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

NIT [ NOTICE INVITING e -TENDER ]

No. : WBKP/CP/NIT -21/RESTORATION OF CCTV/TEN, Dated : 16.09 .2020

e-Tender FOR RESTORATION OF DAMAGED CCTV CAMERAS UNDER LCMS PROJECT OF POLICE

KOLKATA POLICE DIRECTORATE Tender Section, 18, Street, Kolkata – 700 001. Ph. : (033) 2250 5275 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. PRE-BID QUALIFICATIONS...... 4 1. Company Registration : ...... 4 2. Trade Licence/Professional Tax/IT Return : ...... 4 3. Undertaking Regarding Blacklisting : ...... 4 4. Undertaking Regarding Acceptance of the Terms & Conditions :...... 4 5. Insolvency/Criminal Activities : ...... 4 6. Annual Turnover :...... 5 7. Work Experience : ...... 5 8. PAN No. : ...... 5 9. Goods & Services Tax (GST) : ...... 5 10. Employees/Manpower under the Bidder : ...... 5 11. Authorization/OEM Certificate : ...... 5 12. Proprietary Article Certificate : ...... 6 13. Solvency Certificate : ...... 6 III. INFORMATION FOR THE BIDDER...... 6 1. General Information : ...... 6 2. Responsibility : ...... 7 3. Office for Communication : ...... 7 4. Brochures : ...... 7 5. Earnest Money Deposit (EMD) : ...... 7 6. EMD Exemption :...... 7 7. Preference for Govt. Organisation : ...... 7 8. Taxes & Other Clearance Certificates : ...... 7 9. Pre-Bid Meeting : ...... 7 10. Canvassing : ...... 7 11. Site Inspection : ...... 7 12. Type of Bid : ...... 7 13. Submission of Bids : ...... 8 14. Evaluation Process : ...... 8 15. Tender Acceptance & Rejection : ...... 9 16. Letter of Intent/Acceptance (LoI/LoA) : ...... 9 17. Work Order : ...... 9 18. Security Deposit (SD) : ...... 9 19. Warranty & Maintenance :...... 9 20. Award of Contract : ...... 10 21. Delivery/Completion of Work : ...... 10 22. Supply of Stores/Execution of Works : ...... 10 23. Payment : ...... 10 IV. GENERAL TERMS & CONDITIONS ...... 10 V. GROUND FOR BLACKLISTING : ...... 11 VI. DISPUTES & ARBITRATION : ...... 11 VII. TERMINATION OF CONTRACT : ...... 12 VIII. Force Majeure Clause : ...... 12 PART – B 13 I. BILL OF MATERIALS & COMMERCIAL : ...... 13 II. TECHNICAL SPECIFICATION : ...... 13 PART – C 17 I. GENERAL GUIDANCE FOR E-tENDERING : ...... 17 ANNEXURES 18 ANNEXURE – I ...... 18 ANNEXURE – II ...... 19 ANNEXURE – III ...... 20 ANNEXURE – IV ...... 21 ANNEXURE – V ...... 22 ANNEXURE – VI ...... 23 ANNEXURE – VII ...... 24 ANNEXURE – VIII ...... 34

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 Restoration of damaged CCTV Cameras under LCMS (Localized CCTV Monitoring System) project of . 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 Restoration of damaged CCTV Cameras under LCMS (Localized CCTV Monitoring System) project of Kolkata Police . Quantity As per BOM. Estimated Cost Rs.97,48,000/- (Rupees ninety seven lakh forty eight thousand) only Earnest Money Deposit Rs.2,00,000/- (Two lakhs) only through online submission. No alternative will be accepted. Date of Uploading of NIT Documents 16.09.2020 at 15.00 hrs. Online (Publishing Date) Documents Download start Date & Time 16.09.2020 at 15.00 hrs. (Online) Pre-Bid meeting Date & Time may be arranged, if required Bid submission Start Date & Time 23.09.2020 at 15.00 hrs. (Online) Documents Download End Date (Online) 29.09.2020 up to 15.00 hrs. Bid submission Closing Date (Online) 29.09.2020 up to 15.00 hrs. Technical Bid opening Date & Time 01.10.2020 at 15.00 hrs. Technical Demonstration Date & Time To be intimated later. Type of Bid Two bid systems (Technical & Financial Bid). Delivery Period 180 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 day Kolkata - 700 001. during office hours (Ground floor of Kolkata Police Hqrs.) Contact Details – (10:00 hrs. to 17:30 Phone : (033) 2250 5275 hrs.) Technical Query – Mob. : 98361 77299. 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. 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, if applicable 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 (L2) vendor for supply of the tendered item. The decision taken by Kolkata Police authority in the matter will be treated as full & final in this regard. 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. Notice Inviting e-Tender P a g e ||| 5

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. 6. Annual Turnover : The bidder is desirable to have had an Annual Turnover of Rs.50.0 lakh only for the last financial year. A certificate from Chartered Accountant should be attached stating the annual turnover. 7. Work Experience : a) The Bidder should be a System Integrator in the field of Electronic Security/IT for at least 5 years. The Bidder must have registered office in West Bengal. b) Intended Bidder should have prior experience in one (01) similar nature of work for Government of India or any of the State/UT Governments, or, Public Sector Units, value not less than INR 1 Core or two (02) Surveillance Project not less than INR 50 lakh each. c) The Bidder must have a proven track record of implementing at least 500 IP based outdoor CCTV Camera in a single order. d) The Bidder must be an ISO 9001:2015 Certified Company. 8. PAN No. : The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India. 9. Goods & Services Tax (GST) : The bidder should have Goods & Services Tax Identification Number (GSTIN) in India in its name. 10. Employees/Manpower under the Bidder : The bidders should have sufficient nos. of technically qualified support staff on their roles. A declaration in this respect has to be submitted. 11. 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 for all products to be supplied otherwise the bid may be rejected. 3. OEM Criteria : A Manufacturer Certificate for CCTV Camera/ NVR Equipment i Original Equipment Manufacturer (OEM) should have Average Annual Financial Turnover not less than Rs.50.0 Crores. (in India only for CCTV works) for the last financial years. ii OEM should have own Registered Offices in India since last 5 (five) years for which documentary evidence must be provided. iii OEM should have own Service Centre in India & Eastern Region. This is to be supported with documentary evidence. iv OEM of CCTV Camera Equipment should have its own company registered in India (under Incorporation of Companies Act, 1956/2013) since last 5 years for which documentary evidence must be provided. v The MAC address of the IP cameras must be registered in the name of OEM supplying the cameras. vi OEM brand should have established in India for at least three (3) years. Supporting document should have to be submitted. vii OEM should be an ISO 9001; ISO 14001 and ISO 27001 certified manufacturing facility in India. viii Malicious Code Undertaking Letter By OEM. ix The OEM should not have been blacklisted or banned or suspended the support by ONVIF. x The OEM of the CCTV equipment’s should not be banned or imposed sanctions by any Government institution globally. OEM declaration to be submitted. B Manufacturer Certificate for Network Passive Equipment i Passive OEM offered must be in steady profitable business in India for more than at- least 5 years. Incorporation certificate to be submitted.

