You are on page 1of 48

Registered Ofiice

Webel Bhavan, Block - EP & GP, Sector - V Bidhannagar, Salt Lake Kolkata 700091
Phone: 9133-2339-2228/226/327/316 'Fax: 9133-2357-1739/1708 email: contact@webel-india.com
NOTICE INVITING OPEN TENDER

Notice Inviting e-Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19

For: SUPPLY INSTALLATION AND COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K
STARTUP

The G.M.(COMMERCIAL) on behalf of WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION


LIMITED invites Tender for the work detailed in table bellow:- (Submission of Bid Through
Online Only)

Last Date and


Tender Document Earnest Money TECHNO-COMMERCIAL
Time of Bid
Brief Description of Work Money (Rs) [Non Deposit (EMD) (Rs) Bid Opening Date and
Submission
refundable] [Refundable] Time (Online)
(Online)

Supply Installation and Rs.500/- Rs. 7,500/- 18 November 2019 20 November 2019
Commissioning of IP Based 12:00 PM 3:00 PM
CCTV Surveillance System at
NASSCOM 10K Startup

BID Opening Venue WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED
Webel Bhavan, Block - EP & GP, Sector - V Bidhannagar, Salt Lake Kolkata 700091

For Commercial Queries, Contact: Mr. Pratul Show, G.M.(COMMERCIAL) E-Mail: pratul.show@webel-india.com

For Technical Queries, Contact: Ambarish Saraswati, DGM E-Mail: ambarish.Saraswati@webel-india.com

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 1
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
DATE & TIME SCHEDULE

Activity / Event Description Date Time

Last Query Submission 14 November 2019 12:00 PM

Last Query Response 14 November 2019 4:00 PM

Submission of Bid(s) 18 November 2019 12:00 PM

TECHNO-COMMERCIAL Opening 20 November 2019 3:00 PM

PRICE BID Opening 22 November 2019 3:00 PM

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 2
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
NOTICE INVITING TENDER
1. Final submission date & time
In the event of e-filling, intending bidder may download the tender documents from the website
https://wbtenders.gov.in directly with the help of Digital Signature Certificate.

2. Technical Bid submission with digitally signed


The TECHNICAL BID is to be submitted duly digitally signed in the website https //wbtenders.gov.in

3. Financial Bid submission with digitally signed


The FINANCIAL BID is to be submitted duly digitally signed in the website https //wbtenders.gov.in

4. Schedule details
Submission of Technical Bid (if applicable) and Financial Bid will be done as per Time Schedule stated in this Tender
Document.

5. Price Bid/Financial Offer only if technical bid is qualified


The price bid / financial offer of the tenderer / bidder will be considered only if the technical bid of the tenderer
is found qualified by the Tender Evaluation Committee (TEC) of WBEIDC. The decision of the TEC will be final and
absolute in this respect.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 3
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION A
ELIGIBILITY CRITERIA
1. Type of the Bidder
The bidder should be an ASP / OEM / System Integrator.
Statutory

2. Experience on the related job area


The bidder should have executed 1 single order of similar nature of jobs, particularly in CCTV SURVEILLANCE SYSTEM of
Rs.700,000.00 each or more at any or The bidder should have executed 2 single order of similar nature of jobs,
particularly in CCTV SURVEILLANCE SYSTEM of Rs.350,000.00 each or more at any or The bidder should have executed 3
single order of similar nature of jobs, particularly in CCTV SURVEILLANCE SYSTEM of Rs.250,000.00 each or more at any
Govt. Department / Quasi Govt. Dept / PSU / Board / Council/ Large corporate or similar organization in last 3
financial years.
Statutory

3. Authorisation from OEMs


Bidders with tender specific authorization(s) from OEM(s), strictly in our format given in ANNEXURE-MAF in this tender
document for all the items (EXCEPT CABLES), are only eligible to quote. Such tender specific authorization(s) must
authorize the bidders for supply, installation and comprehensive maintenance during the Warranty period. OEM(s) must
accept their responsibility of supply, installation and comprehensive maintenance of services during warranty period as
per ANNEXURE MAF.
Statutory

4. Unpriced Bill of Quantities


Un-priced B.O.Q is to be submitted in company letterhead mentioning the name, make and model no. of all the items.
Non-statutory

5. Minimum Annual Turnover for the last financial year


Turnover of the last Financial Year (2018 - 2019) should be Rs.2,000,000.00 or above (Copy of audited Balance Sheet &
P/L A/c duly certified by CA is required as proof).
Non-statutory

6. Aggregate Annual Turnover


Aggregate of Turnover of last 3 Financial Years (01-04-16 - 31-03-19) should be Rs.6,000,000.00 or above (Copy of
audited Balance Sheet & P/L A/c duly certified by CA is required as proof).
Non-statutory

7. Incorporation certificate
The bidder should provide the certificate of incorporation under Comapny Act 1956.
Statutory

8. No Consortium is allowed
The Bids shall be submitted by only the Bidder; no consortium is allowed in this Bid. Declaration in this regard needs
to be submitted.
Non-statutory

9. NO PART BID ALLOWED


Bidders have to quote all the items mentioned in tender document.No part bid will be accepted. Otherwise, the bid(s)

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 4
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION A
will be treated as cancelled.
Non-statutory

10 . Statutory Documents-PAN & IT Returns


Copies of valid PAN along with I-T return documents, for Financial Year 2016 2017, 2017-2018, 2018-2019 are to be
enclosed with the bid.
Statutory

11 . Statutory Documents-PAN Only


Copy of valid PAN Card must be submitted with the bid.
Statutory

12 . Trade License
Copy of valid Trade License is to be enclosed with the bid.
Statutory

