SHORT TENDER CALL NOTICE Office of the D.G & I.G. of Police, Odisha, Cuttack 1. Sealed tenders are invited from the Original Equipment Manufacturer (OEM) or their Authorized Agent for the purchase of the following equipment for Odisha Police (SOG Establishment) during the current financial year, 2017-18. Sl. No. Name of the items Approx. Quantity in nos. 1 Equipment for State Level Operational Control Room with installation and commissioning 01 (one ) complete set 2. Name of items along with detail technical specification may be seen from Odisha Police website i.e. www.odishapolice.gov.in and Govt of Odisha website i.e. www.odisha.gov.in. The quantity may vary during indent of the items depending upon budgetary allocation. 3. Date of issue of Tender documents from dtd.6.5.2017 at 10.00 AM to dtd.5.6.2017 up to 5.00 PM. 4. Last date of receipt of sealed Tender & sample on dtd.6.6.2017 up to 5.00 PM. 5. Date for opening of sealed Tenders / Technical Bids on dtd. 7.6.2017 at 11.30 AM in the Conference Hall, 2nd Floor, SIW Building, Keshari Nagar, Unit-V (Near Rajiv Bhawan), Odisha, Bhubaneswar. 6. For further clarification, if any, intending bidder may contact Commandant, SOG, Chandaka, Bhubaneswar in his e-mail: [email protected] (Phone-0674-2466013 / Telefax-2466009). A.I.G of Police (Provisioning), Odisha, Cuttack (Tender Calling Authority) 1 SHORT TENDER CALL NOTICE Office of the D.G & I.G. of Police, Odisha, Cuttack Tender Call Notice No. Tender Document No.1 1. Sealed tenders are invited from the Original Equipment Manufactures (OEM) or their Authorized Agent for purchase of the following equipment for Odisha Police (SOG Establishment) during the current financial year, 2017-18 as listed below. (List separately enclosed as Annexure-A) Sl No. Name of the items 1 Equipment for State Level Operational Control Room with installation and commissioning Approx. Quantity 01 (one ) complete set 2. Name of items along with detail technical Specifications, probable requirements against each item may be seen from the Web site of the Odisha Police i.e. www.odishapolice.gov.in and in Govt. of Odisha Web site i.e. www.odisha.gov.in. The quantity may vary during indent of the items depending upon budgetary allocation. 3. The Tender Document may be obtained (a) On payment of Rs.500/- (Rupees Five Hundred) (+) OVAT 5% i.e. Rs.525/- only between 10 AM to 5 PM on each working day from the office of the undersigned at the address given below. (b) By sending a self stamped (Rs. 80/-) envelope of size not less than 35 cm x 25 cm along with a Demand Draft non A/c payee of Rs. 500/- (Rupees Five Hundred) (+) OVAT 5% i.e. Rs.525/- only payable at S.B.I. Main Branch, Cuttack drawn in favour of A.I.G.of Police (Provisioning), Odisha, Cuttack. (C) By downloading from Odisha Police website i.e. www.odishapolice.gov.in and Govt. of Odisha website i.e. www.odisha.gov.in. The Tender documents shall be submitted in the office of the undersigned duly signed by the authorized signatory in each page and duly authenticated with seal in token of having red, understood and accepted the terms and condition of the contract. However in case of downloaded tender documents, a non A./C payee Demand Draft of Rs.500/-(Rupees Five hundred ) (+) OVAT 5% i.e. Rs.525/- only payable at SBI, Cuttack drawn in favour of A.I.G. of Police (Provisioning),Odisha, Cuttack towards cost of Tender Document shall be enclosed. Bids submitted otherwise than in the manner prescribed in the Tender Document shall be rejected. 4. 5. 6. Tender calling authority has the right to accept or reject the Tender(s) without assigning any reason thereof. This tender shall remain valid for 1 year from the date of finalization of approved bidder for any of the listed items by the Purchase Committee or till the next tender floated by the indenter for same item whichever is earlier. 7 Date of Issue of Tender documents on dtd. 6.5.2017 at 10.00AM. 8. Last date of Issue of Tender document on dtd. 5.6.2017 up to 5.00 PM. 9. Last date for receipt of sealed Tender and Sample on dtd. 6.6.2017 up to 5.00 PM. 2 10. Date for opening of sealed Tenders / Technical Bids on dtd. 7.6.2017 at 11.30 AM in the Conference Hall, 2nd Floor, SIW Building, Keshari Nagar, Unit-V (Near Rajiv Bhawan), Odisha, Bhubaneswar. 11. The concerned bidders are required to depute their representatives to remain present during opening of the received Tenders / Technical Bids on dtd. 7.6.2017 at 11.30 AM in the Conference Hall, 2nd Floor, SIW Building, Keshari Nagar, Unit-V (Near Rajiv Bhawan), Odisha, Bhubaneswar. 12. The Tenders received after the stipulated date will not be taken into consideration and liable for rejection. 13. All disputes which may arise relating to tender are subject to judicial jurisdiction of the competent Court at Cuttack only. 14. It is to certify that this tender document contains 79 pages. A.I.G. of Police (Provisioning,) Odisha, Cuttack. (Tender Calling Authority) 3 ANNEXURE-A APPROX. REQUIREMENT OF EQUIPMENT TO BE PURCHASED UNDER MPF SCHEME 2016-17 DURING THE CURRENT FINANCIAL YEAR, 2017-18. Sl. Name of Item No. 1 Equipment for State Level Operational Control Room with installation and commissioning Quantities to be purchased. 01 (one ) complete set 4 Tender Call Notice No. Tender Document No. II GENERAL CONDITIONS OF THE CONTRACT 1. The bidder/Supplier shall essentially be a) An Original Equipment Manufacturer or b) An Authorised Agent of the OEM having running business in the tendered item with good business track record. The bidder in proof of he being an OEM / Authorised Agent shall submit authenticated documentary evidence in this regard. The proof submitted earlier in some other context shall not be treated as valid and sufficient. 2. The tenders (also called bids), not submitted in prescribed format or in the prescribed manner, shall be rejected by the Tender Committee at the risk and responsibility of the bidder. 3. All the information as called for in the tender document should be submitted truly clearly, legibly, transparently, unambiguously and without the use of abbreviations. It shall be submitted in English. 4. All the crucial figures, like rates and amount should be written in figures followed by words in a bracket. 5. There shall be no over-writing in the tender document and other papers submitted. All the additions, alterations, deletions and cuttings should be initialled with rubber stamp (or seal) by the same person, who signs the tender document failing so, the tender may be rejected. 6. All the rates and amounts shall be quoted in Indian Rupees (IR) and shall be presumed to be in Indian Rupees unless specifically permitted to be quoted otherwise in this tender document. However an OEM located outside the country may quote its price in the Currency of the country to which he belongs but the same shall be converted to INR at the exchange rate prevailing on the date of opening of Tender and the same will be binding on both parties. 7. The rates quoted shall be valid for a period of one year counted from the last date of receipt of the bids or submission of tenders. 8. Each page of this tender document should be signed by the bidder with seal in token of having read, understood and accepted the terms and conditions of this contract. 5 9. For the Companies and Corporations making the bids, the tender document shall be signed by the Managing Director. If it is otherwise, the authority to sign the tender paper on behalf of the Company/ Corporation shall be enclosed. In case of partnership Firm, it shall be signed by the active Partner. In case of a proprietary Firm, the tender document shall be signed by the Proprietor. 10. “Legal Status” of a bidder shall mean either proprietorship or partnership or private/ public limited company or otherwise (to be specified), as the case may be. 11. All the documents and papers submitted with the bid should be either in English or in Odia and shall be authenticated under the seal and signature of the bidder unless specified otherwise in the tender document. 12. All the promotional and technical literature of the products intended to be supplied should be submitted for proper appreciation of the bid, whether or not; specifically called for in this tender document. This literature should also be in English or Odia. 13. Submission of more than one competitive bid by the same firm in response to the tender call notice is prohibited. All Such bids except one received first will be cancelled at the discretion of the authority calling the bids. A bidder may however, offer in his bid more than one product of the same Original Equipment Manufacturer (OEM), if in his opinion all such products meet the prescribed technical specifications. In that case, he should submit “technical bids” of all such products separately but in the same prescribed format, in the same sealed single cover. Separate “financial bids” should also be submitted similarly in the same sealed single cover (see below for the meaning of sealed cover). 14. The bidder may use separate piece of paper, where the space provided in the formats in this tender document for submission of information, is not sufficient. The information in the separate sheet of paper shall be in prescribed format and its page should be serially numbered and duly authenticated. 15. All the information submitted or supplied in the formats of this tender document shall be presumed to be true to the best of the knowledge of the bidder. 16. No firm/Company without valid Value Added Tax Registration number and PAN shall be eligible for submitting bids. Firms blacklisted shall also not be eligible for participating in the bid. 17. Copies of Valid Registration Certificates issued by competent Authorities under VAT and CST Acts and Copy of PAN shall be enclosed to the Tender document. In no case other certificates issued by authorities in lieu of such certificates shall be accepted. 6 18. Copies of income Tax return, Audited Balance Sheets, P/L a/c and Trading a/c of, previous year along with copies of Annual VAT and CST returns of previous year need also be enclosed to the Tender document. 19. At the time of opening of Tender/Financial bid the bidder will have to satisfy the competent authority that he is not only authorised as per his Registration Certificates to deal in the tendered item but he has also a running business in such items and he has the ability to supply the tendered quantity in prescribed time limit and to meet the warrantee conditions of the product. 20. The bidders of Odisha will have to submit VAT Clearance Certificate in prescribed form obtained from competent authority and the bidders from outside the state shall submit an undertaking in the form of an affidavit (in enclosed format) stating that they have no business in Odisha and have no liability under the Odisha VAT Act, at the time of submission of Tender. 21. The bid security (EMD), if called for, shall either be in the form of Demand Draft/ FDR / Banker’s Cheque of a Scheduled Bank payable at Cuttack or by pledging of NSC/FDR/Postal Savings Pass Book, all in favour of A.I.G. of Police (Provisioning), Odisha, Cuttack. EMD shall be returned immediately after the rejection of a bid. The DD/FDR/ Banker’s Cheque etc. shall be returned in original with or without reverse endorsement as required for the refund. EMD of the successful bidders shall be retained till the supplies are successfully delivered as per order or adjusted against “Performance Security” (defined on condition No.10 of Special Conditions of the Contract) as per conditions of performance security agreement. 22. This tender document has prescribed a two-bid format for submitting the offers. It contains the “Technical” (Tender document No.V) and “Financial” (Tender document No.VI) bid formats. Both the bids shall be submitted in separate sealed covers identified as “Technical” or “Financial” bid after detaching their formats from this tender document. Both the sealed covers, the remaining part of this tender document including General Conditions of the Contract (Tender Document No.II), Special Conditions of Contract (Tender Document No.III), General Bid (Tender Document No.IV) and all Annexure A, B, C, D and E and all other papers/ documents should be put inside a bigger sealed cover and shall be delivered as per conditions published in the tender call notice. All the sealed cover shall have boldly written with the name of supplier/bidder, the tender call notice number and the last date for submission. 7 23. No document as required and mentioned in the General/ Special conditions of contract shall be enclosed to the technical bid/ Financial bid documents unless otherwise specifically mentioned there in. All required documents shall be enclosed to the General bid proforma duly authenticated and serially numbered and page marked. 24. The tenders or the bids can be sent by Regd. With AD post or courier as well. However, the authorities shall not be responsible for the postal and other delays in receipt of bids. 25. If the last date for receipt of the tender/bid turns out to be a holiday, it will automatically be extended to next working day. 26. The tender calling authority shall make arrangements in his office for issuing a written acknowledgement, under proper seal and signature, of the filled in tenders, provided those are submitted on or before the due date. The acknowledgement shall be issued even if the Tenders are dropped in a sealed box. The acknowledgement receipt shall mention, among others, the tender call notice number. 27. A bid submitted cannot be withdrawn. The bidder or his authorized representative (one person only) will be allowed to be present at the time of opening of tenders. They will not participate in the discussions. Clarifications sought, if any may be provided by them. 28. All or any of the tenders (or bids) submitted can be rejected without assigning any reason thereof. No claim, whatsoever, shall be admissible for the alleged loss/damage suffered by the bidders on account of such rejections. 29. The Tenders/bids received in the prescribed time shall be opened by the tender committee at the prescribed date time and place. Any bid found incorrect or incomplete in any manner would be summarily rejected by the said committee. 30. The “Technical” bids shall be opened and scrutinized by the Technical Committee, only in respect of the bidders who have been found to fulfil all the prescribed criteria and conditions of this tender document other than technical specifications of the products. Only branded products shall be accepted unless otherwise mentioned in special conditions of the contract. 31. All the products, failing to fulfil the prescribed technical specifications, shall be rejected. Decision of the Technical Committee in this respect shall be final and binding. A bidder can improve the technical specifications of the product offered before the opening of “Financial bid” Decision of the Technical Committee on whether or not the revised specification is an improvement, shall be final. Improvement in the technical specification offered as above, may be accepted or not at the discretion of the tender calling authority. However, no preference or extra payment shall be admissible for superior technical specifications or quality or the like. 8 32. The bidder shall have to submit in separate paper mentioning complied or not complied against each column of the technical specification given in the tender document. 33. Not withstanding an offered product meeting the prescribed technical specifications, it may be rejected, if it has not been tried and tested or used in Odisha Police with satisfaction. It may also be rejected if the bidder fails to successfully demonstrate its product before the Technical Committee. 34. “Financial bids” shall be opened only in those cases, where one or more of the offered products have fulfilled the prescribed technical specifications. All financial documents like Registration Certificate issued under VAT, CST and IT Acts, VAT clearance Certificate, IT and ST returns, Audited Balance sheet, Trading a/c and P/L a/c shall be verified at the time of opening of financial bids. 35. All the prices quoted shall be F.O.R., destination i.e. Bhubaneswar which means that prices shall include the cost of delivery at destination if nothing otherwise is mentioned in the Special condition of contract. 36. The Purchase Committee shall discuss and deliberate on the past performance, experience, production capacity, financial strength etc. of the bidders/suppliers as recommended by the Technical Committee, besides the rates quoted by them and select the L-I bid in most transparent manner, taking into consideration the relevant provisions of OGFR and Circulars and notifications issued by the Government of Odisha from time to time, so as to ensure that the purchases are effected in most prudent and economical manner, without compromising the prescribed quality, from the most eligible bidder. 37. Financial negotiations with firms other than the lowest bidder shall not be held without obtaining the prior approval of Government. 38. The authorities are not bound to accept the lowest financial bid. 39. The order for supply may be placed on the successful bidders but the technical specifications (or quality requirements) for the purpose of supply shall be those, which were offered and accepted by the Technical Committee and not those specified in the tender document. It shall not be necessary for the office of the D.G. & IG of police to place a single order for the entire requirement. Order for the same item but on identical terms and conditions may be placed by different wings of the office such that the total orders placed shall roughly correspond to the quantity mentioned in the tender document. The bills for payment shall be submitted, accordingly, on different wings placing the order. 