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

ii OEM shall have ISO 9001:2015 and 14001:2015 certified manufacturing facility in India for copper and fibre Products. iii The OEM should not be banned or imposed sanctions by any Government institution globally. OEM declaration to be submitted. C Manufacturer Certificate for other Equipment’s i All the OEM should not be banned or imposed sanctions by any Government institution globally. OEM declaration to be submitted. 12. Proprietary Article Certificate : In case the bidder is OEM i.e. Manufacturing Units, he will have to submit authentic documents/ Propriety Article Certificate. 13. Solvency Certificate : The Bidder is desirable to submit a Solvency Certificate from a Nationalize Bank/CA. III. INFORMATION FOR THE BIDDER 1. General Information : I. Any bidder from a country which shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority [DPIIT OM No.6/18/2019- PPD dated 23.07.2020]. II. “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in certain contexts) means any person or firm or company, including any member of a consortium or joint venture (that is an association of several persons, or firms or companies), every artificial juridical person not falling in any of the descriptions of bidders stated hereinbefore, including any agency branch or office controlled by such person, participating in a procurement process. III. “Bidder from a country which shares a land border with India” for the purpose of this Order means: a. An entity incorporated, established or registered in such a country; or b. A subsidiary of an entity incorporated, established or registered in such a country; or c. An entity substantially controlled through entities incorporated, established or registered in such a country; or d. An entity whose beneficial owner is situated in such a country; or e. An Indian (or other) agent of such an entity; or f. A natural person who is a citizen of such a country; or g. A consortium or joint venture where any member of the consortium or joint venture falls under any of the above IV. The beneficial owner for the purpose of (iii) above will be as under: 1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has a controlling ownership interest or who exercises control through other means. Explanation— a. “Controlling ownership interest” means ownership of or entitlement to more than twenty-five per cent. of shares or capital or profits of the company; b. “Control” shall include the right to appoint majority of the directors or to control the management or policy decisions including by virtue of their shareholding or management rights or shareholders agreements or voting agreements; 2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or together, or through one or more juridical person, has ownership of entitlement to more than fifteen percent of capital or profits of the partnership; 3. In case of an unincorporated association or body of individuals, the beneficial owner is the natural person(s), who, whether acting alone or together, or through one or more juridical person, has ownership of or entitlement to more than fifteen percent of the property or capital or profits of such association or body of individuals; 4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant natural person who holds the position of senior managing official; 5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of the trust, the trustee, the beneficiaries with fifteen percent or more Notice Inviting e-Tender P a g e ||| 7

interest in the trust and any other natural person exercising ultimate effective control over the trust through a chain of control or ownership. V. An Agent is a person employed to do any act for another, or to represent another in dealings with third person. VI. [ In case of Works contracts, including Turnkey contracts ] The successful bidder shall not be allowed to sub-contract works to any contractor from a country which shares a land border with India unless such contractor is registered with the Competent Authority. 2. 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. 3. 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 No., Fax No., e-Mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured. 4. Brochures : Scan copy Brochures (Product Catalogue) of the item(s) must be uploaded in the e-Tender portal. 5. Earnest Money Deposit (EMD) : Intending bidder has to deposit the Earnest Money Rs.2,00,000/- (Two lakhs) only through online submission. No alternative will be accepted. Annexure-II may be referred for this purpose. 6. EMD Exemption : Firms registered as a Small Scale Industry/MSME/NSIC/C&SSI Department/PSU, of Govt. of India and any State Govt. may, however, be exempted from depositing Earnest Money on production of satisfactory documents in support of their claim. 7. Preference for Govt. Organisation : The products of (1) Regd. SSI Unit of the State (2) State Govt. Undertakings/ Organizations owned/ managed by the State Govt. and (3) State based Medium Scale/ Large Scale Units may be given preference, if 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. 8. Taxes & Other Clearance Certificates : a) All bidders shall have to submit copy of the valid Trade License (if applicable), GSTIN and Professional Tax along with tender on West Bengal e-Tender portal. Tenders received without such certificates will not be considered. b) Any claim of GST or any other prevalent Taxes & Duties, if applicable, should be clearly mentioned against the rate of item. The amount of such taxes & duties, if required should be shown separately. 9. Pre-Bid Meeting : Pre-bid Meeting may be arranged, if required 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. 10. Canvassing : Any attempt of canvassing on the part of the bidders will render their tender liable to rejection summarily. 11. Site Inspection : Intending bidders may visit and inspect the site on any working day during office hours under intimation to concerned office. 12. Type of Bid : The tender shall comprise of two bid systems namely – (i) Fee/PreQual/Technical & (ii) Finance, which the bidders have to submit separately through the portal https://wbtenders.gov.in online.

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

13. 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) Documents of Credential in the form of work completion certificates & payment certificates of C. Credential Credential executing similar nature of works done not less than 50% of the estimated cost, which is applicable for eligibility in this tender. 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 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) Only downloaded copy of the above document is to be uploaded duly digitally signed by the bidder. 14. 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) 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. Notice Inviting e-Tender P a g e ||| 9

iv) 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. v) 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. 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. 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 5% 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 01 (one) year 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. 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.

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

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. 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 180 days of the issuance of Work 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. 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. 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. • 50% of the total project cost – On completion of total job. IV. 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. Notice Inviting e-Tender P a g e ||| 11

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 1(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. V. 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, 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. VI. 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.

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

VII. 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. VIII. 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, cyclonic storm, epidemics, quarantine restrictions, freight embargoes etc. Notice Inviting e-Tender P a g e ||| 13

PART – B

I. BILL OF MATERIALS & COMMERCIAL : Total Sl. Make & Rate Name of Item Qty. Unit GST Amount No. Model (Rs.) (Rs.) Double Jacket Outdoor CAT-6 1 25000 Meter Bidder to Cable specify 2 4 Channel NVR 10 Pc 3 4 MP Bullet IP Camera 68 Pc 4 2 MP Bullet Camera 28 pc 5 4TB HDD 30 Nos 6 RJ-45 clip 5 Box 7 Plastic tie 100 Box 8 Camera Mounting Bracket set 20 pc 9 G.I. Wire (10 gage) 15000 Meter 10 Out Door Metal NVR Rack 25 pc 2 Core 1 MM Copper Power 11 3500 Meter cable with Outer Jacket 12 CCTV Connecting Cable (3+1) 3200 Meter 13 Service Charge (LCMS Project) 475 Location Service Charge (Other 14 5 Location locations) 6 Core Single Mode Unarmed 15 71000 Meter FOC

II. TECHNICAL SPECIFICATION : Sl. Bidder’s Feature Specification No. Compliance I. Double Jacket Outdoor CAT-6 Cable Cat6 U/UTP 4 pair Outdoor Cable, solid bare copper with cross 1 Type filler pair separator exceeding TIA 568-C.2 standard Horizontal Cabling Category 6 shall be 23 AWG, 4 Pair UTP, 2 Application Outdoor double jacketed Inner Jacket - Polyethylene (PE) 3 Jacketing Outer jacket –UV resistant, Black, LSZH as per IEC 60332-1 4 Max pull force <14 Kg 5 Frequency Tested up to 250 MHz or better 6 Outer Diameter Not more than 7.2 mm 7 Packaging 305 Meter Reel Conductor 8 <=9.38 Ohms / 100 Mtr or better Resistance 9 Delay Skew <45 ns 10 Temperature Range Up to +70 Deg C 11 Compliance Must be ROHS/ELV compliant II. 4 Channel NVR 1 Main Processor Dual-core embedded processor 2 Operating System Embedded LINUX 3 IP Camera Input 04 channel 4 Two-way Talk 1 channel Input, 1 channel Output 5 Display Interface 1 HDMI, 1 VGA 6 Display Resolution 3840×2160, 1920×1080, 1280×1024, 1280×720, 1024×768

