SHORT TENDER CALL NOTICE Office of the D.G & I.G. of Police, Odisha, Cuttack 1. Sealed tenders are invited from the Original Equipment Manufacturers (OEM) or their Authorized Agent for purchase of following equipment for Odisha Police (BPSPA) during the current financial year, 2016-17. Sl. No. 1 2 3 4 5 Name of Item Gym Equipment for BPSPA, PTC, Angul, PTS, Nayagarh Smart Interactive Class Room Application and Solution consisting of altra short throw interactive projector, PC table, full HD desktop, visual for BPSPA Up gradation of Sound visual projection and acoustic system for auditorium of BPSPA High quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree Classroom chair with writing Board for PTC, Angul and PTS, Nayagarh- Approximate quantity 3 sets 6 sets 1 set 4 nos 1000 nos 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 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. 28.6.2016 at 10.00 AM to dtd. 16.7.2016 upto 5.00 PM. 4. Last date for receipt of sealed Tender and Sample on dtd. 18.7.2016 up to 5.00 PM. 5. Date for opening of sealed Tenders / Technical Bids on dtd. 19.7.2016 at 3.30 PM at the Office of the Addl. D.G of Police (Training), and Director, BPSPA, Bhubaneswar. 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 following equipment for Odisha Police (BPSPA) during the current financial year, 2016-17. (List separately enclosed as Annexure-A) Sl. Name of Item No. 1 Gym Equipment for BPSPA, PTC, Angul, PTS, Nayagarh Approximate quantity 3 sets 2 Smart Interactive Class Room Application and Solution consisting of altra short throw interactive projector, PC table, full HD desktop, visual for BPSPA 6 sets 3 Up gradation of Sound visual projection and acoustic system for auditorium of BPSPA High quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree Classroom chair with writing Board for PTC, Angul and PTS, Nayagarh- 1 set 4 5 4 nos 1000 nos 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. 4. 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. 5. Tender calling authority has the right to accept or reject the Tender(s) without assigning any reason thereof. 2 6. 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. 28.6.2016 at 10.00AM. 8. Last date of Issue of Tender document on dtd. 16.7.2016 up to 5.00 PM. 9. Last date for receipt of sealed Tender and Sample on dtd. 18.7.2016 up to 5.00 PM. 10. Date for opening of sealed Tenders / Technical Bids on dtd. 19.7.2016 at 3.30 PM at the Office of the Addl. D.G of Police (Training), and Director, BPSPA, Bhubaneswar 11. The concerned bidders are required to depute their representatives to remain present during opening of the received Tenders / Technical Bids on dtd. 19.7.2016 at 3.30 PM at the Office of the Addl. D.G of Police (Training), and Director, BPSPA, 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 47 pages. A.I.G. of Police (Provisioning,) Odisha, Cuttack. (Tender Calling Authority) 3 ANNEXURE-A APPROX. REQUIREMENT OF ITEMS TO BE PURCHASED UNDER MPF SCHEMES DURING THE CURRENT FINANCIAL YEAR, 2016-17. Sl. Name of Item No. 1 Gym Equipment for BPSPA, PTC, Angul, PTS, Nayagarh Quantities to be purchased. 3 sets 2 Smart Interactive Class Room Application and Solution consisting of altra short throw interactive projector, PC table, full HD desktop, visual for BPSPA 6 sets 3 Up gradation of Sound visual projection and acoustic system for auditorium of BPSPA 1 set 4 High quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree 4 nos 5 Classroom chair with writing Board for PTC, Angul and PTS, Nayagarh 1000 nos 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 2 Gym Equipment for BPSPA, PTC, Angul, PTS, Nayagarh Approx. quantity 3 3 sets Technical specifications 4 Annexure-(B) EMD (In Rs.) 5 Rs.26,000/- 6 nos Annexure-(B) Rs.36,000/- 2 Smart Interactive Class Room Application and Solution consisting of altra short throw interactive projector, PC table, full HD desktop, visual for BPSPA 3 Up gradation of Sound visual 1 set Annexure-(B) Rs.38,400/projection and acoustic system for auditorium of BPSPA Classroom chair with writing Board for 1000 nos Annexure-(B) Rs.60,000/PTC, Angul and PTS, NayagarhHigh quality Video Camera for 4 nos Annexure-(B) Rs.40,000/recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree 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. 4 5 4. Particulars of the Item 12 5. 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. 6. 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. 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 Name of the Authority & his address Addl. D.G.P(Trg)-Cum- Director, Biju Patnaik State Police, Academy, Odisha, Bhubaneswar-751019 or as per the direction given in the supply order Quantity As per Supply order 9. The working of the equipment shall be demonstrated successfully and expenses incurred on demonstration shall be borne by the supplier. 10. The supplier shall organise training to acquaint the employees of the Organisation regarding operation of the equipment in their own cost. 11. Performance security: The successful bidder shall have to enter into an agreement with the tender calling authority for successful completion of supply/ installation of the tendered items after proper inspection within stipulated period and also for performance warrantee of all the items from the date of supply/ installation are up to a period 3 (Three) years as per Annexure-B of Tender document. In this regard the bidder has to furnish the security deposit at the rate of 5% of the total amount of the order excluding all taxes in the form of NSC/Post Office Savings Bank A/c /FDR/ Bank Guarantee 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. 12. 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. 13. All the supplies made shall be subject to a minimum period of warrantee of 3 (Three) years as per Annexure-B of Tender document. 13 14. 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 equipments 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. 15. 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. 16. Pre-delivery inspection: Not required. 17. 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. 