

Last date & time of submission of bids online is 14-03-2017, 16.00 Hrs

The intending bidders must read the terms and conditions of the NIT carefully. They should particularly go through the eligibility criteria required and satisfy themselves of the requirements for eligibility. They should submit their bid only if they consider themselves eligible and they are in possession of all the documents required. All information posted on the website consisting of NIT and related documents, Prescribed Form of “Superintendent of Police, Howrah Rural District”, BOM, Corrigendum etc if any, shall form part of the Quotation document.

QUOTATION NOTICE

Superintendent Of police, Howrah Rural District proposes to award the contract to selected service provider for design, supply, installation, customization, integration and maintenance of Wireless Network Backbone, Central control Room along with Video Management Software for existing Surveillance (CCTV) system installed at various outdoor locations under Howrah Rural District jurisdiction on a turnkey basis through e-procurement portal of Government of West Bengal (https://wbtenders .gov.in). Prospective vendors willing to participate in this Quotation shall necessarily register themselves with above mentioned e-procurement portal. Date & Time schedule:-

Sl. Particulars Date & Time No

1. Date of Publishing of NIT other Documents 28.02.2017 – 16.00 Hrs.

2. Documents download start date (online) 28.02.2017 – 16.00 Hrs.

3. Bid submission start date (online) 28.02.2017 – 16.00 Hrs.

4. Pre Bid Meeting N.A.

5. Bid submission closing date (online) 14.03.2017 – 16.00 Hrs. 6. Date of opening Technical Bids (online) 16.03.2017 – 17.00 Hrs.

7. Uploading of final list of Technically qualified bidders To be informed later

8. Date of Opening Financial Bids (online) To be informed later

Date: 28.02.2017

Place: Howrah Rural District Superintendent Of Police Howrah Rural District

NOTICE INVITING TENDER

INTRODUCTION Before formulating the bid and submitting the same to the purchaser, the bidder should read and examine all the terms, conditions, instructions, checklist etc. contained in the TE documents. Failure to provide and/or comply with the required information, instructions etc. incorporated in these TE documents may result in rejection of its bid. While every effort has been made to provide comprehensive and adequate background information and requirements and specifications, Bidders must form their own conclusions about the solution needed to meet the requirements. General Guidance for e- Tendering:- Instruction /Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting the contractors for participating in e- Tendering

1. REGISTRATION OF BIDDER: Any Bidder willing to take part in the process of e- Tendering will have to enrol and Register with the Government e-procurement system and they can do so by visiting https://wbtenders.gov.in (herein after mentioned as the 'prescribed website' or 'website' or 'e-tender website') and following link on e-tendering site (herein mentioned as 'the Prescribed web portal 'or 'web portal' or 'e-tender web portal').

2. DIGITAL SIGNATURE CERTIFICATE (DSC): Each bidder is required to obtain requisite Digital Signature Certificate (DSC) for submission of tenders from the approved service providers of the National Informatics Centre (NIC) on payment of requisite amount; the details of which are available at the web site as stated above. The DSC is given as a USB e- Token. The bidder can search and download NIT & Bid Document electronically from the above website once he/she/they log (s) on to the website mentioned in clause using the Digital signature Certificate. This is the only mode of collection of Tender/Bid Document.

1. Submission of Bids The Technical Bid shall be submitted in a separate folder containing the following cover: (A) Statutory Cover containing the following documents

A NIT B CHECK LIST in the prescribed format C Application in the prescribed format given in Annexure –I D No Conviction Certificate in the prescribed format given in Annexure -II E Manufacturer Authorization Certificate mentioned in Annexure -II F Solvency Certificate from a reputed bank for an amount not less than Rs 10 lakh. The Banker should be any of the Scheduled Bank as per RBI Act. (Form B)

(B) Non-Statutory Cover containing the following documents:

SL No Category Sub Category Sub Category Description A Certificates A1: Certificates PAN Card of the Bidder/Authorized Signatory (who will upload the BID) Service Tax Registration certificate. (if applicable) VAT/ CST Registration certificate Professional Tax Registration certificate B Company B1: Company Trade Licence/ Enlistment Details Details Registration with Registrar of Companies (IF APPLICABLE) Power of Attorney (if applicable) C Credential C1: Affidavit About No Conviction From Notary Credential Public/Judicial Magistrate/Executive Magistrate Copy of latest paid challan of service tax to be submitted.( if applicable) Copy of latest VAT /CS T Returns to be Submitted. Latest OEMs (Original Equipments Manufacturers) Authorization Certificate D Financial D1:Payment Income Tax Returns submitted for the previous Information Certificate financial year

2. Financial Bid The "Financial Bid" shall contain: Base Rate per accounting unit inclusive of Entry Tax, Customs Duty (if applicable), Transportation Charges, Insurance, Delivery Charges, Installation Charges Incidental Charges, Freight Charges, VAT / CST, Excise duty, Service Tax and Cess (wherever applicable), etc. to be quoted. The Tenderer are required to submit the hard copies of Technical bid, equipments specification compliance and one copy equipment catalogue as per schedule more clearly described in the time line along with Earnest Money Deposit (EMD) in separate packets in the office chamber of Superintendent Of police, Howrah Rural District. Submission of hard copy of Financial Bid is totally prohibited and only be submitted through on line through NIC portal.