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

Sl. Bidder’s Feature Specification No. Compliance 7 Total Bandwidth Max 160 Mbps bandwidth 8 Display Split 1/4 Support multiple 9 Should Support Multi-brand network cameras brands Camera title, Time, Video loss, Camera lock, Motion detection, 10 OSD Recording Recording 11 H.265/H.264 Compression Recording 12 8Mp, 6Mp, 5Mp, 4Mp, 3Mp, 1080P, 1.3Mp, 720P & etc. Resolution 13 User Interface GUI 14 Motion Detection MD Zones: 396(22×18 ) or better 15 Video Loss Supports 16 Camera Blank Supports 17 Alarm In/ out It should have 4 Ch In and 2 Ch Out 18 Sync Playback 1/4 Playback It should support remote monitoring over iPhone, iPad, Android 19 Smart Phone and Windows Phone including desktop/PC Time/Date, Alarm, MD & Exact search (accurate to second), 20 Search Mode Smart search 21 Backup Mode USB Device/Network 22 Hard Disk 02 SATA III Ports, Up to 6 TB capacity for each HDD 23 Network Ethernet 1 RJ-45 Ports (10/100Mbps) 24 USB 2 USB Ports : 1 USB2.0, 1 USB3.0 HTTP, TCP/IP, IPv4/IPv6, UPNP, RTSP, UDP, SMTP, NTP, DHCP, 25 Network Function DNS, IP Filter, PPPOE, DDNS, FTP, Alarm Server, ONVIF Version 2.4, CGI Conformant 26 PoE 4 ports (IEEE802.3at/ af) 27 Power Supply AC100V ~ 240V, 50 ~ 60 Hz Working 28 -10°C~+55°C / 10%~90%RH Environment 29 Open Protocol Should support ONVIF Profile S or higher 30 Certification UL,FCC ,CE certified 31 Special requirement Must be compatible with Dahua Camera (DH-IPC-HFW5431EP-Z) III. 4 MP Verifocal Bullet IP Camera Camera 1 Image Sensor 1/2.8" Progressive Scan CMOS or better 2 Effective Pixels 4 Mega Pixel or better 3 Scanning System Progressive Electronic Shutter 4 1/3~1/100000s or better Speed 5 Min. Illumination 0.01 lux/F1.4, 0Lux/F1.4 (IR on ) or better 6 S/N Ratio 50dB or better Camera Features 7 Max. IR LEDs Length 50m or better (Wavelength: 850 nm or better) 8 Day/Night Auto(ICR) / Colour / B/W or better 9 WDR 120dB WDR or better Image 10 AWB/ AGC/ BLC/ HLC or better Enhancement Digital Noise 11 3D DND Reduction Notice Inviting e-Tender P a g e ||| 15

Sl. Bidder’s Feature Specification No. Compliance 12 Privacy Masking Up to 4 areas Lens 13 Focal Length 2.7mm~13.5mm or better 14 Max Aperture F1.4 or better 15 Focus Control Motorized 16 Angle of View Up to 100◦ or better 17 Lens Type Motorized/ Auto Iris(DC) Mount Video 18 Compression H.265 / H.264/ MJPEG or better 19 Resolution 2688 × 1520, 2560 × 1440, 1280 ×720@ 25 fps or better Main Stream -- (2688 × 1520, 2560 × 1440, 1280 ×720) @25 fps 20 Frame Rate Sub Stream -- (640 × 480, 352 × 240) @25 fps Third Stream -- (1280 ×720, 704 × 480) @ 25 fps or better 21 Bit Rate 32K ~ 8Mbps or better Smart Functio n Tripwire, Intrusion, Abandoned/ Missing, Scene Change, Audio 22 Smart detection Detect, Face Detect, Video Tampering or similar or better Network HTTP; HTTPS; TCP; ARP; RTSP; RTP; UDP; RTCP; SMTP; FTP; 23 Protocol DHCP; DNS; DDNS; PPPOE; ICMP; IGMP; 802.1x; IPv4/v6; SNMP; QoS; UPnP; NTP; Bonjour or better 24 ONVIF ONVIF compliant Auxiliary Interface 25 Memory Slot Micro SD, 128GB or better 26 Audio 1 channel In, 1 channel Out 27 Alarm IN 1 channel In, 1 channel Out or better General 28 Power Supply DC12V±25%, PoE Working 29 -10°C~+60°C, Less than 95% RH or better Environment 30 Ingress Protection IP67, IK10 or better 31 Certification UL,FCC ,CE certified 32 Special requirement Must be compatible with Dahua NVR (DHI-NVR4204-P-4KS2) IV. 2 MP Bullet Camera 1 Image Sensor 1/ 2.8” 2 MP/ 2.4MP CMOS/ HQIS Image Sensor 2 Signal System PAL/NTSC 3 Frame Rate PAL: 1080p@25fps NTSC: 1080p@30fps 4 Resolution 1920 (H) x 1080 (V) or better 5 Min. illumination 0.01 Lux@(F1.2,AGC ON),0 Lux with IR or better 6 IR Range Up to 20 m 7 Shutter Time 1/25 (1/30) s to 1/50,000 s (Auto/ Fixed) or better 8 Lens 3.6 mm Image 9 DWDR, Day/Night (ICR), 3D-DNR, AWB, AGC, BLC Enhancement 10 Video Formats HDTVI/TVI,HDCVI/CVI,AHD & CVBS 11 Video Output 1 HD analog output 12 Switch Button TVI/AHD/CVI/CVBS Operating 13 -10 °C to 60 °C, Humidity 90% or less (non-condensation) Conditions 14 Power Supply 12 VDC±15% 15 Ingress Protection IP66

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

Sl. Bidder’s Feature Specification No. Compliance Must be compatible with Hikvision/Dahua/CP-Plus or any other 16 Special requirement branded Analog DVR V. 4 TB Surveillance HDD 1 Formatted capacity 4 TB 2 Performance class 7200 RPM or better 3 Cache 64 MB or better Interface transfer rate (max) Host 4 150 MB or better to/from drive (sustained) 5 Load/unload cycles 300,000 or better Annualized 6 180 TB or better workload rating 7 MTBF 1000000 8 Temperature 0 to 65°C 9 Certification UL,FCC ,CE certified Shock Operating 30Gs 10 (2 ms, read/write) Operating 65Gs (2 ms, read) VI. RJ-45 clip Bidder’s responsibility VII. Plastic tie Bidder’s responsibility VIII. Camera Mounting Bracket set Bidder’s responsibility IX. G.I. Wire (10 gage) Bidder’s responsibility X. Out Door Metal NVR Rack Bidder’s responsibility XI. 2 Core 1 MM Copper Power cable with Outer Jacket Bidder’s responsibility XII. CCTV Connecting Cable (3+1) Bidder’s responsibility XV. 6 Core Single mode Unarmed FOC Finolex/D-Link/Digisol

Notice Inviting e-Tender P a g e ||| 17

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 template 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) .

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

ANNEXURES

[ To be submitted in following Format ]

ANNEXURE – I

DECLARATIONS

Sir, Having examined the Bid Documents of e-Tender for Restoration of damaged CCTV Cameras under LCMS (Localized CCTV Monitoring System) project of Kolkata Police for the use of Kolkata Police, We,______, offer to supply and deliver the entire work in conformity with the Terms & Conditions laid down in the Tender Notice No. ______dated ______and would abide by the same terms and conditions throughout the period of contract.

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

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

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

______Signature with date

______Name in block letters

______Seal of the Company Notice Inviting e-Tender P a g e ||| 19

ANNEXURE – II

ONLINE SUBMISSION OF EARNEST MONEY DEPOSIT

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

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

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 ______

Notice Inviting e-Tender P a g e ||| 21

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") Restoration of damaged CCTV Cameras under LCMS (Localized CCTV Monitoring System) project 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 Restoration of damaged CCTV Cameras under LCMS (Localized CCTV Monitoring System) project 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 01 (one) year 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:

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

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 01 (one) year.

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.

