Post on 31-Jul-2020
Notice Inviting e-Tender
[
No. : WBKP/CP/NIT
FOR COMMISSIONING & MAIN
AUTOMATIC NUMBER PLARECOGNITION
KOLKATA
Tender Section,
e
[ NOTICE INVITING e-TENDER ]
: WBKP/CP/NIT-134/ANPR SYSTEM/TEN, Dated : 04.03.2020
e-Tender FOR SUPPLY, INSTALLATION,
COMMISSIONING & MAINTENACE OF AUTOMATIC NUMBER PLA
RECOGNITION (ANPR) SYSTEMFOR USE OF
KOLKATA POLICE
KOLKATA POLICE DIRECTORATE
Tender Section, 18, Lalbazar Street, Kolkata – 700 001.
Ph. : (033) 2250 5275/5048
e-Mail : tendersection@kolkatapolice.gov.in
NIT
P a g e |||| 1
20
AUTOMATIC NUMBER PLATE
SYSTEM
2 ||||
P a g e Notice Inviting e-Tender
TABLE OF CONTENTS
NOTICE INVITING e-TENDER ............................................................................................................................. 3
PART – A 4 I. DEFINITIONS ........................................................................................................................................... 4 II. INTRODUCTION ...................................................................................................................................... 4 III. SCOPE OF WORK .................................................................................................................................... 4 IV. PRE-BID QUALIFICATIONS ....................................................................................................................... 7
1. Company Registration : .................................................................................................................................. 7 2. Trade Licence/Professional Tax/IT Return : .................................................................................................... 7 3. Undertaking Regarding Blacklisting : .............................................................................................................. 7 4. Undertaking Regarding Acceptance of the Terms & Conditions :................................................................... 7 5. Insolvency/Criminal Activities : ...................................................................................................................... 7 6. Annual Turnover :........................................................................................................................................... 8 7. Credentials : ................................................................................................................................................... 8 8. Work Experience : .......................................................................................................................................... 8 9. PAN No. : ........................................................................................................................................................ 8 10. Goods & Services Tax (GST) : .......................................................................................................................... 8 11. Employees/Manpower under the Bidder : ..................................................................................................... 8 12. Authorization/OEM Certificate : ..................................................................................................................... 8 13. Proprietary Article Certificate : ...................................................................................................................... 8 14. Solvency Certificate : ...................................................................................................................................... 8
V. INFORMATION FOR THE BIDDER ............................................................................................................. 8 1. Responsibility : ............................................................................................................................................... 8 2. Office for Communication : ............................................................................................................................ 8 3. Brochures : ..................................................................................................................................................... 8 4. Earnest Money Deposit (EMD) : ..................................................................................................................... 8 5. EMD Exemption :............................................................................................................................................ 8 6. Preference for Govt. Organisation : ............................................................................................................... 8 7. Taxes & Other Clearance Certificates : ........................................................................................................... 9 8. Pre-Bid Meeting : ........................................................................................................................................... 9 9. Canvassing : .................................................................................................................................................... 9 10. Site Inspection : .............................................................................................................................................. 9 11. Type of Bid : ................................................................................................................................................... 9 12. Submission of Bids : ....................................................................................................................................... 9 13. Evaluation Process : ..................................................................................................................................... 10 14. Demonstration : ........................................................................................................................................... 10 15. Tender Acceptance & Rejection : ................................................................................................................. 10 16. Letter of Intent/Acceptance (LoI/LoA) : ....................................................................................................... 11 17. Work Order : ................................................................................................................................................ 11 18. Security Deposit (SD) : .................................................................................................................................. 11 19. Warranty & Maintenance :........................................................................................................................... 11 20. Award of Contract : ...................................................................................................................................... 11 21. Delivery/Completion of Work : .................................................................................................................... 11 22. Supply of Stores/Execution of Works : ......................................................................................................... 11 23. Training & Technical Support : ..................................................................................................................... 12 24. Payment : ..................................................................................................................................................... 12 25. Penalty : ....................................................................................................................................................... 12
VI. GENERAL TERMS & CONDITIONS .......................................................................................................... 12 VII. GROUND FOR BLACKLISTING : .............................................................................................................. 12 VIII. DISPUTES & ARBITRATION : .................................................................................................................. 13 IX. TERMINATION OF CONTRACT : ............................................................................................................. 13 X. Force Majeure Clause : ......................................................................................................................... 13
PART – B 14 I. BILL OF MATERIALS & COMMERCIAL :................................................................................................... 14 II. FUNCTIONAL REQUIREMENT : .............................................................................................................. 14 III. TECHNICAL SPECIFICATION : ................................................................................................................. 17
PART – C 24 I. GENERAL GUIDANCE FOR E-tENDERING : .............................................................................................. 24
ANNEXURES 25 ANNEXURE – I ................................................................................................................................................ 25 ANNEXURE – II ............................................................................................................................................... 26 ANNEXURE – III .............................................................................................................................................. 27 ANNEXURE – IV .............................................................................................................................................. 28 ANNEXURE – V ............................................................................................................................................... 29 ANNEXURE – VI .............................................................................................................................................. 30 ANNEXURE – VII ............................................................................................................................................. 31
Notice Inviting e-Tender
P a g e |||| 3
NOTICE INVITING E-TENDER
e-Tenders are invited by the Commissioner of Police, Kolkata from the bonafide Dealers/Original Equipment
Manufacturers/System Integrator (SI)/Traders/Registered SSI Units/Industrial Undertakings/Organizations own
and managed by Govt. based on Medium and Large Scale units for Supply, Installation, Commissioning &
Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of
7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department of Kolkata Police .
The detailed e-Tender document can be downloaded from https://wbtenders.gov.in. Bidder has to submit their bid
correctly duly digitally signed in this portal online. Necessary link may also be followed at Kolkata Police Official
website – http://www.kolkatapolice.gov.in.
Name of Work Supply, Installation, Commissioning & Maintenance of
Automatic Number Plate Recognition (ANPR) System for
150 Cameras covering road width of 7.0 Mtr. (Both Bound)
at 75 locations to be used by Traffic Department of
Kolkata Police .
Quantity 150 Cameras at 75 Locations.
Estimated Cost Rs. 6,09,90,000/- (Rupees six crore nine lakhs ninety
thousand) only
Earnest Money Deposit Rs.13,00,000/- (Rupees thirteen lakhs) only through online
submission. No alternative will be accepted.
Type of Bid Two-bid systems (Technical & Financial Bid).
Date of Uploading of NIT Documents Online
(Publishing Date)
04.03.2020 at 15.00 hrs.
Documents Download start Date & Time (Online) 04.03.2020 at 15.00 hrs.
Pre-Bid meeting Date & Time will be held on 16.03.2020 at 15.00 hrs.
Bid submission Start Date & Time (Online) 20.03.2020 at 15.00 hrs.
Documents Download End Date & Time (Online) 27.03.2020 up to 15.00 hrs.
Bid submission Closing Date & Time (Online) 27.03.2020 up to 15.00 hrs.
Technical Bid opening Date & Time 30.03.2020 at 15.00 hrs.
Technical Demonstration Date & Time To be intimated later.
Financial Bid Opening Date & Time To be intimated in due course.
Delivery Period 60 days from the date of issuance of Work/Supply Order.
Validity of Offers 180 days from the date of opening of Financial Bid.
Tender Opening Location Office of the Commissioner of Police, Kolkata.
18, Lalbazar Street, Kolkata – 700 001.
Contact Details
Tender Section –
18, Lalbazar street,
Kolkata - 700 001.
(Ground floor of Kolkata Police Hqrs.)
Phone : (033) 2250 5275,
Mob. : 9830389446.
On any working
day during office
hours (10:00 hrs.
to 17:30 hrs.)
e-Mail – tendersection@kolkatapolice.gov.in
Bidders are requested to read the instruction carefully before submission of e-Tender.
Sd/-
for Commissioner of Police,
Kolkata
4 ||||
P a g e Notice Inviting e-Tender
PART – A
I. DEFINITIONS
i) “Bidder” means a bidder/firm/agency who has responded to this Tender Document by submitting his
Technical and Financial Proposal.
ii) “Contract” means the contract signed between the Kolkata Police and the successful bidder pursuant
to the tender document herein.
iii) “Contract Price” means the price to be paid to the Contractor for providing the intended solution, in
accordance with the Contract.
iv) “Contractor” means the successful Bidder whose bid to perform the Contract has been accepted by
Kolkata Police and is named as such in the Letter of Intent (LoI)/Letter of Acceptance (LoA).
v) “Government” means the Government of West Bengal.
vi) “Party” means Kolkata Police or the Contractor, as the case may be, and “Parties” means both of
them.
vii) “Services” means the work to be performed by the contractor including the supply of related
accessories, transportation, insurance, customization, commissioning, training, technical support,
maintenance, repair, and other services necessary for proper operation of the intended equipment to
be provided by the contractor and as specified in the Contract.
II. INTRODUCTION
The primary objective of Kolkata Police is to enhance safety and security, improve efficiency of services and
promote a better quality for the citizens. In order to achieve these objectives, Kolkata Police desires to
foster the development of a robust ICT Infrastructure that supports digital applications and ensures
seamless steady operations for traffic management, traffic enforcement and real time tracking of traffic
status.
As a significant step towards transforming the city of Kolkata in to a Global City, the Police Department has
decided to upgrade its current capabilities by leveraging leading technology – based tools and be able to
deliver policing services that are on par across Global Cities. This is in line with the State Mission Statement
“Safe Drive, Save Life” under Safe City Project (Ph-II).
Kolkata Police has already installed RLVD with ANPR System at 15 important intersections in Kolkata in
order to monitor and prosecute red light violation and movement of suspicious vehicles. Currently about
20,000 cases are prosecuted in this 15 locations per month through the RLVD System. Presently vehicles
often stop on the zebra crossing at red lights, impeding smooth pedestrian crossover and endangering
pedestrian safety. Through the RLVD System, monitoring of red light violation as well as behavioural
practices of drivers can be improved which consequently will also increase pedestrian safety. In order to
implement this traffic monitoring strategies efficiently installation of more RLVD and ANPR Systems are
necessary.
Further installation of ANPR Cameras at various entry and exit points of Kolkata will help to evaluate and
detect the movement of all incoming and outgoing vehicles to and from the city. If the cameras are installed
at important stretches of roads and intersections, the whereabouts and movement of any vehicle within
the city can be traced and various details such as registration number, classification of vehicles can be
obtained. Important data such as vehicular volume and type at different times of the day at particular
bounds can also be gathered. Kolkata Police, under the purview of this project has planned to install – ANPR
System at 75 locations having road width of 7.0 Meter, both bound.
III. SCOPE OF WORK
Kolkata Police has planned to install state of the art technology-driven solutions across the city to address
the concern of increased traffic accidents, traffic congestions and ensuring smooth and safe flow of traffic.