18. SAMPLE / DEMONSTRATION: (a) The tenderers are required to submit samples of the following quoted items along with the tender positively failing which tender shall be rejected. The representative of the concerned firm (bidder) will have to demonstrate the quoted model for inspection / consideration by the Technical Committee during its meeting. 1 Gym Equipment for BPSPA, PTC, Angul, PTS, Nayagarh 2 Smart Interactive Class Room Application and Solution consisting of ultra short throw interactive projector, PC table, full HD desktop, visual for BPSPA Classroom chair with writing Board for PTC, Angul and PTS, NayagarhHigh quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree 3 4 (b) With regards to following item, the firms need not submit sample along with their bid / offer but they shall demonstrate the quoted model for inspection / consideration by the Technical Committee during its meeting. 1 Up gradation of Sound visual projection and acoustic system for auditorium of BPSPA 14 19. 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. 20. In respect of item i.e High quality Video Camera for recording, the successful bidder must have to impart training as much as required regarding the operation of the equipment to the persons of our establishment and the other training institutions for which it is required to be procured. Seal and Signature of the bidder AIG of Police (Provisioning) Odisha, Cuttack Signature of the Tender Calling Authority (With Seal) 15 ANNEXURE-B SPECIAL CONDITIONS OF CONTRACT (REF SL. NO.3) TECHNICAL SPECIFICATIONS 1) Technical Specification of Gym Equipments Sl.No. 1. Name of the Gym Equipment 1. Dumbbells(Rubber Coated) Note: Quote separately in financial bid 2 3 4 5 6 7 8 9 10 11 12 13 Barbbel Olympic Plates (Rubber Coated) Note: Quote separately in financial bid Barbbel Rod Olympic Note: Quote separately in financial bid Plate Rack Note: Quote separately in financial bid Dumbbell Rack -3 tier Note: Quote separately in financial bid BAR RackNote: Quote separately in financial bid Neoprene Weight Belt Note: Quote separately in financial bid Twister Single Note: Quote separately in financial bid Hyper Extension Bench Note: Quote separately in financial bid Flat Bench Olympic Note: Quote separately in financial bid Decline Bench Olympic Note: Quote separately in financial bid Inclined Bench Olympic Note: Quote separately in financial bid Utility Flat Bench Note: Quote separately in financial bid Specification Each set consists of the following. 2.5 kg. x2, 5.0 kg x 2, 7.5 kg x2, 10.0 kg x2, 12.5 kg x2, 15.0 kg x2, 17.5 kg x2, 20.0 kg x2, 22.5 x2 kg, 25.0kg x2 , 30.0kg x2 , 35.0 kg x2, 40.0 kg x2, 45.0 kgx2, 50.0 kg x2 Each set consists of the following 2.5 kg. x2, 5.0 kg x 2, 10.0 kg x2, 15.0 kg x2, 20.0 kg x2, 25.0kg x2 Each set consists of the following 7 ft x1, 6 ft x1, 5 ft x1, 4 ft x1, 3 ft x1 EZ Big x1 = 4 ft EZ Small x1 = 5 ft Box Bar x1 = 10 ft Made up of solid steel nicely chromed. Six storages spoke. Easy to assemble metal construction. Made up of steel able to hold one full set of Dumbbells weighing from 2.5kg to 50.00kg Made up of steel able to hold bars of all sizes General weight lifting belt. Internal pad offers advanced ergonomic confort. Made up of good quality material. Working standing only. Heavy duty bearings below the plate. Heavy duty frame. 60”/152 cm L x 28”/71 cm W x 50”/127 cm H. Strong structural frame 68”/173 cm L x 70”/178cm W x 48”/122 cm H. Strong structural frame 81”/206 cm L x 70”/178 cm W x 40”/102 cm H. Strong structural frame 79”/201 cm L x 70”/178cm W x 55”/140 cm H. Strong structural frame 46”/117 cm L x 30”/76 cm W x 32”/81 cm H. Strong structural frame Warranty: 3 years from the date of supply. 16 2) Smart Interactive Class Room Application and Solution consisting of ultra short throw interactive projector, PC table, full HD desktop, visual for BPSPA :- A) Technical Specification for 3LCD WXGA 3100 Lumens Ultra Short Throw Projection System with Interactive capability. Sl.No. Features Specification 1 Projector 2 7 The Projector should offer Built-in Interactivity and should have the ability to transform most of the flat surface into an Interactive screen eliminating the need of Interactive White Boards Pen response Display System Display Device Number of pixels Light Source Recommended lamp replacement time Filter replacement cycle Make Model Should offer simultaneous dual touch Interactive annotation on the Projection Screen along with supply of 2 nos. of Interactive Pen Device 8 9 Screen size Light output 10 11 12 Contrast ratio (full white/full black) In- Built Speaker Display Computer signal resolution input Computer RGB INPUT and video signal input/output HDMI INPUT 3 4 5 6 13 S VIDEO IN VIDEO IN OUT PUT 14 15 Wireless functionality Recording PC Wireless Pen Response time should be 28 m sec Should be a 3 LCD System 3,072,000 (1280 x 800 x 3) pixels High-Pressure mercury lamp 225W type 8000 H in low mode Max 8000H and preferably should be same as the lamp replacement time 65” to 110” (1.65 m to 2.79 m) 3100 lm (Lamp mode: High)/2300 Im (lamp mode: Standard) Should be not less than 3,000:1 16W x 1 Maximum display resolution: UXGA Panel display resolution: 1280 x 800 dots RGB / Y PB PR input connector: Mini Dsub 15-pin (female), Audio input connector : Stereo mini jack x 2 HDMI input connector: HDMI 19-pin, HDPC support, Audio input connector: HDMI Audio support S Video input connector: Mini DIN 4-PIN, Audio input connector: Pin jack(x2) (shared with VIDEO IN) Video input connector: Pin jack, Audio input connector: Pin jack(x2)(shared with S VIDEO IN Monitor output connector: Mini D-sub 15pin (female), Audio output connector*6: Stereo mini jack (Variable out) USB: Type-A, Type-B Should be able to connect PC via Wireless with Optional Wireless Dongle Should be able to execute Audio-Video screen recording. Note: Quote separately in financial bid 17 B) Technical Specification of Desktop Visualizer : 1 2 3 4 5 6 7 8 Resolution: 1080p Full HD Zooming: 16 x(optical) Frame Rate: 30 fps Recording: One touch audio video recording Lamp: Top light, Backlight(A4) both Input/output: HDMI,VGA, Audio, Composite, USB, RS232 Make & Model: Reputed make/ model Warranty: 3 years Carry In comprehensive (with parts and labour) warranty. Warranty: 3 years from the date of supply/installation Note: Quote separately in financial bid C) Technical Specification of White Board of size (8’x6’) It should be of reputed make model of size 8’x6’ Warranty: 3 years from the date of supply Note: Quote separately in financial bid 18 3) Technical Specification for the Up- Gradation of sound, Visual Projection and Acoustic System for Auditorium at BPSPA. Sl. Name of the items & Specification No . 