tender - Department Of Commercial Taxes

advertisement
2013
REQUEST FOR PROPOSAL - CHECKPOST
COMUTERIZATION
Commercial Taxes Department,
Project Building,
Dhurwa, Ranchi, Jharkhand,
834004
Table of Contents
1. Fact Sheet
2. Instructions to the Bidders
3. Terms & Conditions
4. Eligibility Criteria
5. Detailed Scope of Work
6. General Conditions of Contract
7. Special Conditions of Contract
8. Deliverables, Payment & Penalty
9. Technical Specifications
 Annexure 1 to 20
10.
Appendix: Bid Templates/Formats
 Bid Proposal Sheet
 WORK EXPERIENCE CERTIFICATE
 SELF-DECLARATION
 CERTIFICATE OF CONFORMITY
 Bid Price Form
Commercial Taxes Department, Jharkhand
2
1.Factsheet
Bid Ref. No.: 2992 (Anu)/ 10.06.2013
1. Commissioner, Commercial Taxes Department ,Jharkhand invites sealed Technical &
Commercial Bids for Supply, Installation, Operation & Maintenance support of check post
computerization for Jharkhand Government.
2. A
complete
set
of
Bid
Documents
may
be
downloaded
from
http://www.jharkhandcomtax.gov.in/ by any interested and eligible Bidder. Non
refundable Tender fee of Rs. 5000/- (Rupees Five Thousand only) shall be payable by the
Bidder during bid submission in the form of Demand Draft in favour of Commissioner,
Commercial Taxes Department, Ranchi,. The Bid Document may be downloaded from
03/07/2013 at 10:30 am onwards.
3. Interested and eligible Bidders are required to submit the Technical and Commercial Bids
in two separate sealed envelopes. The Technical and Commercial Bids should be
accompanied by a bid security as specified in this Bid Document. The Bid Security (In the
form of Demand Draft or Bank Guarantee) should be included in the same envelope
containing the Technical Bid. The Technical and Commercial Bids along with the Bid
Security/EMD
must
be
delivered
to
Commissioner,
Commercial
Taxes
Department,Project Building, Dhurwa, Ranchi-834004 on or before 23/07/2013 till 04.00
pm.
4. The envelope containing the Technical Bid and the Bid Security will be opened on the
specified date & time in the presence of the Bidders or their authorized representatives
who choose to attend. In the event of the date specified for bid receipt and opening being
declared as a holiday for the Office, the due date for submission and opening of bids will
be the following working day at the appointed times.
5. The summary of various activities and procedural information with regard to this
invitation of bids are listed in the Factsheet below:-
Commercial Taxes Department, Jharkhand
3
Bid
1 Reference No.
2992 (Anu)/ 10.06.2013
Price of Tender Document
Tender Fee of Rs 5,000 shall be paid during
2 Bid Submission through Demand Draft
the
in favour of Commissioner, Commercial
Taxes Department, Jharkhand and payable
at Ranchi, Jharkhand from any of the
scheduled commercial bank
Date of commencement of downloading of
3
Tender documents
RFP can be Downloaded from
Rs. 5000/-
03/07/2013
10:30 am onwards
www.jharkhandcomtax.gov.in/
All the queries should be received on or before
Last date for submission of queries
12/07/2013, either through post or email
jharkhandcomtax@yahoo.com
12/07/2013 at 11.30 am
Pre-bid Meeting Date, Time and Venue
Address of the Nodal Officer is:
Dy Commissioner, Jharkhand Commercial Tax
Department, 3rd Floor, Project Building, Dhurwa,
Ranhci, Jharkhand- 834004
Clarifications to Queries to be uploaded on
website
Last date and time for downloading of
4
Tender documents
15/07/2013
23/07/2013
Till 03:00 pm
23/07/2013
Last
5 date & Time for submission of Bids
Till 04:00 pm
Commercial Taxes Department, Jharkhand
4
Bid Submission Address
Dy Commissioner, Jharkhand Commercial Tax
Department, 3rd Floor, Project Building, Dhurwa,
Ranhci, Jharkhand- 834004
23/07/2013
Date, Time and venue for opening of bids
6
At 04:30 pm
Dy Commissioner, Jharkhand Commercial Tax
Department, 3rd Floor, Project Building, Dhurwa,
Ranhci, Jharkhand- 834004
Address for communication and Contact Smt. Neelam Gupta
Person for queries related to Tender
jharkhandcomtax@yahoo.com
Dy Commissioner, Jharkhand Commercial Tax
Department, 3rd Floor, Project Building, Dhurwa,
Ranhci, Jharkhand- 834004
Financial/Commercial Bid
Will be notified later to Technical Bid qualified
bidders
Bid Validity
90 Days
Method of Selection
L1
Earnest Money Deposit
Rs 300,000 by Demand Draft in favour of
Commissioner, Commercial Taxes Department and
payable at Ranchi from any of the nationalized
Scheduled commercial Bank
Project Phases
Within 2 months of signing of the Contract
IT readiness and Service Rollout at
S
Check-posts
NH
District
1
Chirkunda
NH-2
Dhanbad
2
Chouparan
NH-2
Hazaribagh
L
Commercial Taxes Department, Jharkhand
5
3
BahraGorha
NH-33
E. Singhbhum
4
Karondi
NH -78
Gumla
5
Dhuliyan
MDR
Pakur
240
6
Koderma
NH31
Koderma
Ist-Phase: Chirkunda, Chouparan, BahraGorha
II: Operations & Maintenance: For next 3 Years
III: IT readiness and Service Rollout at other
Checkposts in Jharkhand
Estimated Budget
Rs 75,00,000 for each Checkpost
Commercial Taxes Department, Jharkhand
6
2.Instructions to the Bidders
1.
Cost of Bidding
The Bidder shall bear all the costs associated with the preparation and submission of its
bid, and the Tendering Authority in no case, will be responsible or liable for these costs,
regardless of conduct or outcome of the bidding process.
2.
Bidding Document
The Bidder is expected to examine all instructions, forms, terms and specifications in the
bidding documents. Failure to furnish all information required by the bidding documents
or submission of a bid not substantially responsive to the bidding documents in every
respect will be at the Bidder’s risk and may result in rejection of the bid.
3. Preparation of Bids
a. Language of Bid
The bid prepared by the Bidder, as well as all correspondence and documents relating to
the bid exchanged by the Bidder and the Tendering Authority shall be in English only.
b. Bid Currency
Prices shall be quoted in Indian Rupees only.
4. Documents Comprising the Bids
a. Bid Prices
The Performa of the bid price form is in Annexure 5. If required the tendering authority
may at a later stage (i.e. after the finalization of contract or at the time of agreement) ask
for a component wise breakup of the price.
b. Bid Proposal Sheet
Bid Proposal sheet duly filled in and signed and complete in all respects should be submitted (Format
in Annexure 1).
5. Documents Establishing Bidder’s Eligibility and Qualification.
Commercial Taxes Department, Jharkhand
7
a. Bidder should attach all documentary proof for the eligibility criteria mentioned in the
Section IV.
6. Earnest Money Deposit
a. The Bidder shall furnish, as part of its bid, an Earnest Money Deposit (EMD) in the
form of a DD/BG in favor Commissioner, Commercial Taxes Department payable at
Ranchi for an amount of Rs. 300000/- (Three Lakhs Only)
b. The EMD shall be in Indian Rupees only.
7. Period of Validity of Bids
a. Bids shall be valid for 90 days after the date of bid opening. A bid valid for a
shorter period shall be rejected by the tendering authority as non –responsive.
b. In exceptional circumstances, the Tendering Authority may solicit the Bidders
consent to an extension of the period of validity .The request and response
thereto shall be made in writing.
c. Bid evaluation will be passed on the bid prices without taking into
consideration the above changes.
8. Contents of Envelopes
a. It will be a two envelope bid comprising of technical bid and commercial bid.
b. First envelope shall be marked as Envelope No. 1 Technical
Envelope and shall contain:
- Demand Draft for Earnest Money Deposit (EMD)
- The documents establishing Bidder’s eligibility, qualifications and conformity
mentioned Tender Document.
- Technical Bid Offer including all technical & contractual compliance.
c.
Second envelope shall be marked as envelope No.2 “Commercial Envelope”
which will contain only price schedule in the prescribed proforma in
Annexure 5.
Commercial Taxes Department, Jharkhand
8
d.
The Bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person or persons duly authorized to bind the Bidder to the
Contract.
A Written power-of-attorney accompanying the bid should
support the latter authorization. The person or persons signing the bid shall
initial all pages of the bid, except for un-amended printed literature.
e.
Any interlineations, erasures or overwriting shall be valid only if they are
signed by the person(s) signing the bid. The bid will be summarily rejected if
all the documents mentioned are not enclosed in technical bid.
9.
Submission of Bids
Sealing and Marking of Bids
i.
The Bidders shall seal the envelope No.1 Technical envelope and envelope
No.2 Commercial envelope in separate inner envelopes, duly marking the
envelopes as “envelope No.1, Technical Envelope” and “envelope No.2
Commercial Envelope”. He shall then place these two envelopes in an outer
envelope. Both the inner envelopes and the outer envelope should be
addressed to:
Commissioner, Commercial Taxes Department, Dhurwa, Ranchi-834004.
ii.
The inner and outer envelopes shall bear the words:
“Invitation for Bids for Supply, Installation, Operation and Maintenance of
Checkpost Computerization
iii
Both the inner envelopes shall indicate the name and address of the Bidder.
iv.
If the outer envelope is not sealed and marked, the Tendering Authority will
assume no responsibility for the Bid’s misplacement or premature opening.
v.
b.
Telex, cable or facsimile bids will be rejected.
Deadline for Submission of Bids
i.
Bids must be received by The Tendering Authority at the address, not later
than the time and date specified in the Invitation for Bids (Section I). In the
Commercial Taxes Department, Jharkhand
9
event of the specified date for the submission of Bids being declared as a
holiday for the Tendering Authority, the bids will be received up to the
appointed time on the next working day.
ii.
The Tendering Authority may, at its discretion, extend this deadline for
submission of bids by amending the bid documents, in which case all rights and
obligations of The Tendering Authority and Bidders subject to the deadline will
thereafter be subject to the deadline as extended.
c.
Late Bids
Any bid received by the Tendering Authority after the deadline for submission
of bids prescribed by the Tendering Authority, will be rejected and/or returned
unopened to the Bidder.
d.
Withdrawal of Bids
i.
The Bidder may withdraw its bid after the submission, provided that the
Tendering Authority receives written notice of the withdrawal, prior to the
deadline prescribed for submission of bids.
ii.
In case the Bidder wants to withdraw, the Bidder’s withdrawal notice shall be
prepared, sealed, marked and dispatched to the Tendering Authority in
original.
iii.
No bid may be withdrawn in the interval between the deadline for
submission of bids and the expiration of the period of the bid validity
specified by the Bidder on the Bid Form. Withdrawal of a bid during this
interval shall result in the Bidder’s forfeiture of its bid security.
10. Bid Opening and Evaluation of Bids
a. After opening of the technical bids, those bidders, who are technically eligible (i.e.
who satisfy the eligibility criteria) and have submitted all the documents mentioned in
the tender documents, the financial bids of the technically qualified bidders will be
opened.
Commercial Taxes Department, Jharkhand
10
b. The Bidder or their authorized representative who wish to be present shall sign an
attendance.
c.