The proposed ANPR Systems will have to be planned with a scope for integrated traffic management system
to meet the current and future requirement of the city. The implementation will be planned in phases
starting with the priority locations. The current plan is focused for infrastructure building with minimum
traffic enforcement systems like ANPR, sending alerts to Police for blacklisted vehicles of state/national
level to track. The solution will be designed with high scalability to grow vertically and horizontally to
accommodate new requirements within the lifecycle of 05 – 07 years period.
Notice Inviting e-Tender
P a g e |||| 5
a) Phase-wise Project Implementation :
Kolkata Police intends to implement the project in well-planned phased manner with each phase
clearly demonstrating value to all beneficiaries of the project. A phased agile approach with each
phase demonstrating standalone benefits also ensures:
• Timely integration with other planned and future resilient, smart, safe and security city initiatives,
• Early gains for the benefit of all beneficiaries of the project,
• Preparedness for downstream impact with resource and internal capacity building,
• Distributed project costs across multiple phases.
b) Scope Summary :
The selected System Integrator (SI) will be responsible for successful implementation and delivery of
the following systems and capabilities linked with each system:
# Category Summary Scope Description
1 Automatic Number Plate
Recognition System
Supply, Installation, Testing, Commissioning, Training,
Handover and Support (for 3 years) of ANPR Systems, at 75
locations.
2 Last Mile Network Between Edge devices & Junction aggregation points.
3 Application Portfolio ANPR with provision to integrate with future third party
software / applications.
4 Control Room Connectivity to Headquarter at Lalbazar for central
command and control.
5 Helpdesk & FMS
� Provision of 24/7 Help Desk System for technical /
operational support.
� Maintenance of IT / Non – IT infrastructure.
� Providing Technical & Operational Manpower for
seamless system operations.
6 Project Go – Live Period Phase wise project go – live with incremental phase wise
integration, if any.
7 Maintenance & Operations
Support 3 years after Go – Live.
c) Site Survey :
Conduct a detailed assessment, site survey and develop a comprehensive project plan, including :
• Assess the existing infrastructure available at the aforementioned locations
• Conduct site surveys to finalise the locations of cameras, controllers, locations and height of poles,
cantilever, junction box, cable routing, etc.
• Finalisation of detailed technical architecture, gap analysis and project plan
• Develop management plans for individual locations with pre – planned intervention strategies for
special scenarios
• Obtain site clearance obligations and other relevant statutory permissions
d) Design, Supply, Installation & Commissioning :
It includes the design, installation and commissioning of the following components:
• Automatic Number Plate Recognition (ANPR) System
e) Provisioning Network Connectivity :
Network connectivity includes design, supply, installation and commissioning of network backbone for
successful implementation and functioning of this project involves :
• Procurement of network bandwidth services for a period of three years after go – live, which may
be extended by Kolkata Police, if required.
• Integrating the aforementioned locations with Central Headquarter at Lalbazar.
f) Capacity Building :
The objective of Capacity Building initiatives is to empower the direct users and other stakeholders to
optimally use the system and enhance the outcomes in policing, traffic law enforcement and other
core police functions.
Success of this Project, both in short term as well as long term, has unswerving dependency on the
officials trained on tools and applications. Drawing upon the diverse challenges expected for the
6 ||||
P a g e Notice Inviting e-Tender
implementation of this Project, specifically the workforce challenges, it is apparent that Capacity
Building is the need of the hour to further ensure that this Project is a success.
f) Proposed 75 Locations of ANPR Cameras :
Sl.
No. Traffic Guard Locations of ANPR cameras for 7 Meter Lane Bound
1 HEAD QUARTER
ESPLANADE CROSSING FOR LENIN SARANI EAST
TEA BOARD CROSSING WEST & SOUTH
HARE STREET & STRAND ROAD NORTH
B B D BAG EAST & MANGO LANE NORTH & SOUTH
2 HOWRAH BRIDGE M G ROAD & KALAKAR STREET EAST & WEST
3 SHYAMBAZAR
SHYAMBAZAR 5 POINT CROSSING EAST & WEST
I/F/ CITPORE PS NORTH & SOUTH
R D STREET & R G KAR ROAD SOUTH & NORTH
KVV AVENUE & GALIFF STREET NORTH & SOUTH
4 JORABAGAN J M AVENUE & BEADON STREET EAST & WEST
B K PAUL & RABINDRA SARANI NORTH & SOUTH
5 SEALDAH
I/F/O DENTAL COLLEGE NORTH & SOUTH
PHILIPS MORE EAST & WEST
BELIAGHATA ROAD & CANAL WEST ROAD EAST & WEST
COLLEGE STREET AND M G ROAD EAST & WEST
ON N C STREET IN BETWEEN LENIN SARANI & HIND CINEMA NORTH & SOUTH
BELIAGHATA MAIN ROAD & CANAL WEST ROAD SOUTH
MOULALI ON LENIN SARANI EAST
6 SOUTH
LITTLE RUSSEL & MIDDLETON STREET EAST & WEST
RIPON STREET & R A KIDWAI ROAD NORTH & EAST
AJC BOSE ROAD & CAMAC STREET NORTH & WEST
S N BANERJEE ROAD & R A KIDWAI ROAD WEST & SOUTH
AJC BOSE ROAD & CAMAC STREET EAST & WEST
J L NEHRU ROAD & MIDDLETON STREET NORTH & SOUTH
W/S/O AJC BOSE FLYOVER EAST & WEST
ON MAYO ROAD NEAR RED ROAD WEST
ON DUFFERIN ROAD NORTH
7 EAST
WESTERN SLOPE OF MAA FLYOVER AT 7 POINT EAST & WEST
WESTERN SLOPE OF NO. 4 BRIDGE ON DARGA ROAD EAST & WEST
E/S/O AJC BOSE FLYOVER ON CIRCUS AVENUE EAST & WEST
SARAT BOSE ROAD & ELGIN ROAD NORTH & SOUTH
AMIR ALI AVENUE & GURUSADAY DUTTA ROAD NORTH & SOUTH
MULLICK BAZAR CROSSING NORTH & SOUTH
8 SOUTH EAST
N/S/O GARIAHAT FLYOVER NORTH & SOUTH
GARIAHAT CROSSING EAST & WEST
GOLPARK CROSSING ON SOUTHERN AVENUE EAST & WEST
SOUTHERN AVENUE & JATIN BAGCHI ROAD NORTH & SOUTH
9 BHAWANIPORE
ATM ROAD & ELGIN ROAD EAST & WEST
HAZRA CROSSING NORTH & SOUTH
HARISH MUKHERJEE RD. & SAMBHUNATH PANDIT RD. NORTH & EAST
ON BELVEDERE ROAD NEAR ZEERUT BRIDGE NORTH & SOUTH
AJC BOSE ROAD & D L KHAN ROAD ALL BOUND
10 SOUTH WEST
SAHAPUR ROAD & N R AVENUE FOR SAHAPUR ROAD WEST
REMOUNT ROAD & BHUKAILASH ROAD NORTH & SOUTH
HIDE ROAD & TRANSPORT DEPOT ROAD NORTH & SOUTH
TARATALA ROAD & NATURE PARK EAST & WEST
TARATALA CROSSING NORTH & SOUTH
CGR ROAD & HIDE ROAD EAST & WEST
11 VIDYASAGAR
ON K P ROAD NEAR BAPU GATE EAST & WEST
CGR ROAD & SATYA DACTER ROAD SOUTH
G R ROAD & NEPIER ROAD EAST & WEST
STRAND ROAD & KINGS WAY NORTH & SOUTH
KHIDDIRPORE CROSSING NORTH & SOUTH
12 ULTODANGA
MANICKTALA CROSSING ALL BOUND
AUROBINDO SARANI & GOURI BARI LANE EAST & WEST
BIDHAN SARANI & VIVEKANANDA ROAD EAST & WEST
R D STREET & VIVEKANANDA ROAD NORTH & SOUTH
13 BELIAGHATA BELIAGHATA MAIN ROAD & CIT ROAD EAST & WEST
BELIAGHAT MAIN ROAD & CANAL EAST ROAD SOUTH
14 TOLLYGUNGE ALIPORE ROAD & GOBINDO AUDDY ROAD NORTH & SOUTH
Notice Inviting e-Tender
P a g e |||| 7
Sl.
No. Traffic Guard Locations of ANPR cameras for 7 Meter Lane Bound
DPS ROAD & T C ROAD CROSSING ALL BOUND
MAHABIRTALA CROSSING EAST & WEST
15 PARK CIRCUS GOBINDO KHATIK ROAD & PULLIN KHATIK ROAD NORTH & SOUTH
DONBOSCO ISLAND ALL BOUND
16 JAMES LONG SARANI JAMES LONG SARANI & RAI BAHADUR ROAD NORTH & SOUTH
17 D H ROAD ON D H ROAD NEAR ASHOKA CINEMA NORTH & SOUTH
18 REGENT PARK
ON N S C BOSE ROAD NEAR MALANCHA CINEMA EAST & WEST
UTTAMKUMAR SARANI NEAR KISHORE KUMAR STATUE NORTH & SOUTH
ON DPS ROAD NEAR BANGUR HOSPITAL NORTH & SOUTH
19 JADAVPUR JADAVPUR P.S. ALL BOUND
ON P A SHAH RD NEAR SOUTH CITY MALL EAST & WEST
20 GARIA BAGHA JATIN MORE NORTH & SOUTH
21 PURBA JADAVPUR P A SHAH CONNECTOR & PURBACHAL MAIN RD EAST & WEST
22 TILJALA BONDEL GATE RD FLYOVER & PICNIC GARDEN EAST & WEST
23 THAKURPUKUR JAMES LONG SARANI & M G RD NORTH & SOUTH
IV. PRE-BID QUALIFICATIONS
1. Company Registration :
The responding Bidder should be registered under statutes of India. The organization should be of
repute and be incorporated/registered in India.
2. Trade Licence/Professional Tax/IT Return :
The responding Bidder should have valid Trade Licence issued by the competent authority for similar
type of works and also valid Professional Tax Certificate & Income Tax Clearance Certificate.
3. Undertaking Regarding Blacklisting :
a) The bidder should not have been blacklisted by any Central/State Government/Public Sector
Undertaking for the tendered item and/or any other item. An undertaking in this regard should
be submitted by the bidder in the form of affidavit (Annexure-III), otherwise the bid shall be
summarily rejected.
b) If the selected firm is found/detected Blacklisted by any Central/State Government/Public Sector
Undertaking (for the tendered item or any other item) at any stage of procurement process, the
acceptance of the selected firm and/or the supply order etc., if issued would be treated as
cancelled and the contract in whole will be terminated with immediate effect without any
intimation to the concerned firm.
c) In this case the EMD/SD will be forfeited and the Commissioner of Police, Kolkata reserves the
right to initiate the proceedings against the selected vendor. In this regard, the Commissioner of
Police, Kolkata reserves the right to select the second lowest (L2) vendor for supply of the
tendered item. The decision taken by Kolkata Police authority in the matter will be treated as full
& final in this regard. The bidders will have to furnish an undertaking in this matter in the form as
given in Annexure-III.