Notice Inviting e-Tender P a g e ||| 23

ANNEXURE – VI AGREEMENT [ To be stamped in accordance with Stamp Act ] ARTICLES of Agreement made this day of between the GOVERNOR of the STATE of WEST BENGAL (hereinafter referred to as the GOVERNOR 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 ‘CONTRACTOR’ (which expression shall unless excluded by or repugnant to the context be deemed to include the respective heirs, executors, administrators, representatives and permitted assigns of 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 Officers 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 Item Description of specification of materials and Approximate quantity of each Rate in Words & in UNIT Nos. articles to be supplied. to be supplied Figures

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 ……………………………..

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

ANNEXURE – VII

LOCATION DETAILS OF KOLKATA POLICE LCMS PROJECT [ LOCALIZED CCTV MONITORING SYSTEM ]

Sl. Total Division PS Location No. Locations 1 CD Canning St. Braboune Road crossing 2 CD Canning St.N.S.Road crossing 3 CD Lyons Range (Middle Portion) 4 CD Infront of Golkuthi 7 5 CD Waterloo st. & inside area 6 CD Assembly North Gate 7 CD Assembly South Gate 8 CD Kalakar St & Cotton St Crossing 9 CD crossing of Amartala lane & Amaratala St 10 CD Stand Road & woodmount st crossing 5 11 CD Portuguese Church st. Braboune Road Crossing 12 CD Infront of Nandaram market 13 CD M.D.Road & Nalini Seth Crossing 14 CD Devendra Dutta St. & Kalakar St Crossing 15 CD Street & Kalakar Street Crossing Posta 16 CD 9, Jagmohan Mallick Lane Crossing 6 17 CD K.K.Tagore st & kalakar St Crossing 18 CD Nalini Seth & Hariram Goenka st Crossing 19 CD On CR avenue median Boulevard Gate No 8 20 CD 95 CR avenue, MCH gate No 06 21 CD Eden Hospital Road Facing infront of shiv Mandir 5 22 CD 32B Collage St Gate No 03 23 CD MCH gate No 02 39, Collage St 24 CD Lenin Sarani Oppsite Tipu Sultan Mosque 25 CD Hoog St Mayor Gate 26 CD New Market Mirzagalib St Lindsay St Crossing 5 27 CD Sudden St. JL neharu crossing 28 CD Humayum Place & JL Neheru 29 CD Infront of Md. Ali Park 30 CD Focus on Collage Squere 31 CD In Front of Chulia Mosque 4 32 CD Collage St & Bankim St Crossing 33 CD Near 1, Raja Rammohan Roy Sarani, kol -09 34 CD crossing of M.G.Road & BoithakKhanaRoad 35 CD Dioxon lane & AJC bose crosing 36 CD Muchipara Dr.Amal chowdhuri Lane & BB ganguli Crossing 7 37 CD APC road & Hayyat khan Crossing 38 CD 308, APC Road (Under Sealdha Flyover) 39 CD BB ganguly st & APC road crossing 40 CD Ramdulal Sarkar St & CR avenue(Libarty Cinema) 41 CD Tarak Pramanick Road & simla Street Xing 42 CD Rajendra Mallik st & Madan Chatterjee stXing 43 CD Sarada Park & choor Bagan 6 44 CD On Swamiji Haouse 45 CD Hedua Xing 46 CD Aga Mehendi Street 47 CD Lord Para - JK Gas 48 CD Taltala Bazar 5 49 CD 50, doctor Lane 50 CD Abdul Halim Lane/ Garder Lane Crossing Bagdad House 51 ESD CIT Road & Bagmari Road Xng 52 ESD U.M Road Ultodanga Rail Station 53 ESD Manicktala CIT Road & Hudco Xing 9 54 ESD Ultodanga Foot Bridge 55 ESD Tata Communication Entance Notice Inviting e-Tender P a g e ||| 25

Sl. Total Division PS Location No. Locations 56 ESD U.M Road Muchibazar Hauman Mandir 57 ESD In Fornt Of 5th Bn. 58 ESD CIT Road Bagmari Burial Ground 59 ESD Bagmari Road, Natun Pally 60 ESD Road on Belgachia Metro Station 61 ESD Kolkata Station Road & Raicharan Sadhukhan Road 62 ESD Kolkata Station New Approaching Road 63 ESD Durgapur Bridge + Circular Road 64 ESD Raja Dinendra Street, Desh Bandhu Park 65 ESD Canal West Road & R.G.Kar Road Xing 10 66 ESD Canal Circular Road Near Foot Bridge 67 ESD Canal Circular Road & Gurudas Dutta Garden Xing 68 ESD Canal west Road & Ultodanga Road Xing 69 ESD Raja Dinendra Street, & Radha kanta Jew Streer 70 ESD Atul Sur Lane & Seal Lane Crossing 71 ESD Atul Sur Lane Panchkori Haigh School 72 ESD Tangra Debendra Chandra Dey Rd & south Tangra Road Crossing 5 73 ESD On Mathurbabu Lane - Helth Center 74 ESD D.C.Dey Road & Rip Gali crossing 75 ESD VIP Market Back Side 76 ESD CGS Quarters West Gate area 77 ESD Haryana Sweet on CIT Xing 78 ESD Trikon Park on Gurudham 79 ESD R.K Samadhi Road & CIT Road Xing Phool Bagan 80 ESD In Fornt Of Jogodyan Math East Gate 10 81 ESD Dhandevi Khanna Raod & Narkel Danga Main Road Xing 82 ESD CIT Road in Front of Trivuban Das Zaveri 83 ESD Kadapara Pertol PumpSura 2nd Lane & NM Road xing 84 ESD Narayani Apartment Area 85 ESD Gas St R.D.Street Xing 86 ESD Main Road Canel West Road Xing 87 ESD Malpara Xing 88 ESD Main Road Canel Road East & west 89 ESD Garpar Road & R D St Xing Narkeldanga 90 ESD Sastitola On Narkeldanga Main Road 10 91 ESD Raja Rajnarayan St & RD st Xing 92 ESD 49, Narkel Danga North Road 93 ESD In front of DRM Building 94 ESD Narkel Danga North Road Maniktola Main Road Xing 95 ESD Potttey Road & seal Lane Xing 96 ESD Charak Danga Tempel On Ananda Palit 97 ESD RNC Road & Pottery Road Xing 98 ESD Dev Lane & CIT Road Xing 99 ESD Convent Road & Loreto Convent Gate 9 100 ESD In Front Of RamLila 101 ESD Munsi Bazar Road 102 ESD Girish Ch Bose Road &Dr Suresh Sarkar Road Xing 103 ESD Girish Ch Bose Road &Panbagan Lane & Haralal Das St. 104 ESD main Road In front Of ID Hospital 105 ESD Beliaghata main Road & C.P Road xing 106 ESD C.P.Road & Gagan Sarkar Road Xing 107 ESD Beliaghata Beliaghata Main Road & Rasmoni Bazar Road Xing 7 108 ESD Rasmoni Bazar Road &CP Road Xing 109 ESD Raja Rajendralal Mitraroad Xing with CIT road & Sarkar Road 110 ESD Beliaghat Main Road & Radhamadhab Dutta Garden Lane Xing 111 ND In front of Town School on Bidhan Sarani. 112 ND In front of Bazar Kolkata on Bidhan Sarani Raj Bari between S. A. Jaipuria Collage and Roy Diagnostic + “Lalmandir" 113 ND junction 5 114 ND In front of Muthoot fincorp Building at 206, APC Road 115 ND On Bhupen Bose Avenue In front of Metro Gate No1 116 ND Anandamayeetola (M.D. Rd & N.G. St. crossing) 117 ND Doodh Patti (Halasia Rd & Rabindra Sarani crossing) 6 118 ND 38, B.K. Paul Avenue, Kol -5 (Dolna Park)