4(i) Earnest Money Deposit (EMD) a) Earnest money amounting to Rs. 20,000/- (Twenty thousand) should be deposited through Net Banking / RTGS/ NEFT. b) The Bidder shall seal the EMD envelope separately, suitably super scribe on the cover, writing the address of the purchaser and the tender reference number on that and submit it physically at the Office of the undersigned. c) The earnest money of the Tenderer will liable to be forfeited if the Tenderer withdraws his tender as a whole or for any particular item at any stage after the opening of the tender, or fails / refuses to enter into written agreement for any of all of the items of his accepted tender within the time specified when requested to do so/fails to furnish documents within the stipulated time. d) The Earnest Money will be refunded to the non-qualified bidders in respect of technical bid against the prayer of the bidder. No interest will be offered on the Earnest Money. e) Successful bidders' earnest money will be returned to them without any interest, after receipt of security deposit.

4 (ii) Deposition of Security Money: (a) The selected bidders must deposit the requisite amount of security money (@ 10% of the ordered value) within the stipulated date (which will be specified in the acceptance letter/Purchase Order issued by the undersigned in favour of the approved firm) in the form of a Bank Guarantee of any banks drawn in favour of Superintendent Of police, Howrah Rural District 4 (iii) Forfeiture of Security Deposit (Penalty) (a) In the event of failure to supply the equipment within the stipulated period as mentioned in the purchase order,in that situation, the purchase may be made from the next higher bidder without any further reference, so that theloss incurred would be recoverable from the security deposit of the said contractor or from any sum due or whichmay become due to the contractor. (b) If the approved firm failed to maintain the supplied machine within the warranty period. (C) If any equipment is damaged by the contractor during maintenance within warranty period

4 (iv) Refund of Security Deposit: After successful completion of the Warranty period, Security deposit will be refunded without any interest to the supplier.

5. Rate: a. The rate should be quoted in Indian Rupees for a particular brands or model / models no. of the offered item only as mentioned in the appropriate column of the 'BOQ'. The tender shall be cancelled for the quotation of item without its brand names, models, models no. etc. b. Rates quoted in respect of supply, installation, Testing, commissioning the CCTV cameras and its accessories with three years (36 months) warranty from the date of satisfactory installation and commissioning of the equipment/machine. The installation will include the mechanical, civil, electrical, furnishing work (if any) required at site. The tenderer should take care that the rates and amounts are written in such a way so that its misinterpretation is not possible. c. Spare Parts:-The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all items/equipments and the complete system for at least five years on a continuing basis. d. THE BASIC RATE should be furnished inclusive of Entry Tax, Customs Duty (if applicable), Transportation Cost, Insurance, Freight, Installation Charges, Incidental Charges, VAT/CST, Excise Duty, Cess & Service Tax etc. Rates should be Quoted for all the items by the Bidders.

6. Opening of Tender a) The Tender Selection Committee will open the bids after the specified date and time as indicated in the NIT. b) Authorized representatives of the bidders may attend the tender opening. c) The EMDof goods to be supplied shall be evaluated first. Then the Online Technical bids of EMD- qualified bidders shall be opened and evaluated with reference to parameters prescribed in the TE document. After this, the Online Price Bids of only the technically qualified bidders shall be opened for further evaluation. d) Opening of Technical Proposals: Technical proposals will be opened by members of the Technical Evaluation Committee electronically from the website using their Digital Signature Certificate (DSC). Bidder representatives are require to be present for technical bid evaluation and presentation purpose. e) In the Technical Proposal, the Cover (folder) for Statutory Documents will be opened first and if found in order, the cover (folder) for Non-Statutory Documents will be opened. f) IF ANY DOCUMENT REQUIRED TO BE SUBMITTED FOR TENDER BY THE BIDDER IN HIS TECHNICAL PROPOSAL IS NOT SUBMITTED OR IS FOUND TO BE DEFICIENT IN ANY MANNER AT ANY STAGE AFTER OPENING OF BID, THE BID MAY BE SUMMARILY REJECTED.