4. Undertaking Regarding Acceptance of the Terms & Conditions :
The bidders shall have to submit an undertaking regarding acceptance of the Terms & Conditions of
the NIT in Annexure-I.
5. Insolvency/Criminal Activities :
In case of partnership/other firm –
a) None of the partners/owner should be insolvent, in receivership, bankrupt or being wound up
and their affairs are not being administered by the Court or a judicial officer, their business
activities have not been suspended and subjected to any legal proceedings.
b) None of the partners/owner should have been convicted of any criminal offence related to
professional conduct or of the making of false statement or misrepresentation as to their
qualifications.
c) The act of the breach of performance of the contract by any of the partners shall be binding on
the firm.
d) The bidder shall be construed to mean the prime bidder and all clauses as are applicable to a
bidder shall also be applicable to the prime bidder.
8 ||||
P a g e Notice Inviting e-Tender
6. Annual Turnover :
The bidder is desirable to have had an Annual Turnover of Rs.3.5 crores only for the last financial year.
A certificate from Chartered Accountant should be attached stating the annual turnover.
7. Credentials :
Documents in the form of work completion certificates & payment certificates of executing similar
nature of works done not less than 50% of the estimated cost, which is applicable for eligibility in this
tender.
8. Work Experience :
The Bidder is desirable to have experience in the relevant field for at least last 3 (three) years.
9. PAN No. :
The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in
India.
10. Goods & Services Tax (GST) :
The bidder should have Goods & Services Tax Identification Number (GSTIN) in India in its name.
11. Employees/Manpower under the Bidder :
The bidders should have sufficient no. of technically qualified support staff on their roles. A
declaration in this respect has to be submitted.
12. Authorization/OEM Certificate :
1. OEM producing the item proposed by the bidder shall not have been blacklisted by any
State/Central Government Department or Central/State PSUs as on bid submission date.
2. Copy of Tender Specific Authorization Certificate from Manufacturer/Authorised Dealer should be
submitted (Annexure-V) for all products to be supplied otherwise the bid may be rejected.
13. Proprietary Article Certificate :
In case the bidder is OEM i.e. Manufacturing Units, he will have to submit authentic documents/
Propriety Article Certificate.
14. Solvency Certificate :
The Bidder is desirable to submit a Solvency Certificate from a Nationalize Bank/CA.
V. INFORMATION FOR THE BIDDER
1. Responsibility :
It is the responsibility of the Bidders to submit the bid in the formats given and as per the terms &
conditions of the tender documents. In the event of any doubt regarding the terms & conditions/
formats, the bidder concerned may seek clarifications from the authorized offices of Kolkata Police
mentioned on Page.3 of this document. If required Kolkata Police may issue corrigendum during this
tender period.
2. Office for Communication :
The Bidder is desirable to have an office in West Bengal and service delivery centre at Kolkata. The
Bidder should mention in detail their support infrastructure including Address, Contact Phone/Mobile
No., Fax No., e-Mail ID etc. and modalities by which fast response to maintenance calls and minimum
downtime will be ensured.
3. Brochures :
Scan copy Brochures (Product Catalogue) of the item(s) must be uploaded in the e-Tender portal.
4. Earnest Money Deposit (EMD) :
Intending bidder has to deposit the Earnest Money Rs.13,00,000/- (Rupees thirteen lakhs) only
through online submission. No alternative will be accepted. Annexure-II may be referred for this
purpose.
5. EMD Exemption :
Firms registered as a Small Scale Industry/MSME/NSIC/C&SSI Department, West Bengal may, however,
be exempted from depositing Earnest Money on production of satisfactory documents in support of
their claim.
6. Preference for Govt. Organisation :
The products of (1) Regd. SSI Unit of the State (2) State Govt. Undertakings/Organizations owned/
managed by the State Govt. and (3) State based Medium Scale/Large Scale Units may be given
Notice Inviting e-Tender
P a g e |||| 9
preference, if quality is found satisfactory, in terms of the relevant rules of WBFR Vol-I (Since
amended) & Finance Deptt. Notification, Govt. of W.B. issued from time to time.
7. Taxes & Other Clearance Certificates :
a) All bidders shall have to submit copy of the valid Trade License, GSTIN and Professional Tax along
with tender on West Bengal e-Tender portal. Tenders received without such certificates will not
be considered.
b) Any claim of GST or any other prevalent Taxes & Duties, if applicable, should be clearly mentioned
against the rate of item.
8. Pre-Bid Meeting :
Pre-bid Meeting will be held on 16.03.2020 at 15.00 hrs. in Lalbazar Kolkata Police Headquarters with
the interested bidders. Bidder can send their queries through e-mail to Tender Section, KPD
(tendersection@kolkatapolice.gov.in). Participation in the Pre-Bid Meeting will be limited to two
persons per bidder along with valid authorization.
9. Canvassing :
Any attempt of canvassing on the part of the bidders will render their tender liable to rejection
summarily.
10. Site Inspection :
Intending bidders may visit and inspect the site on any working day during office hours under
intimation to concerned office.
11. Type of Bid :
The tender shall comprise of two-bid systems namely –
(i) Technical (Fee/PreQual/Technical) - The technical bid consisting of all technical details along with
commercial terms and conditions;
(ii) Financial (Finance) – Financial bid indicating item-wise price for the items mentioned in the BoQ.
12. Submission of Bids :
Tenders are to be submitted online within the prescribed date & time using the Digital Signature
Certificate (DSC).
A) Technical Proposal – Scanned documents (.PDF) will have to be uploaded under the cover named
“Fee/PreQual/Technical” containing the following folders :
i) EMD/Exemption Certificate (i.e. proof of RTGS/NEFT or SSI/NSIC/MSME certificates),
ii) NIT (i.e. scanned copy of NIT),
iii) Technical Documents (i.e. Compliance of Technical Specifications, Product
Catalogue/Brochure etc.),
iv) Other Important Documents (OID) – The following documents must be uploaded,
otherwise bids could not be submitted online :
Sl.
No.
Category
Name
Sub-Category
Description Detail(s)
A. Certificate(s) Certificate(s)
• GSTIN
• PAN
• P Tax (Challan)
• Latest IT Acknowledgement
• Bank Solvency
B. Company
Detail(s) Company Detail
• Proprietorship Firm (Trade License)
• Partnership Firm (Partnership Deed, Trade License)
• Ltd. Company (Incorporation Certificate, Trade License)
• Society (Society Registration Copy, Trade License)
C. Credential Credential • Work Completion Certificates
• Payment Certificates
D. Financial
Info
P/L and Balance
Sheet
• Balance Sheet (Last 3 years).
• Profit & Loss A/c (Last 3 years).
E. Declaration Declaration
• Undertaking Regarding Blacklisting to be submitted as
per Annexure – III.
• Undertaking regarding acceptance of Terms &
Conditions of NIT as per Annexure – I.
F. Manpower Employee/
Technical Personnel • Self Declaration
10 ||||
P a g e Notice Inviting e-Tender
v) Other Documents – (i.e. documents are not listed in the Table above),
vi) Checklist (as per Annexure - VII).
B) Financial Proposal –
Financial bid should be uploaded under the cover named “Finance” containing the folder BOQ.
a) The bidder is to quote the rate online through computer in the space marked for quoting
rate in the BoQ. The base price (rate per unit) shall be quoted in the space earmarked for
the same. Tax and duties shall have to be mentioned separately in the columns provided
for the purpose.
b) The BOQ must not be modified/replaced by the bidder. The bidder should upload the
downloaded BOQ after filling the relevant columns; else the bidder is liable to be rejected
for that tender. Bidders are allowed to enter the Bidder Name and Values only.
13. Evaluation Process :
A) Opening of Technical Proposal –
i) A Committee comprising of senior officers of Kolkata Police will open and assess the
Technical bid of the Tender.
ii) Cover for technical documents will be opened. Decrypted (transformed into readable
formats) documents will be downloaded & handed over to the “Tender/Technical
Committee”. If there is any deficiency in the documents the tender will summarily be
rejected.
iii) Bidders are requested to remain present with the identical hard copies of the documents
which were uploaded by them at the time of submitting of the bid personally on the day of
opening of Technical Bid so that those can be checked in case of any confusion such as
illegibility.
iv) During evaluation the committee may summon the bidders & seek clarification/ information
or additional documents or original hard copy of any of the documents already submitted.
v) If any bidder fails to produce the original hard copies of the documents on demand of the
“Tender Committee” within a specified time frame and if any deviation is detected in the
hard copies from the uploaded soft copies, it may be treated as submission of false
documents by the bidder and action may be referred to the appropriate authority for
prosecution as per relevant law.
vi) Summary list of technically qualified bidders will be uploaded online.
B) Opening of Financial Proposal –
The Financial bids of technically qualified bidders only will be considered for financial bid
evaluation. Lowest financial bid will be designated as L1. Second lowest as L2 and so on.
14. Demonstration :
The demonstration of the item/equipment, will have to be arranged by the bidder before the Tender
committee during technical evaluation on a convenient date after opening of the technical bid. If any
or all the items/equipment are not found suitable and/or up to the mark by the members of the
Tender Committee, the same shall be liable to be rejected. The decision of Tender Committee and/or
any other Committee constituted for the purpose will be taken as final. The bidder is liable for the
cost of equipment/product of demonstration and the Commissioner of Police Kolkata will never
accept the demonstrated items for his own purpose at the time of delivery.
15. Tender Acceptance & Rejection :
The following considerations shall be taken into account while evaluating the bids –
i) Whether the goods and services offered are as per the requisite tender specifications in the
document.
ii) Whether the bidder has submitted all the information/documents as required to be submitted
along with the Bid.
iii) Bidders with variance/contradiction between Technical Bid and Financial Bid will be liable for
rejection.
iv) Bidders submitting incomplete information, subjective and conditional offers as well as partial
offers will be liable for rejection.
v) Tenders with the Technical Bid not containing EMD amount/EMD exemption certificates will be
summarily rejected.
vi) In addition to the above rejection criteria, if there is non-compliance of any of the other clauses
of this Tender Document, the tender is liable for rejection.
Notice Inviting e-Tender
P a g e |||| 11
16. Letter of Intent/Acceptance (LoI/LoA) :
i) On completion of e-Tender formalities, Letter of Intent (LoI)/Letter of Acceptance (LoA) will be
issued in favour of the selected bidder (L1).
ii) The instant e-tender accepted rate of the tendered items will remain valid for 01 (one) year from
the date of issuance of LoI/LoA.
iii) Commissioner of Police, Kolkata reserves the right for placement of work order at any time during
the validity period of the tender and the contractor will be bound to execute the work as per
accepted rate.