13 . Details of Office Locations


The Bidder must have office(s) in KOLKATA, WEST BENGAL. (Copy of Trade License and contact details of the office(s), at
the specified locations to be submitted along with the bid).
Non-statutory

14 . Banned by Govt. or like organizations


The bidder shall be required to give a declaration in their letter head that they have not been banned by any
Government Agencies / Govt. Department / Quasi Govt. Dept / PSU / Board / Council or similar organization. If any
Government Agencies / Govt. Department / Quasi Govt. Dept / PSU / Board Council or similar organization has banned the
bidder and later on lifted the ban, the fact must be clearly stated.
Statutory

15 . Minimum number of years of existence


The bidding firm must be in existence for 3 years or more. (Documentary evidence has to be provided along with the bid)
Statutory

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 5
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION B
INSTRUCTIONS TO BIDDERS
General for e-Tender
1. Registration of Bidder
Any Bidder 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://etender.wb.nic.in . The Bidder is to click on the link for
e-Tendering site as given on the web portal.

2. Digital Signature Certificate (DSC)


Each Bidder is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders
from the approved service provider of the National Informatics Centre (NIC) on payment of requisite amount. Details are
available at the Web Site stated in Clause A.1. above. DSC is given as a USB e-Token.

3. Search and Download


The Bidder can search & download N.I.T. & Tender Document(s) electronically from computer once he logs on to the
website mentioned in Clause A.1. using the Digital Signature Certificate. This is the only mode of collection of Tender
Documents.

4. Participation in more than one work


A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of
a firm. If found to have applied severally in a single job all his applications will be rejected for that job.

5. Exemption under NSIC


Bidders who are registered with NSIC, UNDER SINGLE POINT REGISTRATION SCHEME for the TENDERED ITEMS are exempted
payment of bid security and Tender Fees up to the amount equal to their monetary limit. A proof regarding current
registration with NSIC for the TENDERED ITEMS will have to be attached and documented through e filling, otherwise the
Bid will be treated as cancelled. In case of bidders having moneytary limit as "NO LIMIT", the exemption will be
limited to Rs.50,00,000/- only as per existing policy of WBEIDC Ltd.

6. Submission of Tenders
Tenders are to be submitted through online to the website stated in Clause A (i). in two folders at a time for each
work, one in Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital
Signature Certificate (DSC) The documents are to be uploaded virus scanned copy duly Digitally Signed. The documents
will get encrypted (transformed into non readable formats).

eTender Technical Proposal


1. Technical proposals in covers
The Technical proposal should contain scanned copies of the following in two covers (folders).
a) Statutory Cover Containing the following documents:
1> Prequalification doc:
(i) Prequalification Application (Bid Form) as per annexure
(ii) Structure & Organisation details as per annexure
(iii) Experience Profile as per annexure
(iv) Demand Draft towards cost of tender documents issued from any Scheduled Bank in favour of "WBEIDC Ltd", payable
at Kolkata.
(v) Demand Draft / Bank Guarantee towards Earnest Money (EMD) a from any Scheduled Bank in favour of "WBEIDC Ltd",
payable at Kolkata.
Note: Bidders who are registered with NSIC, UNDER SINGLE POINT REGISTRATION SCHEME for the TENDERED ITEMS are ex

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 6
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION B
from payment of bid security and Tender Fees up to the amount equal to their monetary limit. A proof regarding current
registration with NSIC for the TENDERED ITEMS will have to be attached and documented through e-filling, otherwise the
Bid will be treated as cancelled.
(ii) Un-priced B.O.Q. with Make & Model is to be submitted in company letterhead mentioning the name, make and model
no. of all the items, strictly in our format given in "ANNEXURE-BOQ".
3> Tender Document: Upload the Tender Document Digitally Signed (Do not fill the details)
b) Non-statutory Cover Containing the following documents:
(i) Professional Tax (PT) deposit receipt challan for the financial year 2014 2015, PAN Card, IT, Saral for the
Assessment year 2015-2016, VAT Registration Certificate and challans for the financial year 2016-2017.
(ii) Registration Certificate under Company Act. (if any).
(iii) Registered Deed of partnership Firm / Article of Association & Memorandum.
(iv) Power of Attorney (For Partnership Firm / Private Limited Company, if any).
(v) Audited Balance Sheet & Profit & Loss A/c. for the last 3 (three) years.
Note: Failure to submit any of the above mentioned documents as stated in Sl. Nos. Section-A, v(a) and Section-A, v(b)
will render the tenderer liable to be rejected for both statutory & non statutory cover.

eTender Tender Evaluation Committee


1. Definition of Tender Evaluation Committee
Tender Evaluation Committee constituted as per Order, Department of IT, Government of West Bengal will function as
Evaluation Committee for selection of technically qualified bidders.

2. Opening & Evaluation of Tender


If any Bidder is exempted from payment of EMD, copy of relevant Government Order needs to be furnished.

3. Opening of Technical Proposal


Technical proposals will be opened by the WBEIDC Tender Committee electronically from the website using their Digital
Signature Certificate (DSC).