1. Mild steel constructed, professional 3OU Equipment/Amplifier Rack with lockable front and rear doors, powder coat painted. Pre-wired to accommodate Amplifiers, Mixing Console, Equalizer etc. It must be of reputed brand 2. Integrated four-channel digital signal processor and configurable 4 x 250 Watts professional power amplifier delivers concern sound quality for fixed installation. The amplifier adds numerous patented technologies to simultaneously provide class leading power, efficiency, sound quality and reliability. Total shared power output for all channels 1000W. The integrated power amplifier features patented power sharing technology which dynamically allocates power to each output. Frequency response 20 Hz. To 20KHz. ± 0.5 dB, Signal to Noise ratio more than 102dB. It must be of reputed brand 3. Integrated CD cum DVD Player It must be of reputed brand 4. Ultra high performance 2-channel 24 bit/96 KHz. Feedback Destroyer and Parametric Equalizer, automatically and intelligently locate and destroys up to 40 Feedback Frequencies, Ultra-narrow FBQ filters for extremely effective feedback suppression, while keeping highest sonic quality, panic button immediately takes action in feedback emergency situations. It must be of reputed brand 5. Supply of professional 16 input channels Audio Mixing Console 10 mic + 3 stereo line inputs, 4 buses (Stereo + 2 Groups), low noise high precision microphone preamplifiers, phantom power switches and 8 Insert I/O, 6 compressors, 3-band channel equalizer (Mid Sweep) and high pass filter, illuminated On/Off switches, Sweep able Low Pass Filter for Mono out, rack mountable, built-in effects, frequency response 20-20 KHz, channel equalization ± 15 dB, total harmonic distortion , 0.1% at 20-20 KHz, input hum & noise – 128dB, crosstalk -95dB. It must be of reputed brand 6. Hallmark Professional Loudspeaker System with eight proprietary 11.43 cm Full Range Drivers, a proprietary Articulated Array speaker configuration, long term power handling 240W Maximum SPL 116 dB @1M, 122 dB Peak SPL, Frequency Response 50 to 15 KGz ± 3 dB, Nominal Impedance 8 Ohms, with suspension/mounting accessories. It must be of reputed brand 7. Panaray long Throw Modular Bass Loudspeaker at either side of the stage beside the orchestra pit on the floor. To be run @8 Ohms (each speaker 400 Watts) It must be of reputed brand 8. Sleek contemporary styling, full range, weather proof (1EC 529 IP%%) Loudspeaker System, horizontally or vertically surface mountable, engineered to make them wellsuited for background music and speech reproduction with frequency response 95 Hz. To 17 KHz ± 3 dB, long term power handling 40w continuous & 64W peak, maxm. Acoustic output with pink noise 102 dB SPL @1M. Output available at 8 Ohms (Transformer Bypass) & 100V/70V. It must be of reputed brand Qty. 1 no. 2 nos. 2 nos. 1 no. 1 no. 4 sets. 2 nos. 4 nos. 19 9. 10 . 11 . 12 . 13 . 14 . 15 . 16 . 17 . 18 . 19 . 20 . 21 . 22 . 23 . 24 . 25 . Panaray multi-position floor array as Stage Monitor. To be run @8 Ohms (each speaker 200 Watts) It must be of reputed brand Most advanced high-performing, self powered, line array system featuring our 24 – speaker articulated line array providing best tonal balance, coverage and highest output. Frequency Response 34 HZ. To 14 KHz. 180 degree horizontal sound coverage & extremely tight vertical control resulting in little drop off in volume over distance than conventional loudspeaker, maximum SPL 121 dB. It must be of reputed brand Most Advanced integrated Bass Module for the above line Array system. It must be of reputed brand Advanced integrated presets containing hardwired equalization module for the above line array system. It must be of reputed brand Wireless Lapel Microphone System (UHF) with all accessories complete It must be of reputed brand Wireless Handheld Microphone system (UHF) with all accessories complete. It must be of reputed brand Wireless Goose-neck Microphone System (UHF) with all accessories complete It must be of reputed brand High sensitive dynamic cardioid microphone with cord, XLR Connector for vocal singer etc. frequency response 50 to 15000 Hz. It must be of reputed brand High sensitive dynamic cardioid microphone with cord, XLR connector for instrumental operation frequency response 40 to 15000 Hz. It must be of reputed brand Best quality floor type microphone stand Best Quality desk type microphone stand Loudspeaker junction Box made of M.S. with terminal 2 nos. 2 sets 2 nos. 2 nos. 2 sets 2 sets 2 sets 4 nos. 4 nos. 6 nos. 2 nos. 10 nos. Main loud speaker patch panel made of M.S.front removable cover with 30 nos. 1 no. XLR/Phone jack complete alongwith all connections. Supply & lying of 1.5 sq. mm 2 core copper wire for loudspeaker through HDPE/PVC 200 conduit with all accessories in different height. mtrs. Supply & lying of 14/0.2 sq. mm 2 core screened copper microphone cable with PVC 100 conduit where as required with all accessories mtrs It must be of reputed brand Supply of 5 KVA voltage stabilizer with all accessories for the whole system 1 no. It must be of reputed brand Installation of all loudspeaker junction Boxes, Amplifier rack equipment, termination 1 job etc. testing and commissioning of the whole system. 20 4) Technical Specification for Class room chair with writing board Total frames made out of 12 gauze thickness,1”x1” dia. Round M.S pipe “S” type, seat and back high density foam cushioned, Seat size 18”x18” Back size 18”x12”, thickness 2”. Covered with good quality rexin, fitted with full writing desk with “ T” type hinges and made out of 19 mm thickness of MDF board, desk size 24” x12”, thickness 18mm(PU arm rest), seating height of the chairs 18.5", providing one magazine rack ( net type), with complete colouring finishing (Powder coated). Warranty: 3 years from the date of supply 21 5) High quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree A) Technical Specification High Quality Video Camera Highlights: . Semi-shoulder handheld camcorder .Viewfinder with 3.5-inch Color Quarter HD resolution . Three ½”-type Full HD Exmor 3CMOS sensors 960(H) x 3(RGB) x540(V) . 