17. Work Order :
Work order will be issued subsequently after completion of required formalities.
18. Security Deposit (SD) :
i) The contractor shall have to deposit a sum equivalent to 10% of the total value of the Work Order
(excluding admissible Taxes/GST) as Security Deposit in the form of Bank Guarantee/Bank Deposit
Receipt, National Savings Certificate issued by the Post Office (P.O.) duly pledged in favour of the
Commissioner of Police, Kolkata or in a Savings Bank Pass Book pledged to the Commissioner of
Police, Kolkata or in Government Securities endorsed to the Commissioner of Police, Kolkata or
FDR (of Nationalized Bank) valid till the expiry of the warranty period and to furnish an
undertaking in the prescribed form (Annexure-IV) and also execute an agreement within 10 days
from the date of issue of the Work Order failing which the Letter of Acceptance (LoA)/Work Order
may liable to be cancelled.
ii) The Security Deposit will be released after completion of the whole project i.e. after satisfactory
completion of the warranty period. Security Deposit will not carry any interest.
iii) In the event of the contractor fails to make Security Deposit, Commissioner of Police, Kolkata
may, at his discretion, forfeit the earnest money lodged with this tender and cancel the LoI/LoA.
19. Warranty & Maintenance :
a) Contractor will have to give 03 (three) years comprehensive warranty on all components from
the date of acceptance of supplied item(s). After completion of comprehensive warranty period
Kolkata Police may go for fresh AMC with the supplier @5% of the total project cost per annum
for the period of further 02 (Two) years. Hence bidder should maintain sufficient stock of spares
with them even after the expiry of the warranty period.
b) The Contractor is liable for repairing all or any sort of damage detected during the warranty
period completed free of cost.
c) During the warranty period no active component should be declared “End of Life”. In case it is
declared “End of Life” during this period, the vendor has to replace such equipment at their own
cost. A letter of Confirmation by OEM shall be mandatory. The rate should be quoted inclusive
of warranty.
d) Separate SLA will be signed with the contractor for warranty & support after supply of the
equipments.
20. Award of Contract :
The Award of Contact will be notified through West Bengal e-Tender portal.
21. Delivery/Completion of Work :
The delivery/completion of work period shall in no case exceed a period of 60 days of the issuance of
Work Order/Supply Order. The Commissioner of Police reserve the right to extend the delivery period
against any satisfactory reason thereafter.
22. Supply of Stores/Execution of Works :
i) The Contractor shall be liable to supply/execute the tendered item as per agreement mutually
agreed upon against placement of order of supply from time to time by the Commissioner of
Police, Kolkata within the time specified in the respective order. The Commissioner of Police,
Kolkata reserves the right for placement of Supply/Firm Order at any time during the validity
period of the LoI and the Contractor is bound to supply the tendered item as per accepted rate of
the respective tender.
ii) If the Contractor by any cause, other than his own neglect or default, be prevented or delayed
from supplying items/goods as aforesaid, the periods provided in clause may be extended by the
Commissioner of Police, Kolkata on being satisfied that reasonable grounds exist for such delay.
12 ||||
P a g e Notice Inviting e-Tender
iii) The Contractor shall provide, at his own expense, all tools, plant, implements, packing, coolie hire
charges etc. as will be necessary for the due performance of the contract. No claim on these
accounts shall be entertained.
iv) Random Testing of the delivered items will also be done at the time of Acceptance at the expense
borne by the bidder.
v) Hard & Soft Copies of operating & technical literature both in English are required at the time of
supply of the stores.
23. Training & Technical Support :
The after sale training, technical support during Warranty for the tendered item(s) should be done by
the Contractor “Free of Cost”. An Undertaking should be submitted along with the bid.
24. Payment :
a) The process of payment will be initiated only after receiving a satisfactory certificate by the
Acceptance Committee to be formed for this purpose after completion of supply/work.
b) The mode of payments to be made in consideration of the work to be performed by the bidder
shall be as follows :
• 50% of the total project cost – On completion of supply.
• 40% of the total project cost – On acceptance, testing & independent Go-Live.
• 10% of the total project cost – After One (01) year of Go-Live of the project.
25. Penalty :
The uptime of the entire system should be 95%. Penalty for non compliance of system uptime will be
0.5% of the project cost for each month.
VI. GENERAL TERMS & CONDITIONS
1) It should be noted that the Contractor will be selected purely on “PROVISIONAL BASIS”.
2) Any attempt of canvassing on the part of a bidder will render his tender liable to rejection summarily.
3) The Commissioner of Police, Kolkata reserves the right to accept any bid, and to annul the bid process
and reject all bids at any time, without assigning any reason, prior to placement of supply order/
signing of contract, without thereby incurring any liability to the affected Bidder or any obligation to
inform the affected Bidder of the grounds thereof.
4) This contract shall not be sublet either wholly or partly without the written permission of the
Commissioner of Police, Kolkata and on breach of this provision the Commissioner of Police, Kolkata
may cancel the contract and forfeit the Security Deposit and the Contractor shall have no claim for loss
thereby resulting to him on any account whatsoever.
5) Any breach by the Contractor of any of the terms of the contract, the Commissioner of Police, Kolkata
may, in addition to recovering any loss to sustain, terminate the contract on seven (07) days notice to
the Contractor. The decision of the Commissioner of Police, Kolkata shall be the final on all questions as
to the extent, meaning or construction of the said schedule or any descriptions, prices or other matters
therein.
6) In the event of failure to supply the articles/execute the work according to approved commodities/
samples as agreed upon by the Contractor, the contract will be stand as cancelled.
7) The Commissioner of Police, Kolkata reserves the right to revise the quantity of the tendered
article/item as per requirement and/or availability of fund within the validity period of tender which is
01 (one) year.
8) The Commissioner of Police, Kolkata may accept the tender in respect of all the items tendered for, or
any of them, or any part of all or any of them, by notifying the Contractor accordingly and the tender
shall thereupon be considered as a tender for the quantity so accepted.
9) The Commissioner of Police, Kolkata reserves the right to invoke and/or cancel the Supply/Firm Order,
if situation so warrants or the terms and conditions are not complied with, without assigning any
reason thereto.
VII. GROUND FOR BLACKLISTING :
a) At the Stage of Competitive Bidding – on the ground of :
i) Submitting false documents as far as the eligibility criteria are concerned,
ii) Submission of bid which involves concealment/suppression of facts in the bids in order to
influence the outcome of eligibility screening or any other stage of open bidding.
iii) Unauthorized use of one’s name or the name of any other firm for the purpose of bidding,
Notice Inviting e-Tender
P a g e |||| 13
iv) Withdrawal of a bid, or refusal to accept an award, or enter the contract with the Govt. without
justifiable cause, after he had been adjudged as having submitted the lowest responsive bid,
v) Refusal or failure to post the required performance security within the prescribed time, as
indicated in the detailed tender notice.
vi) Refusal to clarify in writing its Bid during post qualification within the prescribed period as
contained in the detailed tender notice from receipt of the request for clarification.
vii) Any documented unsolicited attempt to unduly influence the outcome of bidding in his favour,
viii) All other acts that tend to defeat the purpose of competitive bidding which is contrary to financial
rules of the Government e.g. habitual withdrawing from bidding except valid reasons, not
complying with the requirements during bid evaluation.
b) At the Stage of Contract Implementation – on the ground of :
i) Failure on the part of the firm to supply items as per Supply Order/Work Order due solely to his
fault or negligence within the prescribed period as mentioned in the detailed tender notice.
ii) Failure to fully and faithfully comply with the contractual obligations without valid cause or failure
to comply with any written lawful instruction of the procuring entity or its representative(s)
pursuant to the implementation of the contract.
iii) Assignment and sub-contracting of the contract or any part thereof
iv) Unsatisfactory progress in the delivery/execution of goods/items/work in case of procurement,
v) Supply of inferior quality of goods/service/work, as per accepted specification/sample/ specimen
of item(s).
vi) Any other reason, which the procuring entity deems it logical to include in the contract, duly
agreed by the Contractor.
vii) Failure of supply/execute within the stipulated period of time to be mentioned in the supply
order/work order.
VIII. DISPUTES & ARBITRATION :
In case of any dispute or differences, relating to the terms of this agreement, the said dispute or difference
shall be referred to the sole arbitration of Commissioner of Police, Kolkata or any other person appointed by
him. The decision of the arbitrator shall be final and binding on both the parties. In the event of such
arbitrator to whom the matter is referred to vacates his office on resignation or otherwise or refuses to do
works or neglecting his work or being unable to act as arbitrator for any reason whatsoever, the
Commissioner of Police, Kolkata shall appoint another person to act as arbitrator in the place of outgoing
arbitrator and the person so appointed shall be entitled to proceed further with the reference from the
stage at which it was left by the predecessor. The Bidder will have no objection in any such appointment on
the ground that arbitrator so appointed is employee of Kolkata Police. The adjudication of such arbitrator
shall be governed by the provision of the Arbitration and Conciliation Act, 1996, or any statutory
modification or re-enactment thereof or any rules made thereof. The arbitration shall be held within the
jurisdiction of Hon’ble High Court of Calcutta.
IX. TERMINATION OF CONTRACT :
Kolkata Police may without prejudice to any other remedy or right of claim for breach of contract,
terminate the contract in whole or in part by giving a notice of not less than 30 days to the contractor :
a) If the contractor (Bidder) materially fails to render any or all the services within the time period(s)
specified in the contract or any extension thereof granted by Kolkata Police in writing and fails to
remedy its failure within a period of thirty (30) days after receipt of the default notice form Kolkata
Police.
b) If the contractor in the judgment of Kolkata Police has engaged in corrupt or fraudulent practices in
competing or in executing the contract.
X. FORCE MAJEURE CLAUSE :
The Bidder shall not be liable for forfeiture of its performance security, liquidated damages or termination
for default, if the delay in performance or other failure to perform its obligations under the contract is a
result of an event of Force Majeure. For purposes of the clause, “Force Majeure” means an event beyond
the control of the Bidder and not involving the Bidder’s fault or negligence and not foreseeable. Such events
may include wars or revolutions, fires, floods, epidemics, quarantine restrictions, freight embargoes etc.
14 ||||
P a g e Notice Inviting e-Tender
PART – B
I. BILL OF MATERIALS & COMMERCIAL :
Sl.
No. Name of Item Unit Qty. Make & Model
Rate
(Rs.) GST
Total Amount
(Rs.)