9 40 On delivery, the supplies or products shall be inspected to verify the quantity and to see whether those are in accordance with the technical specifications (or quality requirements) for which the order was placed. If it turns out to be otherwise, the acceptance of delivery shall be refused at the risk and responsibility of the supplier. Further the articles found damaged shall not be counted as accepted until repaired or replaced to the satisfaction of the authorities. 41. Short/ Part deliveries may not be accepted. All the items ordered must be supplied in full, for claiming even the part payment. 42. 43. All the transit risk shall be the responsibility of the supplier. (a) No Way Bill, C/D Forms will be supplied by the indenter to the suppliers of outside Odisha for supply of goods. (b) However they may apply for necessary declaration forms in form VAT-402 A to the concerned Sales Tax authority for passing the boarder check gate of Odisha while transporting the ordered items for delivery. 44. User manuals of the product shall be supplied without being asked for and without being mentioned in the supply order. Moreover, it should be in English. 45. Failure to supply the indent in full within the stipulated period as mentioned in the supply order may lead to forfeiture of EMD / Performance Security and blacklisting of the suppliers. If at all the delivery is allowed to be accepted after the due date, Liquidated Damages(LD) @ 0.5% of the total amount of order (excluding taxes) per week or part thereof shall be charged, however that the L.D. shall not exceed 5% of the amount of order. 46. The supplier shall submit an undertaking given by him or the OEM committing to supply spare parts for the maintenance of the supplies for a period of at least 10 years from the date of delivery. 47. The supplier shall give a “Performance Warrantee” for a minimum period as mentioned at Sl.10 in the Special Conditions of Contract. The “Performance Security” may be forfeited partly or fully for failure to fulfil the terms and conditions of supply and post sales commitments/ obligations. The Bank Guarantee if furnished towards performance security should be enforceable and payable at Cuttack and shall be valid for the period of warrantee. (Performance Security has been defined on condition No.10 of Special Conditions of the Contract.) 10 48. All the clarifications sought from the bidders/ suppliers on technical specifications of the products or otherwise shall be promptly submitted in a transparent and unambiguous manner. 49. Terms & Conditions of the tender documents can’t be negotiated for variation without obtaining prior approval of Govt. 50. Entire tender document, duly filled in, shall be treated as part of the contract agreement for supplies in case of the successful bidders and shall be submitted in original. 51. All the disputes shall be subjected to the jurisdiction of civil Courts situated at Cuttack. 52. The bidders shall submit all required documents along with tender. Under no circumstances a bidder would be allowed to make any addition / alternation in any document related to tender or to submit required documents after receipt of tender by the tender calling authority. 53. Any objection / suggestion / complaint by any bidder with regard to tender shall be intimated in writing to the tender calling authority. The Chairman / Members of Technical / Purchase Committee would not entertain any correspondence / discussion in the above matter. Seal & Signature of the bidder. A.I.G. of Police (Provisioning), Odisha, Cuttack (Tender Calling Authority) 11 SPECIAL CONDITION OF THE CONTRACT Short Tender Call Notice No. Tender Document No. III 1. The Special Conditions given here shall prevail over the General Conditions. 2. Bid Security (E.M.D.): The tender document shall accompany with a Earnest Money Deposit (EMD) at the rate noted under col-5 against each item in Sl.No.3 below without which the tender shall be rejected. The Earnest Money Deposit should be made available in the form of DD/FDR/Banker’s Cheque / NSC / Postal Savings Pass Book in a separate envelop along with the sealed covers of “Technical” and “Financial” bids. However, the MSEs registered in Odisha with respective DICs, Khadi, Village, Cottage & Handicraft Industries, OSIC and NSIC while participating in tenders shall be exempted from payment of Bid Security (Earnest Money). The bidders who are also registered with DGS&D for the tendered items are exempted from payment of Bid Security (EMD). 3. QUANTITY: Sealed bids in this tender document have been invited for the supply of the items listed below. The approximate quantity required has been mentioned against each. Detailed technical specifications of each item are available in the Annexure of “Special Conditions of the Contract” enclosed herewith. S.l. No. 1 1 4. 5. 6. Particulars of the Item 2 Equipment for State Level Operational Control Room with installation and commissioning Approx. quantity 3 1 complete set Technical specifications 4 Annexure-(B) EMD (In Rs.) 5 Rs.6,00,000/- The quantities mentioned above are subject to variations. The rates quoted by the firms shall continue to be valid even if the quantities of items mentioned above are varied. Further the bidder (s) should certify that the rates quoted by it for any item (s) listed above shall remain valid subject to variation in any Govt. Tax Structure on the same (i.e. the base price of the item quoted shall remain valid irrespective of variation in the tax structure) for a period of one year from date of finalisation of rate by the Purchase Committee. It shall not be necessary to bid for all the items mentioned above. The firms/companies may bid for one or more of the items depending on their convenience and submit E.M.D. accordingly. The items above do not necessarily consist of a single piece of equipment. It may be composition of inter-connected or inter-related appliances. Bidding is not permitted for the components obtained by splitting an item. Bidding is also not permitted for a part of the quantity of an item indicated above. If any equipment / item consists of different components, the bidder shall have to quote price for each component separately in the Financial Bid in the prescribed format enclosed in the Tender document including installation charges, if any. 12 7. The bidder shall submit along with this tender document a list of names, complete addresses. Telephone/FAX numbers of the customers to whom, the items, for which the bid has been submitted, have been supplied and installed in last three years, if any. A clear unambiguous statement shall be made if an item has not been sold anywhere in India so far. 8. The supplies shall be delivered to the authorities at the place indicated below. All items 9. 10. 11. 12. 13. 14. 15. 16. Name of the Authority & his address Quantity I.G of Police(Operations) As per Supply order 6th Floor(New Building), S.I.W Campus, Unit-V, Keshari Nagar, Bhubaneswar–751001 The working of the equipment shall be demonstrated successfully and expenses incurred on demonstration shall be borne by the supplier. The supplier shall organise training to acquaint the employees of the Organisation regarding operation of the equipment in their own cost. Performance security: The successful bidder shall have to enter into an agreement with the tender calling authority for successful completion of Supply, Installation, commissioning, Integration of the hardware with the software, Services and training of the tendered items after proper inspection within stipulated period and also for performance warrantee of the items from the date of Supply, Installation, commissioning and training are up to a period mentioned in the scope of work / technical specification. In this regard, the bidder has to furnish the Security Deposit at the rate of 10% of the total amount of the order excluding all taxes in the form of NSC/Post Office Savings Bank A/c /FDR from any nationalised bank duly pledged in favour of Tender Calling Authority. However, the local MSE bidder, if selected, shall be required to pay 25% of the value of performance security. Not with standing anything contained in the General Conditions of contract a new / fresh brand of product / equipment not tried, tested and used in Odisha Police may be accepted subject to meeting the prescribed technical specification and approval of Technical Committee. Delivery of supplies should be made by the vendor at SOG Hdqrs., Chandaka, Bhubaneswar. The supplier shall repair or replace at his cost any component of the supplies that may go out of order during the warranty period. The repair and replacement shall as far as possible be carried out within the premises, where the equipment has been installed. If, however, it is necessary to take the equipment to the workshop of the supplier, it must be repaired and re-installed successfully in its premises within 48 hours counted from the time service call is placed. Failing so, replacement equipment in working condition shall be supplied till return of the equipment. If an equipment or supply goes out of order within the warranty period and the supplier is informed about it, it must be attended to within 48 hours counted from the time service call is placed. Pre-delivery inspection: Not required. PAYMENT: No advance payment shall be made. 100% of the payment will be made on delivery of supplies, successful installation and demonstration subject to clause 10 above. 13 17. SITE VISIT: Bidders intending to participate in the tender may visit the site of State Operational Control Room located in Bhubaneswar city with a letter of authority of OEM or their authorised Agent. 18. SAMPLE / DEMONSTRATION: The tenderers need not submit sample along with their bid / offer but they shall demonstrate their offered model of equipment in a power point presentation (in 3D configuration) as per prescribed technical specification for evaluation of the Technical Committee during its meeting. 19. Sl. Name of the items Demonstration by Power point presentation 1 Equipment with complete interior furnishing for State Level Operational Control Room with installation and commissioning 01 complete set Bidder intending to participate in the tender is required to submit Odisha VAT clearance certificate in form no.612. The foreign companies/bidders from outside the state who intend to participate in the tender and who have not been registered under the OVAT Act may be allowed to participate in the tender without having any VAT clearance certificate subject to condition that they will submit undertakings in the form of an affidavit indicating there in that they are not registered under the VAT Act as they have no business in the state and they have no liability under the Act. But before award of the final contract, such bidders will have to produce the VAT clearance certificate in form VAT 612-A. Seal and Signature of the bidder AIG of Police (Provisioning) Odisha, Cuttack Signature of the Tender Calling Authority (With Seal) 14 ANNEXURE-B SPECIAL CONDITIONS OF CONTRACT (REF SL. NO.3) TECHNICAL SPECIFICATIONS (I) EQUIPMENT FOR STATE LEVEL OPERATIONAL CONTROL ROOM: 1. Purpose: - The requirement is for planning, monitoring, analyzing and data bank creation of anti-naxalite operations through video conferencing including audio visual from State Operational Headquarters located at Bhubaneswar which will have further connectivity with other 18(Eighteen) remote offices located at District Hdqrs across the Odisha State through Multipoint Control Unit (MCU). All the locations will be connected through LAN/WAN. The scope of WAN connectivity part is looking after by the client. REMOTE LOCATIONS: (1) Malkangiri, (2) Koraput, (3)Rayagada, (4)Kalahandi, (5)Nabrangpur, (6) Nuapada, (7) Bolangir, (8) Bargarh, (9) Sambalpur, (10) Rourkela, (11) Angul, (12) Boudh, (13) Nayagarh, (14) Kandhamal, (15) Keonjhar, (16) Mayurbhanj, (17) Deogarh. (18) Ganjam. 2. Solution for State Level Operational Control Room will consist of Software and Hardware equipped to plan, monitor, evaluate as well as to interact with operational team leaders and teams in the ground. It will have point to point call along with presentation and data sharing or multiparty conferencing using server based MCU (at a time maximum 20 locations can participate). 3. Equipment for VC Solution:(i) VC end point for state level operational control room with 10x Zoom Camera. Total quantity considered -1 no. (ii) VC end points for other 18 locations with 4x or Higher Zoom Camera. Total quantity considered -18 nos. (iii) MCU (Multipoint Control Unit) with capability to make 20 Party Conferencing at a time. Total quantity considered -1 no. (iv) Should have facility of up-gradation in future. 4. Visual Display and Presentation System: - Visual and Presentation system will give resource for display which can be used for Video conferencing and presentation or both at a time, cable cubby on the conference table will provide source ports on the table for Data/HDMI/VGA for connecting laptop or any other device for communication with display (Video Wall). 5. Equipment for Visual Display and Presentation System:(i) Video Wall for Display 3 x 2 Matrix (Total panel considered) – 6 nos. (ii) Video Wall Controller System – 1 no. (iii) Cable Cubby on Conference table (Total quantity considered) – 3 nos. (iv) Video and VGA Switcher (Total quantity considered) – 3 nos. (v) Tx & Rx for picture transmission (Total quantity considered) – 4 nos. 6. Equipment for Audio Solution:(i) Ceiling Speakers (Total quantity considered) - 4 nos. (ii) Boundary Mics on conference table (Total quantity considered) -10 nos. (iii) Amplifier with required capacity (Total quantity considered) -1 no. (iv) DSP for Mics (Total quantity considered) -1 no. 7. Control System: - Control system will help in controlling Video Wall, Video conferencing, DSP & Amplifier from a single point. So that there will be no dependency on any remote controller for any device. 15 8. Equipment for Control System:(i) TAB from reputed brand with minimum 12 inch touch screen (Total quantity considered) - 1 no. (ii) Controller unit (Total quantity considered) - 1 no. 9. Scope of Work:(i) Supply, installation, commissioning, training and maintenance by the selected bidder for Video Conferencing Solution System complying to the technical specifications given in Annexure: A at State Operational Control Room at Bhubaneswar and its remote offices (18 nos.). (ii) Supply, installation, commissioning, training and maintenance by the selected bidder for Video Wall System complying to the technical specifications given in Annexure:B at State Operational Control Room at Bhubaneswar. (iii) Supply, Installation, commissioning, training and maintenance by the selected bidder for Audio Solution, including the Control System complying to the technical specifications given in Annexure:C at State Operational Control Room at Bhubaneswar. (iv) The bidder should supply the necessary Active & Passive components i.e. 42U Rack, Cables, Connectors, Electrical wiring etc. complying to the technical specifications given in Annexure:D (v) Integration of Video Wall Solutions with the Video Conferencing System and to manage it from a single Control system. (vi) The Video Wall Solution should include (3 x 2) matrix video displays. (vii) Can play from multiple sources with multiple applications at a time or single source to entire wall. (viii) Any time the size of video wall can be increased / reduced according to the need with addition / removing panel. (ix) If any single panel break down, no need to change all panel of video wall, just to replace / repair the faulty panel only (plug & play). (x) The proposed video wall should have local support service center at Bhubaneswar. (xi) The proposed video wall solution should have Energy Star 6.0 or 14001 Certified. (xii) Provision of Display Unit (LED) with minimum 48” OR higher complying with minimum dynamic contrast ratio 500000:1 at each remote location at 18 District Police Headquarters mentioned in the technical specification. (xiii) Suitable software required for the GIS Server will be procured from DGS&D approved rate contract holders. It is the responsibility of the winning bidder to coordinate with the GIS Software supplying firm and ensure smooth integration and seamless functioning of State Operational Control Room. (xiv) Bidders intending to participate in the tender may visit the site of State Operational Control Room located in Bhubaneswar city. Bidders to Note: 1) Bidder shall be responsible for providing all materials, equipment with successful on-site Installation, Commissioning, Integration of the hardware with the software, Services & Training specified or otherwise which are required to fulfil the intent of ensuring operability, maintainability, completeness and reliability for the total project. 2) Bidder should provide minimum one dedicated technical manpower to ensure smooth functioning of State level Operational Control Room and all remote locations. 3) Bidder should provide 05 years project management service and comprehensive warranty (excluding 1st year standard). 