4. General Procedure
(1) Cover (folder) for Statutory Documents (Ref. Sl. No. A.(v).(a)) will be opened first and if found in order, cover
(folder) for Non-Statutory Documents (Ref. Sl. No. A.5.(b).) will be opened. If there is any deficiency in the
Statutory Documents the bid will be treated as non-responsive and Tender Committee will have the right to decide
accordingly.
(2) Decrypted (transformed into readable formats) documents of the non statutory cover will be downloaded & handed over
to the Tender Evaluation Committee.
(3) Summary list of technically qualified tenderers will be uploaded online.
(4) Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible tenderers & the
serial number of work for which their proposal will be considered will be uploaded in the web portals.
(5) During evaluation the committee may summon of the tenderers & seek clarification / information or additional
documents or original hard copy of any of the documents already submitted & if these are not produced within the
stipulated time frame, their proposals will be liable for rejection.
(6) Intending tenderers may remain present if they so desire.

Financial Proposal
1. General part of Financial proposal
Price Bid as per format provided in the relevant section to be submitted in a separate envelope as mentioned in the
tender document. Insertion of Price bid in techno-commercial proposal will summarily cancel the bid.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 7
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION B

e-Tender Financial Proposal


1. Quoting rate in Price Bid
The financial proposal should contain all items mentioned in the Price Bid. The Bidder is to quote the rate online
through computer in the space marked for quoting rate in the Price Bid.

2. Digital Signature
Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the Bidder.
Financial capacity of a bidder will be judged on the basis of information furnished.

3. Penalty for suppression / distortion of facts


If any tenderer fails to produce the original hard copies of the documents like Completion Certificates and any other
documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in
the hard copies from the uploaded soft copies, it may be treated as submission of false documents by the tenderer and
action may be referred to the appropriate authority for prosecution as per relevant IT Act.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 8
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION C
GENERAL TERMS & CONDITIONS
GENERAL TERMS AND CONDITIONS
1. Awarding of Contract
WBEIDC Ltd will award the contract to the successful bidder whose bid has been valued as per Price and Other criteria .
WBEIDC reserves the right not to accept the Lowest Price bid with out assigning any reason what so ever and the bidder
will not challenge such decision in any forum what so ever WBEIDC also reserves the right to split the order and / or
drop any line item as per direction of the end customer. The contract will be awarded to the bidder securing lowest
price as per their offer. The successful bidder will have to give security deposit of 5% of total value of the LOI in
the form of BANK GURANTEE for a period of 60 days+ the maximum warranty period among the items quoted. After receiving
the PBG, firm P.O will be issued.

2. Amendment of Invitation
At any time 1 days prior to the deadline for submission of proposals, WBEIDC reserves the right to add / modify /
delete any portion of this document by issuance of a Corrigendum, which would be published on the website and will
also be made available to all the Bidders who have been issued the tender document. The Corrigendum shall be binding
on all bidders and will form part of the bid documents (Techno Commercial as well as Price Bid).

3. Amendment of Proposals
In order to afford prospective Bidder reasonable time to make amendment in their proposals, WBEIDC may, at its
discretion, extend the deadline for the submission of proposals. However, no such request in this regard shall be
binding on WBEIDC.

4. Assignments
Assignment of the job to third party is not allowed without the consent of WBEIDC Ltd.

5. PBG SUBMISSION AFTER LOI


You are requested to convey your acceptance of this Letter of Intent and to submit the desired information at an early
date and submit the required Bank Guarantee in the attached prescribed format within a period of 14 days from the date
of placement of this Letter of Intent, failing which this Letter of Intent is likely to be treated as cancelled.

6. Rejection of BID
Any deviation from the given specification and make, will be treated as rejected.

7. Canvassing
Canvassing or support in any form for the acceptance of any tender is strictly prohibited. Any bidder doing so will
render him liable to penalties, which may include removal of this name from the register of approved Contractors.

8. Clarification Regarding Tender Document


A prospective Bidder requiring any clarification about the tender document and scope of work may contact the person
through e-mail / letter as mentioned above in NIT.

9. Date & Time validity of the quotation


Any quotation submitted later than the date and time mentioned above will not be accepted

10 . Discrepancies and Adjustment thereof


Discrepancy between description in words and figures, the rate, which corresponds to the words quoted by the bidder,
shall be taken as correct. Discrepancy in the amount quoted by the bidder due to calculation mistake of the unit rate,

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 9
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION C
the unit rate shall be regarded as firm. Discrepancy in totaling or carry forward in the amount quoted by the bidder
shall be corrected.

11 . Disputes and Arbitrations


In case of any dispute or differences, breach and violation relating to the terms of this agreement, the said dispute
or difference shall be referred to the sole arbitration of Managing Director, WBEIDC Ltd. or any other person appointed
by him. The award of the arbitrator shall be final and binding on both the parties. In the event of such arbitrator to
whom the matter is originally referred to vacates his office on resignation or otherwise or refuses to do works or
neglecting his work or being unable to act as arbitrator for any reason whatsoever, the Managing Director 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 Contractor will have
no objection in any such appointment that arbitrator so appointed is employee of WBEIDC Ltd. 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 in Kolkata only.

12 . Deadline for Submission of Proposals


Proposals will be received by WBEIDC at the specified address not later than 18 11-19 12:00 PM Hrs. WBEIDC may, at its
discretion, extend this deadline. WBEIDC may also extend this deadline for any other administrative reason.

13 . GTC-EMD-ONLINE PAYMENT
//The bidder shall pay an EMD of Rs. 7,500 through Net banking or through RTGS NEFT through the
https://wbtenders.gov.in //portal as per G.O 3975-F(Y) dated 28th July, 2016 issued by Finance department Govt. of West
Bengal. //For detail payment procedure & guideline on the same bidders are advised to follow the same order. //You may
find the GO by clicking the link https://bit.ly/2zZ4i6e

14 . Force Majeure Condition


If the execution of the contract/supply order is delayed beyond the period stipulated in the supply order as result of
outbreak of hostilities, declaration of an embargo or blockade of road, fire, flood or any such act of nature, then
WBEIDC LTD may allow such additional time by extending the project execution timeframe as considered to be justified by
the circumstances of the case and its decision will be final. If additional time is granted by the WBEIDC LTD, the
supply order shall be read and understood as if it had contained from its inception the execution date as extended.