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

Sl. Total Division PS Location No. Locations 119 ND Tagore Castle Street & Rabindra Sarani crossing At the crossing of Sovabazar Street & Maharshi Debendra Rd. Vanga 120 ND Basti 121 ND 25 Ahiritola 1st Lane 122 ND Masjid Bari Street & J.M. Avenue Xing 123 ND D.C. Mitra Street & Rabindra Sarani Xing 124 ND Aurobinda Sarani & Abinash Kabiraj Street Xing 125 ND Burtala 44D, Masjid Bari Street 7 126 ND On Garanhata Street near Shiv Mandir 127 ND APC Road & Nandan Bagan Street xing (Harisaha Hut) 128 ND Duff Street & Beadon Street xing 129 ND Raja Bazar on A.P.C Road 130 ND Bidhan Sarani and , covering Ornament Shop 131 ND and M.G Road crossing 132 ND Amherst Street Jagat Cinema on A.P.C Road 7 133 ND Coffee House + Outside area of Presedency Gate 134 ND Duff Church on Sishir Bhaduri Street 135 ND K.C. Sen Street & Amherst Street Crossing 136 ND In front of 100 Road, Bibi Bazar Cossipore Road & Jheel Road Crossing + In front of Gulab Sporting Club 137 ND Cossipore 95, Cossipore Road 4 138 ND Cossipore Road & Rustamjee Phersee Road Crossing 139 ND On Ratan Babu Road and Cossipore Road Crossing + 4B Bus Stand 140 ND 22/A, Attapara Lane (30A Bus Stand) 141 ND Metro Chatal 142 ND 48B, B. T. Road, in front of RBT School 4 143 ND Northern Side of Seven Tanks Lane, Kol -30,132B,South Sinthi Road 144 ND Cossipore Road & K.L Das Road crossing 145 ND Ghosh Bagan Lane in front of Shib Mandir 146 ND Ghosh Bagan Lane near Lock Gate 147 ND 4, K. C. Road 7 148 ND Rani Harshamukhi Road & Ganguly Para Lane crossing 149 ND Karim Bux Row 150 ND Camp Bagan Battola 151 ND Tala Park and R.M. Road crossing 152 ND Indra Biswas Road (Near Belgachia Road) Tala 153 ND Raja Manindra Road near 2 no Bus stand 4 154 ND R.G Kar Gate facing East & West (2 Nos Gate) 155 PD Shipping Jetty at Millennium Park & entrance 156 PD Chandpal Jetty 157 PD North Port Fairly Ghat jetty 5 158 PD Armenian Ghat Jetty 159 PD Ahiritola Ghat Jetty 160 PD Dent Mission Rd. & Dr. Sudhir Bose Rd. Xing. 161 PD Hemendra Street & Mohanchand Road X -Ring 162 PD Dr. Sudhir Bose Road & K M Sarani X -Ring (Near Ismail Mazar) 163 PD Manasatala Lane & Manasatala Road Nitya Ghosh Road + Watgung Street + M C Dutta Street (Near Bari 7 164 PD Masjid) 165 PD 9/5A, Munshigunge Road, Kol -23 166 PD At the crossing of Gopal Doctor Road and R.N.Pal Road 167 PD Bagh Kuthi More Xing on B.K. Rd 168 PD B.K. Rd. & Mayurbhanj Rd Xing, 169 PD B.K. Rd & Hossain Shah Rd. Xing, In front of Sola Ana Mosque + Charbati More 170 PD Ekbalpore Light Post on Ekablpore Road. 7 171 PD Laxmi Mandir (Dr. Sudhir Bose Road & D H Road X -Ring) 172 PD Dr. Sudhir Bose Road & Ibrahim Road X -Ring 173 PD D. H. Road & Jala Lane X -Ring + D H Road & Remount Road X -Ring 174 PD Sofi Kathgola 175 PD Kassyapara 3 176 PD Mitha Talab 177 PD Strand Road near Princep Ghat Gate + Princep Park South Port 178 PD Strand Rd. Near Scoop Restaurant 9 Notice Inviting e-Tender P a g e ||| 27

Sl. Total Division PS Location No. Locations 179 PD Asgar Garage 180 PD Harabas More on B.K. Rd 181 PD Remunt Rd. & B.K. Rd. Xing 182 PD Katkatigali+ Bhukoilash Ground+ Nabayubak Sangha 183 PD Old Goragacha Road & Hobocon Road Xing 184 PD Hobocon Road & Coal Berth Road Xing 185 PD Hide Road & Old Gorcha Road Xing 186 PD West Port Near Singarhati Patrol Pump 187 PD (WPPS) In front of F.O.J., P -70 C.G.R. Road. 2 188 PD Near Hasrat Mohini Girls High School on Road 189 PD Garden Reach Road near Metiabruz College 190 PD Paharpur Road near Moulana Azad Girls High School Gardenreach 191 PD Paharpur Road beside Nut Behari Das Girls & Boys High School 6 192 PD Paharpur Road near Hari Mohan Ghosh College 193 PD Paharpur Road near the crossing with Hari Babu Polly Lane 194 PD Mudialy Market 195 PD Mudialy Harishaba 196 PD Santoshpur Harishaba Metiabruz 197 PD Kali Babur Math 6 198 PD Fathepur Harishaba 199 PD Panchanantala 200 PD Akra Fatak, Akra Road 201 PD Near Khanqua Mosque Nadial 202 PD Molla Para, Auto Stand, Jelia Para Road. 4 203 PD Entry of Waris Nagar on Kanchantala Road 204 SD Loudon Street & Park Street Crossing 205 SD Front area of Park Street P.S. 206 SD Park Street & Rafi Ahmed Kidwai Road Crossing 207 SD Park Street & Crossing (In Front Of Park Plaza) Park Street & Free School Street Crossing (Vodafone Crossing) + 208 SD Extension towards Post Office + Extension Towards MYX Night Club 209 SD Roy Street & Free School Street Crossing Park Street 210 SD Front area of Karnani Mansion Gate on Park Street 12 211 SD Park Street & Russel Street Crossing (In Front Of Park Hotel) 212 SD Park Street & Jawaharlal Nehru Road Crossing 213 SD Triangular Park area in front of Rafi Ahmed Kidwai Road 214 SD Marquis Street & Rafi Ahmed Kidwai Road Crossing Ripon Street & A. J. C. Bose Road Crossing + Benia Pukur Lane + Mother 215 SD House 216 SD Loudon Street & Moyra Street Crossing 217 SD Beck Bagan More 218 SD Auckland Road & A. J. C. Bose Road Crossing (In front of Mouchak) 219 SD Front of Borough -VII (KMC) Office on A. J. C. Bose Road 220 SD Rowdon Street & Crossing 221 SD Robinson Street (In front of Auris Hotel) Shakespeare 222 SD Camac Street Inside area + Albart Road + British Council Sarani 13 223 SD A. J. C. Bose Road & Pretoria Street Crossing 224 SD Lord Sinha Road & A. J. C. Bose Road Crosing 225 SD Russel Street & Middleton Street Crossing 226 SD Ho Chi Minh Sarani & Camac Street Crossing 227 SD Wood Street & Short Street Crossing 228 SD Short Street & Outram Road Crossing 229 SD Thekera Island 230 SD Zeerat Bridge 231 SD On New Road in front of Italian Consolate 232 SD Judges Court Road & New Road Crossing 233 SD At Crossing of Raja Sontosh Road & Alipore Park Crossing 8 234 SD Gopal Nagar Road Hut Road Xing (Gupta Sweets) 235 SD On Alipore Road Court Gate Petrolpump 236 SD Alipore Road on Hoticulture near Drive Inn Snakes bar 237 SD Chetla Road & Rakhal Das Auddy Crossing (Mosari More) 238 SD Jaiuddin Mistry Lane & Chetla Central Road Crossing (CIT Market) Chetla 239 SD 17 No Bus Stand 6 240 SD Raja Sontosh Roay Road (Near Majerhat Bridge crossing)