The Bidder’s name, bid modifications or withdrawals, bid prices and presence or the
absence of requisite bid security and such other details as, the Tendering Authority
at his discretion, may consider appropriate, will be announced at the time of
opening. No bid shall be rejected at the openings except for the late bids, which shall
be returned unopened to the Bidders.
d. Bids that are not opened and read out at bid opening shall not be considered for
further evaluation, irrespective of the circumstances. Withdrawn bids will be
returned unopened to the Bidders.
e.
Bids will be opened in the presence of Tender Committee as well as Bidders or their
representatives who choose to attend on the specified date and time.
j.
The Tendering authority reserves the right to disallow the opening
of bid of any of
the bidders without assigning any reason.
11.
Clarification of Bids
During evaluation of bids, Tendering Authority may at it’s discretion, ask the Bidder for
clarification of it’s bid .The request for clarification and response shall be in writing
and no change in prices or substance of the bid shall be sought, offered or permitted.
Any effort by a Bidder to influence the Tendering Authority in its decision on bid
evaluation, bid comparison or contract award may result in disqualification of the
Bidder’s bid and also forfeiture of his bid security.
12.
Award of Work
The finalization of the tenders will be done by a tendering committee.
a. The Tendering Authority will award the work to the Successful bidder whose bid
has been determined as the lowest evaluated bid provided further that the bidder
is technically eligible.
b. The Tendering Authority’s may vary scope of contract at the time of award.
13. Tendering Authority's Right to Accept / Reject Any or All Bids
Commercial Taxes Department, Jharkhand
11
The Tendering Authority reserves the right to accept or reject any bid, or to annul
the bidding process and reject all bids at any time prior to the award of Contracts,
without thereby incurring any liability to the affected Bidder or Bidders or any
obligation to inform the affected Bidder or Bidders of the grounds for the Tendering
Authority’s action.
14. Performance Guarantee
Within 15 days after receipt of notification of award of work from the office of
Commissioner, Commercial Taxes Department, the successful Bidder shall furnish
performance Bank Guarantee bond to the Commissioner, Commercial Taxes Department
which shall be equal to 5 percent of the value of the contract and shall be in the form of a
Performance Bank Guarantee valid up-to 63 months from the date of award of work.
15.
Corrupt or Fraudulent Practices.
The Tendering Authority requires that the Bidders/suppliers/
contractors under this
tender observe the highest standards of ethics during the procurement and execution of
such contracts. In pursuance of this policy, the Tendering Authority:
a. Defines for the purposes of this provision, the terms set forth as follows:
i. “Corrupt practice” means the offering, giving, receiving or soliciting of anything
of value to influence the action of the public official in the procurement
process or in contract execution; and
ii.
“Fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or a execution of a contract to the
detriment of the Tendering Authority, and includes collusive practice
among Bidders (prior to or after bid submission) designed to establish bid
prices at artificial non-competitive levels and to deprive the Tendering
Authority of the benefits of the free and open competition;
b. The tendering Authority will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in competing
for the contract in question.
Commercial Taxes Department, Jharkhand
12
a. The tendering Authority will declare a firm ineligible, either indefinitely or for a stated
period of time, to be awarded a contract if it at any time determines that the firm has
engaged in corrupt and fraudulent practices in competing for, or in executing, a
contract.
b. The past performance of the Bidder will be crosschecked if necessary. If the facts are
proven to be dubious, the Bidders tender will be ineligible for further processing.
16.
Interpretation of the clauses in the Tender Document / Contract Document
In case of any ambiguity in the interpretation of any of the clauses in Tender Document or
the Contract Document, the Tendering Authority’s interpretation of the clauses shall be
final and binding on all parties.
17.
Decision Taken
The decision taken by the Tender Committee in the process of Tender evaluation will be
final and binding.
Commercial Taxes Department, Jharkhand
13
3.Terms & conditions
1.
Tenderers are advised to study all technical and commercial aspects, instructions,
forms, terms and specifications carefully in the tender document. Failure to furnish
all information required in the Tender Document or submission of a bid not substantially
responsive to the Tender document in every respect will be at the tenderer’s risk and
may result in the rejection of the bid. It will be imperative on each bidder to fully
acquaint himself with all the local conditions and factors, which would have any effect
on the performance of the contract.
2.
Sealed offers
document
prepared in accordance with the procedure enumerated in
should
be
submitted
to
tender
the Commissioner, Commercial Taxes
Department, Dhurwa, Ranchi-834004, not later than the date and time laid down and
at the address given in the tender document.
3.
All bids must be accompanied by a Earnest Money Deposit (EMD) of Rs. 300000/- in
the form of Bank Draft / Bank Gurantee Valid for period of 3 months drawn from a
scheduled
bank
in
favor
of
Commissioner, Commercial Taxes Department
payable at Ranchi. Tenders not accompanied by earnest Money or incomplete in any
respect will be rejected outright.
4.
This tender document is not transferable.
5.
The categories of items and quantity will be as per requirements. Commissioner,
Commercial Taxes Department reserves the right to increase or decrease the quantity or
delete some or all of the items depending on the needs of the project without
assigning any reasons.
6.
The tenderer should indicate specifically the Make & Model of the items, Basic Price,
Taxes/Excise duty, other duties
against
each
item.
(if
any),
and
levies
chargeable quantitatively
No additional information will be entertained after due date.
Blank Price Bid (mentioning the required quantity) should be submitted in the technical
Bid
7.
The tender should be submitted in Two cover system i.e a: Technical Bid and b: Price Bid.
Commercial Taxes Department, Jharkhand
14
There should be proper indication of the contents on each envelope.
8.
The draft must be in a separate sealed envelope indicating the amount, tender
notice number, and due date enclosed with the bid.
9.
The tenderer should clearly indicate the delivery period and validity period of tender.
10.
The details particularly the Sales Taxes/excise duty, any other duty, if not quoted properly,
will not be admissible at a later date.
11.
The tenderers are required to quote for each item separately in terms of basic price and
all other charges. Prices should be quoted in Indian currency only.
12.
The Tender must be submitted along with the tender specific Manufacturers authorization
letters from the manufacturer.
13.
Commissioner, Commercial Taxes Department reserves the right to reject any or all
tenders without assigning any reason whatsoever.
14.
The tenders will be opened on the date and time indicated in the presence of
tenderers if any present on the occasion. If the date of opening is declared to be a
holiday the tenders will be opened on the next working day.
15.
All damaged or unapproved goods shall be returned at the Tenderer risk and
cost and the incidental expenditure thereupon shall be recovered from the concerned
party.
16.
Printed conditions of the firm sent along with the quotation, if any, shall not be
binding on us.
17.
Packing list must be put in all packets.
18.
On acceptance of tender, the date of
delivery should be strictly adhered to
otherwise, Commissioner, Commercial Taxes Department reserves the right not to
accept the delivery in full or in part. In case the order is not executed within the
stipulated period, Commissioner, Commercial Taxes Department will be at liberty to make
purchases through other sources, and to forfeit the earnest money of the tenderer.
19.
Party should offer all equipments of state of the art quality & branded products.
20.
Party shall be willing to offer Warranty/ Annual Maintenance Contract, (AMC), / Support
at a reasonable price for a period of three years.
21.
The Bidder should have Support centre in the State of Jharkhand or they will setup the
Commercial Taxes Department, Jharkhand
15
office within three months after winning the bid .
22. To fulfill the eligibility criteria for bidding, the consortium of parties will not be allowed.
Commercial Taxes Department, Jharkhand
16
4. Eligibility Criteria
The Bidding is open to all qualified Bidder who fully meet the following qualifying requirements:a. The bidder should enclose Manufacturers' Authorization Letter from the Original Equipment
Manufacturer (OEM) for the relevant items along with the Technical Bid for this specific tender.
b. The bidder should have successfully completed similar projects or Govt projects at least 3 up to worth
of Rs.3 Crores each or above, during the last three years (Provide the details as per the format given in
Annexure 2, also enclose the related work order).
c. The Bidder should have an annual turnover of not less than 50 crores in any one of the two previous
financial years. The documentary evidence (Attested photocopy of audited Balance Sheet, Certificate
of Incorporation etc.) must be submitted along with Bid.
d. The Bidder should have at least 300 (Five hundred) full time professionals on rolls over each of the last
three years. Self-certification by the authorized signatory will be required.
e. The Bidder should have Service Tax & VAT registration. The Latest VAT & Service Tax Return Certificate
& Commercial taxes clearance Certificate valid as on the date of tender should be submitted.
f. Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by
the Tendering Authority. A Self - Declaration Certificate should be enclosed.
g. Bidder’s should have ISO 9001 Certification in the domain of System Integration & Software
development
i. Bidder should have CMMI Level 3 or above certification.
j. Company Should be a profit making company for the last three years and minimum net profit margin
should be 5 Cr. (Proof should be attached).
Commercial Taxes Department, Jharkhand
17
5.Detailed Scope of Work
Introduction
Office of the Commissioner, Commercial Taxes Department, Government of Jharkhand,
intends for the check post computerization. The Scope of Work shall include supply,
delivery, installation, operation & maintenance support of check post Hardware & related
supplied Software for check post computerization and Integration with existing
commercial tax applications. The detailed scope of work is as follows.
1. Supply, Installation, commissioning, maintaining and support of IT (Desktop, Printer, LAN
and WAN) and Non-IT infrastructure (Site preparation and Generator wiring) at check
post. The Bidder should design the WAN architecture based upon VPNBB/LL/MPLS VPN to
connect checkpost to central location at Ranchi .The bidder is responsible to supply
required Routing Device and bandwidth for the Central Location and checkpost based on
the choice of the WAN Link type suggested by them. The MPLS/P2P/VPNBB Leased Line to
be supplied for dual redundant WAN Connection from different service provider at the
Toll Gate Locations to the Central Site.
2. Supply , Installation , Commissioning ,Customization of ANPR software to Integrate with
COMTAX road permit system ,maintaining and support of ANPR (Automatic Number
Plate Recognition) and CCTV system . The ANPR system should have alert Mechanism for
the Security Personnel Outside the Toll Booth .The Bidder and OEM are responsible for
design the technical solution integrating with commercial tax database /application for
visual alert outside of the Toll Booth with Red/Green lights with automation with the
ANPR Software so that the security personnel outside booth can have visual alert in case
of Database Mismatch of registered vehicle or any other fault.
Commercial Taxes Department, Jharkhand
18
The ANPR Solution Design
1. 4 Camera in each Toll Gate for recognizing the number plate of all the vehicles [Two
camera each lane].
2. 4 Camera at each Toll gate for general monitoring in and around the Toll gate for
surveillance
3. One number of video recording server/workstation for recording the video obtained form
all 8 camera in the toll gate
4. One number of computer running the Automatic Number Plate Recognition (ANPR)
software.
5. This software collects video streams from the 4 camera and processes the same for ANPR.
6. The ANPR software to be customized to integrate with the commercial tax road permit
system.
7. The data base of these individual Toll gates is then centrally replicated so as to have one
central database for reporting and for alert processing.
8. The Vehicles can be marked as hot vehicle if it is not in the commercial tax road permit
system or transport department also marked it as hot vehicle and will be monitored for
movement.
9. Once this hot flagged vehicle is recognized at the Toll gate an alert is raised at the
monitoring workstation at the toll gate. The monitoring device will send visual alert
outside of the Toll Booth with Red/Green lights with automation with the ANPR Software
so that the security personnel outside booth can have visual alert in case of Database
Mismatch of registered vehicle or any other fault.
10. Each toll gate will have one operator workstation to view live / recorded video from the
video management system.
11. Each local operator station will also have capability to monitor the ANPR system and also
run reports and flag vehicles as hot vehicles.