15 . Inclusion of freight & insurance


Price quoted should be inclusive of freight & insurance upto the delivery locations.

16 . Formats and Signing of Proposals


The original proposal shall be neatly typed and shall be signed by an authorized signatory / signatories on behalf of
the Bidder. The authorization shall be provided by written Power of Attorney accompanying the proposal. The person or
persons signing the proposal shall initial all pages of the proposal, except for un-amended printed literature. The
proposal shall contain no interlineations, erase or overwriting. In order to correct errors made by the Bidder, all
corrections shall be done & initialed with date by the authorized signatory after striking out the original words /
figures completely.

17 . Governing Laws
This Tender Document and the contract shall be governed by and interpreted in accordance with Laws in force in India.
The courts at Kolkata shall have exclusive jurisdiction in all matters arising under the contract.

18 . Late Proposals
Any proposal received by WBEIDC after the deadline for submission of proposals, as referred above shall not be accepted.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 10
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION C

19 . Language of Proposal & Correspondence


The proposal submitted by the Bidder should be in English language only. All the documents relating to the proposal
(including brochures) supplied by the firm should also be in English, and the correspondence between the Bidder &
WBEIDC will be in English language only. A duly signed formal copy must subsequently confirm the correspondence by Fax
/ e-mail.

20 . Non escalation of Price


The price offers shall remain firm within the currency of contract and no escalation of price will be allowed.

21 . Non-eligibility of bid by Webel Group Company


No Webel group company allowed to bid in WBEIDC tenders, and bids will be summarily disqualified if received from any
WEBEL group company.

22 . Cancellation of PO
WBEIDC Ltd. reserves the right to cancel Purchase Order if the agreed delivery schedule is not adhered to by the
supplier. Any loss arising out of such delay in the supply of the equipment / service, shall be on the supplier account.

23 . Period of Validity of Proposals


The price offers shall remain firm within the currency of contract and no escalation of price will be allowed. The
quoted offer and / or rate must be valid for a minimum period of 180 Days from the date of opening of the tender. The
tender inviting authority reserves the right for seeking extension of validity of offered rates from the successful
bidder. Acceptance of such request during actual offer is however optional to the bidder. The price validity will
remain unaltered irrespective of any reason including foreign exchange rate variation. Variation in statutory rate
levied by Government will however be reflected for both reduction and escalation.

24 . Whom to report
Reporting: You have to report to MR. AMBARISH SARASWATI ADVISER ( SS & A) for TECHNICAL purposes.

25 . Detail Specification
TECHNICAL SPECIFICATION AS ATTACHED ANNEXURE-I

26 . Schedule of the Tender


The tender document shall be submitted on or before 18-11-19 12:00 PM Hrs. to Mr. Pratul Show

27 . Deduction of Tax at Source


Deduction of all statutory and necessary Tax from each bill will be made as per Government Rules prevailing at the
time of payment. The Company will issue necessary tax deduction certificate in due course of time.

28 . Opening of Tender
The tenders shall be opened at the time set forth in the document. Bidders or their authorized representatives are
invited to be present and to put their signatures on the records of tender opening as each tender is opened

29 . Withdrawal from Tender


Any bidder may withdraw his tender by written request at any time prior to the scheduled closing time for receipt of
tenders and not thereafter.

30 . Additional Terms & Conditions


AT THE TIME ACCEPTING LOI, VENDOR IS ADVISED TO CHECK THE GST PERCENTAGE MENTIONED IN THE LOI. IN CASE

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 11
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION C
BIDDER MUST INFORM GM (COMMERCIAL)
IN WRITING PRIOR TO ISSUE OF THE PURCHASE ORDER. ONCE PURCHASE ORDER ISSUED NO SUBSEQUENT REQUES
PERCENTAGE WILL BE ENTERTAINED.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 12
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SECTION D
SPECIAL TERMS & CONDITIONS
SPECIAL TERMS AND CONDITIONS
1. Consignee Details
Consignee Details: DEPARTMENT OF INFORMATION TECHNOLOGY AND ELECTRONICS.

2. Delivery time period


ALL ITEMS must be delivered and installed within 4 WEEKS from the date of issuance of PO.

3. Delivery Locations
Delivery/Installation location:
AND AS PER DIRECTED BY DEPT. OF IT & E GOVERNMENT OF WEST BENGAL, AT NASSCOM MONI BHANDAR (7TH FLO
SECTOR V, SALT LAKE KOLKATA 700091

4. Taxes all inclusive


Price will be all inclusive including tax, installation, freight, insurance & any other charges. Tax porion should be
mentioned seperately.

5. Payment Authority
Payment sanctioning authority: MR. AMBARISH SARASWATI ADVISER( SS & A)

6. Payment Terms
Payment will be made on submission of bills along with the receipted Challan certificate from the END CUSTOMER.
Payment will be released within 30 days after receiving payment from the end customer.

7. Security Deposit
Successful bidder will have to submit a performance bank guarantee within 14 of issuance of LOI, amounting 5% total
ordered value in the format given in the tender document for a validity period of 60 DAYS more than the warranty period
(2 YEARS from the date of final acceptance of the end customer) of the quoted items.

8. Warranty Support - Period


The equipment along with the solution supplied will be warranted for 24 MONTHS from the date of ACCEPTANCE of the
system whole or part. Service support for the entire warranty period will be ONSITE and COMPREHENSIVE and free of cost
for the entire warranty period.