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

Sl. Total Division PS Location No. Locations 241 SD Alipore Avenue & Boat cannel side road crossing 242 SD P M Roay Road & J M Lane Crossing 243 SD S P Mukherjee Road & Apurba Mitra Road 244 SD S P Mukherjee Road & Satish Mukherjee Road 245 SD Road & Nepal Bhattacharjee Street Kalighat 246 SD Kalighat Road & Kali Temple Road Crossing 6 247 SD In front of 144 Kalighat Road 248 SD Hazra Road & Jadu Bhattacharya Road 249 SD At the crrossing of Charu Avenue Road & Road 250 SD Crossing of Charu Avenue & DPS Road 251 SD 4 No DPS Road (Near rail bridge) 252 SD Russa Road East 2nd Lane 6 253 SD Swiss Park (Near Sankar Nath Nurshing Home) 254 SD Opposite Of Nabina Cinema Hall 255 SD S P Mukherjee Road (In front of Asutosh College) 256 SD Crossing of Raj Shekher Basu Sarani & Hazra Road 257 SD On Basanta Road & Hazra Road Crossing 258 SD Bhowanipur At the crossing of Townsend Road & Hazra Road 7 259 SD Harish Mukherjee In front of Gokhqle College 260 SD Sambhunath Pandit Street & Netaji Pally Crossing 261 SD At the crossing of Townsend Road & Chakraboria 262 SD Vidyasagar Dumping ground 263 SD Bus Stand 264 SD In front of Mohamadan Spotting Club 265 SD Maidan Monalisha Bus Stand 7 266 SD In side of L 20 Bus Stand 267 SD On R R Avenue (Urinal Post) 268 SD Mayo Road in front of cannel club 269 SD Station Road and Chetla Road Crossing 270 SD In front of Children Park 271 SD On Sahapur Road, in front of Hyundai showroom 272 SD In front of VLCC on Humayun Kabir Sarani New Alipore 273 SD On Humayan Kabir Sarani near Khirki Shop 8 274 SD On Humayan Kabir Sarani near B. P. Poddar Hospital 275 SD On Mondal Temple Lane near CPIM Office 276 SD Middle of Durgapur Bridge Both Bound 277 SD Kewratola Maha Samsan 278 SD Candra Mondal Road& T G Road X -Ring 279 SD S P Mukherjee Road near Railway Bridge 280 SD Menoka Cinema Hall Tollygunge 281 SD Carmal School 8 282 SD Shisu Mangal Gate 283 SD Locker Math & Nandalal Jha Road 284 SD Maszid Bari on Satish Mukherjee Road Clyde Row & Commissionerate Road Crossing (Near Hestings Medical 285 SD Store) Bifurcation of Khidderpore Road Ramp and AJC Bose Road Ramp + 286 SD Chappel More Hastings 287 SD On St. Georges Gate Road (In front of Jubilee Line Army Quarter) 5 Ranu Chaya Mukta Moncha + Mohar Kunj Ghat (Opp. Book Shop) + 288 SD Cathidral Road 289 SD Khidirpore Road in front of Ghora Pass Area 290 SED Lohapool Crossing of Rifle Rang 291 SED 3B, Rifle rang 292 SED Karaya 29,C Palm Ave (Bahubibi Masjid) 5 293 SED Broad Road Crossing (in front of 42/1A Broad Road) 294 SED Flat D/144, Iron Side Road, 295 SED Balliygung Place & Bondel Road 296 SED Sarrounding area of 6, Ballygung Place 297 SED Gariahat Kalulia Road & Furn Road Xing 5 298 SED Near Kankulia Bhanga Pachil 299 SED Garcha 1st Lane 300 SED Maddox Square, Earle st & Palit st crossing Ballygung 301 SED Maddox Square Balmiki st & Ritchie crossing 8 Notice Inviting e-Tender P a g e ||| 29

Sl. Total Division PS Location No. Locations 302 SED In front of 26A, Deodar St. 303 SED In front of 32 Ballygung Circular Road 304 SED In front of 35, Ballygung Circular Road 305 SED In front of 14 Chakraberia Road (Queens Park) 306 SED Sunny Park Northern end 307 SED 6, Queens Park 308 SED Manahar Pukur 2nd Lane 309 SED Motilal Neheru Road faceing Lake (Rabindra 310 SED Motilal Neheru Road & Manaharpukur Cossing Sarovar) 5 311 SED Presidant Of India resident 312 SED Lake Road & Lake View Crossing 313 SED Kareya Road & Parkst Xing 314 SED Park St & ML Mitra xing 315 SED Gora Chand Road & Sudori Mohan Avenue Xing 316 SED Shakespear Sarani & ML mitra xing 317 SED Shakespear Sarani &Kareya Road Xing 318 SED Surawardy Avenue In front Of Collage 10 319 SED Ladis Park Entrance 320 SED Linton St. Post Office 321 SED Lal Danga Mosque 322 SED Benia pukur Lane & Noor Avenue Xing 323 SED Gobra Gorosthan Gate No:03 324 SED Gobra Gorosthan & Asgar Mistri Lane Crossing 325 SED Asgar Mistri Lane & Rammohan Bera Crossing 326 SED Rammohan Bera Lane 7 327 SED Near Lalbaba Majar 328 SED Bamunpara Bazar 329 SED 72/1, Topsia Road 330 SED C.N. Roy Road 42 No. Bus Stand 331 SED P.G.Road Near Colony more 332 SED 39 no Bus stand 333 SED P.G.Road & Tiljala Road Crossing 6 334 SED VIP Bazar Towards Nirankari Baba 335 SED P.G.Road nearTiljala High School 336 SSD On Golf Club Road at Jorapukur X-Ring Beside Christian CemeteryX -Ring of Golf Club Road & Russa Road South 337 SSD 1st Lane 338 SSD Podder Nagar Bazar beside Poddar Nagar Pond 6 339 SSD Central Park 340 SSD Beside Layelka Math near Layelka Pond 341 SSD Near Jyoti Sangha Math beside Bani Niketan School 342 SSD In front of Briji A. T. Naskar High School on Pranabananda Road 343 SSD Infront of Bhutter Raju Dilo Bor Restrurent on Block -R, BP Township 344 SSD Rail Gate Patuli 345 SSD Baghajatin Talpukur 6 346 SSD Entrance og Green View near 45 more 347 SSD Kendua More 348 SSD Narkel Bagan Crossing 349 SSD In front of Shoni temple near Masterda Surya Sen Metro station 350 SSD Beside the bridge near Gitanjali metro station Netaji Nagar 351 SSD Plywood House 6 352 SSD Brick Bridge (Near Frank Ross Medicine shop) by N S C Bose Road 353 SSD Crossing of Lane and Raja S. C. Mullick Road 354 SSD Kasba Bazar Entry point from Ballygunge Station 355 SSD Sarat Ghosh Garden Road & Mukherjee Para Crossing 356 SSD Road & Tiljala Road Crossing (Bondel Gate Bazar More) Kasba 357 SSD Baikuntha Ghosh Road (Bhanga Pachil) 6 358 SSD Near Lalkuthi More & Katapukur Math 359 SSD Jagannath Ghosh Road 360 SSD Paul Bazar More on Main Road 361 SSD Tanupukur Road & Ramnath Das Rd. crossing 362 SSD Garfa Kayasta Para Main Road/Garfa Main Rd Crossing 6 363 SSD Selimpur Road & Jhil Road Crossing 364 SSD Safui Para More on Garfa Main Road & P. A. Shah Crossing (North &