7. Evaluation of the tenders Bidders who meet the pre-qualifications, eligibility requirements& complete technical compliance would be considered as qualified to move to the next stage of Financial evaluations. The Financial Bids of technically qualified bidders will be opened on the prescribed date in the presence of bidders’ representatives. Canvassing in connection with bids is strictly prohibited and the Bids submitted by the Bidders who resort to canvassing will be liable to rejection. Superintendent Of police, Howrah Rural District does not bind itself to accept the lowest or any Proposal and reserves to itself the right of rejecting any tender proposal without assigning any reasons whatsoever. All prices should be inclusive of all type of taxes, Cess, fees or any other levies payable to Central Government, State Government or any statutory authority and the Superintendent Of police, Howrah Rural District will not entertain any such taxes, Cess, VAT etc. The bid price will include all taxes & levies and shall be in Indian Rupees. Any conditional bid would be rejected.

08. Guarantee:

(1) The Guarantee/ Warranty shall be for a period of 36 months from the date of satisfactory Installation, testing, commissioning and handing over the equipment and of works conducted there with covered under the contract in working order. During the Guarantee/ Warranty period the replacement of any part(s) of the equipment or rectification of defect of works will be free of cost. If the down time exceeds seven consecutive days at any time, the guarantee period will be extended beyond aforesaid 36 months by duration equal to the total down time during the period of warranty.

(2) If the tenderer is required to replace the rejected equipment and/ or other articles, he will replace them forthwith, but not later than a period of 14 days from the date of rejection. The tenderer shall bear all cost of such replacement, including freight, if any, of such replace or repaired equipment and/ or other articles but without being entailed to any extra payment on that or any other account.

(3) Training to be given to the Howrah Rural District Police officials for operation &maintenance, troubleshooting, user level training pertaining to system after successful commissioning.

(4) The tenderer will have to maintain the whole system for 3 years from the date of commissioning.

09. Confidentiality:

The vendor shall not disclose to anyone, any information marked as confidential and communicated or made available or accessible by the Vendor during execution of the Work.

10. Test and Inspection:

Upon completion of the installation work the tenderer/contractor, shall facilitate inspection of the equipment by Superintendent Of police, Howrah Rural District, or his authorized representative, to inspect/ test the equipment and to confirm that they are installed in conformity to the required specifications and are serving the desired purpose. Any defect or failure to serve the desired purpose, discovered during the inspection will be promptly rectified and made good to the satisfaction of the Superintendent Of police, Howrah Rural District or his authorized representative.

11. Delivery Period: i) The delivery and installation of goods and documents shall be completed within 30 days. However, consignee officer e.g Superintendent Of police, Howrah Rural District concerned shall have power to extend the delivery period on the basis of actual requirement or genuine cause intimated to them by the vendor in writing. Part delivery is acceptable for this project. ii) In case of supply order being dishonored by the selected bidder/ vendor, security deposit shall be forfeited and the bidder shall be black listed. iii) Supply of the materials as per specification as provided in the tender documents. Supply of the materials within the supplied period as specified in the work orders.

12. Before submission of the Tender, Tenderer shall sign each page of all of its relevant papers mentioned in check list. The additional alternative and or subtractive clause (if any) shall also to be signed by the tenderer.

13. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and local conditions and other factors bearing on the execution of the work.

14. Agreement: The successful tenderer shall sign an agreement within 14 days from date of "acceptance of the tender" by the Tender Selection Committee in the prescribed form on a non judicial stamp paper. Tenderar will provide the matter of this agreement. All legal expenses, incidental thereto shall be borne by the contractor. If the tenderer fails to sign the agreement within the stipulated time. Tender selection committee reserves the right to forfeit the Earnest money deposit submitted by the contractor.

15. Validity: Offers should be valid for acceptance for a period of 365 days from the date of finalization of tender. The quoted price will remain firm and in case of acceptance of the tender the prices will remain firm till execution of the complete order and will not be subject to the price escalation on any account whatsoever.

16. Bidders other than manufacturers i.e. in case of Agents/ Authorized Distributors must have to submit direct Authorization letter from theirmanufacturer. If any firm concern has submitted fake Authorization letter subsequently the total tender paper of the said firm concern will be treated as cancelled.

17. Progress of work: During the period of contract the contractor may maintain proportionate progress on the basis of a Programme Chart submitted by the contractor immediately before commencement of work and agreed to by Superintendent Of police, Howrah Rural District. Contractor should also include planning for procurement of scarce material well in advance and reflect the same in the programme chart so that there is no delay in completion of the project

18. Liquidated Damages If the Contractor fails to complete the works within the time for completion stated in the NIT or elsewhere or within any extended time under Clause 11 hereof, the Contractor shall pay the Employer the sum at the rate of 0.5 %( half per cent) of the Contract Value per week of delay subject to a limit of 5% (Five percent) of the Contract Value as "Liquidated damages" for the period during which the said works shall so remain incomplete and the Employer may deduct aforesaid sum towards such damages from his dues.