1 ANPR Server Nos. 75 Bidder to specify
2 ANPR Camera Set Nos. 150 Bidder to specify
3 Continuous Light Nos. 150 Bidder to specify
4 Surveillance Class SD Card Nos. 150 Bidder to specify
5 Video Management Software Channel 150 Bidder to specify
6 Video Management Software Lane 150 Bidder to specify
7 Hardware Server for VMS Nos. 1 Bidder to specify
8 Storage Box Nos. 1 Bidder to specify
9 Managed Network Switch Nos. 75 Bidder to specify
10 1 KVA Online UPS with 1 Hour
backup Nos. 75 Bidder to specify
11 All site accessories & Connectivity LS 75 -
II. FUNCTIONAL REQUIREMENT :
1. a) The ANPR System will consist of high speed cameras. The precise configuration of ANPR Systems
varies depending on the Manufacturer of the equipment and the specific operational
deployment. The cameras need to work on 24/7 basis and capture vehicle number plates.
b) The proposed system should integrate with CCTV ANPR cameras such that Kolkata Police would
have the capability to issue challan based on reading of the Registration Plate. The updated
address of the owner can be received from integration with Insurance companies and RTO.
c) The strategic intent of the ANPR system is “to target criminals through their use of the roads”.
The ANPR strategy shall help to achieve the following policing objectives:
i) Increase public confidence and reassurance.
ii) Increase the number of offences detected.
iii) Reduce the occurrence of incidents, and thus.
iv) Reduce road traffic casualties.
d) The ANPR system is to ensure the vehicle images are up to standard. The ANPR technology shall
be reliable and the system shall be able to offer accuracy of at least 85% during day time and
65% during night time for all types and classes of vehicles in free flow traffic environment with
road side street lighting.
e) The system shall capture license plate while vehicle is flowing and whatever vehicle, driver details
as possible. It shall display number plate image along with ANPR data to manually edit if required.
The Data shall be stored centrally over Fiber, 3G/4G network.
f) The System should capable of addressing the following queries:
i) When did a particular vehicle enter and depart the area.
ii) Route taken for entry and exit.
iii) All vehicles entering/leaving during a particular time interval.
2. Information to be analysed at Lalbazar :
a) The ANPR System application shall enable monitoring of vehicle flow at strategic locations. The
system shall support real time detection of vehicles at the deployed locations, recording each
vehicle, reading its number plate, database lookup from central server and triggering
alarms/alerts based on the vehicle status and category as specified by the database.
b) The system should have the option to input certain license plates according to the hot listed
categories like “Wanted”, “Suspicious”, “Stolen”, etc. by authorised personnel. The system
should be able to analyse input data and generate automatic alarms to alert control room
personnel for further action, in the event of detection of any vehicle falling in the hot listed
categories.
Notice Inviting e-Tender
P a g e |||| 15
3. Role Based Access to the Systems :
a) Various users should have access to the systems using a single sign-on and should be role based.
Different roles which could be defined (to be finalised at the stage of implementation) could be
Administrator, Supervisor, Officer, Operator, etc. Apart from role based access, the systems
should also be able to define access based on location.
b) Other minimum features required in the role based authentication systems are as below:
i. The management module should be able to capture basic details (including mobile number
and e-mail ID) of the Police Personnel and other personnel requiring Viewing/
Administration rights to the system. There should be interface to change these details after
proper authentication.
ii. Rights to different modules/sub-modules/functionalities should be role based and proper
log report should be maintained by the system for such access.
iii. The systems should be login name and password enabled to ensure that only the
concerned/authorised personnel are able to log in to the systems.
iv. There should be provision to specify hierarchy of operators/officers for control of the
cameras from the various locations.
v. The number of users shall increase as per phase wise implementation. The System
Integrator is expected to estimate and provision the same based on the phase wise
implementation requirements.
vi. Windows Active Directory/LDAP or any such system can be used to design role based
access.
4. Management/Integration Functionality :
a) The systems shall offer centralised management of all devices, servers and users.
b) The systems should not have any limit on the number of cameras to be connected. Any
increase in the number of cameras should be possible by augmentation of hardware
components and software licenses.
c) Every traffic rule violation shall have date, time, source camera location, FPS, etc. watermarked.
These attributes shall be finalised at the system design stage.
d) It should be possible to integrate the systems with other third party software, to enable the
users develop customised applications for enhancing the use of systems.
e) The management system shall store the overall network elements configuration in central
database, either on the management server or on a separate database server on the network.
f) The systems should be able to be integrated with Event Management/Incident Management
System, if implemented by Kolkata Police at a later date.
5. System Administration Functionalities :
a) The System Administration Server shall provide a feature-rich administration client for system
configuration and day-to-day administration of the systems.
b) The System Administration Server shall support different logs related to the Management
Server –
i. System Log.
ii. Audit Log.
iii. Alert Log.
iv. Event Log.
6. Rules :
The systems should support the use of rules to determine when specific actions occur. Rules shall
define what actions shall be carried out under specific conditions. The systems should support rule
initiated actions, such as:
a) Send notifications via e-mail.
b) Pop-Up/Alarm/Alert on.
7. Client System :
The Client System should provide remote users with rich functionality and features as described
below:
a) Viewing live status of traffic junctions.
b) Browsing traffic data from storage systems.
c) Creating and switching between multiple views.
16 ||||
P a g e Notice Inviting e-Tender
d) Using digital zoom on images captured by traffic enforcement systems.
e) Getting quick overviews of detected alerts/events.
f) Quickly searching stored data for processing/decision making.
g) The module should include flexible access rights and allow each user to be assigned several
roles where each shall define access rights to the systems.
h) Basic application should be capable to accept third party generated events/triggers.
i) The system should also automatically create tickets based on alarm type.
8. OCR accuracy should be at least 85% during day time and 65% during night time for all types and
classes of vehicles.
9. Detection Zone for ANPR should be 30m or more.
10. Integrated external infrared capable to take images in night time and detect automatically number
place at a distance of minimum 30m.
11. Camera based local storage should provided or offline storage during power cut or network down and
after overcoming the problem the locally stored data to be transferred to centralised server. Details to
be mentioned in the solution as well as in the unpriced BOM.
12. All the data to be kept for minimum 01 (one) year and storage to be proposed accordingly with
sufficient scalability for enhance the locations as well as for keeping of data for further more years.
13. Integration with the RTO/Vahan database should be done for generation of different types of analytic
reports. In this regard a online dashboard / portal to be developed for generation of different types of
analytical reports. All types of customised reports should be generated like RTA wise / other State wise
vehicle count with classification daily & hourly all types of report with comparison with two or three
periods, inward and outward vehicle count in a particular period of date and time.
14. Electric connection will be facilitated by Kolkata Police at a point nearer to the place of installation.
From that point rest of wiring to be done by the selected bidder. They will also responsible for
installation of proper earting at all the outer location and its maintenance. For the purpose, Kolkata
Police will bear the one-time installation of meter cost to CESC. In addition Kolkata Police shall bear
the running cost of Electric Bill.
15. Sufficient stock of all the equipments and accessories including cameras to be kept for damage control
system.
16. The uptime of the entire system should be 95%. Penalty for non compliance of system uptime will be
0.5% of the project cost for each month.
17. Three years onsite warranty should be provided for all the equipments including battery. Time bound
support to be provided from Kolkata based support centre.
18. Challan system to be integrated with the existing e-Challan system of Kolkata Traffic Police.
19. Functional Specifications of ANPR :
Sl.
No. Specification Minimum User Requirement
1 Lane Coverage Each camera system shall cover road width of 3.5 meter or 7 meter or 10.5 meter
and above.
2 Detection Zone 25 m to 30 m for ANPR data.
3 Maximum
Vehicle Speed
System captures clear images of all vehicles moving at a speed up to 120 km/hr.
4 Optical Character
Recognition
The system shall perform OCR (Optical Character Recognition) of the license plate
characters in real time. (English alpha-numeric characters in standard fonts).
OCR accuracy shall be at least 85% during day time and 65% during night time for
high security standard plates. System is able to detect and recognize the English
alphanumeric License plate in standard fonts and formats of all vehicles including
cars, HCV, LCV and two wheelers. The system is robust to variation in License
Plates in terms of font, size, contrast and colour.
5 Data capture and
transfer
The OCR data of all vehicles along with the JPEG image of the vehicle etc shall be
automatically transferred immediately to the nominated server in the Control
Room or Cloud storage. In case Vendor opt for Cloud storage solution, it should
be with the most reputed company having server in India.
Each vehicle record shall be a single file and shall contain, as a minimum, an ASCII
header that contains the following :
a) vehicle registration number
b) date and time that the vehicle is identified
c) OCR confidence level
Notice Inviting e-Tender
P a g e |||| 17
Sl.
No. Specification Minimum User Requirement
d) ANPR site location, with Latitude and Longitude
It shall be possible to include one or more of the followings in the same single
vehicle record :
a) image of the number plate
b) image of the front / rear of the vehicle from the ANPR IR camera, and/or
c) wide angle vehicle / lane image (with additional scene camera).
A detailed description of the file format can be finalized by the user to further
develop post processing software.
6 Hot List creation The system shall have option to input certain license plates according to hot
listed categories like “Wanted”, “Suspicious”, “Stolen” etc. The system can
generate automatic alarms to alert the control room personnel for further action,
in the event of detection of any vehicle falling in the Hot listed categories.
7 Alert Generation On successful recognition of the number plate, system shall be able to generate
automatic alarm to alert the control room for vehicles which have been marked
as "Wanted", "Suspicious", "Stolen", etc.
8 Data Storage The System shall store JPEG image of vehicle and license plate into a database
management system like MySql, PostgreSQL etc. along with date timestamp and
site location details, with Latitude and Longitude.
9 Data Retrieval
and Reports
The system shall enable easy and quick retrieval of snapshots and other data for
post incident analysis and investigations. Database search could be using criteria
like date, time, location and vehicle number. The system shall be able to generate
suitable MIS reports as desired by the user. The system shall also provide
advanced and smart searching facility of License plates from the database.
10 Context camera System should have possibility to add context camera
11 Network Connectivity from site to Control Room/Cloud should have sufficient bandwidth
and compliant with 95% uptime for the overall system.)