12. The system will have capability to run report based on the vehicle number form any toll
gate operator station.
13. This data base will be retained for a period of 30 days. The hot flagged vehicles
registration number data will be retained till the vehicle is no more designated as hot
vehicle.
14. The video from the connected camera will also recorded for 30 days on the video
management system server.
15. The central command and control server will provide maps functionality with the alerts
being processed by the individual toll systems.
16. The operator at the central command control center will be able to pull live or recorded
video form any of the cameras connected to the system.
Commercial Taxes Department, Jharkhand
19
17. The bandwidth provision for viewing video at the central location will be based on
number of live / recorded streams being concurrently viewed at the central location.
Currently the system needs to be designed with 2Mbps per Toll gate as Bandwidth
availability.
The overall diagram of ANPR and surveillance system is as follows
Commercial Taxes Department, Jharkhand
20
Operation and Maintenance support
1. The bidder shall provide comprehensive on-site support and warranty for all the
equipments supplied under the contract at least for a period of 3 years from the date of
final acceptance of the system. The bidder and OEM should support next business day
delivery against defective spares in major locations in India. The OEM should have
24x7x365 support in India. The bidder will provide OEM support license of 3 yrs and the
OEM should have option of supporting customers directly if needed & the support
information including delivery against defectives or status of case should be available
through web portals. The bidder proposed OEM[Router, Switch and Surveillance devices]
should have industry leading service supply chain in this regard and should
have
certification ISO 9001:2000 & ISO 14001 or equivalent .
2. The maintenance services, including spares shall be free of cost during the warranty
period and the bidder will provide two technical man power services[72 man months]
onsite support the department HQ. The two technical man power should have technical
experience of 5yrs or above in LAN/WAN[LL/VPN BB/MPLS VPN] networking and system
management and have certification of CCNP/CCIE and have technical qualification of
MCA/BTECH/Equivalent. The department will provide the space but the bidder will have
to arrange laptop and network connectivity to them to manage .
3. During the term of Warranty the service/repair calls will have to be attended by the bidder
within four hours from the time of such calls. In case of major defects requiring the
defective equipments to be taken to the bidder workshop, it should be returned within
permissible time duly repaired and immediate substitute equipments will be provided by
the bidder for the smooth operation of the System.
Commercial Taxes Department, Jharkhand
21
6.GENERAL CONDITIONS OF CONTRACT
1. Definitions
In this Contract, the following terms shall be interpreted as indicated:
“The Contract” means the agreement entered into between the Tendering Authority and
the Supplier, as recorded in the Contract Form Signed by the parties, including all the
attachments and appendices thereto and all documents incorporated by reference
therein .
“Bidder” means any agency that is participating in the tender process.
“Provider ” means any agency that is a successful Bidder and to whom the contract will be
awarded.
“The Contract Price” means the price payable to the Supplier under the Contract for the
full and proper performance of its contractual obligations.
The “ Items “ means the material which the Bidder is required to supply to the
Department under the Contract.
The “User Department” means Office of the D.G & I.G of Police, Jharkhand Police
Headquarters -Ranchi
“Service” means the Provider should come up with a Comprehensive solution as defined
in the Scope of Work. The work will not be allotted in piecemeal. Bidders providing for
part services / activities will not be considered.
2. Application
These General Conditions shall apply to the extent that provisions in other parts of the
Contract do not supercede them.
3.
Use of Contract Documents and Information
Commercial Taxes Department, Jharkhand
22
a.
The Provider shall not, without the Tendering Authority’s prior written
consent, disclose the Contract, or any provision thereof, or any specification,
plan, drawing, pattern, sample or information furnished by or on behalf of
the Tendering Authority in connection therewith, to any person other than a
person employed by the Provider in performance of the Contract. Disclosure
to any such employed person shall be made in confidence and shall extend
only so far as may be necessary for purposes of such performance.
b.
Any document, other than the Contract itself, shall remain the property
of the Tendering Authority and shall be returned (in all copies) to the
Tendering Authority on completion of the Supplier’s performance under the
Contract if so required by the Tendering Authority.
c.
The Service Provider shall permit the Tendering Authority to inspect the
Service Provider’s accounts and records relating to the performance of the
Service Provider and to have them audited.
4. Delivery of Items
The vendor shall be responsible for delivery and installation of the ordered item(s) at the
site and for making them fully operational at no extra charge within 20 days of the date of
Supply order.
Delivery of the Items shall be made by the Provider in accordance with the terms specified
by the Tendering Authority in the work order.
5. Incidental Services
The Provider is required to provide the following services, including additional services, if
any:

Performance or supervision of the on-site assembly and/or start-up of the supplied
Items;
Commercial Taxes Department, Jharkhand
23

Furnishing of detailed operations and maintenance manual for each appropriate unit
of supplied Items;

Performance or supervision or maintenance of the supplied items for the period of
time mentioned in the Tender notification.
6. Delays in the Bidder's performance
Performance or the Contract shall be made by the Bidder in accordance with the time
schedule specified by the Commissioner, Commercial Taxes Department as indicated in
tender document.
An unexcused delay by the Bidder in the performance of its contract obligations shall
render the Bidder liable to any or all of the following sanctions:
i) Forfeiture of its performance security;
ii) Imposition of liquidated damages; and/or
ii) Termination of the Contract for default.
As soon as practicable, after receipt of the
Bidder's
notice,
the Commissioner,
Commercial Taxes Department shall evaluate the situation and may at its discretion
extend the Bidder's time for performance, in which case the extension shall be ratified by
the parties by amendment of the Contract.
7. Acceptance
The Acceptance Tests for delivery, installation and maintenance shall be conducted by
the Bidder in the presence of a core Group of experts nominated by Commissioner,
Commercial Taxes Department. The Acceptance Test must be completed by the Bidder
to the satisfaction of the Core Group within a period of thirty (30) days after
Implementation.
8. Liquidated Damages
In the event of failure of the Bidder to secure acceptance of the items by the
Commissioner, Commercial Taxes Department, within ninety (90) days after
implementation, the Commissioner, Commercial Taxes Department reserves the
Commercial Taxes Department, Jharkhand
24
option to recover from the Bidder as liquidated damages and not by way of penalty for
the period after the said ninety (90) days, until acceptance a sum equivalent to two
percent (2%) of the contract value for each month of the failure of Bidder up to a
maximum deduction of Ten (10) percent, to secure acceptance or part thereof, without
prejudice to the Commissioner, Commercial Taxes Department other remedies under
the Contract.
9. Penalty Clause
If the Provider is not executing the contract to the satisfaction of the tendering authority
then he may invoke any or all of the following clauses.
i.
The reported failure/malfunctioning must be resolved within 24 hours
from the time of login. If the failure/ malfunctioning is not resolved
within 24 hours there will a penalty charge of @Rs100.00 per hour which
will be enchased form the Bank Guarantee or
ii.
Forfeit the performance Guarantee Amount.
10. Termination for Default
The Tendering Authority may, without prejudice to any other remedy for breach of
contract, by written notice of default sent to the Provider, terminate the Contract in
whole or part:
i.
If the Provider fails to deliver any or all of the Hardware within the
period(s) specified in the Contract.
ii.
If the Provider fails to perform as per the performance standards.
iii.
If the Provider, in the judgment of The Tendering Authority has engaged
in corrupt or fraudulent practices in competing for or in executing the
Contract.
11.
Force Majeure
Commercial Taxes Department, Jharkhand
25
a.
For purposes of this clause, “Force Majeure” means an event beyond the
control of the Provider and not involving the Provider’s fault or negligence and
not foreseeable. Such events may include, but are not limited to, acts of the
Purchase either in its sovereign or contractual capacity, wars or revolutions,
fires, floods, epidemics, quarantine restrictions and freight embargoes.
b.
If a force Majeure situation arises, the Provider shall promptly notify the
Tendering Authority in writing of such conditions and the cause thereof.
Unless otherwise directed by the Tendering Authority in writing, the Provider
shall continue to perform its obligations under the Contract as far as it
reasonably practical, and shall seek all reasonable alternative means for
performance not prevented by the Force Majeure.
12. Termination for Insolvency
The Tendering Authority may at any time terminate the Contract by giving
written notice to the Provider. If the Provider becomes bankrupt or otherwise
insolvent, in this event, termination will be without compensation to the
Supplier, provided that such termination will not prejudice or affect any right of
action or remedy that has accrued or will accrue thereafter to the Tendering
Authority.
13. Resolution of Disputes
The matter regarding any dispute shall be sorted out at the level of
Commissioner, Commercial Taxes Department.
14. Legal Jurisdiction
All legal disputes are subject to the jurisdiction of Ranchi courts
only.
15. Taxes and Duties
The rates quoted shall be in Indian Rupees and shall be inclusive of all taxes,
duties as applicable up to the completion of job. Any increase in the rates will
not be allowed.
16. Binding Clause
Commercial Taxes Department, Jharkhand
26
All decisions taken by The Tendering Authority regarding the processing of this
tender and award of contract shall be final and binding on all concerned parties.
17. Tendering Authority, reserves the right:a) To verify, modify, revise, amend or change any of the terms and conditions mentioned
above or to reject any or all the tender/s without assigning any reason whatsoever
thereof or may terminate the tender process midway without assigning any reason.
b) The Decision regarding acceptance of Tender by the Tendering Authority will be full and
final.
c) Conditional tenders shall be summarily rejected.
d) The vendor should be in a condition to fulfill the repeat orders, if asked to do so.
Commercial Taxes Department, Jharkhand
27
7. SPECIAL CONDITIONS OF CONTRACT
The following Special Conditions of Contract shall supplement the General Conditions of
Contract. Whenever there is a conflict, the provisions herein shall prevail over those in
the General Conditions of Contract.
1.
Provider’s Integrity
The Provider is responsible for and obliged to conduct all contracted activities as defined
in the scope of work in accordance with the Contract.
2.
a.
Provider’s Obligations
The Provider is obliged to work closely with the Tendering Authority’s staff, act
within its own authority and abide by directives issued by the Tendering Authority.
b.
The Provider will abide by the job safety measures prevalent in India and will free
the Tendering Authority from all demands or responsibilities arising from
accidents or loss of life the cause of which is the Provider’s negligence. The
Provider will pay all indemnities arising from such incidents and will not hold the
Tendering Authority responsible or obligated.
c.
The Provider is responsible for managing the activities of its personnel or subcontracted personnel and will hold itself responsible for any misdemeanor.
d.
The Provider will treat as confidential all data and information about The
Tendering Authority, obtained in the execution of his responsibilities, in strict
confidence and will not reveal such information to any other party without the
prior written approval of the Tendering Authority.
3. The bidder will submit all deliverable specified in RFP and should mention
the make & model no. for clarity..
Commercial Taxes Department, Jharkhand
28
4.
Depending upon the project requirement the quantity of items as specified in the tender
may increase. If some item other than the mentioned is required, it has to be arranged by
the supplier.
5.
In case of serious discrepancy in equipments supplied, the Commissioner, Commercial
Taxes Department may cancel the entire purchase order and return the item(s) back to the
vendor at vendor’s costs and risks.
Commercial Taxes Department, Jharkhand
29
8.Deliverables, Payment and Penalty
Payments will be released only on satisfactory acceptance of the deliverables for each Task
as per the following schedule:
The contract value shall compose of two components- Milestone based payment and
Ongoing services based payment. Payments shall be released only on the satisfactory
acceptance of the deliverables for each milestone or services by the client based on the
inputs provided by the Technical committee. The prices should remain firm and not subject
to any upward revisions on any account whatsoever throughout the period of contact.