19. Tools, Storage of Materials, Protective Works and Safety Measures: The contractor's representative and staff shall be available at the site during the office hours / during the execution of the works to receive instruction notices or communications from the Superintendent Of police, Howrah Rural District.The contractor shall clear away on completion of the works and make good all work disturbed. Protective Measures: The contractor from the time of commencing the works must make suitable arrangements for watching and protecting the work and no extra will be paid for such services. Safety measures: The contractor shall follow all safety measures for protecting the persons employed in the works and also protecting the works executed and the Govt. property. All measuring tapes shall be of steel and suitable scaffolding and ladders that may be required for safely taking measurement and shall be supplied by the contractor.

20. Clearing Site and Setting out Works The site shown on the plan shall be cleared of all obstructions, loose materials and rubbish of all kinds. All holed or hollows whether originally existing or produced by removal of materials shall be carefully filled up with appropriate materials like brick/ mortar and plastered to the level as directed by Superintendent Of police, Howrah Rural District at his own cost. The contractor shall set out the works and shall be responsible for the true and perfect setting out of the work and for the correctness of the positions, levels, dimensions and alignment of all parts thereof. If at any time, any error shall appear during the progress of any part of the work, the contractor shall at his own expenses rectify such error, if called upon to the satisfaction of the Superintendent Of police, Howrah Rural District. The contractor shall further set out the works to the alternative positions at the site until one is finally approved and the rates quoted in his tender should include for this and no extra on this account will be entertained.

21. Contractor Immediately to Remove all offensive Matters No materials of offensive in nature shall be brought inside the premises.

22. Access Any authorized representative of the Superintendent Of police, Howrah Rural District shall at all reasonable times have free access to the works and/or to the workshop, factories or other places where materials are being prepared or manufactured for the work and also to any place where the materials are lying or from where they are being obtained, and the contractor shall give every facility to the authority or their representatives for necessary inspection and examination and test of the materials and workmanship.

23. Assignment The whole of the works included in the contract shall be executed by the contractor and the contractor shall not directly or indirectly transfer, assign or sublet the contract or any part, share or interest therein nor, shall take a new partner, without written consent of the Superintendent Of police, Howrah Rural District and no subletting shall relieve the contractor from the full and entire responsibility of the contract or from active superintendence of the work during their progress.

24. Terms and Mode of Payment The terms of the payment are as follows:- a) Payment shall be made in Indian Rupees subject to recoveries, if any, by way of liquidated damages or any other charges as per terms and conditions of contract. b) 100% of the value of the work value will be paid after supply, installing, testing and commissioning of the CCTV systems at under Howrah Rural District area and supported by necessary handover documents / delivery receipts and invoices duly certified by the authority.

25. Completion of work The whole of the work will be thoroughly inspected by the contractor and deficiencies and defects set right. On completion of such inspection the contractor shall inform the Superintendent Of police, Howrah Rural Districtthat he has completed the work and it is ready for inspection. On receipt of such intimation from the contractor, the authority shall arrange to inspect the work and certify completion if the work has been completed satisfactorily. If not, the authority shall inform the Contractor the deficiencies/defects in the work and the contractor shall attend to them properly and again intimate the authority for further inspection. The work shall not be considered as complete until the authority have certified in writing that it has been completed satisfactorily without any apparent defects and the Defects Liability Period shall commence from the date of such certificate. No such certificates shall be issued until the contractor clears away and removes from the site all surplus materials, rubbish items, temporary works of every kind and leaves the whole of the site and the works clean and in a workman like condition to the satisfaction of the authority. If any question, arises regarding problem of Installing, Testing and commissioning of the CCTV systems quality and duration of the whole of the work, the matter will be referred to the Tender selection committee, whose decision will be final and binding upon the contractor.

26. Withdrawal /Cancellation & Purchase Policy of Tendering Authority: i) The tendering authority reserves the right to withdraw any item from the tender at any stage. The selection of such item, if already made in favour of any Tenderer, shall be treated as cancelled. ii) The tendering authority reserves the right to reject or accept any tender or part thereof at any stage or to split any tender without assigning any reason. Withdrawal of tender or any revision after submission of tender by the Tenderer will not be allowed. iii) The tendering authority reserves the right to accept or reject any tender, in part or in full, without assigning any reason. iv) The tendering authority or the Contracting Officer shall be at liberty to terminate contract issuing 14 (fourteen) days notice if the contractor assigns, sublets either in whole or in part of the contract or in the opinion of the tendering authority or the Contracting Officer, any contractor found guilty of misconduct or found any dissatisfactory execution of the contract. The contractor shall not be entitled to claim damage whatsoever due to such termination of the contract.