9. Warranty
The bidder will warranty that products supplied under the contract are newly made and are free from defects in the
design, engineering and workmanship. The bidder would be responsible for the up keep and maintenance of the
infrastructure with a resolution time of 12 HRS and necessary deliverables under the scope of work during the entire
on-site warranty period of 2 YERAS from the date of FINAL ACCEPTANCE of the system by the customer. To maintain this
SLA, if desired by the end customer, one engineer has to be provided at the site for immediate attempt of any failure.
The bidder shall not, without the express prior written consent of WBEIDC, assign to any third party of the contract or
part thereof. Service support for the entire warranty period will be on site and comprehensive and free of cost for the
entire warranty period.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 13
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
BOQ, TECHNICAL SPECIFICATIONS & DELIVERY LOCATIONS
SL. No. Description / Specification Qty UOM Delivery Location

1 INDOOR DOME CAMERA AS PER SPECIFICATION 13 Nos.

2 NVR AS PER SPECIFICATION 1 Nos.

3 24 PORT POE SMART MANAGE NETWORK SWITCH 1 Nos.

4 PATCH PANEL 24 PORT AS PER SPECIFICATION 1 Nos.

5 6 TB SURVEILLANCE HARD DISK DRIVE 2 Nos.

6 15U RACK WITH ACCESSORIES AS PER SPECIFICATION 1 Nos.

7 MONITOR 32 INCH. AS PER SPECIFICATION 1 Nos.

8 UTP CAT 6 CABLE AS PER SPECIFICATION 610 Meter

9 RJ45 CONNECTOR AS PER SPECIFICATION 30 Nos.

10 HDMI CABLE 10 MTR;AS PER SPECIFICATION 1 Nos.

11 PVC CONDUIT PIPE AS PER SPECIFICATION 400 Meter

12 UPS 2 KVA ONLINE AS PER SPECIFICATION 1 Nos.

13 12V-65AH SMF BATTERY FOR 2KVA ONLINE UPS 3 Nos.

14 UTP CAT-6 PATCH CORD 15 Nos.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 14
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SL. No. Description / Specification Qty UOM Delivery Location

15 CABLE LAYING CHARGES 610 Meter

16 INSTALLATION, TESTING & COMMISSIONING 1 Job

Payment Terms Details

Payment Terms Code Description


B2B-30D Payments term will be back to back and will be paid after 30 days of payment received from customer.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 15
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
COMPLIANCE SHEET
SL. No. Description / Specification Qty UOM Offered Specification Compliant Deviation Details (if any)
(Yes/No)

1 INDOOR DOME CAMERA AS PER SPECIFICATION 13 Nos.

2 NVR AS PER SPECIFICATION 1 Nos.

3 24 PORT POE SMART MANAGE NETWORK SWITCH 1 Nos.

4 PATCH PANEL 24 PORT AS PER SPECIFICATION 1 Nos.

5 6 TB SURVEILLANCE HARD DISK DRIVE 2 Nos.

6 15U RACK WITH ACCESSORIES AS PER SPECIFICATION 1 Nos.

7 MONITOR 32 INCH. AS PER SPECIFICATION 1 Nos.

8 UTP CAT 6 CABLE AS PER SPECIFICATION 610 Meter

9 RJ45 CONNECTOR AS PER SPECIFICATION 30 Nos.

10 HDMI CABLE 10 MTR;AS PER SPECIFICATION 1 Nos.

11 PVC CONDUIT PIPE AS PER SPECIFICATION 400 Meter

12 UPS 2 KVA ONLINE AS PER SPECIFICATION 1 Nos.

13 12V-65AH SMF BATTERY FOR 2KVA ONLINE UPS 3 Nos.

14 UTP CAT-6 PATCH CORD 15 Nos.

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 16
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
SL. No. Description / Specification Qty UOM Offered Specification Compliant Deviation Details (if any)
(Yes/No)

15 CABLE LAYING CHARGES 610 Meter

16 INSTALLATION, TESTING & COMMISSIONING 1 Job

Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 17
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 19
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 21
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 23
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 25
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 27
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 29
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 31
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 33
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 35
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 37
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
Tender No. WEBEL/EOT/COM/19-20/00064 Dated: 08-11-19 For SUPPLY INSTALLATION AND Page No: 38
COMMISSIONING OF IP BASED CCTV SURVEILLANCE SYSTEM AT NASSCOM 10K STARTUP
WEBEL/COM/19-20/00064 Dated 08-11-19
Technical Specification for IP Based CCTV Surveillance System at NASSCOM at Webel Mani Bhandar
Building

1) HD 2MP IR IP Motorized lens Dome camera (Make: Tyco/Axis/ Bosch/Infinova)