16 DIAGRAM for State Level Operational Control Room at Bhubaneswar 3 X 2 (Matrix) Video Wall System Rack Equipments MCU CONTROLLE AUDIO DSP AMPLIFIER Video VGA Switcher TX RX Video Conference Unit Conference Table S M CC-1 M S CC-2 M M M CC-3 M M I-PAD M S S M M Dimension of the Conference Hall – 47 x 20 fts. Sitting capacity- 20 + 01 around an oval shaped conference table. (Design of the Conference Hall is provisional and will be finalised in consultation with the End User) 17 Technical Specification Annexure: A OEM Eligibility For VC Solution OEM for VC should be present in the latest Leader / Magic Quadrant for Group Video Systems in Gartner Magic Quadrant. OEM should have R&D Centre & presence in India for last 5 years. The VC Endpoint, MCU should be from the same brand / OEM. VC End Point with 10x Zoom Camera & Codec at State Level Operational Control Room Basic ITU standard Endpoint The VC Room system must support H.323, SIP standards for communications. Specific Features The VC Room System must support High Definition room video up to 1080p60 FPS for both Video and content. The VC Room System must provide the ability to send/receive simultaneously 1080p60 video on the main channel and 1080p60 video on the dual video channel and be able to display content at full resolution on the second monitor, when available. The user should be able to define the ratio between the bandwidth used for live video and presentation. It should also provide a PTZ (Pan, Tilt Zoom) High Definition autofocus camera with automatic exposure and automatic white balance supporting up to the 1080p60 format, a minimum horizontal field of view of 65°, 10x optical zoom and a minimum range for PAN of +/-90° and for TILT of +/- 20°. The VC Room System should support minimum 4 sites HD multipoint conferencing and the same unit should be upgradable to support HD multipoint conferencing capabilities up to 6 sites or more in continuous presence through software or license upgrade. The VC Room System must be able to support up to one camera and two screens, and Support dual video capabilities both in H.323 (H.239) and SIP (BFCP based). Position of content and live video on available displays must be configurable. The VC Room System must Provide 2 cascadable 3-way microphones digital PODs with each microphone independently echo cancelled. The VC Room System must be capable of capturing high definition content from a laptop/PC/DVI source up to 1920x1080 at 60fps. The VC Room System should support bandwidth of 6 mb/s. The VC Room System must provide simultaneous support for IPv4 and IPv6, and tools for QoS. The VC Room System should support either H.231/H.243s for compatibility with the central MCU. The VC Room System must support embedded AES confidentiality for video & content channel simultaneously at sites. The VC Room System must have a WEB interface for management. The VC Room System must provide the network administrator management tools to control and administer conferences. The VC Room System must have an API command set if asked in future. The VC Room System must provide support for LDAP/H.350 directory services with an embedded LDAP server (local agenda) and LDAP client (in order to access remote LDAP/H.350 servers). Video Standards and Resolutions: It should support 1080p 60 fps, 1080p 30 fps, 720p 60 fps and 720p 30fps Data /Content Resolutions on DVI. The below mentioned resolution or better 1440 x 900 @ 60fps: WSXGA. 1280 x 1024 @ 60fps: SXGA. 1280 x 720 @ 25, 30, 50, 60fps. 18 1280 x 768 @ 60fps: WXGA. 1024 x 768 @ 60fps: XGA. 800 x 600 @ 60fps: SVGA. 640 x 480 @ 60fps: VGA. It shall be possible to annotate over the presentation. The annotations should be sent as part of the standard H.239 stream so it is visible on all other H.239 complaint endpoints (software or hardware) connected to the conference. HD camera Resolution: 1080p 60 fps. Optical zoom: Min. 10x optical zoom. Horizontal field of view: min 65° Autofocus. Auto exposure. Auto white balance. PAN range: min +/-100°. TIL range: min. +/-20°. Audio codec G.711,G.728,G.722,G.722.1,and G.722.1 or better Audio features 2 x Digital pod for covering a large room Acoustic echo canceller Independent AEC for each microphone Adaptive post filtering Audio Error Concealment Automatic Gain Control (AGC) Automatic Noise Suppression Adaptive post filtering Network Features IPv4 and IPv6 simultaneous support Auto Gatekeeper Discovery IP Precedence, IP Type of Service (ToS) Packet Loss based down speeding Packet Loss recovery H.323 DTMF tones transport H.460.18 H.460.19 support NAT discovery Network protocols TCP/IP, RTP/RTCP, DNS, DHCP HTTP, HTTPS, TELNET, SNTP Security DH key generation and exchange H.235 AES confidentiality H.235V.3 Annex D authentication and integrity SIP MD5 Digest Authentication Microsoft NTLM authentication and session security HTTPS, SSH 19 Directory Services LDAP client LDAP server H.350 support Management Web interface for configuration, call control, diagnostic, SNMP, Management API. Audio/Video Interfaces Video inputs:1x HDMI /HDCI; 1 x DVI-I /HDMI using a device from the same OEM Video outputs:2 x HDMI /HDCI Audio inputs: HDMI and 2 other inputs Audio outputs: 1 x HDMI/HDCI ; 1 x 3.5 mm line jack Audio I/O interface of the VC Room System must support both Digital and Analog. Network interfaces Provisioning of 1 or more 10/100/1000 LAN port Recording Recording option should be available and the Endpoint should be upgradable to support Meeting recording on external device (USB/Portable HDD) preferable. Remote Control Application Optional control application with a multi-touch interface like TAB is desired. This interface should enable the user to: i. Dial an address with a list of the recent outgoing, incoming or missed calls or Access the company directory and place a call from the directory. ii. Control the VC Room Camera (PTZ), mute microphone, change volume, set DND, start and stop presenting. iii. Inviting another participant by either dialling by address (IP, E.164 or SIP URI) or by accessing the company directory. MCU (Multipoint Control Unit) The MCU should be standard based and ITU protocols compliant. The MCU should support 20 ports 720p 30FPS. The same MCU should support a capacity of up to 40 ports @ 4CIF/ 480 30 FPS also simultaneously. The MCU should support H.323, SIP, and H.320 externally using an ISDN Gateway from the same OEM. All components of the MCU solution – MCU module, Gatekeeper, Scheduling, Network Management and point to point desktop client software mobile clients, and end point should be from the same OEM. The MCU must support H.235 standard AES encryption without impacting HD port capacity. The MCU should support personal video layout per participants The MCU should support HD CP at 720p and receive and transmit 720p30 The MCU must support H.239 standard for sending/receiving multiple streams of video and presentation content. The H.239 support should not cost additional conference ports. The MCU should support multiple HD Conferences. The MCU should be able to handle packet losses up to 5% using appropriate packet loss algorithm for desktop clients. The same need to be demonstrated in a real time scenario. MCU Capacity : The MCU must support 20HD (720p 30) participants conference call in a single or multiple conferences from Day1. The same MCU should support 10 ports @1080p30 FPS and 40 ports 4 CIF/ 480p30 dynamically. The MCU should support up to 10 participants on CP mode in 720p 30FPS and at lower resolutions support CP of 16 participants on 4CIF/ 480p 30 FPS 20 The same MCU should be upgradeable to 20ports 1080p30 with license based up-gradation in future without any change in hardware. MCU Management The MCU should have IP based and Gatekeeper, Scheduler and Network management systems. The MCU should support Telnet for accessing remotely for carrying diagnostics from a remote PC in the network for diagnostics. The MCU should have the option of welcome screen when the conference is initiated Audio Support: G.711, G.722, G.722.1, G.729, MPEG4 -AAC-LC ,MPEG4 – AAC, G.722.1 Video Encoding , Resolution and Presentation Support: Video algorithms H.263, H.263+, and H.264, H.264 High Profile and H.264 SVC or better Video resolutions - CIF, 4CIF, SIF, 4SIF, 480p, 720p, 1080p 30 FPS or better Support HD @ 720 30 FPS and should support both 720p , 4 CIF/480p 30 and 1080p 30 FPS Presentation video resolution – Presentation video resolution – WUXGA SXGA VGA, SVGA, XGA, HDMI or higher H.239 and Duo Video for presentation sharing Network and security H.235 AES encryption for secure conferencing PIN protected conferences MCU must support IPV4 and IPV6 HTTPS for secure communications. MCU Chair Control The MCU must support Far End Camera Control, in voice activated and continuous presence modes, using H.281 Far End Camera Control. Data Support The MCU must support H.239 and Duo-Video standards for sending/receiving multiple streams of video and presentation content without losing MCU port capacity. MCU Video CP Layout The MCU must support video processing capabilities that allow each site to see other sites simultaneously with 20 or more continuous presence participants on a single screen. MCU indicating functions The MCU will be able to indicate:• A participant joins/leaves the conference; • Encrypted conference; • Conference is being recorded Technical Specification – External Server based Gatekeeper ( H.323) The MCU must support scaling to larger installations through Gatekeeper load balancing and call routing rules. The comprehensive solution shall include a appliance based H.323 Gatekeeper function for the same OEM. The Gatekeeper must support advanced bandwidth management for calls between Gatekeeper sub-zones and remote zones to ensure proper call access control to the TCP/IP network for H.323 calls. The Gatekeeper must support maximum bandwidth control per endpoint or per groups of endpoints. The Gatekeeper must support call Fallback policies per dialled number The Gatekeeper must support Least Cost Routing. The Gatekeeper must support real time monitoring. 21 The Gatekeeper must support advanced call fall-back to ensure call completion rates. Gatekeeper Capacity a. No of Registrations: 200 registrations b. No. of multipoint calls: 20 multipoint calls Network management and Scheduling The Scheduler should support Microsoft scheduling with email notifications to individual participants. A Web based central management interface developed by the MCU manufacturer should be provided in order to control all system resources, reserve conferences, and provide ongoing conference, point to point call, and network and fault management functions. The Scheduling software should able to send e-mail notification to all participants using Microsoft outlook and/or Lotus notes plug in. The conference scheduling application must support SIP, H.323 and ISDN terminals as well as desktop and audio only terminals transparently. The conference scheduling application must support intelligent and optimized real time resource allocation algorithm for MCU ports and dynamically reuse the allocated ports according to the actual terminal capabilities. The conference scheduling application must support Lecture style conferences where the lecturer sees students in a continuous presence layout, and the students all see the lecturer in a single screen layout. The conferencing application should provide a reporting and statistics support which will enable the system admin generate the following graphical charts / reports: a. No. of Multipoint calls records for the entire deployment b. No. of Point to Point calls records for the entire deployment Calls Records per Terminal. c. No. of gateway calls for the deployment. d. N.o of Desktop calls. e. Multipoint calls records per specific Virtual Room. The conference scheduling application and network management application should have the option to support redundant deployment for high availability. The conference scheduling application must support management, load balancing and resource reservation of multiple distributed MCUs, Gateways and Gatekeepers. The conference scheduling application must support Dial-in or MCU auto-Invite (Dial-out) to terminals. The network management application must support multiple network views and configurable presentation of the network topology in a Network Tree view, flat table view and customizable views. Both the Gatekeeper and Scheduling & Network Management software should be installed in server / on an appliance. Desktop & Mobile Conferencing Platform The solution should provide 40 concurrent software based video clients. Users can log in using Laptop, Tablets and Smartphones. There should not be any limit on the number of devise from which the users and log in, however the concurrency at any given time will not exceed 40. The solution provided should support & integrate with standard mailing solution. The Desktop client should support Virtual room with support for full screen video on the desktop. The administrator can require Desktop clients to authenticate in order to participate to a meeting. Single Sign On / Windows authentication must be supported (if a user is authenticated on the Windows Domain, he/she should not be asked to authenticate again). The administrator must be able to invite additional participants. The administrator will have access to his own list of favourites users and rooms, the directory, or can chose to invite a room 22 or a phone by number (via E.164, IP Address or SIP URI). It shall be for desktop client to support 480p or HD 720 p30 resolution easily at the desktop client The desktop administrator must be able to provision a directory of room systems. This directory shall be available in the desktop client user interface to ease the process of inviting room systems. The Desktop Client solution must be able to secure conferences via PINs /passwords. VC End Point With 4x or Higher Zoom Camera for Remote Location Basic ITU standard Endpoint The VC Room system must support H.323, SIP standards for communications. Specific Features The VC Room System must Support two simultaneous 1080p 60fps channels: camera + content from day one. The VC Room System must provide the ability to send/receive simultaneously 1080p60 video on the main channel and 1080p60 video on the dual video channel and be able to display content at full resolution on the second monitor, when available. The user should be able to define the ratio between the bandwidth used for live video and presentation. It should also provide a PTZ (Pan, Tilt Zoom) High Definition autofocus camera with automatic exposure and resolution upto 1080p 60fps, a minimum horizontal field of view of 65°, 4x optical zoom and a minimum range for PAN of +/-90° and for TILT of +/- 20°. The VC Room System should have feature to support 2 cascadable 3 way microphones digital PODs with each microphone independently echo cancelled. The VC Room System must be capable of capturing high definition content from a laptop/PC/DVI source up to 1920x1080 at 60fps. The VC Room System should support bandwidth of minimum 2 mb/s or higher. The VC Room System must provide simultaneous support for IPv4 and IPv6, and tools for QoS. The VC Room System should support H.231 / H.243 for compatibility with the central MCU. The VC Room System must support embedded AES confidentiality for video and content video channel simultaneously. The VC Room System must have a WEB interface for management. The VC Room System must provide the network administrator management tools to control and administer conferences. Video Standards and Resolutions: It should support 1080p 60 fps, 1080p 30 fps, 720p 60 fps and 720p 30fps. Data / Content Resolutions on DVI / HDMI 1440 x 900 @ 60fps: WSXGA 1280 x 1024 @ 60fps: SXGA 1280 x 720 @ 25, 30, 50, 60fps 1280 x 768 @ 60fps: WXGA 1024 x 768 @ 60fps: XGA 800 x 600 @ 60fps: SVGA 640 x 480 @ 60fps: VGA HD camera Resolution: 1080p 60 fps Optical zoom: Min. 4x optical zoom Horizontal field of view: min 65° Autofocus Auto exposure Auto white balance PAN range: min +/-100° 23 TIL range : min. +/-20° Audio codec G.711,G.728,G.722,G.722.1,and G.722.1 Audio features 1 way pod for covering a medium size room. Acoustic echo canceller. Independent AEC for each microphone. Adaptive post filtering. Audio Error Concealment. Automatic Gain Control (AGC). Automatic Noise Suppression. Adaptive post filtering. Network Features IPv4 and IPv6 simultaneous support. Auto Gatekeeper Discovery. IP Precedence, IP Type of Service (ToS). Packet Loss based down speeding. Packet Loss recovery H.323. DTMF tones transport. H.460.18 H.460.19 support. NAT discovery. Network protocols TCP/IP, RTP/RTCP, DNS, DHCP HTTP, HTTPS, TELNET, SNTP Security DH key generation and exchange. H.235 AES confidentiality. H.235V.3 Annex D authentication and integrity. SIP MD5 Digest Authentication. Microsoft NTLM authentication and session security. HTTPS, SSH Directory Services LDAP client LDAP server H.350 support Management Web interface for configuration, call control, diagnostic, SNMP, Management API. Audio/Video Interfaces Video inputs:1x HDMI /HDCI; 1 x DVI-I using a device from the same OEM. Video outputs:1 x HDMI /HDCI Audio inputs: HDMI and 2 other inputs Audio outputs: 1 x HDMI/HDCI ; 1 x 3.5 mm line jack. Audio I/O interface of the VC Room System must support both Digital and Analog. Network interfaces Provisioning of 1 or more 10/100/1000 LAN port. Recording Recording option should be available and the Endpoint should be upgradable to support Meeting recording on external device. 