27. No- conviction Certificate: The Tenderer will also submit an affidavit in the prescribed Proforma attached herewith from Notary / first class Judicial Magistrate/Executive Magistrate (Annexure II).

28. Penalty Clauses: The tender selection committee reserves the right to declare a Manufacturer or their Indian Agent/ reputed organization/firm / experienced Agency blacklisted for three (03) years due to the following reasons: i) If the approved tenderer withdraws from agreement after achieving the “Lowest Quoted Tenderer”. ii) In consequence of submission of false or fabricated documents by any Manufacturer or their Indian Agent/reputed organization/firm /experienced Agency for participating in the tender, if proved later on.

Financial Penalties for deficiencies in services/supplies during the period of the tender and its subsequent extensions: In the event of failure to Supply, Installing, Testing and commissioning of the mentioned systems as per Work Order within stipulated period, the security deposited may be forfeited and next lowest Bidder will be invited.

29. The Tender, submitted by the firm who have already been declared as Black Listed or whose contract was terminated for dissatisfactory similar project or who was unable to execute any similar order in any organization run by The Govt. of West Bengal, will not be considered even his being the lowest rate.

30. Regarding Cost of Supply, Installing, Testing and commissioning for all BOQ items, Abnormal Low Rate or Abnormal High Rate (in comparison to the Market Rate) will not be considered.

31. Power of Attorney: In the event of the tender being submitted by a firm, it must be signed separately by each member thereof, or in the event of absence of any partners, it must be signed on his behalf by a person holding "Power of Attorney" authorizing him to do so. Such "Power of Attorney" is to be produced with the Tender and in the case of the firm, carried on by one member of Joint Family, it must be disclosed that the firm is duly registered under the 'Indian Partnership Act".

32. Penalty for Formation of Cartel or Furnishing of Fraudulent/Misleading Documents: If during the tender process or at any state during the validity of the tender period, it is found that a Tenderer(s) has formed a cartel in what so ever form or name to fix up the rates or suppliers to the detriment of the fairness of the tender process, penal measures shall be initiated. Similar penal measures shall also be initiated against those Tenderer who have submitted false/ misleading/ fraudulent documents or made incorrect declarations. The penal measure will be i) Forfeiture of Earnest Money or security deposit ii) Cancellation from the approved list of suppliers During the scrutiny, if it comes to the notice to tender inviting authority that the credential or any other paper found incorrect/ fabricated, that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice.

33. Notification of Award a) The Tender Selection Committee may be notifying the list of successful bidder(s) online. In addition, each successful bidder shall be notified in writing, by registered/ speed post or by fax/ telex/ cable/ email (to be confirmed by registered / speed post) that its bid have been selected by the Tender Selection Committee. b) The successful Bidder shall also physically submit original documents (uploaded by him online at the time of bidding) for verification before issue of contract.

34. Scope of work In view of increasing crowd in Howrah Rural District Police area and Crime prevention & detection needs, Howrah Rural Police Superintendent already installed CCTV Cameras at different strategic locations.The bidder has to provide the complete Wireless Network solution, Central control room setup and seamless integration between existing CCTV system and new VMS software for central monitoring station. Existing CCTV System is a de centralized architecture and all the cameras in each location connected to a PoE NVR. The suggested system should have the following salient features. a) Day & Night online surveillance of crowded locations/busy public places on a 24X7basis from Central Contral Room at SP Office. Connectivity and monitoring should be made available at the site itself with the provision for extending the connectivity and monitoring from all sites to Control Room at Superintendent of Police Office. b) Live view, Playback and backup can be retrieve from Central control room through VMS. c) Storage facility of recording in the form of back-up storage should be available in client work station also. d) The successful bidder shall be responsible for providing connectivity from the switch to the monitor at the site. e) The existing traffic signal pole and electric poles shall be used for installation of Network devices. In places, where there is no traffic signal pole or electric pole the same type pole needs to be erected.

CHECK LIST FOR THE TECHNICAL BID

1) EMD deposit document as prescribed in the NIT. 2) Name and address, registration in detail of Firm/Company /Agency with name of proprietor or partner etc. 3) Details of similar type of project/job under any Government / Semi Government / Undertakings / Autonomous / Statutory bodies and Local bodies, with requisite single tender value. (If any) 4) Income Tax return. 5) PAN Card (Photo Copy). 6) Latest Professional Tax return. 7) Latest VAT return. 8) VAT Registration Certificate. 9) Trade License. 10) ISO Certificate (If applicable) 11) Audited Balance Sheet of last three financial and form – I for establishing average annual turnover. 12) If the applicant is an authorized signatory he should submit document of authorization in his favor. 13) Service Tax registration. (If applicable) 14) Manufacturer Authorization Certificate (MAF) from Original Equipment Manufacturer (OEM)

FORM – I

STATEMENT ON ANNUAL TURNOVER FROM CONTRACTUAL BUSINESS

This is to certify that the following statement is the summary of the audited Balance sheet arrived from contractual business in favor of …………………………………………………………….. for the three consecutive years.