Parameter Specifications
Image Sensor 1/2.8" CMOS or better
Lens Configuration Motorized zoom lens, F1.4, f= 3-10mm or better
Night Vision
15 meter or better
Distance
Camera Angle
X (Panning): 0°~360°; Y (Tilting): 0°~70°; Z (Rotating): 0°~360°
Adjustment
Day/Night
ICR
Switching
Sensitivity Color mode: 0.002 lux;B/W mode: 0.002 lux; 0 lux (IR ON)
Exposure Scene, Manual, Shutter
Shutter Auto/Manual (adjustment range 1/1s~1/30000s)
AGC Auto/Manual
White Balance Auto/Manual
WDR 120dB
Video Adjustment Brightness, contrast, saturation, chroma, sharpness
Noise Reduction 3D
Defog Available
EIS Available
Corridor Mode Available
Image Mirror Horizontal/Vertical mirror
Video Compression H.264 or better
Encoding Capacity 1080P@30fps
Audio Compression G.711a, G.711u, ACC
Audio Port 1 linear input, 1 linear output
Smart Functions wire cross, regional invasion, scenechange, defocus
Motion Detection 4 motion detecting areas
Privacy Mask 4 masks
Internal Storage Minimum Micro SD/SDHC/SDXC card (128GB)
Network Port One RJ45 10/100M self-adaptive Ethernet port
Alarm 2 alarm inputs, 1 on-off output
IPv4/IPv6, TCP, UDP, IGMP, ICMP, IGMPv2/3, DHCP,SNMP (V1, V3), FTP, SMTP, NTP, RTC,
Network Protocols RTP, RTSP,RTCP, HTTP, HTTPS, SSL, 802.1x, QoS, PPPoE, DNS,DDNS, ARP, UPnP, IP Filter,
TLS, DES, Multicast
Power Supply PoE (IEEE 802.3af)/12VDC/24VAC
Power <9W
Operating
-40°F ~ 140°F (-40°C ~ 60°C)
Temperature
WEBEL/COM/19-20/00064 Dated 08-11-19
Operating Humidity 0%~90% RH (non-condensing)
Product
CE, FCC, IP66, IK10, UL, BIS
Certifications

2) 32 channel Network video recorder(NVR) (Make: Tyco/Axis/ Bosch/Infinova)

SN No Parameter specifications
1 Operating System Embedded Linux/windows system
2 Image Decoding Standard H.264 or better
3 Network Video Input 32 channels
4 Network Video Bandwidth Minimum 180 Mbps incoming bandwidth or better
5 Network Video Access ONVIF, etc.
Protocols
6 Audio Input 32-ch IPC composite audio input
7 Recording Resolution support 8MP/5MP/3MP/1080P/1600×1200/720P/640×480/D1
8 Recording Methods Manual, motion detection, timing and alarm
9 Playback Supports 4 channels 1080P synchronous playback
10 Backup Modes General, batch
11 HDMI Output Minimum 1 HDMI resolution 1080P
12 VGA Output 1ch, resolution 1080P
13 Split Preview 1/2/4/8/9/16
14 Audio Output 1ch, BNC port
15 Storage Type 6 × 4 SATA ports or better
16 Storage Capacity Each port supports an HDD of 6TB capacity or better
17 Support Raid 5 Yes
18 Network Port 2 × RJ45,10/100/1000M self-adaptive Ethernet port
19 USB Port Minimum 2 × USB2.0
20 Alarm I/O 8-ch input, 2-ch output
21 Network Protocol Supports TCP/IP, UDP, DHCP, DNS, NTP, DDNS, PPPOE, FTP,
UPNP, multicast, etc.
22 Power 100 ~ 240 VAC
23 Power Consumption (without <30W
hard disk)
24 Operating Temperature 23°F ~ 131°F (-5°C ~ 55°C)
25 Operating Humidity 10% ~ 90% (non-condensing)
26 Product Certifications CE, FCC, UL, BIS

3) 2 KVA true on line UPS, Rack & Accessories

(Make: Emerson/APC/Luminus)
WEBEL/COM/19-20/00064 Dated 08-11-19
Product feature Specification
Nominal Input Voltage 230V
Input frequency 40-70 HZ
Input Voltage Low Line Loss : 110 VAC± 3% at 50% Load
176 VAC± 3% at 100% Load
Low Line Comeback : 120 VAC± 3% at 50% Load
185 VAC± 3% at 100% Load
High Line Loss : 280 VAC± 3%
Low Line Comeback : 270 VAC± 3%
Power factor ≥ 0.99 @100% Load
Input protection Circuit Breaker
Output power capacity 2000 VA / 1600 W
Nominal Output Voltage 230 V
Other programmable Voltages 220 /240 V

Efficiency at Full load(Double-  80%


conversion, Ac-AC)

Configuration Single Phase & Neutral


Waveform Sine wave
Bypass type Internal Bypass (automatic & manual),Self-powered
Bypass Input Voltage Range 160 V- 270 V
Support battery Types SMF / Flooded (selectable)
Multifunction Indicator UPS Status, Battery Level, Load Level, Line On, Bypass
Audible Alarm AC Failure: Every 4 seconds
Battery Low: Every sec when approaches to low level
UPS Fault: Continuous Alarm
Battery Bank voltage 54 V nominal
Charger Power /Current 1000 W/13 A max (Auto adjusting per battery Ah selection)
Operating temperature 0- 45ᴼ (non-condensing)
Protection General: Electronic protection for power overload, short circuit,
over temperature, battery low, over charge, Surge.
Humidity 20 to 95% RH , non-condensing

4) UPS Battery (SMF) (Make: Exide/Luminus/Amaron)

12 Volt, 65 AH UPS Battery (SMF)


WEBEL/COM/19-20/00064 Dated 08-11-19

5)32” FULL HD LED TV ( Make: LG/Sony/Samsung)

Power Supply 50/60 Hz, AC 100-240 V Hz


Display Features Full HD Features
Model year 2019
Functionality 24x7 operation
Display Type LED – FHD or Higher
Screen Size 32 Inches
Connectivity HDMI, USB, Audio
Resolution 1920 X 1080
Modes and Setting Aspect ratio of the TV should be seven different
modes. These are 16:9, 4:3, 14:9, just scan, original,
zoom, and the cinema zoom.
Selectable Sound Modes 5
Number of Speakers 2
Audio output 10 Watts

6)15U Rack (Make: VAL Rack/D-Link/APW)

15U x 600mmw x 1000mmd Rack floor standing rack system, lockable, front glass door, 10 points power
distribution unit, fan with fan tray, wheel, three nos. heavy duty self, 100 pcs hardware mount screw.