III. TECHNICAL SPECIFICATION :
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
1 ANPR Server Functional Parameters :
a) The ANPR server should be capable of Vehicle type and colour
recognition
b) The ANPR server should be capable of License plate recognition and
“no helmet” detection for motor bikes
c) The ANPR server should have the option to work with Pluggable HDD
for convenient installation and maintenance
d) The ANPR Server should have Data network interfaces and
management network interfaces to raise the system safety
e) The ANPR server should consume low power and dissipate low heat
Minimum Specification :
HDD Storage 1 Number of 2.5’’ 1 TB HDD
Network Interface
1 Optical Interface, and
4 10/100M self-adaptive Ethernet interfaces, 2
100/1000M self-adaptive Ethernet interfaces
Audio Video Inputs 4-ch HDTVI video inputs
IP Video Input Up to 12-ch 7 MP IP cameras connection
Audio Input 1 - Channel
Audio Output 1 - Channel
Alarm Input 2 - Channel
Alarm Output 2 - Channel
USB Interface 2 × USB 2.0
RS-232 Interface 2
RS-485 Interface 2
Indicator UID indicator, Alarm indicator, Power indicator,
Ready indicator
Memory 2 x 2GB
TX1 Chip 2
Button Power on/off, Reset
18 ||||
P a g e Notice Inviting e-Tender
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
Power Supply 12 VDC/5A
Operating
Temperature -20 ºC to +55 ºC
Operating Humidity 10% to 90%
2 ANPR Camera Set Software Features and Performance :
Working Distance Up to 30 Meters or better
Coverage 1 ~ 3 Lanes
Capture Accuracy 99% or better
LPR Accuracy 98.5% or better
LPR Region India
OCR On-board ANPR engine
Frame Rate 50HZ: 1920*1080@50fps;
60HZ: 1920*1080@60fps
Vehicle Type Car/Van/Bus/Truck/Others
Video Compression H.265/H.264/MJPEG
Streaming RTSP
Configuration :
Web Server Should be supported
TCP/IP Server SDK/ISAPI
Time Synchronisation NTP/Manually
Software Update Web/SDK
Data Transmission :
FTP FTP, Multiple FTP
Standard Protocols TCP/IP, HTTP, HTTPS, FTP, DNS, DDNS, RTP, RTSP,
RTCP, NTP, UPnP, IPv6, UDP
Serial Port 2 RS-485 ports, 1 RS-232 port
Data Output SDK/ISAPI
Trigger Mode :
By Video Continuous video analysis with automatic vehicle
detection, even without plate
By External Interfaces I/O, RS-485
System :
ANPR Camera 2 MP (1/1.8'' CMOS), max.1920 * 1080 or better
Supplement Light 3 LED supplement lights, 850 nm, angle: 40°
Programming
Interface
ONVIF (Version 2.1), ISAPI
Lens 8~32mm @ F1.4, angle of view:42.5°~13.4°;
5.3~13mm @ F1.5~F2.8, angle of view: 85°~31°
Operating System Linux
Digital I/O 2-ch inputs, 2-ch outputs
Connector Waterproof circular connector
Protection Level IP67
Communication
Interface
1 RJ45 10M/100M/1000M self-adaptive Ethernet
interfaces
Storage TF card, up to 128 GB
Technical Data :
Certifications CE, FCC, RoHS
Operating and Storage
Temperature
-30 °C to +70 °C
Operating and Storage
Humidity
5% to 95% @ +40 °C, non-condensing
Power Supply DC 24V
Power Consumption Maximum 15W
3 Continuous Light Minimum Specification :
Light Type High-power White Light LED
LED Lamp Beads 16 or better
Colour Temperature 5000K-7000K
Angle of Light 10 °
Coverage Single Lane
Effective Distance 16-25 m or better
Notice Inviting e-Tender
P a g e |||| 19
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
Trigger Frequency 15Hz~250 Hz
Trigger Duty Ratio 1% -39% (Enter the protection state at Duty Radio
≥40%)
Response Time ≤20us
Day & Night Function Support ambient brightness detection, automatic
start-up at low illumination (optional)
RS485 1-ch,support PC or camera connection
(optional)
Synchronous Interface 1-ch flicker trigger input, 1-ch capture trigger
input and 1 channel synchronous flicker output
(optional)
Parameter
Configuration
Supports internal parameter settings, such as
turn-on threshold of day and night function, flash
and ultra-high frequency flash delay setting
Power Supply AC220V±20%,47Hz~63Hz;AC110V±20%,47Hz~
63Hz
Operating
Temperature
-40℃~+70℃
Operating Humidity 10%~90%, non-condensation
Protection Class IP65 or better
4 Surveillance Class
SD Card
Minimum Specification :
a) Should be ideal for CCTV Surveillance Storage
b) Should be capable of High Speed Data transfer
c) Should be of Class10/UHS-1
d) Should have option of password protection
e) Should support SD SPI mode
f) Should be designed for read intensive and write intensive cards
g) Storage System should be FAT 12/16/ 32 and exFAT
h) Should have Built-in write protection features (permanent and
temporary)
i) Should have Write Protect feature using mechanical switch
j) Operation Temperature Range: -25°C~85°C
k) Storage Temperature Range: -40°C~85°C
l) Humidity: 95% RH under 25°C
5
&
6
Video
Management
Software
a) Central Video Surveillance Management Service
i. Authenticates the Control Client access; manages the users,
roles, permissions and monitors devices
ii. Provides the interface for third-party system integration
b) VMS should be ONVIF Compliant
c) Administration functions and operation functions are performed
separately in the following clients:
a) Web Client: All administration of VSM shall be performed using a
web browser client via LAN, WAN or Internet. No client software is
required for administration of the system
b) Control Client: All security operator features shall be accessed
through the Control Client connected to VSM via LAN, WAN, or
Internet
d) Should support H.264, H.265 encoding formats
e) Should be able to add encoding devices to the VSM using the
following discovery options:
a) IP / Domain
b) IP Segment
c) Port Segment
d) Batch Import
f) When adding NVRs and Network Cameras, devices should have the
option to automatically create logical areas by device name or add to
an existing area
g) When adding an NVR, user should be able to check online and offline
status of NVR channels
h) Recording: Should have the ability to configure camera recording
schedule and Picture Storage
20 ||||
P a g e Notice Inviting e-Tender
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
i) Event & Alarm: Shall have the ability to configure the alarm or event
notification at central monitoring station
j) Shall add the following Video Content Analysis (VCA) events from
cameras:
a) Motion Detection
b) Line Crossing Detection
c) Intrusion Detection
d) Unattended Baggage Detection
e) Object Removal Detection
k) Should be able to batch add Health Monitoring events from Device
l) Should support email linkage
m) Should have the ability to associate a map with an alarm
n) Should have the ability to trigger a pop-up window with an alarm
event
o) Map: Shall have the ability to create graphical maps and add cameras,
alarm inputs and alarm outputs. Create map by importing images in
JPEG, BMP, or PNG format
p) Roles and Users:
a) Should have the ability to create user profile groups defined as
Roles
b) Role shall be able to restrict user profile access for
administration functions
c) Resource: Each “Role” can sub-divide the system and shall allow
or deny access to the following features on a per-camera basis:
1. Live View
2. Playback
3. Video Search
4. Download
5. Two-way Audio
6. PTZ Control
7. Search log by user accounts
q) Security for Users:
a) Lock IP Address
b) Failed password attempts
c) Configurable: 1 to 5 attempts
d) Lock for: 10, 20, 30, 40, 50, or 60 minutes
e) Should enable Maximum Password Age
f) Auto Lock Control Client
r) Control Client :
The Control Client should be Windows-based software for security
operators to access NVRs, and network cameras using authorized
client login credentials. It shall provide multiple operating
functionalities, including real-time live view, PTZ control, video
playback and download/exporting, alarm management, VCA search,
log query, and health monitoring module
s) Should have the ability to view 3 auxiliary screens on 1 Control Client
and should have the following modules and functions:
i. Live View:
1. Ability to view up to 256 channels
2. Ability to auto switch to sub stream of Network Camera
3. The following functions are available on the tile toolbar for
easy access to operator:
• Capture: ability to save snapshots
• Enable manual recording of displayed Network
Camera
• Enable and utilize two-way audio
• Digital Zoom
• 3D positioning for PTZ camera
ii. Playback:
1. Ability to play back 1 to 16 cameras simultaneously
2. Clipping: ability to quickly export video clips
3. Digital Zoom
Notice Inviting e-Tender
P a g e |||| 21
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
4. Video Export
5. VCA search
6. Should support clicking and playing directly after downloading
with player
7. Should support customizing download time
iii. VCA Search:
1. Should support Motion Detection
2. Should support Line Crossing Detection
3. Should support Intrusion Detection
4. Should support Unattended baggage detection
5. Should support Object removal detection
6. Should support Captured Vehicle Number Plate Search
iv. Health Monitoring:
Should have the ability to monitor all encoding devices, decoding
devices, recording servers and Streaming Servers associated and the
overall status of VMS itself
v. Log: Search and view logs for the following :
1. Server Logs
� Operation Log, Server Logs -Operation Log
� System Log, Server Logs - System Log
2. Device Log
3. Log searches should be based on operation, user and time
interval searches
7 Hardware Server
for VMS
Minimum Specification :
Processor Intel® Xeon® E3-1220 V5 (4-Core, 3.0 GHz)
Memory Minimum 16 GB DDR4
Network Interface 2 x Gbe Network Interface Card
HDD for OS 1T SATA × 2, 3.5" Enterprise SATA 7.2k HDDs
RAID RAID Controller with RAID 1
Operating System Windows Server 2008 R2 (64-bit) /
Windows Server 2012 (64-bit) /
Windows Server 2016 (64-bit)
8 Storage Box The Storage System should be so designed so as to ensure data storage
for 01 (One) Year.
Minimum Specification :
Controller 64-bit multi-core processor, Dual Controller
Disk Interface Minimum SAS/6TB or higher
Network Protocol iSCSI, NFS, CIFS, FTP,HTTP, AFP, FCP
RAID Level RAID 0, 1, 3, 5, 6, 10, 50, JBOD, Hot-Spare
Hot-Swap Disk Has to be supported
Storage Scalability Minimum 144 TB
Hot Spare Disk At least one hot spare disk per 24 HDDs
Disk Management Disk Detection Alert & Repair
Alarm Modes Sound, Light, e-Mail, web Page
Video Protection Lock key video, N+1 service protection, ANR,
video loss detection and alarm
Network Interface 4*1000M Ethernet Port per Controller, network
redundancy
Management Network
Interface
1*100M Ethernet interface / Controller
USB Interface 2 USB Interfaces per Controller
COM Interface Minimum 1
miniSAS expansion
port
Should be supported
Extended Storage Should support extended storage of minimum
144TB
Working Temperature Storage: -20℃-70℃
Working Humidity Storage: 5%-90% RH (non-freezing, non-
condensing)
Power Supply Should have Redundant power supply
Power Requirement Suitable adaptor should be supplied to make the
22 ||||
P a g e Notice Inviting e-Tender
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
equipment work on 230V +10% or shall directly
work with 230VAC power supply
Certification CE, FCC, UL
9 Managed
Network Switch
Minimum Specification :
Interface Switch Should have 8*10/100 Base-T and
2*10/100/1000 Base-T ports
Performance The switch should have min 11.2Gbps switching
capacity and min 8.3Mpps or higher forwarding
rate. Jumbo frames up to 10K. Support min 8 K
MAC addresses. Support 4K VLAN IDs
L2 Features Port Based VLAN. Dynamic VLAN assignment.
Should support Broadcast Storm Protection.