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

Sl. Total Division PS Location No. Locations South) 365 SSD Purbachal Main Road & Prince Anwar Shah Connector 366 SSD Adi Swasan 367 SSD Kamdohari Bridge 368 SSD Taltala More 369 SSD Usha Pally Bus Stand 6 370 SSD Brahmapur Badamtala Jame Maszid (Balak Sangha) 371 SSD Bansdroni Bridge 372 SSD Nanubabu Bazar X -ring near M. N. Sen Lane 373 SSD Near Pir Pukur Pond Crosing 374 SSD Jayasree More, KMC Ward No - 113 Regent Park 375 SSD Dakshin Para Katpole, KMC Ward No -114 6 376 SSD H. L. Sarkar Road/Bansdroni Govt. Place Crosssing 377 SSD Santinagar Bridge 378 SWD Joyrampur Post Office 379 SWD B G Press 380 SWD Choto Bazar (Polar Fan) 381 SWD Banamali Naskar Road near D H Road 382 SWD Airport Gate Parnasree 383 SWD RIC More (Upen Banerjee Rd & Parnashree Pallu X -Ring) 10 384 SWD Rabindranagar Bus Stand 385 SWD Viddyasagar State General Hospital Auto Stand 386 SWD Chhata Park (Near Mayor's residence) 387 SWD Sukuntala Bus Stand 388 SWD 2 No. Khalpole on B. H. Road 389 SWD Hanspukur & B. H. Road Crossing 390 SWD Checkpost on B. H. Road 391 SWD 3A Bus Stand on D. H. Road 392 SWD Chodial Khal on D. H. Road 9 393 SWD B. H. Road & Jaigirghat Road Crossing 394 SWD Basundhara Park on Sec TKP area 395 SWD Nabapally Joka on J. L. Sarani 396 SWD Janakalyan More on D. H. Road 397 SWD At level crossing ( Road) 398 SWD Hemanta Basu Market 399 SWD Gate No - 1 Opposite Hotel Management 400 SWD Taratala Transport Depot Road Glaxo 7 401 SWD Near Level Crossing (Beside Sports Complex) 402 SWD In front of the entrance gate of Majerhat Railway Station & Bazar Area 403 SWD Near KMCP School 404 SWD Roy Bahadur Road & B. L. Saha Road X -Ring 405 SWD Near N S H M on B. L. Saha Road 406 SWD Muchipara More on Raja Rammohon Roy Road 407 SWD Joyshree More on Raja Rammohon Roy Road 408 SWD Roy Bahadur Road & Buro Shib tala X -Ring 9 409 SWD Charaktala More 410 SWD S. N. Roy Road & Buro Shibtala X -Ring 411 SWD Senhati More + Bazar 412 SWD Joyshree Post Office 413 SWD Entry of Diamond Park 414 SWD Entry of Satyen Park 415 SWD Entry of Balaka Housing 416 SWD Entry of Srijani Housing 417 SWD At Hospital More on Julpia Road 418 SWD Near Metro Station at Bannerjee Para 419 SWD Metro Park 12 420 SWD K. P. Mukherjee Road M. L. Gupta Road Crossing 421 SWD Chonger Bon Auto Stand 422 SWD More on M L Gupta Road 423 SWD Near Basgola on M G Road 424 SWD Keorapukur Bazar 425 SWD 7 A Bus Stand 426 SWD Oxytown Bus stand 10 427 SWD Muchipara More Notice Inviting e-Tender P a g e ||| 31

Sl. Total Division PS Location No. Locations 428 SWD Natun Hat (Border with WBP) 429 SWD 18D Bus Stand 430 SWD Sonamukhi Bazar 431 SWD Keyatala More on Bagpota Road (Border of WBP) 432 SWD Khudirampally Samaj Kalyan More 433 SWD Crossing of Jadav Ghosh Road and Talpukur Rd 434 SWD Sarsuna Super Market 435 ED Dakshini Near Khal dhar 436 ED Pragati Maidan Data Baba Majar 3 437 ED Near Metropolitan Durgabari 438 ED Anadapur Ps 439 ED URBANA kiosk 440 ED Near Pally Mangal Club Anandapur 441 ED Chowbaga Natun Bridge 6 442 ED Nonadanga Bazar 443 ED In front of IFB 444 ED Mukundapur More - in front of Mukunda Bhawan 445 ED On Purbalok North Road near Syndicate Bank 446 ED Near Daspara Bridge Purba Jadavpur 447 ED On Ahallya Nagar Road near Kishan Market 6 448 ED Ahallya Nagar & Jamuna Nagar More 449 ED Nayabad More near Mini bus stand 450 ED Commint Park more near passion world shop 451 ED 206 Bus Stand on Main Road 452 ED 1 B Bus Stand more Panchasayar 453 ED Srinagar Main Road 6 454 ED Nayabad Nabadit and DPK Crossing on Border Rd. 455 ED Chit Nayabad near Engineering Institute more 456 ED Bhojer Hat Near Bank 457 ED Aquatica / State Bank 458 ED Tardaha Bazar 459 ED Kolkata Leather Khalpar Entrance ot bank (Tardaha) 460 ED Complex Near Tardaha High School 8 461 ED Aquatica Khal Par Gate 462 ED Border With Sonarpur Ps 463 ED In front of KLC PS 464 ED Eastern Park 465 ED Hawkers Market under Sukanta bridge Service Road towards Baghajatin Rail Gate & Baghajatin Station Road 466 ED crossing 6 467 ED Santoshpur Avenue in front of KMC Market 468 ED Park Avenue & Second street Crossing (Modern Park) 469 ED Ajoynagar on Service Road near Ambuja