Sr. No.
Cost component
1.
WS1-
Hardware
support,
supply,
software
installation
supply,
and Component 1 (Total Project
installation, Cost)
integration, License and support, Technical
services for operation support.
Milestone based Deliverables, Payment, Timelines and Penalties
Sr. No.
Milestone based Deliverables
Timeline Fee Payable
Penalty
1.
Acceptance of the detailed project
T+5
M1 = 45% x
Beyond T+5
management plan, exit
Weeks
Component 1
weeks
management plan along with and
penalty of
delivery of software and hardware.
Rs.
10,000.00
per week.
2.
On successful installation of
T+10
M2 = 10% x
Beyond T
hardware and software and
Weeks
Components 1
+10 weeks
deployment of manpower services.
penalty of
Rs. 5,000.00
Commercial Taxes Department, Jharkhand
30
per week
3.
User acceptance certificate and go-
T+15
M3 = 5% x
Beyond T
live issued by Department
Weeks
Components 1
+15 weeks
nominated committee
penalty of
Rs. 5,000.00
per week
4.
Quarterly payment for 3 years after
Period
M4= 2% x
If any
Go-live , Quarterly payment will
of Next
Components 1
problem
start after completion of roll out of
5 Years
(For 5 Years)
after go-live
the application and integrated
after
of the
solution operations for 90 days (
Services
project like
Payment should be made after
have
hardware
completion of the quarter after
been
failure /man
deduction of any applicable
rolled
power not
penalties based on the submission
out
deployed /
of invoice and SLA compliance
training not
report. The invoice should contain
held then
reports of man month allocated,
penalty of
man month used, attendance, copy
Rs. 5,000.00
of the salary slip actual net
per week.
payment + the tax(PF, ESI, Other
Tax) and performance evaluation
certificate of the assigned work
from the client.
* The estimated budget of the project is around Rs 3 crore.
Commercial Taxes Department, Jharkhand
31
9.Technical Specifications
Annexure 1 to 19
Commercial Taxes Department, Jharkhand
32
Annexure-1
Desktop System
Make__________________Model_______________________
Item
S
.
N
o
Processor
1
Motherboard
2
&
Chipset
Video
3
Network
4
Ports
5
HDD
6 Controller
Memory
7
Storage
8
Optical
9
Drive
Wireless LAN
Monitor
1
0
Keyboard
1
1
Mouse
1
2
Out
1 Of Band
Management
3
Power
1
Management
4
&
DMI
System
1
Chassis
5
OS1Support &
Certification
6
Preloaded
1
Software
7
Complete Description
Complia
nce
(Yes/No
)
Deviation
Remarks
Two Core , 64bit x86 Processor @ 3GHz or more,4MB L3
cache or more, Memory support DDR3
OEM Motherboard
Integrated Graphic controller
Integrated 10/100/1000 Gigabit Ethernet controller and
wireless IEEE 802.11 a/b/g
1 HDMI port , 2x USB 2.0 and 2 x USB 3.0, 1xKeyboard
port, 1xMouse port , 4 in 1 Media Card Reader , Built in
microphone ,Stereo jack
Integrated dual port SATA-II controller
2GB DDR III 1333MHz or higher
expandable up to 8 GB or more
500GB sata II HDD 7200 RPM
22X DVD writer or higher
802.11g Wireless LAN PCI Card 2.4ghz or above
18.5” TFT or more (4:3 aspect ratio) LCD Monitor 1280 x
1024 resolution with 5 ms or better response time, TCO
05 certified
107 or more Keys Keyboard
USB Optical Scroll Mouse with anti-static mouse pad
resolution of Optical 1000 cpi, Complying to CE and FCC
norms
out-of-band management preferable
System with Power management features & Desktop
Management Interface implementation
All in One desktop with wired keyboard and wired
mouse
Windows 7 & Linux Redhat 5 /Centos 5.5 /Ubuntu
Above configuration preloaded with Windows 7
professional with Hindi Language packs, Open Office
3.0 with Hindi Unicode fonts , Antivirus with all
Commercial Taxes Department, Jharkhand
33
/
Webcam
1
8
Preferred
1
Brand
9
Warranty
2
Coverage
0
Power
2
input
1
necessary Plugns/ utilities and driver software including
bundled in DVD Media [ Antivirus licence for 5 years
support and upgradation]
Built in webcam of 1.3 megapixel
HP / DELL / IBM/ HCL /Acer
Comprehensive warranty for 3 years.
100 -240V AC
Commercial Taxes Department, Jharkhand
34
Annexure-2
Technical Specifications Laser Jet Multifunction Printer
(Print, Copy, Scan, Fax)
Make________________________Model____________________________
S Parameters
L
Printer Specification
Print
1 speed, black
Print
2 resolution,
black
Print
3 technology
Monthly
4
duty cycle
Memory,
5
standard
Print
6 languages,
standard
Duplex
7
printing
(printing on both
sides of paper)
Media
8 sizes,
standard
Media
9 sizes,
custom
Specifications
Compliance
(Yes/No)
Deviation / Remarks
18 ppm or more
Up to 600 x 600 dpi
Laser
8000 pages or more
64 MB
Host-based printing, PCL 5e
Manual (driver support)
Letter, legal, executive, postcards,
envelopes (No. 10, Monarch)
250-sheet input tray: 5.8 x 8.27 to 8.5 x
14 in; priority feed slot: 3 x 5 to 8.5 x 14
in
Media
1 types
Paper (laser, plain, photo, rough,
0
vellum), envelopes, labels, cardstock,
transparencies, postcards
Scanner Specification
Scanner
1
type
Flatbed, ADF
1
Scan
1 resolution,
1200 dpi or more
optical
2
Scan
1 size
8.5 x 11.7 in
3
Scan
1 speed
6ppm or above
4
Supported
1
file
PDF; TIF; BMP; GIF; JPG
formats
5
Copier Specifications
Copy
1 resolution
600x 400 dpi or more
6
Maximum
1
number 99 copies or more
of7copies
Commercial Taxes Department, Jharkhand
35
Fax specifications
Fax
1 transmission
speed
8
Fax
1 memory
9
Fax
2 resolution,
black
0
Speed
2 dials,
maximum
1
number
Auto
2 redial
2
Fax
2 delayed
sending
3
Other Specifications
Accessories
2
included
4
Connectivity
2
5
Network
1
ready
2
Operating
1
temperature
5
range
ENERGY
1
STAR®
Qualified
6
Warranty
1
Coverage
7
3 sec per page
500 pages or more
300 x 300 dpi or more
More than 100 numbers
Yes
Yes
USB cable , Driver CD ,Utility software ,
UTP patch cable & One printing
cartridge
Hi-Speed USB 2.0 port & 3.0 support;
10/100Base-T Ethernet network port;
RJ-11 Telephone port for Fax
Standard (built-in Ethernet)
50 to 90F
Yes
Comprehensive warranty for 3years.
Commercial Taxes Department, Jharkhand
36
Annexure-3
TECHNICAL SPECIFICATIONS FOR ON-LINE UPS (2KVA)
SINGLE PHASE INPUT & SINGLE PHASE OUTPUT
Make_________________Model___________________________________
SL
Parameters
Specifications
1
Capacity
Battery Backup
General
Inverter Technology
2KVA
120minutes
Inverter Efficiency
90% or better on rated full load of
2
3
4
5
Compliance
(Yes/No)
Deviation /Remarks
Pulse Width Modulation (PWM)
using IGBTs, double
conversion
Switching frequency
20 KHz or higher
Total Harmonic Distortion < 2% for 100% linear load
(THD)
< 3% for 100% non-linear load
Voltage
Noise level
Less than 55 db
Operating Temperature
0º- 50º C
Output Wave Form
Pure sine wave
Cooling
Air Cooled
Input
Voltage Range
160 V AC to 280 V AC
Frequency range
50 ± 6% Hz
D/G set comp ability
Required
Input Power Factor
0.9 or better at full output load
leading to Unity with power
factor correction (PFC)
Output
Voltage
230V AC +1 %, single phase
Regulation
Less than + 1% in the following
conditions
1. No load to full load/Full load to
no load
2. 0.6 lag to Unity PF
3. During Entire Backup time.
4. Complete Input Voltage Range
Frequency
50 Hz + 0.5 %
Efficiency
Overall
Efficiency 80 % or better on rated
full load of 0.8 PF & 230V, 50Hz AC
output
Commercial Taxes Department, Jharkhand
37
6
7
8
9
11
12
13
14
15
0.8 PF & 230V, 50Hz AC
output
Overload Capacity
110% for 2 min. & 125% overload
for 30sec.
Load Power Factor
0.8 lagging
Protection
Required for :
Short Circuits
Over Loading
Over Temperature
Input low/ high voltage control
DC low/high voltage trip
Battery Make
CSB / Panasonic / Global Yuasa /
Exide / Orchid / Okaya /Amar Raja
make complying to JIS C 8702 test.
Battery recharge time
Battery recharge time should not
(after complete discharge exceed 8 hours and charger
to
should be capable to charge
100% charge) & charge battery on C10 rating.
rating
Battery Capacity
Capacity of D.C.Bus
Battery Bank for Back-up Time
UPS
Voltage
2KVA
<192 V
120 minutes
UPS & Battery Housing
Powder coated UPS & battery
cabinet with caster wheel
should of minimum 1mm thick
good quality material and
should be free from sharp edge,
scratches, nicks, & burs etc.
Enclosure should conform to
protection requirement of IP2L1
to
IS13947
(Part
1)/1993
(reaffirmed 2004).
L.C.D. meter
To measure and monitor input
voltage, output voltage, output
current, DC current, DC voltage,
input / output frequency
Indications
Mains on
Load on Battery
Inverter
Battery level
Load level
Inverter over load
Audible Alarm
Over Temperature
Main failure
Battery low
Inverter Overload
Switches
Main ON/OFF MCB
Commercial Taxes Department, Jharkhand
38
Battery ON/OFF MCB
Inverter push button with reset.
16 Output Connection
O/P Terminals of standard quality
should be provided.
03 Nos. of 5/15A/230V female ISI/
IEC Mark socket and all 3
sockets should
17 Isolation Transformer
Galvanic
Isolation
through
Transformer
18 Warranty
Comprehensive warranty of 3
Coverage
years(including Battery
Maintenance /replacement )
Note -More than two battery banks should not be used in parallel in the configuration.
Commercial Taxes Department, Jharkhand
39
Annexure -4
Technical Specifications 8 Port Managed Switch
Make________________________Model____________________________
Parameters
Specifications
Compliance
(Yes/No)
Deviation /
Remarks
Network
1
Ports
The switch should have minimum 8 x
10/100/1000 Ports with 2 One Gigabit
Ethernet SFP ports for uplinks
UTP RJ-45 ports
Protocol
2
CSMA/CD
Standards
3
IEEE 802.3 10 Base-T Ethernet
Compliance
IEEE 802.3u 100BASE-TX Fast Ethernet
IEEE/ANSI 802.3 Auto Negotiation
IEEE 802.3x Full duplex Flow Control
Data
4 Transfer Rates Forwarding bandwidth 16gbps or more
,switching bandwidth 32gbps or more ,
Fast Ethernet 100 Mbps(Half Duplex),
200 Mbps(Full-Duplex)
Memory
5
Flash memory 32mb or more,
memory DRAM 64 mb
Power
6
Supply
100V-240VAC
Max
7 VLANS
255 or more
VLAN
8 IDs
4000 or more
Maximum
9
9000 bytes
Transmission
unit(MTU)
Jumbo
1
frames
900 bytes
0
Operating
1
-5 to 45 degree Centigrade
Temperature
1
Auto
1 Smartport
Port
should
provide
automatic
2
configuration as devices connect to the
switch port, allowing auto detection
and plug and play of the device onto
the network
Automatic
1
QoS Automatic QoS feature should be
(AutoQoS)
4
available for voice over IP (VoIP) .