7) 24 port Gigabit POE Switch (Make: D-Link/Netgear/HP)

Parameter Specifications

1000BASE-T Copper Ethernet PoE+ connections


Hardware Features 1000BASE-X Fiber SFP ports
Low Acoustics
Energy Efficient Ethernet (IEEE 802.3az)
Advanced per port PoE controls
ACL filtering to permit or deny traffic based on
Software Features Robust security features:
• 802.1x authentication (EAP)
• Port-based security by locked MAC
WEBEL/COM/19-20/00064 Dated 08-11-19
Comprehensive QoS features:
• Port-based or 802.1p-based prioritization
• Layer 3-based (DSCP) prioritization
• Port-based ingress rate limiting
Auto-VoIP and Auto-Voice VLAN
IGMP Snooping
Protected Ports
DHCP Snooping
Dynamic VLAN Assignment (RADIUS)
Dual Firmware Images and Configuration Files
10M/100M/1G RJ-45 24 ports
copper ports
PoE / PoE+ ports 24 PoE+ (190W PoE budget)

1G SFP (fiber) ports 2 (dedicated)

CPU 500 Mhz MIPS-4KEc CPU


128MB RAM 32MB SPI FLASH
Packet buffer memory
(Dynamically shared across 0.5 MB
only used ports)
Forwarding modes Store-and-forward

Bandwidth 50 Gbps

Priority queues 8

Priority queuing Weighted Round Robin (WRR) and Strict Priority

Multicast groups 128

Bandwidth Number of DHCP


256
snooping bindings

Access Control Lists (ACLs) 100 shared for MAC, IP and UDP/TCP ACLs (ingress)

Packet forwarding rate (64 byte


38.68
packet size) (Mpps)

Jumbo frame support Up to 9K packet size

Acoustic noise level @ 25°C (dBA)


32.4 dBA
(ANSI-S10.12)
Mean Time Between Failures
1,000,000 hours
(MTBF) @ 25°C
100M Copper Latency(64-byte;
6.38µs ; 6.267µs ; 6.059µs
1518-byte; 9216-byte frames)
WEBEL/COM/19-20/00064 Dated 08-11-19
L2 SERVICES - AVAILABILITY

Broadcast, multicast, Yes


unknown unicast storm
control
IEEE 802.3ad - LAGs (LACP) Yes

IEEE 802.3x (full duplex and Yes


flow control)Spanning Tree
IEEE 802.1D Yes
Protocol
IEEE 802.1w Rapid Spanning Yes
Tree Protocol
IEEE 802.1s Multiple Yes
Spanning Tree Protocol
DHCP SERVICES
DHCP client Yes
DHCP snooping Yes
LINK AGGREGATION
IEEE 802.3ad - LAGs (LACP) Yes

Manual Static LAG Yes


NETWORK MONITORING AND DISCOVERY SERVICES
802.1ab LLDP Yes
SNMP v1, v2c, v3
RMON group 1,2,3,9 Yes
NETWORK SECURITY
IEEE 802.1x Yes
Guest VLAN Yes
RADIUS-based VLAN Yes
assignment
RADIUS via .1x
accounting Yes
IP-based ACLs (IPv4) Yes
MAC-based ACLs Yes
TCP/UDP-based ACLs Yes
MAC lockdown Yes
MAC lockdown by the number Yes
of MACs
Control MAC # Dynamic 600
learned entries
Control MAC # Static entries 20

IEEE 802.1x RADIUS port Yes


access authentication
Port-based security by Yes
locked MAC addresses
Broadcast, multicast, unknown Yes
unicast storm control
DoS attacks prevention Yes
WEBEL/COM/19-20/00064 Dated 08-11-19
QUALITY OF SERVICE (QOS)

Port-based rate limiting Yes


Port-based QoS Yes
DiffServ QoS Yes
IEEE 802.1p COS Yes
Destination MAC and IP Yes
IPv4 DSCP Yes
IPv4 ToS Yes
TCP/UDP-based Yes
Weighted Round Robin Yes
(WRR)
Strict priority queue Yes
technology
IEEE NETWORK PROTOCOLS
• IEEE 802.3 Ethernet • IEEE 802.3z Gigabit
Ethernet 1000BASE-SX/LX
• IEEE 802.3u 100BASE-T • IEEE 802.3x Full-
Duplex Flow Control
• IEEE 802.1Q VLAN Tagging • IEEE 802.1AB LLDP
with ANSI/TIA-1057 (LLDP-MED)
• IEEE 802.3ab 1000BASE-T • IEEE 802.1p Class
of Service
• IEEE 802.3af PoE
MANAGEMENT • IEEE 802.1D
Spanning Tree (STP)
Configurable management
• IEEE 802.3at PoE+ VLAN Yes • IEEE 802.1s Multiple
Spanning Tree (MSTP)
Admin access control via RADIUS and Yes
• IEEE 802.3az Energy Efficient Ethernet (EEE)
TACACS+ • IEEE 802.1w
Rapidclient
SNTP Spanning
over Tree (RSTP)
UDP port Yes
• IEEE 802.3ad Trunking (LACP) • IEEE 802.1x
SNMP v1/v2c Yes
RADIUS Network Access Control
SNMP v3 with multiple IP addresses Yes

Port mirroring Yes


Smart Control Center (SCC) for Yes
multi-switch management
HTTPS/TLS Web-based access Yes
(version)
File transfers (uploads, downloads) TFTP / HTTP