50 Mbps MPEG HD422 recording as MXF files Slow & Quick motion (1fps to 60fps) . High Quality XAVC Intra (firmware version 1.20 . Focus Magnification for focus assistance and above) and XAVC Log GOP recordings . Slow Shutter Function (firmware version 1.20 and above) . Shutter Angle Settings . SD Recording and Playback (DVCAM) standard . Picture Cache Recording . Interchangeable lens system with 14x optical . Continuous recording (creating a single file Zoom HD lens package. . Two Express Card SxS Memory Card Slots with multiple start and stop REC trigger). . Two lines of HD/SD-SDI connectors . Record up to 4 hours 50 Mbps HD422 in camcorder . Multi-camera operation with8-pin remote Using two 64 GB SxS-1A memory cards control. . USB interface for connecting camcorder as card reader. . UDF (Professional Disc compatible) or FAT(XDCAM EX compatible) file format mode shooting to have Similar high res files and workflows with existing professional Disc. And XDCAM EX camcorders . Low power consumption Warranty: 3 years from the date of supply/installation. 22 B) Camera Section Specifications Details: Built –in Optical filters Clear 1/4ND (2 stops) 1/16ND (4 stops) 1/64ND (6 stops) 1920 (H) x 1080 (V) -3,0,3,6,9,12,18 dB, AGC 1,000 TV lines or more (1920 x 1080i mode) 3-chip ½-inch type Exmor Full HD CMOS 0.02 lx (typical) (1920 x 1080/59.94i mode, F1.9, +18 dB gain, with 64-frame accumulation, Gamma on, 50% video level) 0.12 lx (typical) (1920 x 1080/59.94i mode, F1.9, + 18 dB gain, with 64-frame accumulation, Gamma off, 100% video level F1.6 prism system 60 dB (Y) (typical) F11 (typical) (1920 x 1080/59.94i mode) Effective Picture Elements Gain Horizontal Resolution Imaging Device Minimum Illumination Optical System S/N Radio Sensitivity (2000 lx,89.9% reflectance) Shutter Speed (Time) Slow & Quick Motion Function Slow Shutter White Balance 1/32sec to 1/2,000 sec 720p: 1 – 60 frames(1-50 frames for PAL mode, UDF) 1080p: 1 – 30 frames(1-25 frames for PAL mode, UDF) 2,3,4,5,6,7,8,16,32 and 64-frame accumulation Preset (3,200 K), Memory A, Memory B/ATW C) General Specifications Detail: Battery Operating Time Approx.3.6 hrs with BP-U90 battery (while recording, with viewfinder, I/O Select Off) Omni-directional stereo electret condenser microphone. 10 7/8 x 9 ½ x 15 1/8 inches (275 x 239 x384 mm) Body : 4 Lb 14 oz (2.2 kg) 32 ̊ F to 104 ̊ F (0 ̊ C to 40 ̊ C) Approx.20 W (while recording, with viewfinder, IO Select Off) DC IN: 12V Battery: 11 V to 17 V [exFAT] XAVC Intra: XAVC-I mode (Version 1.20 and above) -CBR 112MBps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz,4 channels XAVC Long: XAVC-L 50 mode (version 1.30 and above) -VBR, maximum 50Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels XAVC Long : XAVC-L 35 mode (version 1.30 and above) -VBR, maximum 35Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels XAVC Long : XAVC-L 25 mode (version 1.30 and above) -VBR, maximum 25Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels [exFAT(version 1.30 and above)] [UDF] MPEG HD422 mode - CBR, 50Mbps, MPEG-2 [email protected] Built-in Microphone Dimensions (W x H x D) Mass Operating Temperature Power Consumption Power Requirements Recording Format 23 -LPCM 16-bit, 48kHz, 4 channels MPEG-2 Long HD420 HQ mode -VBR, maximum 35Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels DVCAM -CBR 25Mbps -LPCM 16-bit, 48kHz, 4 channels [UDF] MPEG IMX50mode - CBR, 50Mbps, MPEG-2 [email protected] Intra -LPCM 24/16-bit, 48kHz, 4 channels Recording Frame Rate [FAT] MPEG-2 Long HD420 HQ mode -VBR, maximum 35Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels MPEG-2 Long HD420 SP mode -VBR, maximum 25Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels DVCAM -CBR 25Mbps -LPCM 16-bit, 48kHz, 2 channels [exFAT] XAVC Intra: XAVC-I mode (version 1.20 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P -XAVC Long: XAVC-L 50 mode (version 1.30 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P -XAVC Long: XAVC-L 35 mode (version 1.30 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -XAVC Long: XAVC-L 25 mode (version 1.30 and above) -1920x1080/59.94i, 50i [exFAT(version 1.30 and above)] [UDF] MPEG HD422 mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P, 29.97P,23.98P,25P MPEG HD420 HQ mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1440x1080/59.94i,50i,29.97P,23.98P.25P -1280x720/59.94P,50P, 23.98P [FAT] MPEG HD420 HQ mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1440x1080/59.94i,50i,29.97P,23.98P.25P -1280x720/59.94P,50P, 29.97P, 25P, 23.98P MPEG HD420 SP mode -1440x1080/59.94i,50i, 23.98P(2-3 Pull Down) [UFD] 24 Recording/Playback Time MPEG IMX50 mode -720x486/59.94i,29.97PsF -720x576/50i, 25PsF [exFAT] [UDF] [FAT] DCVAM mode -720x480/59.94i,29.97PsF -720x576/50i, 25PsF [exFAT] XAVC Intra: XAVC-I mode (version 1.20 and above) -approx. 120 min with SBP-128B(128GB) -approx. 60 min with SBP-64/SBS-64G1A(64GB) -approx. 30 min with SBS-32G1A(32GB) XAVC Long: XAVC-L 50 mode (version 1.30 and above) -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64/SBS-64G1A(64GB) -approx. 60 min with SBS-32G1A(32GB) XAVC Long: XAVC-L 35 mode (version 1.30 and above) -approx. 340 min with SBP-128B(128GB) -approx. 170 min with SBP-64B/SBS-64G1A(64GB) -approx. 85 min with SBS-32G1A (32GB) XAVC Long: XAVC-L 25 mode (version 1.30 and above) -approx. 440 min with SBP-128B(128GB) -approx. 220 min with SBP-64B/SBS-64G1A(64GB) -approx. 110 min with SBS-32G1A (32GB) [exFAT (version 1.30 and above)]{UDF] MPEG HD422 mode -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64B/SBS-64G1A(64GB) -approx. 60 min with SBS-32G1A (32GB) MPEG HD420 HQ mode -approx. 360 min with SBP-128B(128GB) -approx. 180 min with (SBP-64B/SBS-64G1A(64GB) -approx. 90 min with SBS-32G1A (32GB) DCVAM mode -approx. 440 min with SBP-128B(128GB) -approx. 220 min with SBP-64B/SBS-64G1A(64GB) -approx. 