Sl Financial Remarks No. Year Turnover (rounded of)

1 2013-2014

2 2014-2015

3 2015-2016

Note

10 Average turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal. ii) Average turnover for 3 years is to be obtained by dividing the total turnover by 3 (three).

Signature of the Bidder

TECHNICAL SPECIFICATIONS & COMPLIANCE SHEET

SL No. Product Technical Specification Complied (Yes/No)

1 Tower Workstation 2 90 percent or more efficient Chassis 3 Win 10 64 bit / Win 7 64 bit 4 Intel Core i7-6700 3.4GHz (up to 4.0GHz) 8M 4C TWR CPU 5 1TB 7200 RPM SATA 1st Hard Drive 6 16 GB DDR4 (2 x 8GB) Un buffered RAM 8 WORKSTATION NVIDIA Quadro K420 2GB DL-DVI(I) + DP 1st No cables 9 Inbuilt Graphics 10 9.5 mm Slim Super Multi DVDRW 1st ODD 11 Wireless Optical Mouse 12 Slim Keyboard 13 3/3/3 Tower Warranty 14 Windows 7 Pro 64-bit OS DVD + DR DVD

SL No. Product Technical Specification Complied (Yes/No) 1 Screen Size – 49” 2 Resolution - 1,920 x 1,080 (FHD) 3 Brightness - 450cd/m²

4 49” Commercial Display Orientation - Portrait & Landscape 5 Input - HDMI, DP, DVI-D, RGB, Audio, SD card External Control - RS232C in/out, RJ in, IR Receiver, Pixel Sensor, USB 6 3.0, SD Card 8 Operation Mode – 24 X 7

Complied SL No. Product Technical Specification (Yes/No) 1 24 10/100/1000 POE Base-T with 4 combo SFP and 4 SFP+ ports 2 L2/L3/L4 Multi-Layer Access Control 3 10/100/1000BASE-T Ports -- 20 4 10 Gigabit SFP+ Ports -- 4

5 L 3 Network Switch Combo 10/100/1000BASE-T/ SFP Ports -- 4 6 Stacking Speed (Per Port) -- 20 Gbps (Full-Duplex 8 Switching Capacity -- 128Gbps 9 Packet Forwarding Rate -- 95.24Mpps Interface - 100 to 120 V AC, 200 to 240 V AC, 50/60 Hz, Internal Power 10 Supply

Complied SL No. Product Technical Specification (Yes/No) 1 Frequency Band -- 5 GHz 2 Antenna Gain -- 25 dBi 3 Dish Reflector -- 400 mm 4 Throughput -- 150+ Mbps 5 Network Interface -- 10/100/1000 Signal Strength LEDs -- Software-Adjustable to Correspond to Custom RSSI 6 Point to Point Wireless Levels Device 7 Operating Frequency -- 5150 - 5875 MHz 8 Power Supply -- 24V, 0.5A Gigabit PoE 9 Memory -- 64 MB DDR2, 8 MB Flash 10 Wind Survivability -- 120 km/h 11 Operating Temperature -- -40 to 70° C (-40 to 158° F) 12 Wireless Approvals -- FCC, IC, CE

Complied SL No. Product Technical Specification (Yes/No) 250V,6-10A per way SPN MCBDB with SS Enclosure Double Door with IP- 1 42/43 Protection with DP Isolator as Incomer and SPMCB 2 Double Door DB 2+6 way Enclosure 3 40A Double Pole Isolator – 1 No. 4 6 A Single Pole MCB – 6 Nos.

Complied SL No. Product Technical Specification (Yes/No) 1 300mm x 300mm copper plate thickness of 3mm 2 Earthpit 7ft GI pipe striping with 25x3mm copper 3 filling the same with 30kg char coal and 20kg salt for each earthpit

BILL OF QUANTITY SL. DESCRIPTION UNIT QTY. NO.