HTTP upload/download (firmware) Yes


Syslog (RFC 3164) Yes

POWER CONSUMPTION

Max power (worst case, all ports 228 W


used, full PoE, line-rate traffic)
Max power without PoE (worst
(Watts) 21.62 W
case, all ports used, line-rate traffic)
(Watts)
WEBEL/COM/19-20/00064 Dated 08-11-19
Energy Efficient Ethernet (EEE) IEEE Yes
802.3az
Fan Yes

ENVIRONMENTAL SPECIFICATIONS
Operating
Power Internal 100-240VAC 50-60Hz
Operating temperature 0° to 50°C (32° to 122°F)
Humidity (relative) 90% maximum relative humidity (RH), non-condensing
Storage
Storage temperature –20° to 60°C (– 4° to 158°F)
Humidity (relative) 95% maximum relative humidity, non-condensing
Certifications CE,FCC,UL

8) Cat6 cable (Make: Dlink/Molex/DG sole)

S.No Feature Requirement


1 Category 6 Unshielded Twisted Pair 4 pair cable shall be compliant with
ANSI/TIA/EIA-568-C.2 Additional Transmission Performance Specifications for 4-
Type
pair Category 6 Cabling, 23 AWG UTP. Cable should be tested 600 MHz and result
should be on data sheet
2 Construction: 4 twisted pairs separated by internal X shaped, 4 channel, polymer
Mechanical spine / full separator. Half shall not be accepted. Conductor Solid Copper. Conductor
Characteristics Diameter 0.56±0.005mm (23 AWG) Solid Polyethylene, Outer Diameter 6.0±0.4mm,
Max. Temperature 60°C
3 The cable jacket shall be LSZH comply with IEC 60332.1, IEC 60332-3-22, IEC 60754-
Jacket 2 and IEC 61034-2 and Cable should have tested at Minimum 600 MHz by Intertek 4
Connector channel test report should submitted.
4 Report Cat6 Cable should be ETL tested and report should be submitted along with bid

9) CAT 6 PATCH PANEL 24 PORT (Make: Dlink/Molex/DG sole)

S.No Feature Requirement


1 Cat 6 U/UTP Patch Cords compliant to ANSI/TIA 568C.2,
ISO/IEC 11801 for 10/100BASE-T and 1000BASE-T
Type
applications.
Zero BER certified for IEEE802.3 1000BASE-T protocol.
2 Conductor 24 AWG stranded copper wire
3 Length 1 Meter
4 RJ45 plug and boot material Clear polycarbonate
5 Outer Sheath LS0H
6 RJ45 plug dimensions compliant ISO/IEC 60603-7-4 and FCC 47 Part 68
with
WEBEL/COM/19-20/00064 Dated 08-11-19
7 Patch Cord should be ETL tested and report should be
Report
submitted along with bid

10) PATCH CORD CAT6 1 METER (Make: Dlink/Molex/DG sole)

S.No Feature Requirement


1 19” 24-port, loaded with Jack panel with shutter and
information outlet should have IDC section consists of V-
shaped contacts that flex not fatigue when terminated. It
Type
should have both front and rear labelling options, the patch
panel is constructed of cold-rolled steel for additional strength
and durability.
2 Ports 24
3 Plastic Housing Jack Connector Polycarbonate, UL94V-0 rated or equivalent
4 Contact Plating 50μ” Gold/100μ” Nickel
5 Front Connector interface RJ45
6 Circuit Identification Scheme Icons on each of 24-ports
7 9mm or 12mm Labels on each of 24-ports (to be included in
Port Identification supply)
8 Height 1 U (1.75 inches)
9 ROHS/ELV Compliant

11) PVC Conduit: (Make: Polycab/Precision/AKG)

25 MM U PVC (FRLS) CONDUIT HEAVY DUTY, 2MM THIKNESS

Camera & NVR OEM Qualification Criteria:

 The OEM should have direct presence in India (Tax Registration certificate in India has to be
submitted) and not through any Joint Venture, group companies or Consortium Partner for at least 8
Years. Declaration to be submitted duly signed by the authorized signatory of OEM.
 The OEM should have supplied minimum 100 cameras in single project as on date (PO copies with un
priced BoM to be submitted).
 The OEM must have their own service center in west Bengal.
 The OEM should have manufacturing facility in their own factory.
 The products shall be manufactured by OEM whose quality system is in compliance with the
ISOcertified. Documentary proof to be submitted.
 The OEM must have at least 40 on-roll employees in India at the time of evaluation (Declaration on
company letterhead required to be submitted duly signed by HR Head).
 The OEM must never be black listed by any government/ PSU organizations in India. . declaration to be
submitted duly signed by the authorized signatory of OEM.
WEBEL/COM/19-20/00064 Dated 08-11-19
 All systems and components shall be provided with comprehensive repair and spare parts
replacement. The manufacturer on warranty and non-warranty support shall guarantee the spare
parts and the repair. . declaration to be submitted duly signed by the authorized signatory of OEM.
 Tender specific authorization letter should be submitted along with bid.

Passive OEM Qualification Criteria:

i) All components shall be ROHS compliant.


ii) OEM shall be ISO 9001 and 14001 certified. Copy of Valid Certificate submitted
iii)The OEM should be member of Telecommunication Industry Association.
iv) Passive OEM should be in India for more than 10 years.
v) Tender specific authorization letter should be submitted along with bid.

Signature Not Verified


Digitally signed by PRATUL SHOW
Date: 2019.11.08 17:35:07 IST
Location: West Bengal-WB

You might also like