24 Technical Specification Annexure: B 55" (3X2) Matrix Video Wall for VC & PSTN Application Panel Monitor Type LED. Panel Technology IPS. Monitor Size 55" diagonally. Aspect Ratio (16:9). Native Resolution 1,920 x 1,080 (Full HD) or higher. Brightness 700 cd/m2 or higher. Contrast Ratio 1,400 : 1 or higher. Dynamic CR 500,000 : 1 or higher. Viewing Angle (H x V) 178 x 178 degree. Response Time Hard coating (3H), Anti-glare treatment of the front polarizer (Reflectance < 2%). Life Time [Typ] 60000 Hours. Guaranteed Operating Hour 24 Hours. Orientation Portrait & Landscape both. Connectivity Inputs HDMI, DVI-D, DP , OPS, Audio, RGB, USB 2.0 & USB 3.0 Outputs DP, Audio. External Control RS232C, RJ45, IR Receiver. Physical Specification Bezel Width 0.9 mm or better (L/T/R/B) Slick Monitor Dimension (W x H x D) 1,211.4mm x 682.2mm x 86.5mm or 10% higher / lower is acceptable. Per Panel Weight (Head) approx 19 kg or 10% higher / lower is acceptable. Environment Conditions Operation Temperature 0 °C to 40 °C Operation Humidity 10 % to 90 % Power Supply 100-240V~, 50/60Hz Power Consumption (Typ) 220W or less. Smart Energy Saving 110W or more. Industrial Grade Standard/Certification Safety UL / cUL / CB / TUV / KC EMC FCC Class "A" / CE / KCC Energy Star Energy Star 6.0 Features Up to 15x15 Tile Mode, USB Playback, Smart Energy Saving, Temp Sensor, Internal Memory, Wi-Fi Dongle Ready. Technical Specifications Video Wall Controller The Video Wall Controller should be appliance / hardware based. It should connect any of 8 HDMI sources to any of 8 HDMI displays. It should have built-in Video Wall Feature which can provides up to 16 connection profiles that you can customize into layouts using the web GUI. It should have Seamless Switch feature which provides continuous video streams, real-time switching and stable signal transmission. It should feature a built in high-performance scalar function for best image quality. It should easily switch between multiple sources and multiple displays. It should have Built-in EDID wizard which provides an easy way to customized EDID settings. Front Panel Configuration should have front panel LCD display and pushbuttons and IR remote control. System should be able to operate using Serial controller, Browser Graphical User Interface (GUI) and Telnet. It should have Built-in bi-directional RS-232 serial port for high-end system control. It should support superior video quality - HDTV resolution of 480p, 720p, 1080i and 1080p (1920x1080). 25 It should support Dolby True HD and DTS HD Master audio. It should support Consumer Electronics Control (CEC). It should have Power On Detection feature in which if an HDMI source is powered off, device should automatically switch to the next powered on source. It should support IR signals for remote control. It should be Firmware Upgradeable. It should be Rack Mountable. It should have all metal casing. It should support long distance transmission up to 15 m (24 AWG). It should support HDMI (3D, Deep color) and should be HDCP compatible. HDMI In: 8 x HDMI Type A Female. HDMI Out: 8 x HDMI Type A Female. Ethernet: 1 x RJ-45 Female. RS-232: 1 x DB-9 Female. IR Input Port: 1 x Mini Stereo Jack Female. Power: 1 x 3-prong AC Socket. LCD: 1 x LCD Module. In / Out: 8x8 buttons. Cancel: 1 x Pushbutton. Menu: 1 x Pushbutton. Profile: 1 x Pushbutton. Enter: 1 x Pushbutton. I/P Rating Power: 100-240V ; 50-60Hz ; l.OA Power Consumption: 120V/60W; 230V/62W Operating Temp.: 0 - 50°C Storage Temp.: -20 - 60°C Humidity: 0-80% RH, Non-condensing Automatic Switcher Switcher should be facility of Switches from secondary input to primary input when a signal is detected. Switcher should be minimum 2 computer graphics video with loop on 15−pin HD connectors, 2 unbalanced stereo audio on 3.5mm mini jacks and output should be minimum 1 computer graphics video on a 15−pin HD connector, 1 unbalanced stereo audio on a 3.5mm mini jack. BANDWIDTH (-3DB): Video: 300MHz; Audio: >100kHz Switcher should have Active Input LED Indicators. 26 Technical Specifications – Annexure: C High Value Mixer Amplifier Amplifier should have 4 line/Mic input and should have 4 separate volume control for controlling volume and output not less than @ 60 Watt. Amplifier should be facility of Priority muting by external switch. Frequency Response : 48 Hz to 19 kHz +/-1 dB or higher. Signal to Noise Ratio on master volume at minimum Mic: > 52 dB, Line: > 52 dB or higher. THD : 0.5% at rated power at 1 kHz Full-Range Ceiling Speaker Speaker should have Blind-mount backcan protection. Speaker should have both Combined 70V/100V and low impedance direct operation. Speaker Coverage Angle should be 130° conical coverage or higher. Speaker Power Capacity not more than 30 Watts. Speaker should have Transformer manual selection Taps. Frequency Response : 95 Hz – 15 kHz or higher. Sensitivity & SPL : 84 dB & 92 dB @ 1 m (3.3 ft) average, 103 dB peak or higher. Speaker Weight should not cross 2 Kg. Microphone for Conference Table Microphone should have CommShield® Technology with Logic input & LED indicator. 50 Hz to 17 KHz or better Frequency response. 150 Ohm +/- 10% Impedance. Minimum -35 Dbv / Pa open circuit sensitivity and not less than 66 dB at 94 dB SPL of signal to noise ratio. Dynamic Range Cardioid: 93 dB, Preamplifier Output Clipping Level -8 dBV (0.4 V) (1% THD) DSP with AEC Processing DSP should have 12 Analog Inputs (with 48v Phantom Power per Channel and 8 out put. DSP all 12 Channels of AEC Processing with Auto Gain Control and Noise Cancellation and Rich Palette of Processing and Logic Objects. DSP should have Bi-Directional Locate Functionality and 12 Control Inputs and 6 Logic Outputs for GPIO Integration. DSP should have rack mounted and not more than 2U. DSP should be configured through Software and should have Third Party Control System Integration. Mic / Line input should be Nominal gain 0dB, electronically switchable up to +48dB, in +6dB steps. Input impedance: 3.0kOhm and Maximum input level: +20dBu with 0dB input gain, (+8dBu with 12dB gain) Frequency Response: 20Hz to 20kHz +/-0.5dB, balanced, 150 ohm. Dynamic Range: 111dB, 20Hz to 20kHz, A-weighted: 108dB un-weighted. AEC Processing Latency: 2385/Fs [[email protected]] Should be BLU-link AUDIO NETWORK to connect another device. Control System Control System including Master Room Controller, PORTS: 6 RS−232, & Ethernet on an RJ−45 connector; 2 infrared built−in receiver, 2 infrared on 3.5mm mini jacks; 1 USB for programming, OUTPUTS: 4 infrared, 8 relays (36V AC or DC, 2A, 60V AC maximum on non−inductive load) etc. 1-way IR control interface sensor. 4 Port Switch With Dual Antenna Wi-Fi Built-in NAT Firewall, NAPT, SPI (Stateful Packet Inspection), DoS (Denial-of-service) Attack Prevention , Encryption - 64/128 bit WEP, WPA, WPA2, WPS , Wireless Speed - 300 Mbps , DSL Modem Speed 24 Mbps, LAN/WAN - 10/100, 4 Built-in Ethernet Ports with dual antenna. Touch Panel Minimum 12 inch (diagonal) LED-backlit Multi-Touch display with IPS technology or better, 2048x1536 resolution at 326 pixels per inch (ppi), Fingerprint-resistant oleo phobic coating, Support for display of multiple languages and characters simultaneously, Network: Wi-Fi (802.11a/b/g/n); dual channel (2.4GHz and 5GHz) and Bluetooth 4.0 technology along with Control Software etc. 27 Technical Specification – Annexure: D Cable Cubby High−quality shielded Microphone cable designed for routing balanced mono or unbalanced stereo mic or line level audio signals, Quality Construction - Conductors and drain wire are stranded 20AWG tinned copper, Rugged and Flexible Jacket - With sequential markings every meter, Easy Stripping Exceptionally easy to strip because the foil shield is bonded to the inside of the jacket etc. Should have dual power socket facility for charging Laptop or Mobile. Should have HDMI connector Facility. Should have VGA and VGA - Audio connector Facility. Should be Data , Telephone connectivity facility. HDMI Transmitter HDMI Twisted Pair Transmitter, Max. Data Rate -10.2Gbps (3.4Gbps per graphic channel), HDTV Compatible, HDCP Compliant, HDMI Support - HDMI (V.1.4 with Deep Color, x.v.Color, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD), 3D Pass-Through ,Resolution Support - [email protected] UHD (4:2:0), 2Kx4K etc. HDMI Receiver HDMI Twisted Pair Transmitter, Max. Data Rate -10.2Gbps (3.4Gbps per graphic channel), HDTV Compatible, HDCP Compliant, HDMI Support - HDMI (V.1.4 with Deep Color, x.v.Color, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD), 3D Pass-Through ,Resolution Support - [email protected] UHD (4:2:0), 2Kx4K etc. HDMI Cable High−performance cable with Ethernet with molded HDMI connectors at both ends. It supports Ethernet Channel, Deep Color, x.v.Color™, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD, CEC and ARC and resolutions up to 4K UHD. (1, 1.8 & 3 Mtr HDMI Cable). VGA with Audio Cables Male to Male VGA Molded Connectors with Audio Cables 3 feet long. Audio Cable 18 AWG stranded (16x30) tinned copper conductors, polyethylene insulation, twisted pair, overall Beld foil shield (100% coverage), 20 AWG stranded tinned copper drain wire, PVC jacket and it should be compatible for Line Audio & Microphone signal. Speaker Cable 16 AWG stranded (19x29) tinned copper conductors, PVC insulation, twisted pair, PVC jacket and it should be compatible for speak on signal. VGA Cable 25 AWG solid tinned copper conductors, Gas-injected FHDPE insulation, Duobond® foil plus a tinned copper interlocked serve shield (95% coverage), PVC inner jacket, PVC jacket and it should be compatible for VGA signal. Shielded Data / Cat-6 Cable 24 AWG solid bare annealed copper conductors, non-plenum, Thermoplastic Polyolefin insulation, centre spine, rip cord, twisted pairs, see color code chart (below), PVC jacket (blue or gray). 28 Technical Specification of 42U Rack Items & Their Attributes Material Specification Size (Width) The frame should be made of MS profiles designed to accept front and rear doors and side panels, which close within the frame itself. The Rack shall be of CKD (Complete Knock Down) design for easy accessibility at site as and when required. 800mm Height Height overall: 1976.9 mm & Height Usable: 1866.9 i.e.42U Depth Depth overall: 1000mm & Depth Usable: 780 mm Mounting Angle Two Pairs of 19" Mounting Angles with U marking. Doors Front and Rear perforated door with hexagonal perforation for better air movement across the Rack. Vertical Cable Channel 2 Pair of Vertical Cable Channel. Top & Bottom Cover Top cover and Bottom panels with cable entry facilities. Cable entry cut out. Each rack should be compatible with floor- throw as well as top-throw Data centre cooling system. All Floor Mounting accessories required to set up the rack. Castors and levelling legs. EQUIPMENT SHELF 725MMD/600W Equipment cooling Floor Standing accessories Heavy Duty Shelf Earthing Load Rating Enclosures shall be bonded to the protective earth system or communications earth system (CES) using a minimum 2.5 sq mm conductor. Each rack should have One Power distribution Unit (PDU) with IEC C13 12x 10 Amp, C19 4 x 16 Amp with 32 Amp MCB. Color should be Black. Rack to be powder coated with Nano ceramic pre-treatment process using a zirconium coat. Powder coating thickness shall be 80 to 100 microns. The Powder coating process should be ROHS compliant. Minimum 750 Kg Standard Rack should conform to DIN 41494 Standard ISO Certification Rack manufacturer should have ISO 9001-2000 and ISO 14001-2004 certification and certificates needed to be submitted with technical compliance. Power Distribution Color & Powder Coating 29 Technical Specification of GIS Server Component Gartner standing Form Factor Configured CPU Memory Disks supported Disks configured Description The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Max. 2U rack mounted with Sliding Rails. 2 x E5-2620 v4, 8 core. 128GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. 8 x 2.5” SAS, Near-Line SAS, SSD. Additional RAID features DVD writer 4 x 900GB 10K rpm 12Gbps SAS in RAID 5. Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD +/- RW I/O slots 2 x PCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports Certification and industry standards compliant 4 x 1 Gb Base-T. RAID Controller OS Power Supply SD Modules slots Configuration & management LCD panel Intrusive alert Warranty Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. RHEL of latest version. Platinum certified redundant Power Supply with necessary power cables /cords. Dual SD Module slots supporting redundant configuration. Systems management software from the same OEM should be included. Should be enterprise version / highest version of the software from the Server OEM. Should have the following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. Temperature monitoring & graphing. Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusion alert in case chassis cover being opened. 05 years on-site comprehensive warranty with 24x7x365 Hardware and Software support with next business day onsite response. Support to be directly managed by the OEM. 30 Technical Specification of Database Server Component Description Gartner standing The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Form Factor Max. 2U rack mounted with Sliding Rails. Configured CPU 1 x E5-2620 v4, 8 core. Memory 64GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. Disks supported 8 x 2.5” SAS, Near-Line SAS, SSD. Disks configured 4 x 900GB 10K rpm 12Gbps SAS in RAID 5. Additional RAID features Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD writer DVD +/- RW I/O slots 2 x PCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports 4 x 1 Gb Base-T. Certification and industry standards compliant Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. OS RHEL of latest version. Power Supply Platinum certified cables/cords. SD Modules slots Dual SD Module slots supporting redundant configuration. Configuration & management Systems management software from the same OEM should be included. Should be enterprise version / highest version of the software from the Server OEM. Should have the following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. RAID Controller redundant Power Supply with necessary power Temperature monitoring & graphing. LCD panel Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusive alert Intrusion alert in case chassis cover being opened. Warranty 05 years on-site comprehensive warranty with 24x7x365 Hardware and Software support with next business day onsite response. Support to be directly managed by the OEM. 31 Technical Specification of GPS Gateway Server Component Description Gartner standing The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Form Factor Max. 2U rack mounted with Sliding Rails. Configured CPU 2 x E5-2620 v4, 8 core. Memory 128GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. Disks supported 8 x 2.5” SAS, Near-Line SAS, SSD. Disks configured 4 x 900GB 10K rpm 12Gbps SAS in RAID 5. Additional RAID features Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD writer DVD +/- RW I/O slots 2xPCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports 4 x 1 Gb Base-T. Certification and Industry standards compliant Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. OS RHEL of latest version. Power Supply Platinum certified cables/cords. SD Modules slots Dual SD Module slots supporting redundant configuration. Configuration & management Systems management software from the same OEM should be included. Should be enterprise version / highest version of the software from the Server OEM. Should have following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. RAID Controller redundant Power Supply with necessary power Temperature monitoring & graphing. LCD panel Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusive alert Intrusion alert in case chassis cover being opened. Warranty 05 years on-site comprehensive warranty with 24x7x365 Hardware and Software support with next business day onsite response. Support to be directly managed by the OEM. 32 Technical Specification of Network Attached Storage Component Description Gartner standing The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Processor Intel Xeon E5 2630 v3, 2.4GHz Operating System HDD Support RHEL of latest version / Windows storage server 2012 R2 standard x64 edition. 12 x hot-swap drives for Data in RAID 5 /6. 2 x hot-swap drives for OS in RAID 1. RAID controller should have 1GB cache. Capacity 5 TB usable in RAID6. SAN NAS support Should be a Unified SAN with iSCSI SAN and NAS functionality. File Access Protocols CIFS, NFSv4.1, FTP, SMB3.0, SMB Direct (RDMA) Form factor Maximum 2U rack mountable. Architecture 4 x 1 Gbps Ethernet. Memory 32GB Power supply Redundant hot-plug. Warranty 05 years on-site warranty (24 x 7 call logging) Hardware and Software support with OEM. 33 Technical Specification of Core i5 Desktop Component Description Processor 6th Generation Intel Core i5 Processor (6 MB 3.2GHz ) or higher. Chipset Intel compatible chipset with 8MB SPI FLASH (Serial Peripheral Interface) . Memory Motherboard make from the same Desktop OEM (OEM Logo sticker in the motherboard will not accepted). 4 GB 1600 MHz DDR3. Expandable to Memory Expandable up to minimum 16 GB DDR3-1600 MHz Hard Disk 1 TB 3.5 inch Serial ATA (7,200 Rpm) Hard Drive. Monitor 21 inches with LED Backlight or higher with 1600 x 900 (Same Desktop OEM make). Ethernet Mouse Integrated Gigabit (10/100/1000) NIC. 2 Button USB Optical Scroll Mouse (Same OEM make/brand as system). Keyboard 104 Keys USB keyboard (Same OEM make/brand as system). Optical Drive Internal DVD R/W Drive. Graphics Audio Intel HD Graphics. Internal audio connector with Internal audio Speaker. 8 or more USB (at least 4 USB ports in front). 1 Ethernet (RJ45). 1 VGA / 1 display port. 1 Stereo line in/out/Universal Audio Port. HDMI 1 port. Minimum 1 full height PCIe x16;1 PCIe x1 Serial, USB & Network Enable/Disable Port Control. Power-On Password. Securities lock option to lock both PC and Monitor. Trusted Platform Module (TPM) 1.2 or Higher with 4KB on chipset, Chassis with Chassis Intrusion Switch. Chassis Volume not more than 15L. Motherboard I/O Ports Expansion Slots Chassis Power Supply Not more than 255 Watt with min 85% or higher energy efficient power supply. Bays Minimum 1 internal 3.5” and 1 external 5.25” Operating System & Wndows-10 Pro (64 bit) English. Media Compliance/ Certification For OEM: ISO 9001 and 14001.For quoted mode: UL, FCC, EPEAT & ENERGY STAR 6.0. The Desktop OEM should fall under Top 3 manufacturers in the Leaders Quadrant of Gartner's magic quadrant for Global Enterprise Desktops and Notebooks, November 2014. Warranty 05 years on-site comprehensive Hardware and Software warranty. 