Should Support Port Mirroring, IEEE 802.1d
Spanning-Tree, IEEE 802.1w Rapid Spanning-Tree,
IEEE 802.1s Multiple Spanning-Tree
Quality of Service IEEE 802.1p tagging. Port-based priority. Four
priority queues per port
Security Support ACLs, Remote authentication through
RADIUS. Destination MAC filtering. Broadcast
storm control
Management Should Support SNMPv1/v2c/v3, Configuration
backup/restore by FTP and HTTP, Support Web-
based configuration
Certification UL 1950, UL94V-0,FCC/EN55022 Class A, VCCI
Class A, C-Tick, EN60950 (TUV), EN55024, CE, CSA
/CUL, IEC 68-2-36, IEC 68-2-29, IEC 68-2-32, RoHS
10 1 KVA Online UPS
with 1 Hour
backup
Minimum Specification :
UPS Rating 1kVA / 800 W
Rectifier IGBT based rectifier
Input Voltage UPS having Single phase input with the Voltage
Range 110V to 280VAC based on load
Input Power Factor >= 0.99 for 100% load
Input Frequency 40Hz to 70Hz
Output Voltage 200/208/220/230/240 V Single Phase with ±1%
Output Frequency 50 Hz or 60Hz +/- 0.1 Hz
Output vTHD <= 3% for Linear Load
LCD Display UPS Should have LCD Status Display
Efficiency 88% AC Mode
Crest Factor 3:01
Waveform Pure Sine Wave
Battery Bank Suitable for minimum 60 .minutes of battery
backup
Alarm Battery Mode, Low Battery, Overload
Environment Humidity 20-90% RH @ 0-40˚C (Non-condensing);
Noise level: < 50dB @ 1 Meter
Special Protection 1.5kVA Isolation Transformer 1P and 10 kA Surge
Protective Device with response time of < 0.5
nanoseconds UL listed will have to provided at the
Input of the UPS System
Intelligent Monitoring UPS should have incorporated with Smart RS-232
/ USB along with option for SNMP module
Certification CE, FCC, UL
11 All Site
Accessories &
Connectivity
Site Preparation, Related Accessories, Connectivity, etc.
Camera Poles :
Hot Dip Galvanized after fabrication with silver coating of 86 micron as per
IS:2629; Fabrication in accordance with IS-2713(1980), 7 meter height,
Minimum base plate of size; 300MM x 300MM x 15 MM.
Cantilever/Gantry (for mounting ANPR Cameras) :
Dip Galvanized after fabrication with silver coating of 86 micron.
Junction Pillar Box :
The design and layout of Plot & Service junction box shall be compact and
Notice Inviting e-Tender
P a g e |||| 23
Sl.
No. Name of Item Requirements
Compliance (to
be filled in by
bidder)
convenient to provide ease of termination of cables and operation of fuse
bases. It shall be designed for termination of cables and operation of
Ethernet Switch & Uninterrupted Power Supply. The junction box
enclosure shall provide a degree of protection not less than IP-43.
Earthing for Camera Poles : Galvanised Insulated rod to be provided for
increased conductivity and corrosion resistance. The electrodes to be used
are as per IS standard of length 2 meters, 17 mm diameter.
Power Cable :
Product Category 3 Core Cable
Size 1.5 sq. mm
Conductor Material Copper
Insulation PVC Insulated
Protection Armoured
Current Rating 15 Amp AC
CAT6 Cable :
Conductor 23AWG Solid Bare Cable
Insulation High Density Polyethylene Solid
Pairs 4 Pairs Twisted Together
Operating Temperature Range -20°C to +70°C
Current Rating Maximum 1.5 Amp
Dielectric Strength 1000 V RMS
Fibre Optic Cable :
Fiber Count 6
Protection Armoured
Thickness of Jacket Minimum 1.8 + 0.2 mm
Pulling Tension (IEC 60794-1-2-E1) Short Term 1,000 N
Crush Load (IEC 60794-1-2-E3) 2,000 N/100 mm
Bend Radius (IEC 60794-1-2-E11 &
IEC 60794-1-2-E6)
Short Term 20D
Connectivity for 3 years :
FOC/Service Provider for network connectivity between the locations and
Police Head Quarter at Lalbazar.
(Note : The Bidder has to mention the actual value of the parameters in the “Column-4” instead of merely
mentioning “Complied”).
24 ||||
P a g e Notice Inviting e-Tender
PART – C
I. GENERAL GUIDANCE FOR E-TENDERING :
1) Registration of Bidder – Bidders willing to take part in the process of e-Tendering will have to be
enrolled & registered with the Government e-Procurement System through logging on to
https://wbtenders.gov.in.
2) Digital Signature Certificate (DSC) – Each Bidder is required to obtain a Class-III Digital Signature
Certificate (DSC) for submission. Details are available at the website https://wbtenders.gov.in.
3) DSC once mapped to an account cannot be remapped to any other account. It can only be
inactivated.
4) The Bidders can update well in advance, the documents such as certificates, purchase order details
etc., under My Documents option and these can be selected as per tender requirements and then
attached along with bid documents during bid submission. This will ensure lesser upload of bid
documents.
5) After downloading/getting the tender schedules, the Bidder should go through them carefully and
then submit the documents as per the tender document, otherwise, the bid will be rejected.
6) The BOQ must not be modified/replaced by the bidder and the same should be uploaded after
filling the relevant columns, else the bidder is liable to be rejected for that tender. Bidders are
allowed to enter the Bidder Name and Values only.
7) Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than one document,
they can be clubbed together.
8) The bidder has to submit the tender document(s) online well in advance before the prescribed time
to avoid any delay or problem during the bid submission process.
9) There is no limit on the size of the file uploaded at the server end. However, the upload is decided on
the Memory available at the Client System as well as the Network bandwidth available at the client
side at that point of time. In order to reduce the file size, bidders are suggested to scan the
documents in 75-100 DPI so that the clarity is maintained and also the size of file also gets reduced.
This will help in quick uploading even at very low bandwidth speeds.
10) It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that he/she
completes the Bid Submission Process. Bids which are not Frozen are considered as
Incomplete/Invalid bids and are not considered for evaluation purposes.
11) The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or the
difficulties faced during the submission of bids online by the bidders due to local issues.
12) After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a
token of the submission of the bid. The bid summary will act as a proof of bid submission for a
tender floated and will also act as an entry point to participate in the bid opening event.
13) The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be
rejected.
14) The bidders are requested to submit the bids through online eProcurement system to the TIA well
before the bid submission end date and time (as per Server System Clock).
Notice Inviting e-Tender
P a g e |||| 25
ANNEXURES
[ To be submitted in following Format ]
ANNEXURE – I
DECLARATIONS
Sir,
Having examined the Bid Documents of e-Tender for Supply, Installation, Commissioning & Maintenance of
Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both
Bound) at 75 locations to be used by Traffic Department of Kolkata Police for the use of Kolkata Police,
We,___________________________________, offer to supply and deliver the entire work in conformity with the
Terms & Conditions laid down in the Tender Notice No. ____________________________ dated
_________________ and would abide by the same terms and conditions throughout the period of contract.
We, hereby also agree to execute a “Contractual Agreement’’ with Kolkata Police based on all the terms &
conditions laid down in the Tender Notice No. ____________________________ dated _________________ in
the event of being selected as a successful Bidder.
We understand that you are not bound to accept the lowest or any bid you may receive.
We also understand that you have the right to revise the quantities and/or split the total order among the Bidders
and/or procure the available and compatible items/equipments through GeM (Government e-Marketplace).
_________________
Signature with date
___________________________
Name in block letters
_____________________________
Seal of the Company
26 ||||
P a g e Notice Inviting e-Tender
ANNEXURE – II
ONLINE SUBMISSION OF EARNEST MONEY
Necessary Earnest Money will be deposited by the bidder electronically: online–through his net banking
enabled bank account, maintained at any bank or: offline–through any bank by generating NEFT/RTGS challan
from the
e-Tendering portal. Intending Bidder shall have to get the Beneficiary details from e–Tender portal with the help
of Digital Signature Certificate and may transfer the EMD from their respective Bank as per the Beneficiary
Name & Account No., Amount, Beneficiary Bank name (ICICI Bank) & IFSC Code and e–Proc Ref No.
Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan
generated from e-Procurement site.
Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing
date as it requires time for processing of Payment of EMD.
Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding
the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents.
Unsuccessful bidders will get their EMD refund automatically online.
Notice Inviting e-Tender
P a g e |||| 27
ANNEXURE – III
UNDERTAKING REGARDING BLACKLISTING
[ To be executed on Rs.10/- non Judicial Stamp paper and duly notarized ]
I/we ____________________________________________________________________________________
Contractor/Partner or Sole Proprietor (Strike out the word which is in applicable) of (Firm of contractor)
____________________________ do hereby declare and solemnly affirm that the individual firm/
companies M/s ______________________________________________________ have not been
blacklisted during last 5 years by the Union or State Government and the individual/firm/companies
blacklisted by the Union or State Governments or any partner or shareholder thereof are not directly or
indirectly connected with or has any subsisting interest in business of my firm.
Deponent
___________________________
Dated ______________ Address _________________________
________________________________
I do hereby solemnly declare and affirm that the above declaration is true and correct to the best of my
knowledge and belief. No part of it is false and it conceals nothing.
Dated : ______________ Deponent __________________
28 ||||
P a g e Notice Inviting e-Tender
ANNEXURE – IV
SECURITY DEPOSIT (SD) [ To be stamped in accordance with Stamp Act ]
Ref: Bank Guarantee No. Date:
To
Dear Sir,
WHEREAS .................................................................................................................. (Name of bidder) hereinafter called “the bidder" has
undertaken, in pursuance of Contract dated, ......................... (hereinafter referred to as "the Contract") Supply, Installation, Commissioning &
Maintenance of Automatic Number Plate Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75
locations to be used by Traffic Department of Kolkata Police .
AND WHEREAS it has been stipulated in the said Contract that the Bidder shall furnish a Security Deposit ("the Guarantee") from a scheduled
bank for the sum specified therein as security Supply, Installation, Commissioning & Maintenance of Automatic Number Plate Recognition
(ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be used by Traffic Department of Kolkata
Police .
WHEREAS we __________ ("the Bank", which expression shall be deemed to include it successors and permitted assigns) have agreed to give
Kolkata Police the Guarantee:
THEREFORE the Bank hereby agrees and affirms as follows:
1. The Bank hereby irrevocably and unconditionally guarantees the payment of all sums due and payable by the Bidder to Kolkata Police
Under the terms of their Agreement dated _______________ on account of any breach of terms and conditions of the said contract
related to partial non-implementation and/ or delayed and/ or defective implementation. Provided, however, that the maximum
liability of the Bank towards Kolkata Police under this Guarantee shall not, under any circumstances, exceed
________________________ in aggregate.
2. In pursuance of this Guarantee, the Bank shall, immediately upon the receipt of a written notice from Kolkata Police stating full or
partial non-implementation and/ or delayed and/ or defective implementation, which shall not be called in question, in that behalf and
without delay/demur or set off, pay to Kolkata Police any and all sums demanded by Kolkata Police Under the said demand notice,
subject to the maximum limits specified in Clause 1 above. A notice from Kolkata Police to the Bank shall be sent at the following
address:
___________________________
Attention Mr __________________.