Other Locations of KP

Sl. No. Locations Authority

1 SB (Compound) DC SB

2 Nabanna DC RF 3 High Court DC RF 4 PTS DC Combat

5 Lalbazar (Compound) DC HQF II

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

ADDRESS FOR FOC

Sl. Division PS Name Address No. 1 DRO CD 138, S. N. Banerjee Road, Kolkata - 700 013 133/2, S. N. Banerjee Road, New Market Area, , Taltala, Kolkata - 2 New Market PS 700013 8, Mallick St, Kesoram Katra, Bortola, Barabazar Market, Kolkata, West Bengal 3 Burrabazar PS 700007 4 Posta PS 67/50, Strand Road, Jorasanko, Kolkata, West Bengal 700007 CD 5 Girish Park PS 138, Manicktala Main Rd., Azad Hind Bag, Kolkata, West Bengal 700006 6 Muchipara PS Serpentine Ln, 6, Santosh Mitrosh Square, Lebutala, Bowbazar, Kolkata -700012 7 Taltala PS 4, Taltala Bazar St, , Taltala, Kolkata, West Bengal 700014 8 Bowbazar PS 13 Kapiltolla, Radha Bazar Ln, Kolkata, West Bengal 700012 9 Hare Street PS 42, C R Avenue, Kolkata, West Bengal 700012 10 Jorasanko PS 16, Balmukund Makar Road, Barabazar, Kolkata, West Bengal 700007 11 DRO ED 512, Hossenpur, Kolkata - 700107 Ground Floor, D50/2, Near Sammilani Mahavidyalaya, East Rajapur, Santoshpur, 12 Survey Park PS Kolkata-75 13 Panchasayar PS Srinagar Main Road, Super Market, Kolkata-700094 14 ED Purba Jadavpur PS 305 Mukundapur Min Road, Kolkata, West Bengal 700099 15 Pragati Maidan PS Porama Island, E M Bypass, Kolkata, West Bengal 700105 Kolkata Leather 16 viii Karaidanga, P.O - Bhojerhat, Pin - 743502 Complex PS 17 Anandapur PS 757, Anandapur High Rd, Madurdaha, Hussainpur, Kolkata, West Bengal 700107 18 DRO ESD 105 Hemchandra Naskar Road, Kolkata -700010 19 Narkeldanga PS 6/11, Dr. M.N Chatterjee Sarani, Narkeldanga, Kolkata, West Bengal 700054 20 Beliaghata PS P-57, CIT Road, Kolkata, West Bengal 700010 21 Tangra PS 15, Gobinda Khatick Rd, Seal Lane, Tangra, Kolkata, West Bengal 700046 ESD 22 Ultadanga PS Block -13, CIT Scheme No. VIII -M, Kolkata -700067 23 Manicktala PS 20, Canal West Road, Canal W Rd, Manicktala, Kolkata, West Bengal 700006 24 Entally PS 12, Convent Rd, , Entally, Kolkata, West Bengal 700014 25 PS P-86, CIT Rd, Kadapara, Phool Bagan, Scheme VI -M, Kolkata, West Bengal 700054 26 DRO ND 113, A. P. C Roy Road, Kolkata -700009 27 Burtala PS 1, Raja RajKrishna St, Sovabazar, Goa Bagan, Ward Number 16, Kolkata -700006 58/A, Trunk Road, Sobji Bagan, Satpukur, Kolkata, West Bengal 28 Cossipore PS 700002 29 Chitpur PS 19, Cossipore Road, Kolkata -700002 ND 30 Shyampukur PS 47, Shyam Bazar St, Hati Bagan, Shyam Bazar, Kolkata, West Bengal 700004 31 Jorabagan PS 78, Nimtala Ghat Street, Sovabazar, Kolkata, West Bengal 700006 32 Amherst Street PS 57, Amherst Street, Raja Ram Mohan Sarani, Kolkata, West Bengal 700009 33 Sinthi PS 145/1, South Sinthi Road, Kolkata - 700050 34 Tala PS 4,Indra Biswas Road,Kolkata -700037 35 DRO PD 1, Dumayune Avenue, Kolkata -700043. 36 Ekbalpore PS 38B, Ekbalpore Road, , Khidirpur, Kolkata, West Bengal 700023 37 Nadial PS Z-3/102, Dr Abdul Khabir Rd, Nadial, Kolkata, West Bengal 700044 38 Metiabruz PS R-1, S A Farouki Road, Kolkata - 700024 T-250, Garden Reach Rd, Damdama, Gandhi Maidan, Kolkata, West Bengal 39 Rajabagan PS 700044 PD 40 Watgunge PS 16, Watgunge Street, Kolkata, West Bengal 700023 41 NPPS 67/3, Strand Bank Rd, Fairley Place, B.B.D. Bagh, Kolkata, West Bengal 700001 42 SPPS 1, Satya Doctor Road, Andaman Dock, Khidirpur, Kolkata, West Bengal 700023 72/1, Garden Reach Road, B.N.R, Kolkata Port Trust Quarters, Garden Reach, 43 WPPS Kolkata-43 44 Garden Reach PS 1, Taratala Road, Ram Nagar, Garden Reach, Kolkata, West Bengal 700024 45 DRO SED Park Court, 2, Syed Amir Ali Avenue, Kolkata - 700017 46 PS 134/1, Meghnad Saha Sarani, Kolkata, West Bengal 700019 47 Beniapukur PS 40A, Gorachand Rd, Beniapukur, Kolkata, West Bengal 700014 52, Karaya Rd, Lower Range, Beck Bagan, Ballygunge, Kolkata, West Bengal 48 Karaya PS 700019 SED 49 ToPSia PS 106A, 100 feet road, New Park Street, Beniapukur, Kolkata, West Bengal 700017 50 Lake PS 18, Gariahat Rd S, , Kolkata, West Bengal 700068 51 Tiljala PS 48, Chandra Nath Roy Rd, Picnic Garden, Tiljala, Kolkata, West Bengal 700039 52 Ballygunge PS 38/1, Beltola Road, Kolkata, West Bengal 700020 53 Gariahat PS 2, Dover Ln, Dover Terrace, Gariahat, Kolkata, West Bengal 700029 54 SD DRO SD 34, Park Street, Kolkata -700016 Notice Inviting e-Tender P a g e ||| 33

Sl. Division PS Name Address No. 55 Kalighat PS 53, Halder Para Rd, Kalighat, Kolkata, West Bengal 700026 56 Shakespeare Sarani PS 34 A, Shakespeare Sarani, Elgin, Kolkata, West Bengal 700017 57 Charu Market PS 28, Deshpran Sasmal Road, Kolkata -700033 58 Chetla PS 19/4, Pitambar Ghatak Ln, Chetla, Kolkata, West Bengal 700027 59 Alipore PS 8,Belvedere Road,Kol -27 170 Shyama Prasad Mukherjee Rd, Sahanagar, Kalighat, Kolkata, West Bengal 60 Tollygunge PS 700026 61 New Alipore PS 494 & 495, Block M, New Alipore, Kolkata, West Bengal 700053 42, Shyama Prasad Mukherjee Rd, Jatin Das Park, Patuapara, , 62 Bhowanipore PS Kolkata-700026 63 Park Street PS 89, Park St, Mullick Bazar, Taltala, Kolkata -700016 64 Maidan PS 1/5, A.J.C. Bose Road, Kolkata -700020 65 Hastings PS 5, Middle Row, Maidan, Hastings, Kolkata, West Bengal 700022 66 DRO SSD Tollygunge EF Lines, 555/557, D P S Road, Kolkata - 700033 67 Kasba PS 27A, Bosepukur Rd, Tal Bagan, Bosepukur, Kasba, Kolkata, West Bengal 700042 68 Netaji Nagar PS 9, Puratan Bazaar, Netaji Nagar, Kolkata, West Bengal 700092 Rishi Raj Narayan Rd, Madhyapara, Subodh Park, Bansdroni, Kolkata, West Bengal 69 Bansdroni PS SSD 700070 70 Garfa PS Vivekananda Sarani, Doctor Bagan, Garfa Kolkata, West Bengal 700078 71 Jadavpur PS 1, Raja SC Malik Road, Poddar Nagar, Jadavpur, Kolkata, West Bengal 700032 72 Regent Park PS 45/D, 2A, Moore Ave, Moor Avenue, Ashok Nagar, Regent Park, Kolkata -700040 73 Patuli PS H-10, Baishnabghata - Patuli Township, PO - Panchasayar, Kolkata - 700094 74 DRO SWD Tollygunge EF Lines, 555/557, D P S Road, Kolkata - 700033 559, Mahatma Gandhi Rd, Keorapukur Mission, Haridevpur, Paschim Putiary, 75 Haridevpur PS Kolkata-82 Upendranath Banerjee road, block 14, parnasree palli, Kolkata, West Bengal 76 Parnasree PS SWD 700060 77 Behala PS 131, Rd, Gholeshapur, Behala, Kolkata, West Bengal 700034 78 Taratala PS 63, Taratala Road, Kolkata - 700088 79 Thakurpukur PS 123/117, Diamond Harbour Road, Kolkata - 700063 80 Sarsuna PS Satellite Township 4, Ho Chi Min Sarani, Kolkata -700061 Total 71 PSs & 9 DROs

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

ANNEXURE – VIII

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

NIT No. ………...... NAME OF THE TENDER : ...... 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 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

______