34 Technical Specification of UPS (10 KVA) Component Description UPS Topology Power Rating (VA / Watts) Form Factor Output Parameter Output Power Capacity Max Configurable Power Nominal Output Voltage Output Voltage Note Efficiency at Full Load Output Voltage Distortion Output Frequency (sync to mains) Other Output Voltages Crest Factor Waveform Type High Power Charger Output Connections Bypass Double Conversion On-Line. 10000VA / 9000W Rack/Tower Type. 220 - 240 03:01 Sine Wave 3KW Max (1) Hard Wire 3-wire (H + N + G) Built-in Automatic Bypass. Overload Protection 60 Seconds @125% & 30 Seconds @150% Input Parameter Nominal Input Voltage 230V (1 Phase), 400 V (3 Phase + Neutral) Input Frequency 40 - 70 Hz (auto sensing) Input Connections Hard Wire 3 wire(1PH+N+G), Hard Wire 5-Wire (3Ph +N+G) Input voltage range for main operations 160 - 285V (Single Phase) Input Voltages Adjustable Range for Main Operation 100V to 280V Input Protection Circuit Breaker. 9000 Watts / 10 KVA 9000 Watts / 10 KVA 230V Configurable for 220 : 230 or 240 nominal output voltage. 94.40% Less than 2% 47 to 53Hz for 50 Hz nominal, 50/60 Hz +/-1 Hz , 50/60Hz +/- 3Hz. Communications & Management Interface Port(s) DB-9 RS-232,SmartSlot Available Smart Interface Quantity Slot™ 1 Control panel LED status display with load and battery bar-graphs and On Line : On Battery : Replace Battery : Overload and Bypass Indicators. Audible Alarm Alarm when on battery : distinctive low battery alarm: overload continuous tone alarm. 35 Emergency Power Off (EPO) Environmental Operating Environment Yes Operating Relative Humidity 0 - 95% Operating Elevation 0-3000 meters Storage Temperature - 10 - 60 degree Storage Elevation 0-15000 meters Humidity 0 to 95 % RH, Non Condensing Conformance Regulatory Approvals Environmental Compliance Quality Safety Markings Other features of the System Type of UPS LCD display Power Current Input Power Factor Input Phase Mechanical Rack Height Weight Net (kg) Dimension Battery Parameters Battery System Voltage 0 - 40 °C EN 60950,EN/IEC 62040-2 RoHS 7b Exemption, REACH: Contains No SVHCs ISO 9001, ISO 14001, OHSAS 18001 CE Double Conversion on line ups 2 Line LCD Display 3 kW Max /13 A 0.98 1 Phase or 3 Phase Input (Site Configurable) 3U < 27.5 kg 13.4*43.3*70.6 (W*H*D) 192 VDC Type SMF, VRLA, Flooded (Selectable) Service Centre Facility Must have 24X7X365 National Toll free no for call log in facility 60 Min Battery Back-up Battery Type Nos. of Battery Battery Make Total VAH Warranty Support Maintenance - free sealed Lead-Acid battery with suspended electrolyte : Leak proof./VRLA/Flooded 16 Nos. 12V X 100ah Rocket / Quanta / Exide 19200 5 Years (Both UPS & Battery) 36 Technical specification of Interior Works and Refurbishment: A. Wooden Flooring i. The floor should be made of engineered hardwood of minimum half inch thickness or better of reputed brand like Pergo or equivalent brand. ii. Design and colour will be finalized by the End User at the time of execution of work. B. False Ceiling i. Providing & Fixing of Suspended Gypsum Board/Aluminum/Acoustic false ceiling with standard IG section and IG board as per IGL specification including perimeter channel, intermediate channel etc. The boards/panels are to be jointed from underside and finished so as to have a smooth, seamless ceiling which includes filling and finishing the tapered and square edges of the boards with gypsum jointing compound, paper tape and one coat of primer suitable for Gypsum board and final 2 coats of Plastic Emulsion Paint. ii. The board/panels should have good acoustical properties for better sound absorption for clear audio within the Control Room. The NRC value of Material used should not be less the 67. iii. The board/panels to have elegant pattern in accordance with interiors, moisture resistant, rust proof and durable standards. iv. Provision of necessary light fixtures, audio, and cabling works need to be considered while maintaining the aesthetic and acoustic requirements of facility. C. Interior Walls a. Wall panelling should be furnished with cement fibre boards / wall papers without compromising the acoustic quality of the room. The materials should be termite proof, fire and moisture retardant. Colour and design will be finalised as per choice of End User. b. The base frame shall be treated with anti-termite chemical and fire retardant paint of approved make as per interiors. c. Providing and fixing cement fibre board panelling or of better material on wall framing made with 37 X 18 mm strips of 18mm HDF at 600mm x 600mm standard aluminium/teakwood grid frame to be covered with 6mm HDF finished with 4mm. d. The hollow core between the panelling and frame needs to be filled with 50mm thick Polyester wool blocks wrapped in Hessian paper for sound insulation. e. The wall panels/planks should be perforated allowing sound signal to be absorbed by the polyester wool filled inside. The holes in planks to be used for perforation should be elegant and equal sized to make room look aesthetically better. f. Providing and fixing of acoustic panels finished in fabric of approved colour with necessary aluminium frame work and hardware as per design. 37 D. Furniture: Seating Officers’ Table a) 01 no. of wheel based comfortable VIP chair (Leather finish) leather finish of reputed brand i.e. Featherlite / Godrej / Durian etc. or equivalent. Sample design needs to be approved by the user. b) 20 nos. of normal sleek finish wheel based chairs for seating of officers leather finish of reputed brand i.e. Featherlite / Godrej / Durian etc. or equivalent. Sample design needs to be approved by the user. c) 02 nos. of ergonomic good quality computer chair for operators. Sample design needs to be approved by the user. a) One number ‘V’ shaped table will be supplied a part of the project with capacity to accommodate 20 Chairs as per design approved by the user. b) Table should have all required Microphones and cable cubby. Consoles cutouts for installation of The vendor should provide appropriate console infrastructure and configure various equipment to work in a seamless fashion. 2 units High-end Operator Consoles for 2 operators should be supplied and integrated with the Control Room infrastructure with following features and accessories: a) Provision for 1 microphone per 02 consoles with connectivity to room speaker system. b) High quality Corian finishing for seamless top on the consoles. c) Appropriate power, network and video cabling infrastructure. 38 E. Electrical Works: A Supply / Installation & Commissioning of appropriate chemical based earthing to ensure that ground to neutral voltage is less than 2 volts for all equipment. B Supply & installation of appropriate power points with switches, indicators for Equipment Area, Visualization Room and Console Room to be distributed as follows: a) 20 nos. 15 Amp sockets for equipment area with switches, and indicators divided in four groups with each group having 4 switches. b) 6 nos. 15 Amp sockets for console table for workstations. c) 15 nos. 15 Amp sockets location to be decided during installation and as per the design. Supply / Installation of lights with cabling for the equipment Seating areas as under: C Should have provision of ambient LED lighting system inside the Control Room including server farm area. D Supply installation of lighting controller with the following controls: All lights should be dimmable in 04 groups A button panels to control the lights should be provided on the entrance of main visualization room. The lighting controller shall be interfaced and configured to work with the Control system. F. Air Cooling System: A Seating Area Supply, installation, testing and commissioning of Inverter Split AC of reputed brand of 4 x 1.5 Ton including 4 nos. of stabilizer. The stabilizers should be in concealed position while installing the ACs. B Equipme nt Room Supply, installation, testing and commissioning of Inverter split AC of reputed brand of 2 x 1.5 Ton, including 2 nos. of stabilizer. 39 G. PROFESSIONAL SERVICES I II III IV V VI Room and System Design System Installation User and Administrative Training Documentation Project Management Technical and non-technical Support - Site Inspection - Room architectural design - Display environment system design - Optical design and layout for the projection environment - Cabling design and documentation - CAD layouts of room, cabling and display components - Installation and commissioning of projection system, display, workstations and other items Commissioning of projection technology - Cabling and termination - Application software installation and configuration - 3D stereo configuration and tuning for best effects - Acceptance Testing Procedure - User Training on software and system usage for 3 days - Administrative training on system and software components to for 2 days - Training on documentation - As built drawings - Copies of any COTS documentation – hardware manuals, where available, and user guides for all components making up the system - Digital copy of all the documentation wherever possible - Management of all suppliers for on-time delivery of all material to project site Schedule and risk management - Security clearance for all personnel working at project site - Project documentation and communication - Ensure smooth installation, integration & operation of the project for the entire contract period keeping in mind the quality of all the products quoted as per the specification. - 5-years comprehensive on-site warranty on all components including software, hardware and services - Same-day Phone and e-mail support is required Sample design of the Operational Control Room including the materials used for interior works should be approved by the client before use. 40 GENERAL BID FORM Tender Call Notice No. Tender Document No.IV 1. Name Full Address. Fax No. Telephone No. E-mail of the firm. 2. Legal status of the firm. 3. Items for which you have submitted the bid. 4. For which of the items above you are the Original Equipment Manufacturer (OEM) 5. Give the location and Address of your factory. 6. For the items listed at (3) above and where You have submitted the bid but you are not The OEM, indicate against each of the names Of the OEM. 7. Kindly confirm by writing ‘ Yes ‘ or ‘ No ‘ only that you have been authorized by the respective OEMs either as dealer or as sale, supply and Servicing agent in respect of the items you are not the OEM. 8. Which of the items, you have submitted the Bids for, will be fully or substantially imported, Indicate the country to be imported from. 41 9. Have you enclosed the EMD? If yes, mention the amount and its identifying details. 10. Have you enclosed all the documents and Papers called for in this tender document? As per Annexure-C ( please enclose the documents serially as per above Annexure). 11. If the answer to (10) above is No Which of the documents / papers called for in the tender document have not been enclosed. (Kindly enclose a list of such documents/papers) (Use a separate sheet of paper if necessary) 12. Do you have a Post Sales –Servicing Centre in Odisha? If yes, give its Name Full Address, Fax and Tel. Nos. Seal and Signature of the Bidder. A.I.G. of Police (Provisioning), Odisha, Cuttack Seal and Signature of the Tender Calling Authority. 42 ANNEXURE :-C Sl. No. 1 I II III IV V VI VII VIII IX Check List of documents to be enclosed to General bid Form (Reference Sl. 23 of General Conditions of contract) Reference Nature and Type of document Whether enclosed SL. Of (with page General reference) conditions of contract 2 3 4 Yes / No Page ref 1 Proof of OEM (i.e. Certificate issued by Industries department Central excise authorities, Registrar of companies) / Authorised Agent of OEM (i.e. Certificate issued by the OEM) 12 Promotional and Technical literature relating to the items tendered 17 Valid Registration certificate issued under VAT,CST and Income Tax Acts by competent Authorities 18 IT Returns, Annual VAT and CST Returns, Balance Sheet, P/L a/c and trading a/c (All document mentioned above must relate to the previous year i.e. 2016-17) and PAN Card. 20 a) OVAT Clearance certificate up to March 2017 in case of registered suppliers of Odisha. b) Affidavit in prescribed format by the suppliers of outside Odisha declaring that they have no business in Odisha nor they have any OVAT liability (Annexure-D). 21 EMD of Rs.-----in shape of BD/BC/NSC/FDR/Postal savings Pass Book 22 Technical bid (i.e. Tender Document No.V) & Financial bid ( i.e. Tender Document No.VI) should be separately sealed in two covers and over them it should be clearly mentioned as Technical / Financial Bid with name of the firm and Signature of the Bidder. 36 Proof of past performance regarding supply of tendered item to Government organisation/PSUs i.e. copies of supply order/sale invoice (as per Annexure-“E” in line with special condition of Contract Sl. No.6). 46 Undertaking to supply spare parts for maintenance of items for 10 years if selected for supplying the tendered item. Signature & Seal of the bidder 43 ANNEXURE-D PROFORMA FOR SUBMISSION OF AFFIDAVIT IN RUPEES OF TEN OF INDIA NON JUDICIAL STAMP PAPER BY THE FIRMS WHO ARE NOT REGISTERED UNDER ODISHA VAT ACT. I ____________________________, Aged ______________About _______________years son of Sri ______________________________, the Proprietor________________________ of M/S___________________________ do hereby solemnly affirm and declares as under: 1. That I am the deponent of this affidavit. 2. That I do hereby declares that I have not been registered under the Odisha Vat Act and have not started any business in the State of Odisha till yet & we have no liability under the Odisha Vat Act. 3. I do hereby undertake that I shall produce the VAT Clearance Certificate in Form VAT 612-A before award of the final contract. 4. That I swear this affidavit to be produced before the concerned authority for future reference and record. 5. That the facts stated above are true to the best of my knowledge and belief and nothing has been concealed thereon. Identified Advocate Deponent The above named deponent being identified by Shri _____________________ Advocate______________________ solemnly affirm and states before me that the contents of this affidavit are true to the best of his knowledge. Dt. Notary:______________________ (With Seal Stamp) 44 ANNEXURE-E Checklist of documents to be submitted with General Bid form (as per special Conditions of Contract) SL No. 1 1 Reference SL of Special condition of contract 2 6 Nature and Type of document 3 List of names, complete address, Telephone numbers of customers to whom the tendered item had been supplied during last 3 years Whether enclosed 4 Yes / No Page Ref. Signature and Seal of Bidder. 45 TECHNICAL BID FORMAT Tender Call Notice No. Tender Document No.-V (I) EQUIPMENT FOR STATE LEVEL OPERATIONAL CONTROL ROOM: Sl. Technical Specifications 1 Purpose:- The requirement is for planning, monitoring, analyzing and data bank creation of anti-naxalite operations through video conferencing including audio visual from State Operational Headquarters located at Bhubaneswar which will have further connectivity with other 18(Eighteen) remote offices located at District Hdqrs across the Odisha State through Multipoint Control Unit (MCU). All the locations will be connected through LAN/WAN. The scope of WAN connectivity part is looking after by the client. REMOTE LOCATIONS: (1) Malkangiri, (2) Koraput, (3) Rayagada, (4) Kalahandi, (5) Nabrangpur, (6) Nuapada, (7)Bolangir, (8)Bargarh, (9) Sambalpur, (10) Rourkela, (11) Angul, (12)Boudh, (13) Nayagarh, (14) Kandhamal, (15) Keonjhar, (16) Mayurbhanj, (17) Deogarh, (18) Ganjam. 2 Solution for State Level Operational Control Room will consist of Software and Hardware equipped to plan, monitor, evaluate as well as to interact with operational team leaders and teams in the ground. It will have point to point call along with presentation and data sharing or multiparty conferencing using server based MCU (at a time maximum 20 locations can participate). 3 Equipment for VC Solution:(i) VC end point for state level operational control room with 10x Zoom Camera. Total quantity considered -1 no. (ii) VC end points for other 18 locations with 4x or Higher Zoom Camera. (Total -18 nos.) (iii) MCU (Multipoint Control Unit) with capability to make 20 Party Conferencing at a time. (Total -1 no.) (iv) Should have facility of up-gradation in future. Whether product fulfils Technical Kindly answer No only offered detailed Specs. Yes or Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 46 4 Visual Display and Presentation System: - Visual and Presentation system will give resource for display which can be used for Video conferencing and presentation or both at a time, cable cubby on the conference table will provide source ports on the table for Data/HDMI/VGA for connecting laptop or any other device for communication with display (Video Wall). 5 Equipment for Visual Display and Presentation System:(i) Video Wall for Display 3 x 2 Matrix (Total – 6 panels) (ii) Video Wall Controller System (Total – 1 no.) (iii) Cable Cubby on Conference table (Total - 3 nos.) (iv) Video and VGA Switcher (Total – 3 nos.) (v) Tx & Rx for picture transmission (Total – 4 nos.) 6 Equipment for Audio Solution:(i) Ceiling Speakers (Total quantity considered) - 4 nos. (ii) Boundary Mics on conference table (Total -10 nos.) (iii) Amplifier with required capacity (Total -1 no.) (iv) DSP for Mics (Total -1 no.) 7 Control System will help in controlling Video Wall, Video conferencing, DSP & Amplifier from a single point. So that there will be no dependency on any remote controller for any device. 