Warranty
7
Comprehensive warranty of 3years
Coverage
Commercial Taxes Department, Jharkhand
40
Annexure -5
Technical Specification of Routers
Sl.
No.
Specifications
Compliance
(Yes/No)
Deviation
Routers combine WAN access, security and wireless services , LAN port
onto a single, secure device
The router should have 4-port 10/100 Fast Ethernet Managed switch for
LAN
Router should support one Gigabit Ethernet Port
The Router should have one Serial WAN port
The Router should support 3G WAN Dual SIM card capability in the router
The router should support VPN - Up to 20 tunnels
The router should support Easy deployment
The router should have Centralized management features
The router should provide Built-in advanced security,
Router shall have capability of having internal Firewall, Intrusion
prevention system & VPN features
The router shall support option for simplified configuration management
Should be able to build IPSec tunnel dynamically, point to point or point
to Multipoint
The router shall supportCON/AUX port for console or external modem
SOFTWARE FEATURES:
Routing Protocols and General Router Features :
Routing Information Protocol (RIPv1 and RIPv2), Layer 2 Tunneling
Protocol (L2TP), Port Address Translation (PAT)
802.1d Spanning Tree Protocol (STP), Dynamic Host Control Protocol
(DHCP) server/relay/client
Access control lists (ACLs), Generic routing encapsulation (GRE)
Dynamic DNS Support
Support for OSPF & BGP
Support for 802.1q VLANs, Web Content Caching Protocol (WCCP) or
equivalent.
Support for Multicast Routing Protocol - PIM Sparse Mode,
SUPPORT FOR IPv6 Features:
IPv6 addressing architecture, IPv6 name resolution, IPv6 statistics
IPv6 translation-transport packets between IPv6-only and IPv4-only
endpoints
ICMPv6, IPv6 DHCP
IPsec over IPv6
Security Features:
Stateful Inspection Firewall, Bridging firewall
Commercial Taxes Department, Jharkhand
41
The router shall support NAT
Hardware-accelerated DES, 3DES, AES 128, AES 192, and AES 256
IPSec 3DES termination/initiation, IPSec passthrough
Point-to-Point Tunneling Protocol (PPTP) passthrough
Zone-Based Policy Firewall
Secure HTTP (HTTPS), FTP, and Telnet authentication proxies
Stateful inspection transparent firewall
Dynamic and static port security
Public-key-infrastructure (PKI) support
IPsec stateful failover
Support for dynamically VPN creation for Multipoint VPN, Lock and Key
Access Control Lists,
the router shall support Firewall stateful failover
The Router should support functionality to protect the route processor
from unnecessary or malicious levels of traffic, including DOS attacks
QoS Features :
Low Latency Queuing (LLQ)
Real-Time Transport Protocol (RTP) header compression (cRTP)
QoS preclassify and prefragmentation
Policy-Based Routing (PBR)
Class-Based Traffic Policing (CBTP)
Class-Based Traffic Shaping (CBTS)
Management Features :
Web Based (GUI), Management of LAN switch ports
Telnet, Simple Network Management Protocol (SNMP), CLI, and HTTP
management, RADIUS
High-Availability Features
Virtual Router Redundancy Protocol (VRRP) (RFC 2338)
Out-of-band management with external modem through virtual auxiliary
port
Dial backup with external modem through virtual auxiliary port
Dual SIM support for cellular multihoming
the router should support adaptive and dynamic routing adjustments
based on criteria such as response time, packet loss, jitter, mean opinion
score (MOS), path availability, traffic load distribution, and cost
minimization policies when doing path selection
Switching Features
Support for 4-port 10/100 Mbps managed switch
Support for Auto Media Device In/Media Device Cross Over (MDI-MDX)
or equivalent
Support for Eight 802.1Q VLANs
Support for MAC filtering
Internet Group Management Protocol Version 3 (IGMPv3) snooping
Commercial Taxes Department, Jharkhand
42
Support for Switched Port Analyzer (SPAN)
Support for Storm Control
Interface/hardware/ & Software license required from day one
The router solution should 4-port 10/100 Mbps managed switch
Router should support one Gigabit Ethernet Port
The Router should have one Serial WAN port
The Router should support 3G WAN Dual SIM card capability in the router
The router should have Default and maximum DRAM of 512MB
The router should have Default and maximum flash memory 256 MB
The router shall have security and all relevant IP services license
Commercial Taxes Department, Jharkhand
43
Annexure -6
TECHNICAL SPECIFICATIONS FOR DIESEL GENERATORS 25KVA
Component
S
Name
.
N
o
CAPACITY
1
ENGINE:
2
Required Specifications
COOLING
SYSTEM REQD.
WATER LEVEL
MAINTENANCE
Air cooled, Water/Coolant cooled
OUTPUT
MINIMUM HP
FUEL PUMP
GOVERNOR
NO. OF
CYLINDERS
RECOMMONDED
MAKES OF
ENGINE
FLYWHEEL
OVERLOAD
CAPACITY
ENGINE
ASPIRATION
STANDARD THAT
THE ENGINE
SHOULD MEET
RADIATOR
SILENCER
Compliance
(Yes/No)
25KVA
The Water/Coolant cooled system of the engine should be
equipped with in built expansion tank so that frequent
topping up of water/daily check of water level is not needed.
Only a top up at 250 hours should suffice. Engine should
have high quality and finish to make it a zero leakage system.
Similarly the water system should have seals etc. to ensure
no water leakage from the water pump.
The ENGINE continuous duty rated, should be capable of
developing sufficient output HP under site temperature
conditions of 45 degree C to ensure full output from 5 kVA
alternator.
Not less than 10 B.H.P continuous rated.
The pump should be of MONOBLOCK design of MICO or
equivalent make to ensure better governing and easy repair
in the field.
Mechanical / electronic
Single/Multi cylinder, in accordance with is 10001-1981 with
latest amendments.
KIRLOSKAR/CUMMINS/MAHINDRA/GREAVES/EICHER/
ESCORTS/ ASHOK LAYLAND/ OR EQUIVALENT.
Of suitable diameter and weight (indicate the diameter and
the weight).
Engine should be capable of providing 10% overload for 1
hour for every 11hour continuous running at full load
Naturally Aspirated
IS/BS (IS 10000/BS:5514/BS:649).
Heavy duty with fan (provide technical details).
Residential type with exhaust piping with vibration isolators
Commercial Taxes Department, Jharkhand
44
(provide technical details).
Equipment like electric motor, battery, charging alternator
etc. for electric start
ACCESSORIES
Fuel injection equipment, air cleaner, voltage regulator, anti
vibration mounting pads, speed controlling governor,
suitable coupling system to the alternator, tachometer,
lubricating oil temperature and pressure gauge, rpm
indicator and hour meter to indicate number of hrs. of
operation, auto trip on low oil pressure, over speed alarm
with trip, thermal insulation for exhaust line with glass wool,
aluminium sheet, chicken mesh, diesel line of suitable
diameter.
PROTECTION
Against low lubricating oil pressure, high water temperature
shall be provided for engine with alarm and fuel shut off.
ACOUSTIC
3
The enclosure supplied should ensure not more than 5-7
ENCLOSURE
degree C temperature rise then the outside temperature
with natural air circulation. The noise level should not be
more than 75 dBA at 1 meter distance. Enclosure should be
duly type approved by CPCB authorized lab. The enclosure
must be fitted with sheet steel of 1.2/1.6 mm thickness,
seven tank pretreated and powder coated with pure
polyester powder to enable outdoor
installation.
FUEL
4
TANK
Fuel tank with capacity of 12 hours continuous running at
full load with necessary piping, fuel gauge, drain valve, inlet
and outlet connectors complete in all respect.
ENVIRONMENTAL
5
Shall meet requirement of rules1986 as laid down by
CONDITIONS
Ministry of Environment & Forest read with GSR No. 371 (E)
dated: 17.05.2002, GSR 520 (E) dated: 01.07.2003 and GSR
448 (E) dated: 12.07.2004 in respect to emission norms for
the engine and in respect of noise level for the DG sets.
ALTERNATOR
6
Self excited and self regulated alternator should be of
brushless type with VG-I grade of voltage regulation giving
an output of 5 KVA, single phase 230/240 Volts, 50 Hz, 0.8
(lag) power factor, 2 wire close coupled to the Engine. Class
of insulation should be Class "H". Alternator should meet IS
13364 (part-I):1992/2003. Alternator should be capable of
10% overload for
one hour and 50% overload for 15 seconds in 12 hours.
Permissible voltage variation - +/-1.5% of rated voltage.
PROTECTION
Screen protected drip proof with IP 21 degree of protection
as per IS: 4691/85.
RECOMMONDED
KIRLOSKAR ELECTRIC/CROMPTON/LEROY SOMER/
MAKES
OF STAMFORD/Elgi/CGL/KEC or equivalent.
ALTERNATOR
AUTO
7
MAINS
The AMF control panel shall have the following instruments
FAILURE (AMF)
and
CONTROL
accessories:
STARTING
Commercial Taxes Department, Jharkhand
45
PANEL
BATTERY
8
(a) Microprocessor based genset controller with composite
meter for digital display Of:
i) Output voltage/AC Mains voltage.
ii) Output Current.
iii) Power Factor
iv) Frequency.
v) kWh
vi) Three attempts engine start/engine cranking relay.
vii) On-delay timer for load change over.
viii) On-delay timer for engine shut off.
(b) Mode selector switch for setting the panel on any
one position such as OFF/auto/manual/test.
(c) Engine ON-OFF switch (Push button type)
(d) MCCB of suitable rating shall be provided.
(e) Rectangular aluminum bus bars (one number for each
phase, neutral and earthing terminal) of adequate
ratings duly colour coded with heat shrinkable PVC sleeves.
(f) Two contactors of suitable rating (one for DG set
& one for AC mains)with over load relay.
g) Under-voltage relay for mains.
(h) Battery charger complete with voltage regulator,
float or booster selector switch, ON-OFF switch,
voltmeter and ammeter for charging the battery
from mains. This will be in addition to the
battery charging alternator fitted on the engine.
(i) Instrument & Control Fuses.
(j) Five number indicating lamps to indicate 'mains
ON', 'load on mains', 'set running', 'load on set'
and 'battery charger on'.
(K) Audio visual alarm for 'Low lubricating oil
pressure', 'High cylinder head temperature','Start
failure' and 'DG over load'.
(l) Any other switch, instrument, relay or contactor
etc. essential for smooth and trouble free
functioning of DG set with AMF panel is to be
specified by the tenderers in their offer with
complete detail of the item.
The panel should be within the D G set acoustic enclosure.
The system should have an inbuilt By PASS Change Over
switch to ensure
that in case of AMF / D G Set failure the mains can get
directly connected to
the load.
Make of Contactors acceptable - ABB/Siemens/Schneider/LG
(LS) / L&T
Make of Microprocessor - Procom / Control & Switchgear /
Sun Automation/ Minilec and equivalent.