1 SITC of 24 X 7 Workstation (As per Technical Compliance Sheet) Nos 2

2 SITC of 49" Professional LED IPS Display for 24 X 7 use (As per Technical Compliance Sheet) Nos 2

3 SITC of L3 Switch (As per Technical Compliance Sheet) Nos 2

4 SITC of HDMI Cable 5 Meter length Nos 2

5 SITC of 1.1 KVA Ofline UPS Nos 6

6 SITC of Double Door DB (As per Technical Compliance Sheet) Nos 1

7 5 Amp Power Socket with Switch set Nos 30

8 Rack Mountable PDU (6 Socket each) Nos 5

9 SITC of CAT-6 Patch Cord 2 Meter length Nos 30

10 SITC of CAT-6 Patch Cord 5 Meter length Nos 2 SITC of 24U Floor Mount Front Door Glass Network Rack with Fan, PDU & other required 11 Nos 1 accessories. 12 5 GHz Point to Point Radio (As per Technical Compliance Sheet) Nos 50

13 Self mountable 100 Feet GI Tower with foundation & Aviation light including transportation Nos 3

14 Earth pit(As per Technical Compliance Sheet) Nos 26

15 SITC of UTP CAT 6 Ethernet Cable with ISI Mark PVC Conduit Meter 1830

16 SITC of 3 Core 1.5 Sq mm Power Cable with ISI Mark PVC Conduit Meter 200

BILL OF MATERIALS & MAKE LIST

Supply, Installation, Testing, Commissioning, Integration & Handover of mentioned below items ---

SL. NO. DESCRIPTION Make / Brand List

1 SITC of 24 X 7 Workstation (As per Technical Compliance Sheet) HP / Dell / IBM SITC of 49" Professional LED IPS Display for 24 X 7 use (As per Technical 2 LG / Panasonic / Sony Compliance Sheet) 3 SITC of L3 Switch (As per Technical Compliance Sheet) Cisco / Alied Telesis / D-Link

4 SITC of HDMI Cable 5 Meter length MX / D-Link / Molex

5 SITC of 1.1 KVA Ofline UPS APC / Emerson / Delta

6 SITC of Double Door DB (As per Technical Compliance Sheet) Legrand / Siemens / Havels

7 5 Amp Power Socket with Switch set Havels / Cabtree / Siemens

8 Rack Mountable PDU (6 Socket each) Branded

9 SITC of CAT-6 Patch Cord 2 Meter length AMP / D-Link / Molex

10 SITC of CAT-6 Patch Cord 5 Meter length AMP / D-Link / Molex SITC of 24U Floor Mount Front Door Glass Network Rack with Fan, PDU & other 11 Valrack / Netrack / D-Link required accessories.

12 5 GHz Point to Point Radio (As per Technical Compliance Sheet) Ubiquiti / Motorola / Radwin Self mountable 100 Feet GI Tower with foundation & Aviation light including 13 Standard transportation

14 Earth pit (As per Technical Compliance Sheet) Standard

15 SITC of UTP CAT 6 Ethernet Cable with ISI Mark PVC Conduit AMP / D-Link / Molex

16 SITC of 3 Core 1.5 Sq mm Power Cable with ISI Mark PVC Conduit Mescab / Finolex / Havels

Offered Product Make & Model No. Sl Product Details Offered Make & Model

1 SITC of 24 X 7 Workstation (As per Technical Compliance Sheet)

SITC of 49" Professional LED IPS Display for 24 X 7 use (As per Technical 2 Compliance Sheet) 3 SITC of L3 Switch (As per Technical Compliance Sheet)

4 SITC of HDMI Cable 5 Meter length

5 SITC of 1.1 KVA Ofline UPS

6 SITC of Double Door DB (As per Technical Compliance Sheet)

7 5 Amp Power Socket with Switch set

8 Rack Mountable PDU (6 Socket each)

9 SITC of CAT-6 Patch Cord 2 Meter length

10 SITC of CAT-6 Patch Cord 5 Meter length

SITC of 24U Floor Mount Front Door Glass Network Rack with Fan, PDU & other 11 required accessories. 12 5 GHz Point to Point Radio (As per Technical Compliance Sheet)

Self mountable 100 Feet GI Tower with foundation & Aviation light including 13 transportation

14 Earth pit (As per Technical Compliance Sheet)

15 SITC of UTP CAT 6 Ethernet Cable with ISI Mark PVC Conduit

16 SITC of 3 Core 1.5 Sq mm Power Cable with ISI Mark PVC Conduit

Financial Bid Product, Material wise

Supply, Installation, Testing, Commissioning, Integration & Handover of mentioned below items ---

SL. Unit QTY Unit Rate Amount NO DESCRIPTION Make / Brand List with Tax INR. . SITC of 24 X 7 Workstation (As per Technical 1 HP / Dell / IBM Nos 2 Compliance Sheet) SITC of 49" Professional LED IPS Display for 24 2 LG / Panasonic / Sony Nos 2 X 7 use (As per Technical Compliance Sheet) SITC of L3 Switch (As per Technical Compliance Cisco / Alied Telesis / 3 Nos 2 Sheet) D-Link 4 SITC of HDMI Cable 5 Meter length MX / D-Link / Molex Nos 2