8 Equipment for Control System:(i) TAB from reputed brand with minimum 12 inch touch screen (Total - 1 no.) (ii) Controller unit (Total quantity considered) - 1 no. 9 Scope of Work (i) (ii) (iii) Supply, installation, commissioning, training and maintenance by the selected bidder for Video Conferencing Solution System complying to the technical specifications given in Annexure: A at at Bhubaneswar and 18 remote offices. Supply, installation, commissioning, training and maintenance by the selected bidder for Video Wall System complying to the technical specifications given in Annexure:B at State Operational Control Room at Bhubaneswar. Supply, Installation, commissioning, training and maintenance by the selected bidder for Audio Solution, including the Control System complying to the technical specifications given in Annexure:C at State Operational Control Room at Bhubaneswar. 47 (iv) The bidder should supply the necessary Active & Passive components i.e. 42U Rack, Cables, Connectors, Electrical wiring etc. complying to the technical specifications given in Annexure:D (v) Integration of Video Wall Solutions with Video Conferencing System and to manage it from a single Control system. (vi) Video Wall Solution should include(3x2) matrix video displays. (vii) Can play from multiple sources with multiple applications at a time or single source to entire wall. (viii) Any time the size of video wall can be increased / reduced according to the need with addition / removing panel. (ix) If any single panel break down, no need to change all panel of video wall, just to replace / repair the faulty panel only (plug & play). (x) The proposed video wall should have local support service center at Bhubaneswar. (xi) The proposed video wall solution should have Energy Star 6.0 or 14001 Certified. (xii) Provision of Display Unit (LED) with minimum 48” OR higher complying with minimum dynamic contrast ratio 500000:1 at each remote location at 18 District Police Headquarters mentioned in the technical specification. (xiii) Suitable software required for the GIS Server will be procured from DGS&D approved rate contract holders. It is the responsibility of the winning bidder to coordinate with the GIS Software supplying firm and ensure smooth integration and seamless functioning of State Operational Control Room. (xiv) Bidders intending to participate in the tender may visit the site of State Operational Control Room located in Bhubaneswar city. 48 Annexure: A OEM Eligibility For VC Solution OEM for VC should be present in the latest Leader / Magic Quadrant for Group Video Systems in Gartner Magic Quadrant. OEM should have R&D Centre & presence in India for last 5 years. The VC Endpoint, MCU should be from the same brand / OEM. VC End Point with 10x Zoom Camera & Codec at State Level Operational Control Room Basic ITU standard Endpoint The VC Room system must support H.323, SIP standards for communications. Specific Features The VC Room System must support High Definition room video up to 1080p60 FPS for both Video and content. The VC Room System must provide the ability to send/receive simultaneously 1080p60 video on the main channel and 1080p60 video on the dual video channel and be able to display content at full resolution on the second monitor, when available. The user should be able to define the ratio between the bandwidth used for live video and presentation. It should also provide a PTZ (Pan, Tilt Zoom) High Definition autofocus camera with automatic exposure and automatic white balance supporting up to the 1080p60 format, a minimum horizontal field of view of 65°, 10x optical zoom and a minimum range for PAN of +/-90° and for TILT of +/- 20°. The VC Room System should support minimum 4 sites HD multipoint conferencing and the same unit should be upgradable to support HD multipoint conferencing capabilities up to 6 sites or more in continuous presence through software or license upgrade. The VC Room System must be able to support up to one camera and two screens, and Support dual video capabilities both in H.323 (H.239) and SIP (BFCP based). Position of content and live video on available displays must be configurable. The VC Room System must Provide 2 cascadable 3-way microphones digital PODs with each microphone independently echo cancelled. The VC Room System must be capable of capturing high definition content from a laptop/PC/DVI source up to 1920x1080 at 60fps. The VC Room System should support bandwidth of 6 mb/s. The VC Room System must provide simultaneous support for IPv4 and IPv6, and tools for QoS. The VC Room System should support either H.231/H.243s for compatibility with the central MCU. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 49 The VC Room System must support embedded AES confidentiality for video & content channel simultaneously at sites. The VC Room System must have a WEB interface for management. The VC Room System must provide the network administrator management tools to control and administer conferences. VC Room System must have an API command set if asked in future. The VC Room System must provide support for LDAP/H.350 directory services with an embedded LDAP server (local agenda) and LDAP client (in order to access remote LDAP/H.350 servers). Video Standards and Resolutions: It should support 1080p 60 fps, 1080p 30 fps, 720p 60 fps and 720p 30fps. Data /Content Resolutions on DVI. The below mentioned resolution or better 1440 x 900 @ 60fps: WSXGA. 1280 x 1024 @ 60fps: SXGA. 1280 x 720 @ 25, 30, 50, 60fps. 1280 x 768 @ 60fps: WXGA. 1024 x 768 @ 60fps: XGA. 800 x 600 @ 60fps: SVGA. 640 x 480 @ 60fps: VGA. It shall be possible to annotate over the presentation. The annotations should be sent as part of the standard H.239 stream so it is visible on all other H.239 complaint endpoints (software or hardware) connected to the conference. HD camera Resolution: 1080p 60 fps. Optical zoom: Min. 10x optical zoom. Horizontal field of view: min 65° Autofocus. Auto exposure. Auto white balance. PAN range: min +/-100°. TIL range: min. +/-20°. Audio codec G.711,G.728,G.722,G.722.1,and G.722.1 or better Audio features 2x Digital pod for covering a large room Acoustic echo canceller Independent AEC for each microphone Adaptive post filtering Audio Error Concealment Automatic Gain Control (AGC) Automatic Noise Suppression Adaptive post filtering Network Features IPv4 and IPv6 simultaneous support Auto Gatekeeper Discovery IP Precedence IP Type of Service (ToS) 50 Packet Loss based down speeding Packet Loss recovery H.323 DTMF tones transport H.460.18 H.460.19 support NAT discovery Network protocols TCP/IP, RTP/RTCP, DNS, DHCP HTTP, HTTPS, TELNET, SNTP Security DH key generation and exchange H.235 AES confidentiality H.235V.3 Annex D authentication and integrity SIP MD5 Digest Authentication Microsoft NTLM authentication and session security HTTPS, SSH Directory Services LDAP client LDAP server H.350 support Management Web interface for configuration, call control, diagnostic, SNMP, Management API. Audio/Video Interfaces Video inputs:1x HDMI /HDCI; 1 x DVI-I /HDMI using a device from the same OEM. Video outputs:2 x HDMI /HDCI Audio inputs: HDMI and 2 other inputs Audio outputs: 1 x HDMI/HDCI ; 1 x 3.5 mm line jack Audio I/O interface of the VC Room System must support both Digital and Analog. Network interfaces Provisioning of 1 or more 10/100/1000 LAN port Recording Recording option should be available and the Endpoint should be upgradable to support Meeting recording on external device (USB/Portable HDD) preferable. Remote Control Application Optional control application with a multi-touch interface like TAB is desired. This interface should enable the user to: i. Dial an address with a list of the recent outgoing, incoming / missed calls / Access the company directory and place a call from the directory. ii. Control the VC Room Camera (PTZ), mute microphone, change volume, set DND, start and stop presenting. iii. Inviting another participant by either dialling by address (IP, E.164 or SIP URI) or by accessing the company directory. 51 Annexure: A MCU (Multipoint Control Unit) The MCU should be standard based and The MCU should support 20 ports 720p should support a capacity of up to 40 ports simultaneously. The MCU should support H.323, SIP, and ISDN Gateway from the same OEM. ITU protocols compliant. 30FPS. The same MCU @ 4CIF/ 480 30 FPS also H.320 externally using an All components of the MCU solution – MCU module, Gatekeeper, Scheduling, Network Management and point to point desktop client software mobile clients, and end point should be from the same OEM. The MCU must support H.235 standard AES encryption without impacting HD port capacity. The MCU should support personal video layout per participants. MCU should support HD CP at 720p and receive and transmit 720p30. The MCU must support H.239 standard for sending/receiving multiple streams of video and presentation content. The H.239 support should not cost additional conference ports. The MCU should support multiple HD Conferences. The MCU should be able to handle packet losses up to 5% using appropriate packet loss algorithm for desktop clients. The same need to be demonstrated in a real time scenario. MCU Capacity : The MCU must support 20HD (720p 30) participants conference call in a single or multiple conferences from Day1. The same MCU should support 10 ports @1080p30 FPS and 40 ports 4 CIF/ 480p30 dynamically. The MCU should support up to 10 participants on CP mode in 720p 30FPS and at lower resolutions support CP of 16 participants on 4CIF/ 480p 30 FPS. The same MCU should be upgradeable to 20ports 1080p30 with license based up-gradation in future without any change in hardware. MCU Management The MCU should have IP based and Gatekeeper, Scheduler and Network management systems. The MCU should support Telnet for accessing remotely for carrying diagnostics from a remote PC in the network for diagnostics. The MCU should have the option of welcome screen when the conference is initiated. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 52 Audio Support: G.711, G.722, G.722.1, G.729, MPEG4 -AAC-LC ,MPEG4 – AAC, G.722.1 Video Encoding , Resolution and Presentation Support: Video algorithms H.263, H.263+, and H.264, H.264 High Profile and H.264 SVC or better Video resolutions - CIF, 4CIF, SIF, 4SIF, 480p, 720p, 1080p 30 FPS or better Support HD @ 720 30 FPS and should support both 720p, 4CIF/480p 30 and 1080p 30 FPS Presentation video resolution – Presentation video resolution – WUXGA SXGA VGA, SVGA, XGA, HDMI or higher H.239 and Duo Video for presentation sharing Network and security H.235 AES encryption for secure conferencing PIN protected conferences MCU must support IPV4 and IPV6 HTTPS for secure communications MCU Chair Control The MCU must support Far End Camera Control, in voice activated and continuous presence modes, using H.281 Far End Camera Control. Data Support The MCU must support H.239 and Duo-Video standards for sending/receiving multiple streams of video and presentation content without losing MCU port capacity. MCU Video CP Layout The MCU must support video processing capabilities that allow each site to see other sites simultaneously with 20 or more continuous presence participants on a single screen. MCU indicating functions The MCU will be able to indicate:• A participant joins/leaves the conference; • Encrypted conference; • Conference is being recorded External Server based Gatekeeper( H.323) The MCU must support scaling to larger installations through Gatekeeper load balancing and call routing rules. The comprehensive solution shall include a appliance based H.323 Gatekeeper function for the same OEM. The Gatekeeper must support advanced bandwidth management for calls between Gatekeeper sub-zones and remote zones to ensure proper call access control to the TCP/IP network for H.323 calls. The Gatekeeper must support maximum bandwidth control per endpoint or per groups of endpoints. The Gatekeeper must support call Fallback policies per dialled number. The Gatekeeper must support Least Cost Routing. 53 The Gatekeeper must support real time monitoring. The Gatekeeper must support advanced call fall-back to ensure call completion rates. Gatekeeper Capacity a. No of Registrations: 200 registrations b. No. of multipoint calls: 20 multipoint calls Network management and Scheduling The Scheduler should support Microsoft scheduling with email notifications to individual participants. A Web based central management interface developed by the MCU manufacturer should be provided in order to control all system resources, reserve conferences, and provide ongoing conference, point to point call, and network and fault management functions. The Scheduling software should able to send e-mail notification to all participants using Microsoft outlook and/or Lotus notes plug in. The conference scheduling application must support SIP, H.323 and ISDN terminals as well as desktop and audio only terminals transparently. The conference scheduling application must support intelligent & optimized real time resource allocation algorithm for MCU ports and dynamically reuse the allocated ports according to the actual terminal capabilities. The conference scheduling application must support Lecture style conferences where the lecturer sees students in a continuous presence layout, and the students all see the lecturer in a single screen layout. The conferencing application should provide a reporting and statistics support which will enable the system admin generate the following graphical charts / reports: a. No. of Multipoint calls records for the entire deployment b. No. of Point to Point calls records for the entire deployment Calls Records per Terminal. c. No. of gateway calls for the deployment. d. No. of Desktop calls. e. Multipoint calls records per specific Virtual Room. The conference scheduling application and network management application should have the option to support redundant deployment for high availability. The conference scheduling application must support management, load balancing and resource reservation of multiple distributed MCUs, Gateways and Gatekeepers. The conference scheduling application must support Dial-in or MCU auto-Invite (Dial-out) to terminals. The network management application must support multiple network views and configurable presentation of the network topology in a Network Tree view, flat table view and customizable views. 54 Both the Gatekeeper and Scheduling & Network Management software should be installed in server / on an appliance. Desktop & Mobile Conferencing Platform The solution should provide 40 concurrent software based video clients. Users can log in using Laptop, Tablets and Smartphones. There should not be any limit on the number of devise from which the users and log in, however the concurrency at any given time will not exceed 40. The solution provided should support & integrate with standard mailing solution. The Desktop client should support Virtual room with support for full screen video on the desktop. The administrator can require Desktop clients to authenticate in order to participate to a meeting. Single Sign On / Windows authentication must be supported (if a user is authenticated on the Windows Domain, he/she should not be asked to authenticate again). The administrator must be able to invite additional participants. The administrator will have access to his own list of favourites users and rooms, the directory, or can chose to invite a room or a phone by number (via E.164, IP Address or SIP URI). It shall be for desktop client to support 480p or HD 720 p30 resolution easily at the desktop client. The desktop administrator must be able to provision a directory of room systems. This directory shall be available in the desktop client user interface to ease the process of inviting room systems. The Desktop Client solution must be able to secure conferences via PINs / passwords. 