110 min with SBS-32G1A (32GB) [UDF] MPEG IMX50 mode -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64B/SBS-64G1A(64GB) -approx. 60 min with SBS-32G1A (32GB) [FAT] MPEG IHD420 HQ mode -approx. 400 min with SBP-128B(128GB) -approx. 200 min with SBP-64B/SBS-64G1A(64GB) -approx. 100 min with SBS-32G1A (32GB) MPEG IHD420 SP mode -approx. 560 min with SBP-128B(128GB) -approx. 560 min with SBP-128B(128GB) -approx. 140 min with SBS-32G1A (32GB) 25 Storage Température D) Inputs/Outputs Specifications Audio Input Audio Output Composite Output DC Input DC Output EXT 50-pin Genlock Input HDMI Output Headphone Output Lens Remote Remote SDI Output Timecode Input Timecode Output USB Video Output i.LINK Lens Specification Filter Diameter Focal Length Irish Lens Mount Zoom Ratio Media Specifications Type Monitoring Specifications Built-in LCD Monitor DCVAM mode -approx. 520 min with SBP-128B(128GB) -approx. 260 min with SBP-64B/SBS-64G1A(64GB) -approx. 130 min with SBS-32G1A (32GB) -4 ̊ F to +140 ̊ F (-20 ̊ C to +60 ̊ C) Detail: XLR-type 3-pin (female) (x2), line/mic/mic +48 V selectable – LINE: +4 dBu –MIC:-70 dBu to -30 dBu RCA pin jack (CH-1, CH-2) DIDEO OUT: BNC type DC jack (1) No No. BNC type (1), switchable with VIDEO OUT connector 1.0Vp-p, 75Ω HDMI connector – type A (1) Stereo mini-jack (1) – 18 dBu 16Ω 8-pin round (1) 8-pin BNC (1), HD-SDI/SD-SDI selectable SMPTE292M/259M BNC (1), switchable to TC OUT connector SMPTE 12M-2-2008 standard 0.5V-1.8Vp-p, 10kΩ BNC (1), switchable to TC IN connector SMPTE 12M-2-2008 standard 1.0Vp-p, 10kΩ Mass Storage: USB 2.) mini-B (1) Host: Type-A USB2.0(1) Yes BNC (1),HD-Y / Composite switchable, 1.0 Vp-p, 75Ω switchable to GENLOCK In connector IEEE 1394, 4-pin connector (1) HDV (HDV 1080i)input/output DV input/output, S400 Detail: M77 mm, pitch 0.75mm 5.8-81.2mm (35mm Equiv: f=31.4mm-439mm) F1.9-F16 and Close ½-type EX mount Optical 14x Detail: Express Card/34 slot x 2 Detail: 3.5”-type color LCD monitor :960 (H) x 3(RGB)x540 (V), 16:9 The selected firm must have to supply standard accessories such as: Camera Stand, Bag, External excel mike, Memory Card of high speed, necessary connecting cables etc. Warranty: 3 years from the date of supply/installation 26 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. 27 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. 28 Sl. No. 1 I II III IV V VI VII VIII IX ANNEXURE :-C 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 (with page SL. Of reference) General 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. 2015-16) and PAN Card. 20 a) OVAT Clearance certificate up to March 2016 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 29 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) 30 ANNEXURE-E Checklist of documents to be submitted with General Bid form (as per special Conditions of Contract) SL No. 1 Reference SL of Special condition of contract 2 1 6 Nature and Type of document Whether enclosed 3 4 List of names, complete address, Telephone numbers of customers to whom the tendered item had been supplied during last 3 years Yes / No Page Ref. Signature and Seal of Bidder. 31 TECHNICAL BID FORMAT Tender Call Notice No. Tender Document No.-V 1) Technical Specification of Gym Equipments Sl.No. 1. Name of the Gym Equipment Specification 1. Dumbbells(Rubber Coated) Each set consists of the following. 2.5 kg. x2, 5.0 kg x 2, 7.5 kg x2, 10.0 kg x2, 12.5 kg x2, 15.0 kg x2, 17.5 kg x2, 20.0 kg x2, 22.5 x2 kg, 25.0kg x2 , 30.0kg x2 , 35.0 kg x2, 40.0 kg x2, 45.0 kgx2, 50.0 kg x2 Note: Quote separately in financial bid 2 3 4 5 6 7 Barbbel Olympic Plates (Rubber Coated) Note: Quote separately in financial bid Barbbel Rod Olympic Note: Quote separately in financial bid Plate Rack Note: Quote separately in financial bid Dumbbell Rack -3 tier Note: Quote separately in financial bid BAR RackNote: Quote separately in financial bid Neoprene Weight Belt Note: Quote separately in financial bid Each set consists of the following 2.5 kg. x2, 5.0 kg x 2, 10.0 kg x2, 15.0 kg x2, 20.0 kg x2, 25.0kg x2 Each set consists of the following 7 ft x1, 6 ft x1, 5 ft x1, 4 ft x1, 3 ft x1 EZ Big x1 = 4 ft EZ Small x1 = 5 ft Box Bar x1 = 10 ft Made up of solid steel nicely chromed. Six storages spoke. Easy to assemble metal construction. Made up of steel able to hold one full set of Dumbbells weighing from 2.5kg to 50.00kg Made up of steel able to hold bars of all sizes General weight lifting belt. Internal pad offers advanced ergonomic confort. Made up of good quality material. Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 32 8 9 10 11 12 13 Twister Single Note: Quote separately in financial bid Hyper Extension Bench Note: Quote separately in financial bid Flat Bench Olympic Note: Quote separately in financial bid Decline Bench Olympic Note: Quote separately in financial bid Inclined Bench Olympic Note: Quote separately in financial bid Utility Flat Bench Note: Quote separately in financial bid Working standing only. Heavy duty bearings below the plate. Heavy duty frame. 60”/152 cm L x 28”/71 cm W x 50”/127 cm H. Strong structural frame 68”/173 cm L x 70”/178cm W x 48”/122 cm H. Strong structural frame 81”/206 cm L x 70”/178 cm W x 40”/102 cm H. Strong structural frame 79”/201 cm L x 70”/178cm W x 55”/140 cm H. Strong structural frame 46”/117 cm L x 30”/76 cm W x 32”/81 cm H. Strong structural frame Warranty: 3 years from the date of supply. 