5 SITC of 1.1 KVA Ofline UPS APC / Emerson / Delta Nos 6 SITC of Double Door DB (As per Technical Legrand / Siemens / 6 Nos 1 Compliance Sheet) Havels Havels / Cabtree / 7 5 Amp Power Socket with Switch set Nos 30 Siemens

8 Rack Mountable PDU (6 Socket each) Branded Nos 5

9 SITC of CAT-6 Patch Cord 2 Meter length AMP / D-Link / Molex Nos 30

10 SITC of CAT-6 Patch Cord 5 Meter length AMP / D-Link / Molex Nos 2 SITC of 24U Floor Mount Front Door Glass Valrack / Netrack / D- 11 Network Rack with Fan, PDU & other required Nos 1 Link accessories. 5 GHz Point to Point Radio (As per Technical Ubiquiti / Motorola / 12 Nos 50 Compliance Sheet) Radwin Self mountable 100 Feet GI Tower with foundation 13 Standard Nos 3 & Aviation light including transportation

14 Earth pit (As per Technical Compliance Sheet) Standard Nos 26 SITC of UTP CAT 6 Ethernet Cable with ISI Mark 15 AMP / D-Link / Molex Meter 1830 PVC Conduit SITC of 3 Core 1.5 Sq mm Power Cable with ISI Mescab / Finolex / 16 Meter 200 Mark PVC Conduit Havels

ANNEXURE I

APPLICATION FORMAT (To be furnished in the Company's official letter pad with full address and contact no, Email address etc)

To The Superintendent of Police Howrah Rural District.

Sub: NIT for supply, installation, testing. commissioning, training, maintenance of closed circuit television systems(cctv) for Howrah Rural Districtarea for the year 2016-17

Ref:-Howrah Rural District, N.I.T. No ……………………………………dated ……………………… Sir, Having examined the pre-qualification & other documents published in the N.I.T, I/we hereby submit all thenecessary information and relevant documents for evaluation: 1. That the application is made by me / us on behalf of…………………………………………………………………….. In thecapacity ……………………………………………………………………………………………… duly authorized to submit the offer. 2. We accept the terms and conditions as lay down in the NIT mentioned above and declare that we shall abide by itfor throughout the tender period. 3. We are offering rate for the following item/items and assured supply, installation, testing, commissioning,training, maintenance of closed circuit television systems (CCTV). 4.a. We propose that the order and bill should be raised in our name. We have appointed M/S ...... having its office at ……………………………………….. Mobile No……………………………. E mail address ………………………………………………………………... (Address, contact no ande-mail address) OR b. We propose that order and bill should be raised in favour of our authorized distributor. For that purpose, we have appointed M/S …………………………………………………………………………. having its office at…………………………………………………….…………………..Mobile no……………..………. E-mail address…………………………………….………………... (Address with contact no and email address) as authorized distributor who willreceive order and payment in his name on our behalf. 5. In the event of being selected, I will make the, supply, installation, testing, commissioning, training, maintenance of closed circuit television systems (CCTV) within the stipulated period. 6. We understand that: (a) Tender Selection Committee can amend the scope & value of the contract bid under thisproject. (b) Tender Selection Committee reserves the right to reject any application without assigning any reason.

Date:

Signature of applicant Contact no:

ANNEXURE II Draft Affidavit Proforma I, Sri/Smt……………………………………………………………………………………………………… ……………………………………………….. The Managing Director / Proprietor (etc.) of the Firm ……………………………………………………………………………………………………………… …………………………(Name of the firm) At (address) ……………………………………………………………………………………………….. P.O ……………………………………………………………………………. P.S…………………………………………………… Dist…………………………………………………………………………………………………… do hereby solemnly affirm and declare as follows: 1. That, I have not ever been convicted of any offence making myself liable to be disqualified to supply, installation,testing, commissioning the CCTV cameras and its accessories, maintenance of ………………………………………………………….to any Govt. or Govt. undertaking Organization /Institution in the State of West Bengal or other State or States. 2. That, no case is pending against me or against my firm in any Criminal Court of law to supply, installation, testing,commissioning the CCTV cameras and its accessories, maintenance of …………………………………………………………………… tothe Govt. or Govt. undertaking Organization / Institution in the State of West Bengal or other State or States ( If anycase is pending, state the details ). 3. That, I also declare that if any information subsequently found incorrect or false will it automatically render the tender submitted by me cancelled and make me liable for penal/legal action as per law of the country. 1. That, I do further affirm that the statements made by me in this tender are true to the best of my knowledge and belief and all the documents attached are genuine & correct.

Deponent (s),

Annexure III

Copy of Authorization Certificate from Original Equipment Manufacturer on their Letter head duly signed & stamped.

Tender No should be mentioned in this Authorization Certificate.

Signature Not Verified Digitally signed by BISWAS ARNAB Date: 2017.02.28 13:44:37 IST Location: West Bengal