55 Annexure: A VC End Point With 4x or Higher Zoom Camera for Remote Location Basic ITU standard Endpoint The VC Room system must support H.323, SIP standards for communications. Specific Features The VC Room System must Support two simultaneous 1080p 60fps channels: camera + content from day one. The VC Room System must provide the ability to send/receive simultaneously 1080p60 video on the main channel and 1080p60 video on the dual video channel and be able to display content at full resolution on the second monitor, when available. The user should be able to define the ratio between the bandwidth used for live video and presentation. It should also provide a PTZ (Pan, Tilt Zoom) High Definition autofocus camera with automatic exposure and resolution upto 1080p 60fps, a minimum horizontal field of view of 65°, 4x optical zoom and a minimum range for PAN of +/-90° and for TILT of +/- 20°. The VC Room System should have feature to support 2 cascadable 3 way microphones digital PODs with each microphone independently echo cancelled. The VC Room System must be capable of capturing high definition content from a laptop/PC/DVI source up to 1920x1080 at 60fps. The VC Room System should support bandwidth of minimum 2 mb/s or higher. The VC Room System must provide simultaneous support for IPv4 and IPv6, and tools for QoS. The VC Room System should support H.231 / H.243 for compatibility with the central MCU. The VC Room System must support embedded AES confidentiality for video and content video channel simultaneously. The VC Room System must have a WEB interface for management. The VC Room System must provide the network administrator management tools to control and administer conferences. Video Standards and Resolutions: It should support 1080p 60 fps, 1080p 30 fps, 720p 60 fps and 720p 30fps. Data / Content Resolutions on DVI / HDMI 1440 x 900 @ 60fps: WSXGA 1280 x 1024 @ 60fps: SXGA 1280 x 720 @ 25, 30, 50, 60fps Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 56 1280 x 768 @ 60fps: WXGA 1024 x 768 @ 60fps: XGA 800 x 600 @ 60fps: SVGA 640 x 480 @ 60fps: VGA HD camera Resolution: 1080p 60 fps. Optical zoom: Min. 4x optical zoom. Horizontal field of view: min 65°. Autofocus. Auto exposure. Auto white balance. PAN range: min +/-100°. TIL range : min. +/-20°. Audio codec G.711,G.728,G.722,G.722.1,and G.722.1 Audio features 1 way pod for covering a medium size room. Acoustic echo canceller. Independent AEC for each microphone. Adaptive post filtering. Audio Error Concealment. Automatic Gain Control (AGC) Automatic Noise Suppression. Adaptive post filtering. Network Features IPv4 and IPv6 simultaneous support. Auto Gatekeeper Discovery. IP Precedence. IP Type of Service (ToS) Packet Loss based down speeding. Packet Loss recovery H.323. DTMF tones transport. H.460.18 H.460.19 support. NAT discovery. Network protocols TCP/IP, RTP/RTCP, DNS, DHCP HTTP, HTTPS, TELNET, SNTP Security DH key generation and exchange. H.235 AES confidentiality H.235V.3 Annex D authentication and integrity. SIP MD5 Digest Authentication. Microsoft NTLM authentication and session security. HTTPS, SSH 57 Directory Services LDAP client LDAP server H.350 support Management Web interface for configuration, call control, diagnostic, SNMP, Management API. Audio/Video Interfaces Video inputs:1x HDMI /HDCI; 1 x DVI-I using a device from the same OEM. Video outputs:1 x HDMI /HDCI Audio inputs: HDMI and 2 other inputs Audio outputs: 1 x HDMI/HDCI ; 1 x 3.5 mm line jack Audio I/O interface of the VC Room System must support both Digital and Analog. Network interfaces Provisioning of 1 or more 10/100/1000 LAN port. Recording Recording option should be available and the Endpoint should be upgradable to support Meeting recording on external device. 58 Annexure: B 55" (3X2) Matrix Video Wall for VC & PSTN Application Panel Monitor Type LED. Panel Technology IPS. Monitor Size 55" diagonally. Aspect Ratio (16:9). Native Resolution 1,920 x 1,080 (Full HD) or higher. Brightness 700 cd/m2 or higher. Contrast Ratio 1,400 : 1 or higher. Dynamic CR 500,000 : 1 or higher. Viewing Angle (H x V) 178 x 178 degree. Response Time Hard coating (3H), Anti-glare treatment of the front polarizer (Reflectance < 2%). Life Time [Typ] 60000 Hours. Guaranteed Operating Hour 24 Hours. Orientation Portrait & Landscape both. Connectivity Inputs HDMI, DVI-D, DP , OPS, Audio, RGB, USB 2.0 & USB 3.0. Outputs DP, Audio. External Control RS232C, RJ45, IR Receiver. Physical Specification Bezel Width 0.9 mm or better (L/T/R/B). Slick Monitor Dimension (W x H x D) 1,211.4mm x 682.2mm x 86.5mm or 10% higher / lower is acceptable. Per Panel Weight (Head) approx 19 kg or 10% higher / lower is acceptable. Environment Conditions Operation Temperature 0 °C to 40 °C. Operation Humidity 10 % to 90 %. Power Supply 100-240V~, 50/60Hz. Power Consumption (Typ) 220W or less. Smart Energy Saving 110W or more. Industrial Grade Standard/Certification Safety UL / cUL / CB / TUV / KC. EMC FCC Class "A" / CE / KCC. Energy Star Energy Star 6.0. Features Up to 15x15 Tile Mode, USB Playback, Smart Energy Saving, Temp Sensor, Internal Memory, Wi-Fi Dongle Ready. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 59 Annexure: B Technical Specifications Video Wall Controller The Video Wall Controller should be appliance / hardware based. It should connect any of 8 HDMI sources to any of 8 HDMI displays. It should have built-in Video Wall Feature which can provides up to 16 connection profiles that you can customize into layouts using the web GUI. It should have Seamless Switch feature which provides continuous video streams, real-time switching and stable signal transmission. It should feature a built in high-performance scalar function for best image quality. It should easily switch between multiple sources and multiple displays. It should have Built-in EDID wizard which provides an easy way to customized EDID settings. Front Panel Configuration should have front panel LCD display and pushbuttons and IR remote control. System should be able to operate using Serial controller, Browser Graphical User Interface (GUI) and Telnet. It should have Built-in bi-directional RS-232 serial port for high-end system control. It should support superior video quality - HDTV resolution of 480p, 720p, 1080i and 1080p (1920x1080). It should support Dolby True HD and DTS HD Master audio. It should support Consumer Electronics Control (CEC). It should have Power On Detection feature in which if an HDMI source is powered off, device should automatically switch to the next powered on source. It should support IR signals for remote control. It should be Firmware Upgradeable. It should be Rack Mountable. It should have all metal casing. It should support long distance transmission up to 15 m (24 AWG). It should support HDMI (3D, Deep color) and should be HDCP compatible. HDMI In: 8 x HDMI Type A Female. HDMI Out: 8 x HDMI Type A Female. Ethernet: 1 x RJ-45 Female. RS-232: 1 x DB-9 Female. IR Input Port: 1 x Mini Stereo Jack Female. Power: 1 x 3-prong AC Socket. LCD: 1 x LCD Module. In / Out: 8x8 buttons. Cancel: 1 x Pushbutton. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 60 Menu: 1 x Pushbutton Profile: 1 x Pushbutton Enter: 1 x Pushbutton I/P Rating Power: 100-240V ; 50-60Hz ; l.OA Power Consumption: 120V/60W; 230V/62W Operating Temp.: 0 - 50°C Storage Temp.: -20 - 60°C Humidity: 0-80% RH, Non-condensing Automatic Switcher Switcher should be facility of Switches from secondary input to primary input when a signal is detected. Switcher should be minimum 2 computer graphics video with loop on 15−pin HD connectors, 2 unbalanced stereo audio on 3.5mm mini jacks and output should be minimum 1 computer graphics video on a 15−pin HD connector, 1 unbalanced stereo audio on a 3.5mm mini jack. BANDWIDTH (-3DB): Video: 300MHz; Audio: >100kHz. Switcher should have Active Input LED Indicators. 61 Annexure: C High Value Mixer Amplifier Amplifier should have 4 line/Mic input and should have 4 separate volume control for controlling volume and output not less than @ 60 Watt. Amplifier should be facility of Priority muting by external switch. Frequency Response : 48 Hz to 19 kHz +/-1 dB or higher. Signal to Noise Ratio on master volume at minimum Mic: > 52 dB, Line: > 52 dB or higher. THD : 0.5% at rated power at 1 kHz. Full-Range Ceiling Speaker Speaker should have Blind-mount backcan protection. Speaker should have both Combined 70V/100V and low impedance direct operation. Speaker Coverage Angle should be 130° conical coverage or higher. Speaker Power Capacity not more than 30 Watts. Speaker should have Transformer manual selection Taps. Frequency Response : 95 Hz – 15 kHz or higher. Sensitivity & SPL: 84 dB & 92 dB @ 1 m (3.3 ft) average, 103 dB peak or higher. Speaker Weight should not cross 2 Kg. Microphone for Conference Table Microphone should have CommShield® Technology with Logic input & LED indicator. 50 Hz to 17 KHz or better Frequency response. 150 Ohm +/- 10% Impedance. Minimum -35 Dbv / Pa open circuit sensitivity and not less than 66 dB at 94 dB SPL of signal to noise ratio. Dynamic Range Cardioid: 93 dB, Preamplifier Output Clipping Level -8 dBV (0.4 V) (1% THD) DSP with AEC Processing DSP should have 12 Analog Inputs (with 48v Phantom Power per Channel and 8 output. DSP all 12 Channels of AEC Processing with Auto Gain Control and Noise Cancellation and Rich Palette of Processing and Logic Objects. DSP should have Bi-Directional Locate Functionality and 12 Control Inputs and 6 Logic Outputs for GPIO Integration. DSP should have rack mounted and not more than 2U. DSP should be configured through Software and should have Third Party Control System Integration. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 62 Mic / Line input should be Nominal gain 0dB, electronically switchable up to +48dB, in +6dB steps. Input impedance: 3.0kOhm and Maximum input level: +20dBu with 0dB input gain, (+8dBu with 12dB gain) Frequency Response: 20Hz to 20kHz +/-0.5dB, balanced, 150 ohm. Dynamic Range: 111dB, 20Hz to 20kHz, A-weighted: 108dB unweighted. AEC Processing Latency: 2385/Fs [[email protected]] Should be BLU-link AUDIO NETWORK to connect another device. Control System Control System including Master Room Controller, PORTS: 6 RS−232, & Ethernet on an RJ−45 connector; 2 infrared built−in receiver, 2 infrared on 3.5mm mini jacks; 1 USB for programming, OUTPUTS: 4 infrared, 8 relays (36V AC or DC, 2A, 60V AC maximum on non−inductive load) etc. 1-way IR control interface sensor. 4 Port Switch With Dual Antenna Wi-Fi Built-in NAT Firewall, NAPT, SPI (Stateful Packet Inspection), DoS (Denial-of-service) Attack Prevention , Encryption - 64/128 bit WEP, WPA, WPA2, WPS , Wireless Speed - 300 Mbps , DSL Modem Speed - 24 Mbps, LAN/WAN - 10/100, 4 Built-in Ethernet Ports with dual antenna . Touch Panel Minimum 12 inch (diagonal) LED-backlit Multi-Touch display with IPS technology or better, 2048x1536 resolution at 326 pixels per inch (ppi), Fingerprint-resistant oleo phobic coating, Support for display of multiple languages and characters simultaneously, Network: Wi-Fi (802.11a/b/g/n); dual channel (2.4GHz and 5GHz) and Bluetooth 4.0 technology along with Control Software etc. 63 Annexure: D Cable Cubby High−quality shielded Microphone cable designed for routing balanced mono or unbalanced stereo mic or line level audio signals, Quality Construction - Conductors and drain wire are stranded 20AWG tinned copper, Rugged and Flexible Jacket With sequential markings every meter, Easy Stripping Exceptionally easy to strip because the foil shield is bonded to the inside of the jacket etc. Should have dual power socket facility for charging Laptop or Mobile. Should have HDMI connector Facility. Should have VGA and VGA - Audio connector Facility. Should be Data , Telephone connectivity facility. HDMI Transmitter HDMI Twisted Pair Transmitter, Max. Data Rate -10.2Gbps (3.4Gbps per graphic channel), HDTV Compatible, HDCP Compliant, HDMI Support - HDMI (V.1.4 with Deep Color, x.v.Color, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD), 3D Pass-Through ,Resolution Support [email protected] UHD (4:2:0), 2Kx4K etc. HDMI Receiver HDMI Twisted Pair Transmitter, Max. Data Rate -10.2Gbps (3.4Gbps per graphic channel), HDTV Compatible, HDCP Compliant, HDMI Support - HDMI (V.1.4 with Deep Color, x.v.Color, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD), 3D Pass-Through ,Resolution Support [email protected] UHD (4:2:0), 2Kx4K etc. HDMI Cable High−performance cable with Ethernet with molded HDMI connectors at both ends. It supports Ethernet Channel, Deep Color, x.v.Color™, Lip Sync, HDMI Uncompressed Audio Channels, Dolby TrueHD, DTS−HD, CEC and ARC and resolutions up to 4K UHD. (1, 1.8 & 3 Mtr HDMI Cable) VGA with Audio Cables Male to Male VGA Molded Connectors with Audio Cables 3 feet long. Audio Cable 18 AWG stranded (16x30) tinned copper conductors, polyethylene insulation, twisted pair, overall Beld foil shield (100% coverage), 20 AWG stranded tinned copper drain wire, PVC jacket and it should be compatible for Line Audio & Microphone signal. Speaker Cable 16 AWG stranded (19x29) tinned copper conductors, PVC insulation, twisted pair, PVC jacket and it should be compatible for speak on signal. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 64 VGA Cable 25 AWG solid tinned copper conductors, Gas-injected FHDPE insulation, Duobond® foil plus a tinned copper interlocked serve shield (95% coverage), PVC inner jacket, PVC jacket and it should be compatible for VGA signal. Shielded Data / Cat-6 Cable 24 AWG solid bare annealed copper conductors, non-plenum, Thermoplastic Polyolefin insulation, centre spine, rip cord, twisted pairs, see color code chart (below), PVC jacket (blue or gray). 65 42U Rack Items & Their Attributes Material :The frame should be made of MS profiles designed to accept front and rear doors and side panels, which close within the frame itself. The Rack shall be of CKD (Complete Knock Down) design for easy accessibility at site as and when required. Size (Width):800mm. Height overall: 1976.9 mm & Height Usable: 1866.9 i.e.42U. Depth: Depth overall: 1000mm & Depth Usable: 780 mm. Mounting Angle: Two Pairs of 19" Mounting Angles with U marking. Doors: Front and Rear perforated door with hexagonal perforation for better air movement across the Rack. Vertical Cable Channel: 2 Pair of Vertical Cable Channel. Top & Bottom Cover: Top cover and Bottom panels with cable entry facilities. Cable entry cut out. Equipment cooling: Each rack should be compatible with floorthrow as well as top-throw Data centre cooling system. Floor Standing accessories: All Floor Mounting accessories required to set up the rack. Castors and levelling legs. Heavy Duty Shelf: EQUIPMENT SHELF 725MMD/600W. Earthing: Enclosures shall be bonded to the protective earth system or communications earth system (CES) using a minimum 2.5 sq mm conductor. Power Distribution: Each rack should have One Power distribution Unit (PDU) with IEC C13 12x 10 Amp, C19 4 x 16 Amp with 32 Amp MCB. Color & Powder Coating: Color should be Black. Rack to be powder coated with Nano ceramic pre-treatment process using a zirconium coat. Powder coating thickness shall be 80 to 100 microns. The Powder coating process should be ROHS compliant. Load Rating :Minimum 750 Kg. Standard: Rack should conform to DIN 41494 Standard. ISO Certification: Rack manufacturer should have ISO 9001-2000 and ISO 14001-2004 certification and certificates needed to be submitted with technical compliance. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 66 GIS Server Components with Description Gartner standing: The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers” Form Factor: Max. 2U rack mounted with Sliding Rails. Configured CPU:2 x E5-2620 v4, 8 core. Memory: 128GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. Disks supported:8 x 2.5” SAS, Near-Line SAS, SSD. Disks configured:4 x 900GB 10K rpm 12Gbps SAS in RAID 5. RAID Controller: Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Additional RAID features: Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD writer: DVD +/- RW. I/O slots:2 x PCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports:4 x 1 Gb Base-T. Certification and industry standards compliant:Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. OS:RHEL of latest version . Power Supply: Platinum certified redundant Power Supply with necessary power cables /cords. SD Modules slots: Dual SD Module slots supporting redundant configuration. Configuration & Management: Systems management software from the same OEM should be included. Should be enterprise version / highest version of the software from the Server OEM. Should have the following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. Temperature monitoring & graphing. Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. LCD panel: Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusive alert: Intrusion alert in case chassis cover being opened. Warranty: 05 years on-site comprehensive warranty with 24x7x365 Hardware and Software support with next business day onsite response. Support to be directly managed by the OEM. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 67 Database Server Component with Description Gartner standing: The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Form Factor: Max. 2U rack mounted with Sliding Rails. Configured CPU:1 x E5-2620 v4, 8 core. Memory:64GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. Disks supported:8 x 2.5” SAS, Near-Line SAS, SSD. Disks configured:4 x 900GB 10K rpm 12Gbps SAS in RAID 5. RAID Controller: Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Additional RAID features: Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD writer: DVD +/- RW. I/O slots:2 x PCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports:4 x 1 Gb Base-T. Certification and industry standards compliant: Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. OS:RHEL of latest version. Power Supply: Platinum certified redundant Power Supply with necessary power cables/cords. SD Modules slots: Dual SD Module slots supporting redundant configuration Configuration & management: Systems management software from the same OEM should be included. Should be enterprise version / highest version of the software from the Server OEM. Should have the following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. Temperature monitoring & graphing. Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. LCD panel: Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusive alert: Intrusion alert in case chassis cover being opened Warranty: 05 years on-site comprehensive warranty with 24x7x365 Hardware and Software support with next business day onsite response. Support to be directly managed by the OEM. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 68 GPS Gateway Server Gartner standing: The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers”. Form Factor: Max. 2U rack mounted with Sliding Rails. Configured CPU: 2 x E5-2620 v4, 8 core. Memory: 128GB DDR4 RAM, scalable to 256GB. Should support memory mirroring, sparing, address parity protection. Disks supported: 8 x 2.5” SAS, Near-Line SAS, SSD. Disks configured: 4 x 900GB 10K rpm 12Gbps SAS in RAID 5 RAID Controller: Hardware 8 lane 12Gbps PCIe 3.0, 1GB cache with support for RAID 0, 1, 5, 6, 10, 50 & 60. Additional RAID features: Should support Global Hot Spare disk, Online Capacity Expansion & RAID Level Migration, management, real-time monitoring & inventory. DVD writer: DVD +/- RW. I/O slots: 2xPCIe slots + 1 RAID adapter slot + 1 Network Daughter Card slot. Ethernet ports: 4 x 1 Gb Base-T. Certification and Industry standards compliant: Should be certified for latest version of RHEL, SLES, MS Windows, VMware vSphere ESXi. OS: RHEL of latest version. Power Supply: Platinum certified redundant Power Supply with necessary power cables/cords. SD Modules slots: Dual SD Module slots supporting redundant configuration. Configuration & management: Systems management software from same OEM should be included. Should be enterprise / highest version of software from the Server OEM. Should have following features:Real-time power meter & graphing, power thresholds, alerts & capping, counters. Temperature monitoring & graphing Full agent-free monitoring including fan, power supply, memory, CPU, RAID, NIC, Predictive failure monitoring & email alerting & configurable thresholds. LCD panel: Should display system ID, status information and system error messages. The LCD background should light up in different colours during normal system operation & error conditions. The LCD panel should display error code followed by descriptive text. Intrusive alert in case chassis cover being opened. Warranty & terms and condition as per technical specification. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 69 Network Attached Storage Component with Description Gartner standing: The OEM for the proposed server must be in Leaders quadrant of latest Gartner’s report of “Magic Quadrant for Modular Servers” Processor: Intel Xeon E5 2630 v3, 2.4GHz Operating System: RHEL of latest version / Windows storage server 2012 R2 standard x64 edition HDD Support: 12 x hot-swap drives for Data in RAID 5 /6 2 x hot-swap drives for OS in RAID 1 RAID controller should have 1GB cache Capacity: 5 TB usable in RAID6 SAN NAS support: Should be a Unified SAN with iSCSI SAN and NAS functionality. File Access Protocols: CIFS, NFSv4.1, FTP, SMB3.0, SMB Direct (RDMA) Form factor: Maximum 2U rack mountable Architecture: 4 x 1 Gbps Ethernet Memory: 32GB Power supply: Redundant hot-plug Warranty: 05 years on-site warranty (24x7 call logging) Hardware and Software support with OEM. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 70 Core i5 Desktop Component with Description Processor: 6th Generation Intel Core i5 Processor (6 MB 3.2GHz ) or higher. Chipset: Intel compatible chipset with 8MB SPI FLASH (Serial Peripheral Interface) Motherboard: Motherboard make from the same Desktop OEM (OEM Logo sticker in the motherboard will not accepted) Memory: 4 GB 1600 MHz DDR3 Expandable to: Memory Expandable up to minimum 16 GB DDR31600 MHz Hard Disk: 1 TB 3.5 inch Serial ATA (7,200 Rpm) Hard Drive Monitor: 21 inches with LED Backlight or higher with 1600 x 900 (Same Desktop OEM make) Ethernet: Integrated Gigabit (10/100/1000) NIC Mouse: 2 Button USB Optical Scroll Mouse (Same OEM make/brand as system) Keyboard: 104 Keys USB keyboard(Same OEM make/brand as system) Optical Drive: Internal DVD R/W Drive Graphics: Intel HD Graphics Audio: Internal audio connector with Internal audio Speaker 8 or more USB (at least 4 USB ports in front) 1 Ethernet (RJ45) I/O Ports: 1 VGA / 1 display port 1 Stereo line in/out/Universal Audio Port HDMI 1 port Minimum 1 full height PCIe x16;1 PCIe x1 Expansion Serial, USB & Network Enable/Disable Port Control Slots: Power-On Password Chassis: Securities lock option to lock both PC and Monitor. Trusted Platform Module (TPM) 1.2 or Higher with 4KB on chipset, Chassis with Chassis Intrusion Switch. Chassis Volume not more than 15L. Power Supply: Not more than 255 Watt with min 85% or higher energy efficient power supply. Bays: Minimum 1 internal 3.5” and 1 external 5.25” Operating System & Media: Wndows-10 Pro (64 bit) English. Compliance/ Certification: For OEM: ISO 9001 and 14001.For quoted mode: UL, FCC, EPEAT & ENERGY STAR 6.0. The Desktop OEM should fall under Top 3 manufacturers in the Leaders Quadrant of Gartner's magic quadrant for Global Enterprise Desktops and Notebooks, November 2014. 05 years on-site comprehensive Hardware and Software warranty. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 71 UPS (10 KVA) Component with Description UPS Topology: Double Conversion On-Line Power Rating (VA / Watts): 10000VA / 9000W Form Factor: Rack/Tower Type Output Parameter: Output Power Capacity: 9000 Watts / 10 KVA Max Configurable Power: 9000 Watts / 10 KVA Nominal Output Voltage: 230V Output Voltage Note: Configurable for 220: 230 or 240 nominal output voltage Efficiency at Full Load: 94.40% Output Voltage Distortion: Less than 2% Output Frequency (sync to mains) : 47 to 53Hz for 50 Hz nominal, 50/60 Hz +/-1 Hz , 50/60Hz +/- 3Hz Other Output Voltages: 220 – 240 Crest Factor: 03:01 Waveform Type: Sine Wave High Power Charger: 3KW Max Output Connections: (1) Hard Wire 3-wire (H + N + G) Bypass: Built-in Automatic Bypass Overload Protection: 60 Seconds @125% & 30 Seconds @150% Input Parameter Nominal Input Voltage: 230V (1 Phase), 400 V (3 Phase + Neutral) Input Frequency: 40 - 70 Hz (auto sensing) Input Connections: Hard Wire 3 wire(1PH+N+G), Hard Wire 5Wire (3Ph +N+G) Input voltage range for main operations:160 - 285V (Single Phase) Input Voltages Adjustable Range for Main Operation:100V to 280V Input Protection: Circuit Breaker Communications & Management Interface Port(s) : DB-9 RS-232,SmartSlot Available Smart Slot™ Interface Quantity: 1 Control panel: LED status display with load and battery bargraphs and On Line: On Battery: Replace Battery: Overload and Bypass Indicators. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 72 Audible Alarm: Alarm when on battery : distinctive low battery alarm: overload continuous tone alarm Emergency Power Off (EPO) : Yes Environmental: Operating Environment:0 - 40 °C Operating Relative Humidity: 0 - 95% Operating Elevation: 0-3000 meters Storage Temperature: - 10 - 60 degree Storage Elevation: 0-15000 meters Humidity: 0 to 95 % RH, Non Condensing Conformance Regulatory Approvals: EN 60950,EN/IEC 62040-2 Environmental Compliance: RoHS 7b Exemption, REACH: Contains No SVHCs Quality: ISO 9001, ISO 14001, OHSAS 18001 Safety Markings: CE Other features of the System Type of UPS: Double Conversion on line ups LCD display: 2 Line LCD Display Power Current: 3 kW Max /13 A Input Power Factor: 0.98 Input Phase: 1 Phase or 3 Phase Input (Site Configurable) Mechanical Rack Height: 3U Weight Net (kg) : < 27.5 kg Dimension: 13.4*43.3*70.6 (W*H*D) Battery Parameters: Battery System Voltage: 192 VDC Type: SMF, VRLA, Flooded (Selectable) Service Centre Facility Must have 24X7X365 National Toll free no for call log in facility 60 Min Battery Back-up Battery Type: Maintenance - free sealed Lead-Acid battery with suspended electrolyte : Leak proof./VRLA/Flooded Nos. of Battery: 16 Nos. 12V X 100ah Battery Make: Rocket / Quanta / Exide Total VAH : 19200 Warranty Support: 5 Years (Both UPS & Battery) 73 Interior Works and Refurbishment Component with Description Wooden Flooring The floor should be made of engineered hardwood of minimum half inch thickness or better of reputed brand like Pergo or equivalent brand. Design and colour will be finalized by the End User at the time of execution of work. False Ceiling Providing & Fixing of Suspended Gypsum Board / Aluminum / Acoustic false ceiling with standard IG section and IG board as per IGL specification including perimeter channel, intermediate channel etc. The boards/panels are to be jointed from underside and finished so as to have a smooth, seamless ceiling which includes filling and finishing the tapered and square edges of the boards with gypsum jointing compound, paper tape and one coat of primer suitable for Gypsum board and final 2 coats of Plastic Emulsion Paint. The board/panels should have good acoustical properties for better sound absorption for clear audio within the Control Room. The NRC value of Material used should not be less 67. The board/panels to have elegant pattern in accordance with interiors, moisture resistant, rust proof and durable standards. Provision of necessary light fixtures, audio, and cabling works need to be considered while maintaining the aesthetic and acoustic requirements of facility. Interior Walls Wall panelling should be furnished with cement fibre boards / wall papers without compromising the acoustic quality of the room. The materials should be termite proof, fire and moisture retardant. Colour and design will be finalised as per choice of End User. The base frame shall be treated with anti-termite chemical and fire retardant paint of approved make as per interiors. Providing and fixing cement fibre board panelling or of better material on wall framing made with 37 X 18 mm strips of 18mm HDF at 600mm x 600mm standard aluminium/teakwood grid frame to be covered with 6mm HDF finished with 4mm. The hollow core between the panelling and frame needs to be filled with 50mm thick Polyester wool blocks wrapped in Hessian paper for sound insulation. The wall panels/planks should be perforated allowing sound signal to be absorbed by the polyester wool filled inside. The holes in planks to be used for perforation should be elegant and equal sized to make room look aesthetically better. Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 74 Providing and fixing of acoustic panels finished in fabric of approved colour with necessary aluminium frame work and hardware as per design. Furniture Seating 01 no. of wheel based comfortable VIP chair (Leather finish) leather finish of reputed brand i.e. Featherlite / Godrej / Durian etc. or equivalent. Sample design needs to be approved by the user. 20 nos. of normal sleek finish wheel based chairs for seating of officers leather finish of reputed brand i.e. Featherlite / Godrej / Durian etc. or equivalent. Sample design needs to be approved by the user. 02 nos. of ergonomic good quality computer chair for operators. Sample design needs to be approved by the user. Officers’ Table One number ‘V’ shaped table will be supplied a part of the project with capacity to accommodate 20 Chairs as per design approved by the user. Table should have all required cut-outs for installation of Microphones and cable cubby. Consoles The vendor should provide appropriate console infrastructure and configure various equipment to work in a seamless fashion. 2 units High-end Operator Consoles for 2 operators should be supplied and integrated with the Control Room infrastructure with following features and accessories: Provision for 1 microphone per 02 consoles with connectivity to room speaker system. High quality Corian finishing for seamless top on the consoles. Appropriate power, network and video cabling infrastructure. Electrical Works Supply / Installation & Commissioning of appropriate chemical based earthing to ensure that ground to neutral voltage is less than 2 volts for all equipment. Supply & installation of appropriate power points with switches, indicators for Equipment Area, Visualization Room and Console Room to be distributed as follows: 20 nos. 15 Amp sockets for equipment area with switches, and indicators divided in four groups with each group having 4 switches. 6 nos. 15 Amp sockets for console table for workstations. 75 15 nos. 15 Amp sockets location to be decided during installation and as per the design. Supply / Installation of lights with cabling for the equipment Seating areas as under: Should have provision of ambient LED lighting system inside the Control Room including server farm area. Supply installation of lighting controller with the following controls: All lights should be dimmable in 04 groups. A button panels to control the lights should be provided on the entrance of main visualization room. The lighting controller shall be interfaced and configured to work with the Control system. Air Cooling System Seating Area Supply, installation, testing and commissioning of Inverter Split AC of reputed brand of 4 x 1.5 Ton including 4 nos. of stabilizer. The stabilizers should be in concealed position while installing the ACs. Equipment Room Supply, installation, testing and commissioning of Inverter split AC of reputed brand of 2 x 1.5 Ton, including 2 nos. of stabilizer. 76 PROFESSIONAL SERVICES Room and System Design - System Installatio n User and Administr ative Training Documen tation - - As built drawings Copies of any COTS documentation – hardware manuals, where available, and user guides for all components making up the system Digital copy of all the documentation wherever possible Management of all suppliers for on-time delivery of all material to project site Schedule and risk management Security clearance for all personnel working at project sit Project documentation and communication Ensure smooth installation, integration & operation of the project for the entire contract period keeping in mind the quality of all the products quoted as per the specification. 5-years comprehensive on-site warranty on all components including software, hardware and services Same-day Phone and e-mail support is required - Technical hand holding for 5 years (onsite). - - Project Managem ent - Technical and nontechnical Support Site Inspection Room architectural design Display environment system design Optical design and layout for the projection environment Cabling design and documentation CAD layouts of room, cabling and display components Installation and commissioning of projection system, display, workstations and other items Commissioning of projection technology Cabling and termination Application software installation and configuration 3D stereo configuration and tuning for best effects Acceptance Testing Procedure User Training on software and system usage. Administrative training on system and software components. Training on documentation - Whether offered product fulfils detailed Technical Specs. Kindly answer Yes or No only Offered Specs and details of deviations, if any (Attach a separate paper indicating details in case of major deviations) 77 FINANCIAL BID FORMAT Tender Call Notice No. Tender Document No.-VI IT Equipment (including 1 Year Warranty Support) : Sl. No. Particulars Qty. (A) Equipment for VC Solution VC end point for conference room 01 with 10x Zoom Camera VC end points for other 18 locations 2 18 with 4x Zoom Camera or higher MCU (Multipoint Control Unit) with 3 capability to make 20 Party 01 Conferencing at a time. Equipment for Visual Display and Presentation System Video Wall for Display (3 x 2) Matrix 4 06 (Panel @ 55 Inch) 48" or Higher LED Display Unit for 5 18 remote location 1 6 Cable Cubby on Conference table 03 7 Video and VGA Switcher 01 8 Video Wall Controller 01 9 Tx & Rx for picture transmission 04 10 11 12 13 HDMI Cables as per requirement @ Meter VGA with Audio Cables as per requirement @ Meter VGA Cables as per requirement @ Meter Shielded Data / Cat-6 Cable as per requirement @ Meter - Equipment for Audio Solution 14 Ceiling Speakers 04 15 Mic on Conference table 10 16 Amplifier with required capacity 01 17 DSP for Mics 01 18 19 Audio / Microphone Cable as per requirement @ Meter Speaker Cable as per requirement @ Meter - Rate Per Unit (B) Tax (C) Amount (Rs.) X = B+C Total Amount(Rs.) Y = X *A 78 Sl. No. Particulars Qty. (A) Rate Per Unit (B) Tax (C) Amount (Rs.) X = B+C Total Amount (Rs.) Y = X *A Equipment for Control System 20 TAB with required touch screen size 01 21 Controller Unit 01 4 port switch with dual antenna 22 01 Wi-Fi Equipment for GIS Application System 23 GIS Server 01 24 GIS Database Server 01 25 GPS Gateway Server 01 26 Network attached storage 01 27 Core i5 Desktop 20 28 Farm Switch 01 29 42U Rack 02 30 10 KVA UPS with required battery 01 Non-IT Equipments ( including 1 year Warranty Support) : Furniture and Air Cooling System Wheel based comfortable VIP chair with leather finish of reputed brand 31 01 i.e. Featherlite / Godrej / Durian etc. or equivalent. Normal wheel chairs for seating of officers of reputed brand i.e. 32 20 Featherlite / Godrej / Durian etc. or equivalent Ergonomic good quality computer 33 02 chair for operators of reputed brands ‘V’ or “U” shaped conference table 34 with the capacity to accommodate 21 01 chairs. 1.5 Ton Inverter AC (5 Star) of 35 reputed brand for conference & 06 equipment room 36 Stabilizer for Split AC 06 Price Bid for Entire Civil / Infrastructure Work Interior Works, Electrical Works, LS 37 Lighting Controller, Earthing, Power Cable etc. and Professional Services One Time Delivery, Installation, Commission, Integration & Training to users at Head Quarter & 18 Remote locations within a distance approx 600 Kms. from Bhubaneswar 38 One time cost as mentioned above. LS Grand Total Amount (Inclusive of all taxes) = (i.e. Sl.1 to 38 of the Price Bid) 79 Comprehensive Warranty Support of all Equipment (Both IT & Non-IT) for a period of 5 Years from the date of Go-Live of the Project including at least one dedicated man power at site (excluding 1st year standard warranty). Sl. No. Year of Warranty 39(A) 1st Year 39(B) 2nd Year 39(C) 3rd Year 39(D) 4th Year 39(E) 5th Year Total Price for Comprehensive Warranty Support Including Taxes Grand Total Amount (Inclusive of all taxes) = (i.e. Sl.1 to 39(E) of the Price Bid) (Total Sum payable for supply of entire bid quantity.) Prices shall be quoted clearly i.e. basic unit price of the offered equipment / work, taxes (including Odisha Entry Tax), duties, freight / transportation, Loading and Unloading Charges, any other charges before delivery and cost of labour for installation etc. Bidders to furnish the Terms & Conditions of Delivery, Payment and Preference for mode of payment of "Performance Security". Seal & Signature of the Bidder
* Your assessment is very important for improving the work of artificial intelligence, which forms the content of this project
advertisement