33 2) Smart Interactive Class Room Application and Solution consisting of ultra short throw interactive projector, PC table, full HD desktop, visual for BPSPA :- A) Technical Specification for 3LCD WXGA 3100 Lumens Ultra Short Throw Projection System with Interactive capability. Sl.No. Features Specification 1 Projector 2 The Projector should offer Built-in Interactivity and should have the ability to transform most of the flat surface into an Interactive screen eliminating the need of Interactive White Boards Pen response 3 Display System 4 Display Device Light Source Make Model Should offer simultaneous dual touch Interactive annotation on the Projection Screen along with supply of 2 nos. of Interactive Pen Device Pen Response time should be 28 m sec Should be a 3 LCD System 3,072,000 (1280 x 800 x 3) pixels High-Pressure mercury lamp 225W type 8000 H in low mode 5 6 Number of pixels 7 Recommended lamp replacement time Filter replacement cycle 8 Screen size 9 Light output 10 Contrast ratio (full white/full black) In- Built Speaker Display Computer resolution signal input 11 12 13 Computer and video signal input/output RGB INPUT Max 8000H and preferably should be same as the lamp replacement time 65” to 110” (1.65 m to 2.79 m) 3100 lm (Lamp mode: High)/2300 Im (lamp mode: Standard) Should be not less than 3,000:1 16W x 1 Maximum display resolution: UXGA Panel display resolution: 1280 x 800 dots RGB / Y PB PR input connector: Mini D-sub 15pin (female), Audio input connector : Stereo mini jack x 2 Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 34 HDMI INPUT S VIDEO IN VIDEO IN OUT PUT 14 Wireless functionality 15 Recording PC Wireless HDMI input connector: HDMI 19-pin, HDPC support, Audio input connector: HDMI Audio support S Video input connector: Mini DIN 4-PIN, Audio input connector: Pin jack(x2) (shared with VIDEO IN) Video input connector: Pin jack, Audio input connector: Pin jack(x2)(shared with S VIDEO IN Monitor output connector: Mini D-sub 15-pin (female), Audio output connector*6: Stereo mini jack (Variable out) USB: Type-A, Type-B Should be able to connect PC via Wireless with Optional Wireless Dongle Should be able to execute Audio-Video screen recording. Note: Quote separately in financial bid B) Technical Specification of Desktop Visualizer : Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. 1 2 3 4 5 6 7 8 9 Resolution: 1080p Full HD Zooming: 16 x(optical) Frame Rate: 30 fps Recording: One touch audio video recording Lamp: Top light, Backlight(A4) both Input/output: HDMI,VGA, Audio, Composite, USB, RS232 Make & Model: Reputed make/ model Warranty: 3 years Carry In comprehensive (with parts and labour) warranty. Warranty: 3 years from the date of supply/installation Note: Quote separately in financial bid Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 35 C) Technical Specification of White Board of size (8’x6’) Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. 1 It should be of reputed make model of size 8’x6’ 2 Warranty: 3 years from the date of supply Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 36 3) Technical Specification for the Up- Gradation of sound, Visual Projection and Acoustic System for Auditorium at BPSPA. Sl. No . Name of the items & Specification Qty. 1. Mild steel constructed, professional 3OU Equipment/Amplifier Rack with lockable front and rear doors, powder coat painted. Pre-wired to accommodate Amplifiers, Mixing Console, Equalizer etc. It must be of reputed brand Integrated four-channel digital signal processor and configurable 4 x 250 Watts professional power amplifier delivers concern sound quality for fixed installation. The amplifier adds numerous patented technologies to simultaneously provide class leading power, efficiency, sound quality and reliability. Total shared power output for all channels 1000W. The integrated power amplifier features patented power sharing technology which dynamically allocates power to each output. Frequency response 20 Hz. To 20KHz. ± 0.5 dB, Signal to Noise ratio more than 102dB. It must be of reputed brand Integrated CD cum DVD Player It must be of reputed brand Ultra high performance 2-channel 24 bit/96 KHz. Feedback Destroyer and Parametric Equalizer, automatically and intelligently locate and destroys up to 40 Feedback Frequencies, Ultra-narrow FBQ filters for extremely effective feedback suppression, while keeping highest sonic quality, panic button immediately takes action in feedback emergency situations. It must be of reputed brand Supply of professional 16 input channels Audio Mixing Console 10 mic + 3 stereo line inputs, 4 buses (Stereo + 2 Groups), low noise high precision microphone preamplifiers, phantom power switches and 8 Insert I/O, 6 compressors, 3-band channel equalizer (Mid Sweep) and high pass filter, illuminated On/Off switches, Sweep able Low Pass Filter for Mono out, rack mountable, built-in effects, frequency response 20-20 KHz, channel equalization ± 15 dB, total harmonic distortion , 0.1% at 20-20 KHz, input hum & noise – 128dB, crosstalk -95dB. It must be of reputed brand 1 no. 2. 3. 4. 5. 6. 2 nos. 2 nos. 1 no. 1 no. Hallmark Professional Loudspeaker System with eight 4 Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 37 7. 8. 9. 10 . 11 . 12 . 13 . 14 . 15 . 16 proprietary 11.43 cm Full Range Drivers, a proprietary Articulated Array speaker configuration, long term power handling 240W Maximum SPL 116 dB @1M, 122 dB Peak SPL, Frequency Response 50 to 15 KGz ± 3 dB, Nominal Impedance 8 Ohms, with suspension/mounting accessories. It must be of reputed brand Panaray long Throw Modular Bass Loudspeaker at either side of the stage beside the orchestra pit on the floor. To be run @8 Ohms (each speaker 400 Watts) It must be of reputed brand Sleek contemporary styling, full range, weather proof (1EC 529 IP%%) Loudspeaker System, horizontally or vertically surface mountable, engineered to make them well-suited for background music and speech reproduction with frequency response 95 Hz. To 17 KHz ± 3 dB, long term power handling 40w continuous & 64W peak, maxm. Acoustic output with pink noise 102 dB SPL @1M. Output available at 8 Ohms (Transformer Bypass) & 100V/70V. It must be of reputed brand Panaray multi-position floor array as Stage Monitor. To be run @8 Ohms (each speaker 200 Watts) It must be of reputed brand Most advanced high-performing, self powered, line array system featuring our 24 – speaker articulated line array providing best tonal balance, coverage and highest output. Frequency Response 34 HZ. To 14 KHz. 180 degree horizontal sound coverage & extremely tight vertical control resulting in little drop off in volume over distance than conventional loudspeaker, maximum SPL 121 dB. It must be of reputed brand Most Advanced integrated Bass Module for the above line Array system. It must be of reputed brand Advanced integrated presets containing hardwired equalization module for the above line array system. It must be of reputed brand Wireless Lapel Microphone System (UHF) with all accessories complete It must be of reputed brand Wireless Handheld Microphone system (UHF) with all accessories complete. It must be of reputed brand Wireless Goose-neck Microphone System (UHF) with all accessories complete It must be of reputed brand sets. 2 nos. 4 nos. 2 nos. 2 sets 2 nos. 2 nos. 2 sets 2 sets 2 sets High sensitive dynamic cardioid microphone with cord, 4 nos. 38 . 