Battery of very low maintenance - 85 AH or higher lead acid
type Make – Amron / Standard Furukawa/ Exide / Amco /
Commercial Taxes Department, Jharkhand
46
SIZE AND
WEIGHT
INSTALLATION
9
DETAILS
Warranty
1
Coverage
0
Prestolite /Panasonic.
Should be minimum (provide details).
* Earthing connection to the existing earthing
*RCC / PCC Foundation of size as per DG set and having a
height above ground of at least 9 inches.
*Length of input/output cables upto a length of 20 mts. May
be included in
the installation cost and quote additionally for:
*4x10 Sq mm armoured aluminium cable (quote as rate per
meter)
*Cable laying - wall supported/open a(quote as rate per
meter)
*Cable laying - under ground (quote as rate per meter)
*End termination of Cable - 4 terminations(quote as
lumpsum)
*Exhaust piping with aluminimum cladding (where needed)
(quote as rate
per meter)
*Testing of the DG set at the site for 1 hour and hand over to
Comprehensive 3 years warranty (including preventive
maintenance) covering all parts except Diesel.
Commercial Taxes Department, Jharkhand
47
Annexure -7
SPECIFICATION FOR PIT EARTH
G.I. Pipe of 60 mm diameter with a sole plate to be laid vertically down inside the ground to depth
of 3.5 meter. To the G.I. Pipe four copper plates are fitted at the bottom inside the earth. The Copper
plate is of One-meter Square. G.I. Pipe is fitted to Copper plates by means of brass bolts & nuts of 9.4 mm
X 50 mm and with spring Washers & Plate washer. The trench is fitted with fine ash to a height of One
meter, then Salt to a height of One meter, followed by Saw Dust to a height of One meter.
Thus the G.I. Pipe is buried inside, to a depth of three meters & only 0.5 meter Is kept above
ground level. From this portion connection is made to equipment Earth Strip as desired .
Copper plate .5-meter square 3 mm thick, sole plate 60 Sq. mm, 6 mm thick GI wire-to-wire
earthing system connection should be made with compression connectors or otherwise weld connection.
Earth resistance measured must be less than 2 Ohm
S.N.
1.
2.
3.
4.
5.
6.
7.
8.
Materials
Copper Plate Earthing
300mm x 300mm x 4mm Thick Copper
Plate (Not less than 95% copper purity)
25mm x 3mm Thick Copper Strip (Not less
than 95% copper purity)
Charcoal
Salt
(150 x 100 x 6mm Thick Terminal Plate
Copper
Sundries such as Brass, Nut bolts,
Porcelain, Insulator, Thimbles, I/Tape etc.
40mm Dia B-Class GI Pipe for watering &
Strip protection.
Supply of Soft Soil (Optional)
QTY.
10 Kg (1 in Nos)
12 ft/ 6 Kg
200 Kg
40 Kg
2 Nos (0.900 Kg) each
As per requirement
10 ft
4 Cu.Mts.
Commercial Taxes Department, Jharkhand
48
The Earthing diagram is as follows
.
Commercial Taxes Department, Jharkhand
49
Annexure -8
Technical Specifications Wall Mounted Network 9U Rack with patch panel and CAT6 IO
Port
Make________________________Model____________________________
Parameters
S
L
Size
1
Body
2
Accessories:
4
Earthing
5
Patch Panel
Type
1
Circuit
2
Identification
Scheme
Port
4 Identification
Height
5
Category
6
Modular
7
Jack
7
Cat6-Single
Port
Type
1
Material
2
No.
3 of ports
Protection
4
Identification
5
Cable Laying
Cable
1
Laying
Skilled
2
Manpower
Cable
3
Terminations
Specifications
Compliance(Yes/No)
Deviation / Remarks
19” Wall mount ,9 U height
Minimum Powder quoted steel Body with
front door of glass. Completely covered &
have security locks.
Proper ventilated with One Fan, One Cable
Manager, Power Distribution Unit of 6 No.
(5 and 5 Amp) Sockets with surge
protection, Mounting Accessories,
Fitted with Copper Strip for earthing the
equipments
24 port patch panel as per requirement,
Unshielded Twisted Pair, Category 6,
ANSI/TIA/EIA 568- B.2.1
Port Labeling for port identification on each
of 24-ports
Labels on each of 24/48-ports (to be
included in supply),
1U
Category 6
750 mating cycles
1-port, Shuttered, White, with surface box
for surface mount applications, Category
6,TIA/EIA 568-b Category
ABS/Polycarbonate
One
Shutters
To be supplied with label for port
identification
All the cabling shall run through PVC
conduit / Casing
Capping of suitable size of ISI standard.
Cables shall be laid by skilled and
experienced workmen using adequate
equipments to minimize stretching of the
cable.
All terminations should be carried out
according
to
the
manufacturer‘s
instructions and guidelines
Commercial Taxes Department, Jharkhand
50
Testing
4
Documentation
&
UTP
5 COMPONENTS
and standards of generic cabling systems.
When terminating outlets, care must be
taken to avoid
damaging the copper cores when stripping
back the outer sheathing.
Testing of each node should be done as per
manufacturer standards and the final
report should be submitted.
make sure that the system should Meet or
exceed TIA/EIA 568 B-2
specifications of Category-6 as a system. All
performance parameters -Attenuation, Pair
-to-Pair
and power sum NEXT, Pair And Power sum
ELFEXT, Return Loss and Delay skew should
be
tested for 100m Channel as well as 90m
permanent Link. It should be a single OEM
solution and
should
ensure
optimum
system
performance. There should not be any
Impedance mismatch
problems among components of the
cabling system. The complete system
should be tested up to
600 MHz for all the test parameters to
ensure
the
end-to-end
system
performance.
Commercial Taxes Department, Jharkhand
51
Annexure -9
Wireless Access Point
Make________________________Model____________________________
Specifications
S
L
Access
1
Points proposed must include radios for both 2.4 GHz
and 5 GHz.
Must
2
have a robust design for durability, without visible vents
Compliance(Yes/N
o)
Deviation / Remarks
Must
4
have an industrial design for durability, with steel cases,
industrial grade antenna connectors, without visible vents, and
with metal locking points.
Must
5
include dual band antennas to support both the 2.4GHz
and 5GHz operations simultaneously from single antenna.
Must
2
support a variety of antenna options to cater to 50-100
meters of open space.
Must
4
support 3X3 multiple-input multiple-output (MIMO) with
TWO spatial streams
Must
5 support simultaneous 802.11n on both the 2.4 GHz and 5
GHz radios.
Must support upto 22dbm of transmit power in both 2.4Ghz
and 5Ghz radios
8Must
6
support datarates upto 300Mbps on 5Ghz radio and
144mbps on 2.4Ghz radio.
Must
7 support 40 MHz wide channels in 5 GHz.
Must
1 support AP enforced load-balance between 2.4Ghz and
5Ghz band.
Must
2 incorporate radio resource management for power,
channel, coverage hole detection and performance
optimization
Must
3 support Proactive Key Caching and/or other methods for
Fast Secure Roaming.
Access
4
Points must support a distributed encryption/decryption
model.
Access
5
Points must support Hardware-based DTLS encryption
on CAPWAP Standard
Must
3 support Management Frame Protection.
Should
4
support locally-significant certificates on the APs using a
Public Key Infrastructure (PKI).
Must
5 operate as a sensor for wireless IPS
Commercial Taxes Department, Jharkhand
52
Must support the ability to serve clients and monitor the RF
environment concurrently.
Same model AP that serves clients must be able to be
dedicated to monitoring the RF environment.
AP model proposed must be able to be both a client-serving AP
and a monitor-only AP for Intrusion Prevention services.
Should support mesh capabilities for temporary connectivity in
areas with no Ethernet cabling.
Mesh support should support QoS for voice over wireless.
Must support Power over Ethernet, local power, and power
injectors.
Commercial Taxes Department, Jharkhand
53
Annexure -10
IP Camera
Make________________________Model____________________________
Parameters
S
Specifications
L
The
2 system shall provide high-resolution, real-time video images, encapsulated in
Internet Protocol (IP) packets and presented through a 10/100BASE-T RJ-45
2
Compliance(Yes/No)
Deviation / Remarks
Ethernet network connection. The system shall provide full D1 video, 30 fps at 720
x 480 (NTSC) or 25 fps at 720 x 576 (PAL) and be scalable to D1, 4CIF, and CIF.
Optionally,
the system shall provide IEEE 802.11 b/g wireless transmission, capable
4
of data rates of 1 - 11 Mbps for 802.11b and 6 - 54 Mbps for 802.11g and shall
support wireless security as provided by Wired Equivalent Privacy (WEP), Temporal
Key Integrity Protocol (TKIP), Wi-Fi Protected Access (WPA), and Wi-Fi Protected
Access Pre-shared key (WPA-PSK).
Wide
5 dynamic range (102 dB typical) using 1/3” CMOS imager.
Ability
1 to control image parameters, including automatic white balance, automatic
back lighting, automatic gain control, DC auto/manual iris, sharpness, image
quality, time stamp, and camera ID.
Daytime
(color) and night (black and white) modes.
2
Dual
4 IP video streams, each capable of operating in unicast or multicast mode with
quality of service (QoS) tagging.
IP5and analog video outputs.
Resolution
at D1, 4CIF, and CIF settings with operation at discrete settings to 30
6
frames per second.
Two-way
audio and contact closure capability.
7
Optional
802.11 b/g transmission capability.
7
Ability
1 to be upgraded over the IP network.
Activity
detection and event notification.
2
IEEE
3 802.1x Port-based security authentication and AES encryption.
The
4 system shall provide dual unicast or multicast MPEG-4 video data streams for
simultaneous live viewing and archiving at different resolutions and frame rates.
When dual streaming, one stream shall provide up to 4 CIF capability at 25/20
(NTSC/PAL) frames per second, and the other stream shall provide CIF capability at
25/20 (NTSC/PAL) frames per second. The system shall allow for switched,
multicast network architectures.
The
5 system shall provide options for constant bit rate (CBR) or variable bit rate
(VBR) with ceiling.
The
1 system shall be capable of detecting activity within a pre-defined area of the
image and issuing notifications as a result.
The
2 system shall have an embedded Linux™ operating system to provide
distributed video processing and support true open network standards.
The system shall support the following protocols: Internet Protocol (IP), User
Datagram Protocol (UDP), Transmission Control Protocol (TCP), Dynamic Host
Control Protocol (DHCP), Address Resolution Protocol (ARP), Interior Gateway
Management Protocol (IGMP) 3.0, Domain Naming System (DNS), File Transfer
Protocol (FTP), Hypertext Transfer Protocol (HTTP and HTTPS), Real-Time Transport
Protocol (RTP), Real-Time Streaming Protocol (RTSP), Simple Mail Transfer Protocol
(SMTP), Secure Socket Layer/Transport Layer Security (SSL/TLS), Network Time
Protocol (NTP), Secure Shell (SSH), and Simple Network Management Protocol
Commercial Taxes Department, Jharkhand
54
(SNMP) 2.0.
The system shall provide quality of service (QoS) tagging based on IEEE 802.1p and
DiffServ standards.
The system shall contain an imager chip of 1/3” CMOS, which shall be capable of
providing up to 120 dB dynamic range. A progressive scan image sensor with global
electronic shuttering shall provide natural color rendition, zero blooming and
smear, and minimal motion blurring. Image control features shall include color
level, brightness, contrast, automatic white balance, automatic back lighting,
automatic gain control, DC auto/manual iris, sharpness, image quality, exposure
control, time stamp, and camera ID. The system shall operate satisfactorily at light
levels .4 lux in daytime color mode and .04 lux in black and white night mode (F1.4).