3. This Guarantee shall come into effect immediately upon execution and shall remain in force for a period of 03 (three) years from the
date of its execution.
4. The liability of the Bank under the terms of this Guarantee shall not, in any manner whatsoever, be modified, discharged, or otherwise
affected by -
i) Any change or amendment to the terms and conditions of the Contract or the execution of any further Agreements.
ii) Any breach or non-compliance by the Bidder with any of the terms and conditions of any Agreements/ credit arrangement,
present or future, between Bidder and the Bank.
5. The BANK also agrees that Kolkata Police at its option shall be entitled to enforce this Guarantee against the Bank as a Principal
Debtor, in the first instance without proceeding against Bidder and not withstanding any security or other guarantee that Kolkata
Police may have in relation to the Bidder’s liabilities.
6. The BANK shall not be released of its obligations under these presents by reason of any act of omission or commission on the part of
Kolkata Police Or any other indulgence shown by Kolkata Police Or by any other matter or thing whatsoever which under law would,
but for this provision, have the effect of relieving the BANK.
7. This Guarantee shall be governed by the laws of India and only the courts of Kolkata shall have exclusive jurisdiction in the adjudication
of any dispute which may arise hereunder.
Dated this the ………………. Day of ……………………..
Witness
(Signature) (Signature)
(Name) Bank Rubber Stamp
(Official Address) (Name)
Designation with Bank Stamp
Plus Attorney as per Power
of Attorney No.
Dated:
Notice Inviting e-Tender
P a g e |||| 29
ANNEXURE – V
MANUFACTURER’S AUTHORIZATION LETTER [ if applicable ]
TENDER NOTICE NO. _________ Date __________________
To
WHEREAS _________________ who are official producers of ______________________________ and having
production facilities at______________________________________________________ do hereby authorize
________________________________ located at _________________________________________________
(hereinafter, the “Bidder”) to submit a proposal of the following Products produced by us, for the Supply
Requirements associated with the above Tender
When resold by ____________________________, these products are subject to our applicable standard end user
warranty terms.
We assure you that in the event of ____________, not being able to fulfill its obligation as our Service Provider in
respect of our standard Warranty Terms we would continue to meet our Warranty Terms through alternate
arrangements and also provide spares in accordance with the Tender for the period of 03 (three) years.
Name In the capacity of
Signed
Duly authorized to sign the authorization for and on behalf of : ______________________________________
Dated on _______________________________ day of ______________________, ______.
Note: This letter of authority must be on the letterhead of the manufacturer, must be signed by a authorized
person of the organization who is competent and having the power of attorney to bind the Producer, and must be
included by the Bidder in its bid as specified in the Instructions to Bidders.
30 ||||
P a g e Notice Inviting e-Tender
ANNEXURE – VI
AGREEMENT [ To be stamped in accordance with Stamp Act ]
ARTICLES OF AGREEMENT made _________ between the GOVERNOR of the STATE of WEST BENGAL, represented by the Commissioner of
Police, Kolkhata having its registered office at 18, Lalbazar Street, Kolkata-700 001 (hereinafter call the LICENSOR which expression shall his
successor in his office and assigns) of the ONE PART
AND
Shri/Smt./Miss ________________ Son/daughter/wife/widow of _____________ carrying on business under the name & styled of
M/s.___________of _____________, hereinafter referred to as the ‘LICENSEE’ (which expression shall unless excluded by or repugnant to the
context be deemed to include the respective heirs, executors, representatives and permitted assigns) on the OTHER PART.
WHEREAS the Contractor has submitted a tender for ___________________________________________ to Kolkata police for the period
from ______ day of _______ at the rate Rs. _____ (Rupees ) only Including delivery and other charges to any place where the Kolkata
Police Offices are situated and the said tender has been accepted by the Commissioner of Police, Kolkata for and on behalf of the ‘Governor’.
WITNESSETH and it is hereby agreed as follows : -
1. THAT the Contractor shall supply the quantities of goods mentioned in the ‘SCHEDULE’ as per sample submitted by the Contractor at the
rate mentioned therein including delivery and other charges to any place where the Kolkata police Officers are situated.
2. THAT the Contractor shall deposit with the Commissioner of Police, Kolkata Rs__________ (Rupees ________ ) Only as Security for the
fulfillment of the terms and conditions of this Agreement containing on the Part of the Contractor.
3. In the event of the Contractor failing to make a Security Deposit in the matter hereinafter mentioned, the Commissioner of Police,
Kolkata or any Officer authorized on behalf of him, may at his discretion, forfeit the Earnest Money lodged with this tender and cancel
the acceptance of the tender.
4. The Contractor shall supply such goods contracted for, within the scheduled time specified in the schedule hereto.
5. If the Contractor by any cause, other than his own neglect or default be prevented or delayed from supplying goods within the period as
mentioned in the PARA-4, the period of supply may be extended by the Commissioner of Police, Kolkata on his being satisfied that
reasonable grounds exists for such extension.
6. If the Contractor fails to supply article/goods as per terms & conditions of the TENDER NOTICE and/or acceptance letter and/or Contract
of Agreement and in accordance with the accepted samples, the Commissioner of Police, Kolkata or any Officer authorised by him on his
behalf, without any notice to the Contractor, forfeit the Security Deposit and/or black-list the firm/Contractor.
7. All the terms and conditions of the TENDER NOTICE and acceptance letter are binding on the Contractor.
8. If the Contractor shall fail to comply with any order as in Clause-4 mentioned or in an extended period under Clause or if goods supplied
be not up to the standard then the Commissioner of Police, Kolkata or any Officer authorized by him on his behalf, may, without any
notice to the Contractor, purchase elsewhere the goods required and in the case of defective goods, the Contractor shall at his own
expense, remove such defect goods. Any goods, so purchased shall be considered as part of the minimum quantity which the
Commissioner of Police, Kolkata is bound to take as hereinafter mentioned. Any loss incurred by reason of the price paid for such goods
above the accepted rate or any other loss or expense incurred by reason of default of the Contractor, may be deducted from any bills or
any money payable to the Contractor or from the Security Money to be deposited by the Contractor, otherwise recover the same by any
other process of law. The Contractor shall be liable for any loss which the government may sustain on that account but the contractor
shall not be entitled to any gain on purchase made against default.
9. Delivery of goods shall not be taken into stock until such goods have been inspected and considered to be fit for being accepted and
taken into stock by the Inspection Committee/ Acceptance Committee of the Stores.
10. THAT the Commissioner of Police, Kolkata or any Officer authorized in that behalf shall inspect such goods delivered by the Contractor
and duly taken into stock and reserves the right to reject the supply even after being taken into stock if it seems not according to the
approved samples.
THIS contract shall not be sublet or assign either wholly or in part without the previous written permission of the Commissioner of Police,
Kolkata or any Officer authorized in that behalf by him and on breach of this provision, the Commissioner of Police, Kolkata or any other Officer
authorised in that behalf by him may determine the contract and forfeit the Security Deposit and the Contractor shall have no claim for loss
thereby resulting to him on any account whatsoever.
On any breach by the Contractor of any of the terms and conditions herein on the part of the Contractor contained, the Commissioner of
Police, Kolkata or any Officer authorized in that behalf by him may in addition, to recover any loss sustained, terminate the contract on “SEVEN
DAYS’ NOTICE” to the Contractor. The decision of the Commissioner of Police, Kolkata shall be final on any question as to extent, meaning or
construction of the Schedule or any description, process or other matter contained therein mentioned.
S C H E D U L E
Item Nos. Description of specification of materials and articles to
be supplied.
Approximate quantity of each to be
supplied UNIT Rate in Words & in Figures
Signed and delivered for and on behalf Of the GOVERNOR of the STATE OF WEST
BENGAL, by the Commissioner of Police, Kolkata in presence of
………………………………………………..…….
Signed and delivered for and on behalf Of the…………………………………..
In presence of ……………………………..
Notice Inviting e-Tender
P a g e |||| 31
ANNEXURE – VII
CHECK LIST [ To be uploaded online after duly properly filled up ]
NIT No. No. : WBKP/CP/NIT-134/ANPR SYSTEM/TEN, Dated : 04.03.2020
NAME OF THE TENDER : Supply, Installation, Commissioning & Maintenance of Automatic Number Plate
Recognition (ANPR) System for 150 Cameras covering road width of 7.0 Mtr. (Both Bound) at 75 locations to be
used by Traffic Department of Kolkata Police
NAME OF THE FIRM :....................................................................................................................................................................
FULL ADDRESS OF THE FIRM & BIDDER (FOR COMMUNICATION) ...............................................................................................
.......................................................................................................................................................................................................
E-MAIL ADDRESS...........................................................................................................................................................................
DETAILS TO BE GIVEN
SL.
NO. ITEMS
PLEASE
MARK
FOR USE OF THE
BIDDERS (PROVIDE
REGISTRATION
NUMBERS WHERE
APPLICABLE )
REMARKS
(FOR OFFICE
USE ONLY)
1 EMD AS PER NIT YES NO
2 COPY OF THE LATEST TRADE LICENCE YES NO
3 COPY OF THE PARTNERSHIP DEED/ INCORPORATION
CERTIFICATE/ SOCIETY REGISTRATION COPY YES NO
4 COPY OF LATEST PROFESSIONAL TAX CHALLAN YES NO
5 COPY OF PAN CARD YES NO
6 COPY OF LATEST INCOME TAX RETURN YES NO
7 COPY OF GSTIN YES NO
8 CREDENTIALS & OTHER PAPERS, IF ANY YES NO
9 BALANCE SHEET OF LAST 3 YEARS YES NO
10 PROFIT AND LOSS ACCOUNT OF LAST 3 YEARS YES NO
11 SOLVENCY CERTIFICATE FROM BANK/REGISTERED CHARTERED
ACCOUNTANT YES NO
12 TURNOVER DULY CERTIFIED BY C.A. LAST ONE YEAR YES NO
13 UNDERTAKING REGARDING BLACKLISTING YES NO
14 UNDERTAKING REGARDING ACCEPTANCE OF TERMS &
CONDITIONS OF NIT YES NO
15 TENDER SPECIFIC AUTHORIZATION (OEM) CERTIFICATE YES NO
16 TECHNICAL SPECIFICATION COMPLIANCE YES NO
17 BROCHURE/PRODUCT CATALOGUE YES NO
18 MANPOWER YES NO
19 CERTIFICATE ABOUT OPERATIONAL OFFICE IN KOLKATA YES NO
Note :
i. The bidders are requested to see that all of the above columns are marked.
ii. If any of the information furnished above are found to be false, action as per tender rule will be
initiated.
Sd/-
for Commissioner of Police,
Kolkata
_____________