17 . 18 . 19 . 20 . 21 . 22 . 23 . 24 . 25 . XLR Connector for vocal singer etc. frequency response 50 to 15000 Hz. It must be of reputed brand High sensitive dynamic cardioid microphone with cord, 4 nos. XLR connector for instrumental operation frequency response 40 to 15000 Hz. It must be of reputed brand Best quality floor type microphone stand 6 nos. Best Quality desk type microphone stand Loudspeaker junction Box made of M.S. with terminal 2 nos. 10 nos. Main loud speaker patch panel made of M.S.front 1 no. removable cover with 30 nos. XLR/Phone jack complete alongwith all connections. Supply & lying of 1.5 sq. mm 2 core copper wire for 200 loudspeaker through HDPE/PVC conduit with all mtrs. accessories in different height. Supply & lying of 14/0.2 sq. mm 2 core screened copper 100 microphone cable with PVC conduit where as required mtrs with all accessories It must be of reputed brand Supply of 5 KVA voltage stabilizer with all accessories for 1 no. the whole system It must be of reputed brand Installation of all loudspeaker junction Boxes, Amplifier 1 job rack equipment, termination etc. testing and commissioning of the whole system. 39 4) Technical Specification for Class room chair with writing board Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Sl. No . 1 Total frames made out of 12 gauze thickness,1”x1” dia. Round M.S pipe “S” type, seat and back high density foam cushioned, Seat size 18”x18” Back size 18”x12”, thickness 2”. Covered with good quality rexin, fitted with full writing desk with “ T” type hinges and made out of 19 mm thickness of MDF board, desk size 24” x12”, thickness 18mm(PU arm rest), seating height of the chairs 18.5", providing one magazine rack ( net type), with complete colouring finishing (Powder coated). 2 Warranty: 3 years from the date of supply Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 40 5) High quality Video Camera for recording of training Programme for BPSPA, PTC, Angul, PTS, Nayagarh and PTI, Byree A) Technical Specification High Quality Video Camera Whether offered product fulfils the detailed Technical Specificatio ns, Kindly answer. Yes or No only. Sl. No . Highlights: . Semi-shoulder handheld camcorder .Viewfinder with 3.5-inch Color Quarter HD resolution . Three ½”-type Full HD Exmor 3CMOS sensors 960(H) x 3(RGB) x540(V) . 50 Mbps MPEG HD422 recording as MXF files Slow & Quick motion (1fps to 60fps) . High Quality XAVC Intra (firmware version 1.20 . Focus Magnification for focus assistance and above) and XAVC Log GOP recordings . Slow Shutter Function (firmware version 1.20 and above) . Shutter Angle Settings . SD Recording and Playback (DVCAM) standard . Interchangeable lens system with 14x optical . Picture Cache Recording . Continuous recording (creating a single file Zoom HD lens package. . Two Express Card SxS Memory Card Slots with multiple start and stop REC trigger). . Two lines of HD/SD-SDI connectors . Record up to 4 hours 50 Mbps HD422 in camcorder . Multi-camera operation with8-pin remote Using two 64 GB SxS-1A memory cards control. . USB interface for connecting camcorder as card reader. . UDF (Professional Disc compatible) or FAT(XDCAM EX compatible) file format mode shooting to have Similar high res files and workflows with existing professional Disc. And XDCAM EX camcorders . Low power consumption Warranty: 3 years from the date of supply/installation Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 41 B) Camera Section Specifications Details: Built –in Optical filters Clear 1/4ND (2 stops) 1/16ND (4 stops) 1/64ND (6 stops) 1920 (H) x 1080 (V) -3,0,3,6,9,12,18 dB, AGC 1,000 TV lines or more (1920 x 1080i mode) 3-chip ½-inch type Exmor Full HD CMOS 0.02 lx (typical) (1920 x 1080/59.94i mode, F1.9, +18 dB gain, with 64frame accumulation, Gamma on, 50% video level) 0.12 lx (typical) (1920 x 1080/59.94i mode, F1.9, + 18 dB gain, with 64-frame accumulation, Gamma off, 100% video level F1.6 prism system 60 dB (Y) (typical) F11 (typical) (1920 x 1080/59.94i mode) 1/32sec to 1/2,000 sec 720p: 1 – 60 frames(1-50 frames for PAL mode, UDF) 1080p: 1 – 30 frames(1-25 frames for PAL mode, UDF) 2,3,4,5,6,7,8,16,32 and 64-frame accumulation Preset (3,200 K), Memory A, Memory B/ATW Effective Picture Elements Gain Horizontal Resolution Imaging Device Minimum Illumination Optical System S/N Radio Sensitivity (2000 lx,89.9% reflectance) Shutter Speed (Time) Slow & Quick Motion Function Slow Shutter White Balance Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 42 C) General Specifications Detail: Battery Operating Time Built-in Microphone Approx.3.6 hrs with BP-U90 battery (while recording, with viewfinder, I/O Select Off) Omni-directional stereo electret condenser microphone. 10 7/8 x 9 ½ x 15 1/8 inches (275 x 239 x384 mm) Body : 4 Lb 14 oz (2.2 kg) 32 ̊ F to 104 ̊ F (0 ̊ C to 40 ̊ C) Dimensions (W x H x D) Mass Operating Temperature Power Consumption Power Requirements Recording Format Approx.20 W (while recording, with viewfinder, IO Select Off) DC IN: 12V Battery: 11 V to 17 V [exFAT] XAVC Intra: XAVC-I mode (Version 1.20 and above) -CBR 112MBps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz,4 channels XAVC Long: XAVC-L 50 mode (version 1.30 and above) -VBR, maximum 50Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels XAVC Long : XAVC-L 35 mode (version 1.30 and above) -VBR, maximum 35Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels XAVC Long : XAVC-L 25 mode (version 1.30 and above) -VBR, maximum 25Mbps, MPEG-4 H.264/AVC -LPCM 24-bit, 48kHz, 4 channels [exFAT(version 1.30 and above)] [UDF] MPEG HD422 mode - CBR, 50Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels MPEG-2 Long HD420 HQ mode -VBR, maximum 35Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels DVCAM -CBR 25Mbps -LPCM 16-bit, 48kHz, 4 channels [UDF] MPEG IMX50mode - CBR, 50Mbps, MPEG-2 [email protected] Intra -LPCM 24/16-bit, 48kHz, 4 channels Whether offered product fulfils the detailed Technical