The system shall provide a minimum signal-to-noise ratio (SNR) of 48 dB.
System software shall allow configuration support for:

1 or 3 user definable detection areas

NTSC or PAL

Image settings: color level, brightness, sharpness, contrast,
white balance, exposure control

Time, date, and camera ID overlay

Selection of bit rate (constant or variable)

IP filtering: allowed or blocked addresses

IE 5.x or later browser configuration
The camera shall create and maintain log files. One log file shall contain information
about the operating status of the camera and its connection to the network; the
other shall contain an event log that includes each the method by which each alarm
was triggered and the date and time that each alarm ends.
The system shall support 802.1x port-based security and AES encryption.The
system shall contain 64 MB flash and 128 MB SDRAM memory. The system shall be
capable of receiving firmware upgrades over the IP network.The system shall
provide a standard analog video output signal via BNC connector.
The system provide a built-in microphone and bi-directional audio channel, based
on G.726.
Access to the camera through the network shall be controlled by two user levels of
protection. Each level shall have its own configurable login credentials and provide
configurable privileges, which control access to camera features.
The system shall have an operating temperature of 0°C to 50°C, ambient, a storage
temperature of -40°C to +85°C, ambient, a relative humidity ability of 0% to 95%
(non-condensing) at 50°C, and a MTBF of > 100,000 hours.
The system shall provide an RS-485 bi-directional data channel, capable of
supporting Pelco-D protocol.
The camera shall be able to capture individual JPEG snapshots from the video
stream, and shall provide the capability to save each JPEG image on a designated
computer hard drive.
The camera shall provide a monochrome night mode operation. This mode shall
use the removable IR filter, which shall activate automatically under low light
conditions.
The camera shall support event-based scheduling for handling motion- or alarmtriggered streaming video. The functionality shall include options for daily, weekly,
and weekend, and holiday scheduling.
The IP camera must stream 30 frames per second (fps) at D1 (720 x 480, NTSC)
resolution or 25 fps at D1 (720 x 576, PAL) utilizing IP Protocol over an Ethernet
network.
Commercial Taxes Department, Jharkhand
55
The system shall provide two (2) bi-directional alarm inputs and outputs, logic level
programmable.
The system radiated emissions shall be compliant with FCC Part 15, Class A, and
EN55022 specifications.
The system shall be capable of being powered by a 12 VDC power supply or Power
over Ethernet (PoE, 802.3af), 48 VDC @.3A.
The camera shall be able to be configured to synchronize its internal date and time
to a designated NTP server.
Commercial Taxes Department, Jharkhand
56
Annexure -11
Rugged Industrial LAN Switch
Make________________________Model____________________________
Specifications
S
L
42Ethernet 10/100 ports and 2 dual-purpose uplinks (each dualpurpose
2
uplink port has one active port either 10/100/1000
copper or SFP fiber
Compliance(Yes/No)
Deviation / Remarks
DC input range 18VDC-60VDC. AC Power Supply should be quoted.
Should have • Extended temperature, vibration, shock and surge,
and noise immunity ratings comply with specifications for
automation, ITS, and substation environments.
Compact, PLC-style form factor is ideal for deployment in industrial
environments
Configurable
4
maximum transmission unit (MTU) of up to 9000
bytes, with a maximum Ethernet frame size of 9018 bytes (jumbo
frames) for bridging on Gigabit Ethernet ports, and up to 1998
bytes for bridging of Multiprotocol Label Switching (MPLS) tagged
frames on both 10/100 and 10/100/1000 ports
64
5 MB Compact Flash memory
128
1 MB DRAM
Support for private VLANs
Wire-speed
2
switching, 16 Gbps switching fabric
Forwarding
4
rate based on 64-byte packets: 6.5 Mpps
IP5 source guard prevents a malicious user from spoofing or taking
over another user's IP address by creating a binding table between
client's IP and MAC address, port, and VLAN.
DHCP
6
Snooping prevents malicious users from spoofing a DHCP
server and sending out bogus addresses. This feature is used by
other primary security features to prevent a number of other
attacks such as ARP poisoning.
Dynamic
7
ARP Inspection helps ensure user integrity by preventing
malicious users from exploiting the insecure nature of the ARP
protocol.
Standard
1
and extended IP security router ACLs define security
policies on routed interfaces for control-plane and data-plane
traffic.
Up
2 to 512 ACLs are supported, with two profiles: Security (384
Security ACL entries and 128 QoS policies) and QoS (128 Security
ACL entries and 384 QoS polices).
Trusted
3
Boundary provides the ability to trust the QoS priority
settings if an IP phone is present and to disable the trust setting if
the IP phone is removed, thereby preventing a malicious user from
overriding prioritization policies in the network.
After
4 a specific time frame, the aging feature removes the MAC
address from the switch to allow another device to connect to the
Commercial Taxes Department, Jharkhand
57
same port.
Port
5 security secures the access to an access or 802.1q trunk port
based on MAC address.
TACACS+
1
and RADIUS authentication enable centralized control of
the switch and restrict unauthorized users from altering the
configuration.
Port-based
2
ACLs for Layer 2 interfaces allow application of security
policies on individual switch ports.
Support for SFP modules provides uplink connectivity supporting
100BASE-LX, 100BASE-FX, 1000BASE-SX, 1000BASE-LX, and
1000BASE-ZX options.
IEEE 802.1x with VLAN assignment, guest VLAN, and voice VLAN
allows dynamic port-based security, providing user authentication.
Up to 300 deployment configurations, supporting a range of access
port densities, copper and fiber uplinks, fiber access ports, and
power input, deliver flexibility in deployment.
DIN-rail, wall, and 19" rack mount options allow for deployments
in a variety of control systems.
Alarm relay contacts can be used for an external alert system.
Variety of power input options covers a wide range of power
requirements for Industrial Ethernet applications
Commercial Taxes Department, Jharkhand
58
Annexure -12
Video Recording System at Check post
Make________________________Model____________________________
Specifications
S
L
The Video Surveillance Services Platform shall include, as a
minimum, the following features/functions/specifications:
The system shall provide high-capacity video recording and
storage that can be deployed wherever the associated IP network
is available
The system shall include, embedded software, which is capable of
continuous, scheduled, alarm-, event-, and motion- triggered
recording of MPEG-4 or H.264 video streams that originate from a
Cisco IP Gateway (encoder).
The system software shall allow adjustment of video frame rate
and resolution settings through a configuration utility or,
dynamically, in response to system events such as alarms,
schedules, and network QoS requirements.
The system shall accept at least sixteen (16) video “virtual ports”
through a Fast Ethernet (10/100) connection for recording and
storage on its internal hard disk drives
The system shall maximize storage efficiency by using a time
schedule and priority-based system that identifies video data to be
removed when storage reaches a preprogrammed percentage of
capacity.
Retrieval and replay of video from the Cisco Video Surveillance
Services Platform shall be capable of being achieved using analog
monitors and keyboards, connected through IP Gateway Video
Decoders, or through software running on a PC with Windows XP
opeating system.
The system shall be capable of support for two 400 GB SATA HDDs,
for a total of 800 GB video storage
The system shall have an embedded Linux™/Windows operating
system to provide distributed video processing and support true
open network standards.
The system shall support simultaneous recording and playback
and multiple playback sessions
The system shall be capable of receiving firmware upgrades over
the IP network.
System configuration and monitoring of all video, recording, and
network parameters shall be accomplished via Graphical User
Interface (GUI).
The system should have large wall mounted high definition
LCD/LED monitor of 32” to monitor the camera footage
Compliance(Yes/No)
Deviation / Remarks
The system shall be capable of integration into a virtual matrix
switch fabric to allow for network switching of the recorded video
to an assigned network destination.
Commercial Taxes Department, Jharkhand
59
The system shall have an operating temperature of 0°C to 40°C,
ambient, a storage temperature of -20°C to +50°C, ambient, a
relative humidity ability of 0% to 95% (non-condensing), have an
option for conformal coating, and a MTBF of > 100,000 hours.
The system radiated emissions shall be compliant with FCC Part 15,
Class A, and EN55022 specifications.
Commercial Taxes Department, Jharkhand
60
Annexure -13
ANPR system
Make________________________Model____________________________
Parameter
Specifications
Detection and recognition rule
Setting of detection areas and line of crossing
configuration
Activate / deactivate rules for specific features
Zone monitoring
Live view
Live view of vehicle entry point 24X7
Event notification
Image captured, number detection and
recognition
Event reports
Customized report generation
Database
Database of images captured
Stores database of captured images
Database of vehicle reports
Number and time of entries and exits, license
numbers, validation results
ANPR_SIM System database
MS SQL
Analytical Capabilities
Vehicle
Vehicle moving in zone
Vehicle crossing a line
Vehicle direction
Performance*
ANPR for slow moving vehicles day and
night
ANPR for fast moving vehicles day and
night
Video analysis frame rate
CPU Load average
Camera Placement
Height of camera from ground
Distance of vehicle number plate from
camera
Camera tilt angle
Horizontal field of view
Vertical field of view
Minimum size of character in view
Minimum size of License Plate in view
Maximum rotation of License Plate
Hardware And Software Requirement
IP Camera
Compliance(Yes/No)
Detects vehicle in predefine area
Detects vehicle crossing predefine virtual line
Detects direction of vehicle
Accuracy 95%
Accuracy 95%
More than 20 fps
6-8% for single channel
2.2 – 3 m
4 -12 m
20o
30o – 35o
20o – 25o
20 Pixel height
180 x 50 Pixel (width x height)
20o
High resolution ~ 1280 x 1024 for clear image
Commercial Taxes Department, Jharkhand
61
PC
capture.
Intel i3-2120 with 3MB cache , CPU @ 3.3Ghz or
higher
Minimum 4 GB RAM
500 GB HDD for image storage
IP Network
LAN setup for IP camera and PC
DVR is required when analog camera is used
Software Packages
.NET framework 3.5 or higher
Windows 7
Camera SDK libraries to interface with camera
DVR
In case of analog camera with resolution 704 x
576
Commercial Taxes Department, Jharkhand
62
Annexure -14
Technical Specifications 24 Port Managed Switch
Make________________________Model____________________________
Parameters
Network
1
Ports
Protocol
2
Standards
3
Compliance
Data
4 Transfer Rates
Memory
5
Power
6 Supply
Max
7 VLANS
VLAN
8 IDs
Maximum
9
Transmission
unit(MTU)
Jumbo
1
frames
0
Operating
1
Temperature
1
Auto
1 Smartport
2
Automatic
1
(AutoQoS)
4
Warranty
7
Coverage
Specifications
Compliance
(Yes/No)
Deviation / Remarks
The switch should have minimum 24 x
10/100/1000 Ports with 2 One Gigabit
Ethernet SFP ports for uplinks
UTP RJ-45 ports
CSMA/CD
IEEE 802.3 10 Base-T Ethernet
IEEE 802.3u 100BASE-TX Fast Ethernet
IEEE/ANSI 802.3 Auto Negotiation
IEEE 802.3x Full duplex Flow Control
Forwarding bandwidth 16gbps or more
,switching bandwidth 32gbps or more ,
Fast Ethernet 100 Mbps(Half Duplex), 200
Mbps(Full-Duplex)
Flash memory 32mb or more,
memory DRAM 64 mb
100V-240VAC
255 or more
4000 or more
9000 bytes
900 bytes
-5 to 45 degree Centigrade
QoS
Port
should
provide
automatic
configuration as devices connect to the
switch port, allowing auto detection and
plug and play of the device onto the
network
Automatic QoS feature should be available
for voice over IP (VoIP) .