Specifications, Kindly answer. Yes or No only. Offered specifications and details of deviations if any. (Separate paper indicating details in case of major deviations to be attached) 43 Recording Frame Rate [FAT] MPEG-2 Long HD420 HQ mode -VBR, maximum 35Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels MPEG-2 Long HD420 SP mode -VBR, maximum 25Mbps, MPEG-2 [email protected] -LPCM 16-bit, 48kHz, 4 channels DVCAM -CBR 25Mbps -LPCM 16-bit, 48kHz, 2 channels [exFAT] XAVC Intra: XAVC-I mode (version 1.20 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P -XAVC Long: XAVC-L 50 mode (version 1.30 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P -XAVC Long: XAVC-L 35 mode (version 1.30 and above) -1920x1080/59.94i, 50i,29.97P,23.98P,25P -XAVC Long: XAVC-L 25 mode (version 1.30 and above) -1920x1080/59.94i, 50i [exFAT(version 1.30 and above)] [UDF] MPEG HD422 mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1280x720/59.94P,50P, 29.97P,23.98P,25P MPEG HD420 HQ mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1440x1080/59.94i,50i,29.97P,23.98P.25P -1280x720/59.94P,50P, 23.98P [FAT] MPEG HD420 HQ mode -1920x1080/59.94i, 50i,29.97P,23.98P,25P -1440x1080/59.94i,50i,29.97P,23.98P.25P -1280x720/59.94P,50P, 29.97P, 25P, 23.98P MPEG HD420 SP mode -1440x1080/59.94i,50i, 23.98P(2-3 Pull Down) [UFD] MPEG IMX50 mode -720x486/59.94i,29.97PsF -720x576/50i, 25PsF [exFAT] [UDF] [FAT] DCVAM mode -720x480/59.94i,29.97PsF -720x576/50i, 25PsF 44 Recording/Playback Time [exFAT] XAVC Intra: XAVC-I mode (version 1.20 and above) -approx. 120 min with SBP-128B(128GB) -approx. 60 min with SBP-64/SBS-64G1A(64GB) -approx. 30 min with SBS-32G1A(32GB) XAVC Long: XAVC-L 50 mode (version 1.30 and above) -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64/SBS64G1A(64GB) -approx. 60 min with SBS-32G1A(32GB) XAVC Long: XAVC-L 35 mode (version 1.30 and above) -approx. 340 min with SBP-128B(128GB) -approx. 170 min with SBP-64B/SBS64G1A(64GB) -approx. 85 min with SBS-32G1A (32GB) XAVC Long: XAVC-L 25 mode (version 1.30 and above) -approx. 440 min with SBP-128B(128GB) -approx. 220 min with SBP-64B/SBS64G1A(64GB) -approx. 110 min with SBS-32G1A (32GB) [exFAT (version 1.30 and above)]{UDF] MPEG HD422 mode -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64B/SBS64G1A(64GB) -approx. 60 min with SBS-32G1A (32GB) MPEG HD420 HQ mode -approx. 360 min with SBP-128B(128GB) -approx. 180 min with (SBP-64B/SBS64G1A(64GB) -approx. 90 min with SBS-32G1A (32GB) DCVAM mode -approx. 440 min with SBP-128B(128GB) -approx. 220 min with SBP-64B/SBS64G1A(64GB) -approx. 110 min with SBS-32G1A (32GB) [UDF] MPEG IMX50 mode -approx. 240 min with SBP-128B(128GB) -approx. 120 min with SBP-64B/SBS64G1A(64GB) -approx. 60 min with SBS-32G1A (32GB) [FAT] MPEG IHD420 HQ mode -approx. 400 min with SBP-128B(128GB) -approx. 200 min with SBP-64B/SBS64G1A(64GB) 45 Storage Temperature D) Inputs/Outputs Specifications Audio Input Audio Output Composite Output DC Input DC Output EXT 50-pin Genlock Input HDMI Output Headphone Output Lens Remote Remote SDI Output Timecode Input Timecode Output USB Video Output i.LINK Lens Specification Filter Diameter Focal Length Irish Lens Mount Zoom Ratio -approx. 100 min with SBS-32G1A (32GB) MPEG IHD420 SP mode -approx. 560 min with SBP-128B(128GB) -approx. 560 min with SBP-128B(128GB) -approx. 140 min with SBS-32G1A (32GB) DCVAM mode -approx. 520 min with SBP-128B(128GB) -approx. 260 min with SBP-64B/SBS64G1A(64GB) -approx. 130 min with SBS-32G1A (32GB) -4 ̊ F to +140 ̊ F (-20 ̊ C to +60 ̊ C) Detail: XLR-type 3-pin (female) (x2), line/mic/mic +48 V selectable – LINE: +4 dBu –MIC:-70 dBu to 30 dBu RCA pin jack (CH-1, CH-2) DIDEO OUT: BNC type DC jack (1) No No. BNC type (1), switchable with VIDEO OUT connector 1.0Vp-p, 75Ω HDMI connector – type A (1) Stereo mini-jack (1) – 18 dBu 16Ω 8-pin round (1) 8-pin BNC (1), HD-SDI/SD-SDI selectable SMPTE292M/259M BNC (1), switchable to TC OUT connector SMPTE 12M-2-2008 standard 0.5V-1.8Vp-p, 10kΩ BNC (1), switchable to TC IN connector SMPTE 12M-2-2008 standard 1.0Vp-p, 10kΩ Mass Storage: USB 2.) mini-B (1) Host: Type-A USB2.0(1) Yes BNC (1),HD-Y / Composite switchable, 1.0 Vpp, 75Ω switchable to GENLOCK In connector IEEE 1394, 4-pin connector (1) HDV (HDV 1080i)input/output DV input/output, S400 Detail: M77 mm, pitch 0.75mm 5.8-81.2mm (35mm Equiv: f=31.4mm-439mm) F1.9-F16 and Close ½-type EX mount Optical 14x 46 Media Specifications Type Monitoring Specifications Built-in LCD Monitor Detail: Express Card/34 slot x 2 Detail: 3.5”-type color LCD monitor :960 (H) x 3(RGB)x540 (V), 16:9 The selected firm must have to supply standard accessories such as: Camera Stand, Bag, External excel mike, Memory Card of high speed, necessary connecting cables etc. Warranty: 3 years from the date of supply/installation Signature and Seal of Bidder. 47 FINANCIAL BID FORMAT Tender Call Notice No. Tender Document No.-VI Name of the Item : PART-I 1. Name and address of the Bidder. 2. Whether a manufacturer / Authorized Agent. 3. States in which Business run. 4. State from which material would be delivered if found successful in the bid. 5. VAT Registration Number. 6. CST Registration Number. 7. PAN 8. Annual Turn over of Previous Financial year. 9. Whether the above Registration Certificates are valid / suspended / cancelled at the time of filing tender. 10. Whether up to date returns under all Acts filed? :- PART-II 1. Brand name of the item manufactured / traded : -2. Basic unit Price : -- 3. Excise Duty / Additional Excise Duty @ -- % : -- 4. Freight / Transportation Charges :-- 5. Loading and Unloading Charges :- 6. Any Other Charges before Delivery :- 7. Central Sales Tax @ -- % :-- 8. Odisha Entry Tax @ -- % :-- 9. OVAT @ -- % :-- 10. Any other Charges including installation charges :- ------------------------------------------------------------------------------------------------------------------------11. Gross Price of the Unit to be considered (Sum total of Sl.1 to 10 of Part-II above) 12. Total Sum payable for supply of entire bid quantity. (Mark NA against the Sl. Which is not applicable) PART-III 1. Terms & Conditions of Delivery 2. Terms and Conditions of Payment 3. 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