Comprehensive warranty of 3years
Commercial Taxes Department, Jharkhand
63
Annexure -15
VIDEO SURVEILLANCE MANAGEMENT SOFTWARE
A. The VSM shall be a platform solution optimized for applications to view, store, and manage realtime and recorded video in a networked environment. The system shall use an open suite of URLbased programmatic interfaces to communicate with applications. The VSM will provide a highly
scalable and reliable platform to enable customized, network-based surveillance applications.
B. Performance Requirements:
1. Provide low latency video with high quality images
2. Display live and recorded IP VIDEO camera feeds on multiple workstations simultaneously
using a TCP/IP Ethernet network.
3. Support thousands of simultaneous video feeds across multiple locations for centralized and
decentralized storage, display, and distribution of video.
4. Support multiple camera and encoder manufacturers within the same system.
5. Support redundancy configurations including failover and complex high-availability scenarios
.
SYSTEM PERFORMANCE
A. The VSM Server shall include, as a minimum, the following features/functions/specifications:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
The system shall display live and recorded IP VIDEO camera feeds on multiple workstations
simultaneously using a TCP/IP Ethernet network.
The system shall provide low latency video with high quality images and support MPEG-4,
H.264, and Motion-JPEG (MJPEG) compression schemes simultaneously.
The system shall provide replication of individual video feeds at different frame rates for
multiple users and other system processes.
The system shall support simultaneous video feeds across multiple locations for centralized
and decentralized storage, display, and distribution of video without limitation, but shall
minimize load on video servers by streaming only the active video channels.
The system shall be capable of streaming and recording video at different bit rates and
variable frame rates up to full motion 30 fps video on all IP VIDEO camera feeds and
support QCIF, CIF,4CIF,720P (1280x760) and 1080P (1920x1080) camera resolution.
The system shall provide diagnostic tools that support Simple Network Management
Protocol (SNMP). Version 2.0 or higher and shall further provide notification & API support
for failure of encoders, archives and proxies.
The system shall provide for integration with other software applications through an open
and published Application Programming Interface (API).Such applications shall include, but
not be limited to, access control, video analytics, and other alarm and sensor inputs.
The system shall support multiple camera and encoder manufacturers.
The system shall provides the ability to remotely control (pan, tilt, zoom) the IP VIDEO
cameras and support priority for PTZ control based on user privileges and scheduling,
recurring or one-time, for PTZ camera movements.
The system shall support digital pan-tilt-zoom on live or archived video.
The system shall provide the ability to remotely configure the IP VIDEO cameras and shall
allow configuration data to be imported from a spreadsheet.
Commercial Taxes Department, Jharkhand
64
12.
13.
14.
15.
16.
17.
18.
The system shall allow instant replay of video and will permit pausing of live video, forward
and backward review of recorded video, and return to live viewing.
The system shall manage storage of real-time video at any specified frame rate, duration,
and physical location on the network.
The system shall provide flexible archiving capability in terms of frame rate, duration, and
location and shall utilize dynamic file allocation to ensure that the full duration of the
selected video stream will be recorded, regardless of lighting condition, motion, or scene
detail. It shall support access to the archived video, to seek to any point in the archive, to
set the pre and post time, and to loop that segment of the archive.
The system shall provide a Management Console that shows the status of CPU, Memory,
Disk Usage, and traffic analysis.
The system shall provide / creates reports on user activity, device configuration, run-time,
and application log and event history.
The system shall provide ability to create users, control their capabilities and integrate with
LDAP
The system provide for or have the capability of interoperating with the following
functional modules (see Para. 2.0.5):
 Video Surveillance Operations Management
 Video Surveillance Storage System
 Video Surveillance Video Display
 Client Viewing Software
 Access Control Systems
 Interoperability and Emergency Response Systems
HARDWARE REQUIREMENTS
A. The VMS Server shall run on standard commercial off-the-shelf computer server equipment based
on Intel processors. The system shall be capable of running on a single physical server or
distributed across the network, scaling to handle thousands of cameras and users. Servers shall
meet the following minimum requirements:
1.
1.
2.
3.
4.
5.
Intel Core 2 Duo Processor E4300 1.80 GHZ
Rack Mount Unit (4RU maximum)
2 GB DDR2 SD RAM
Capability for up to 19 TB Internal Storage ( 1 TB disk and RAID 5)
Dual Gigabit Ethernet Interface
SUSE Linux Enterprise Server version 9 with Service Pack 3(32 bit)or SUSE Linux Enterprise
Server version 10 with Service Pack 1(32 bit) or SuSE and RedHat Linux 4 Operating System
B. Video Surveillance Storage System – The video surveillance storage system shall provide multiple
options to store video. VMS Server internal storage shall be augmented by Direct Attached, SAN,
or NAS storage. The video surveillance storage system shall store video in loops, one-time
archives, or event clips triggered by alarm systems. It shall provide for redundant storage and
remote long-term archival. The video surveillance storage system shall have the following
capabilities:
1. Direct Attached configurations
2. Provide internal storage of over 19 TB Redundant archives
Commercial Taxes Department, Jharkhand
65
3. RAID 5 configuration
4. Clustering for failover protection
5. Redundant power supplies and RAID controllers
C.
Video Surveillance Matrix Server Software shall be an intelligent digital video system that allows
any operator or integrated application to control the video being displayed on any number of
monitors, whether local and remote. Must include an API to allow a web application to control the
delivery of video to any number of viewing stations running the matrix client software. A
command server must be able to connect to and display video streams from any media server.
Operators shall be able to choose any number of available cameras to be displayed on any system
monitors within any custom video display patterns. The video surveillance matrix server software
shall be integrated with other systems to automatically display video in response to input triggers
including access control systems, fire systems, motion sensors, and contact closures.
D. Operations Management - The Operations Management module shall provide the capability for
multiple web-based display consoles to configure, manage, display, and control video throughout
the IP network and include, as a minimum, health monitoring, support for the same interface for
Administrative and Operations usage, ability to bulk import camera configurations, and Forensic
Search. It must provide the ability to remotely create/burn/archive video
It must also provide the administrator and operator features/functions/specifications listed
below.
1. Administrator functionalities:
 Server, encoder, and camera administration
 Scheduled and event-based video recording
 User and role management
 Bulk edit the camera streams
 Detailed activity reports and system audit
 Ability to push pre-defined views to any number of monitors with a command server
 Ability to schedule to operator shifts, event filters, temporary views
 Mass import capability allowing configuration data to be imported from a spreadsheet
2. Operator functionalities:
 Secure login
 Flexible video displays
 PTZ controls and presets
 Digital zoom and instant replay
 On-demand recording
 Video enhancements (adjusting brightness, color, transparency, etc.)
 Instantly swap between live and archive video of the same camera feed
 Archive review and clipping
 Event notifications
 Ability to search archived video based on motion within a predefined window within the
video frame
3. Hardware Requirements - The Operations Management module shall have the option of being
run on router hardware so no additional hardware needs to be deployed at remote site, or
Commercial Taxes Department, Jharkhand
66
run on the same server as the VMS or on standard commercial off-the-shelf computer / server
equipment based on Intel processors and meeting the following minimum requirements:





Intel Core 2 Duo Processor E4300 1.80Ghz
2 GB DDR2 SDRAM
200 GB HDD
100/1000 Ethernet Interface.
SUSE Linux Enterprise Server version 9 with Service Pack 3(32 bit) or SUSE Linux Enterprise
Server version 10 with Service Pack 1(32 bit) Operating System or RedHat Linux 4
E. Client Viewing Software – Client Viewing Software shall allow an individual operator’s PC to access
and view video streams.
1. The Client Viewing Software shall be a stand-alone Windows program that plays video archive
files without a browser or connection to the video surveillance system host.
2. The software shall have basic Archive Control functions for play back of JPEG, MPEG-2, and
MPEG-4 archive files to include:





play forward
play backward
pause
step one frame forward
step one frame backward
3. This software shall have the ability to take a snapshot, set playing frame rate, skip frame, and
search by time.
4. Supported file format types shall include:






WMV - A standard file format for downloading and playing audio/video data or to stream
data on a PC.
AVI / MP2 -A standard file format for storing audio/video data on a PC.MP2
Clip (BWM) - An instance or single event in time.
Secure Clip (BWX) - A secured instance or single event in time.
Streamable - Compressed real time video or audio downloaded over the Internet.
BMP, GIF, JPEG, PNG, and TIFF formats, savable as snapshots.
5. The viewing PC shall meet the following requirements:
 Intel 950i7 Core -3.07 Ghz
 4GB RAM DDR3
 Gigabit Ethernet ( GigE) Network connection required
 Windows XP or Windows Vista (32 bit) and Internet Explorer 6 or 7
 DirectX 9.0c
 NVIDIA Get Force GTX260 896MB PCIe
Commercial Taxes Department, Jharkhand
67
Annexure -16
Technical Specification for Management Console
Specification
S
L
Make & Model
Compliance
(Yes / No)
Deviatio
n/
Remarks
40” LED Display with HD capable with wall mounting
kit
Specifications :Panel : 40" Diagonal Size, Professional
series panel, 1920 x 1080 (16:9 aspect ratio)
resolution, 450 cd/m2 brightness, 4000:1 contrast
ratio, 178/178 viewing
angle (H/V) , 8ms response time (G-to-G)
Connectivity : VGA, DVI-D, Composite, HDMI video
input, RCA (L/R), Stereo mini jack audio input, RCA
(L/R) audio output, RS232c (in/out) external control
Features : Anti image retention, temperature sensor,
lamp error detection, built-in fan, built-in speakers
(10W+10W), RS232 CMDC, Video wall feature, pivot
display, button lock Certification : UL, FCC, Energy star
5.0
Commercial Taxes Department, Jharkhand
68
Annexure-17
ROUTER AT Central Location
Make__________________Model_______________________
Sl. No.
A.
Parameter
Specifications
Should be chassis based & modular architecture for
scalability and should be a single box configuration
for ease of management.
2
Should support at least 6 interface slots to
accommodate the current requirement as well as
for the future expansion
3
Should have support for hardware based IPSEC VPN.
4
Should have minimum of 256MB of RAM and 128
MB of Flash Memory
Interface
Requirements
1
3 x 10/100/1000 Base T interface.
2
2 x 2 Mbps V.35 interfaces
C.
Deviation
/
Remarks /IDC
Report
Architecture
1
B.
Compliance
(Yes / No)
Performance
1
Should support high performance traffic forwarding
with concurrent features like Security, Voice
enabled
2
Should support variety of interfaces like V.35 Sync
Serial (2 Mbps), E1, Channelised-E1, ISDN-BRI/PRI,
FXO/FXS for remote office aggregation
3
Should hardware based encryption / compression
with IPSEC throughput of 150 Mbps and minimum
1000 VPN tunnels.
4
Should have at least 800 Kpps forwarding
performance
5
Support for high density Ethernet switch cards (8
ports / 16 ports) for remote offices to avoid
Commercial Taxes Department, Jharkhand
69
additional switches.
6
D.
Should have USB 2.0 ports for storing OS images
High
Availability
1
Should support redundant connection to LAN
2
Should support Non-Stop forwarding for fast reconvergence of routing protocols
3
Should support boot options like booting from TFTP
server, Network node
4
Should support multiple storage of multiple images
and configurations
5
Should support link aggregation using LACP as per
IEEE 802.3ad
6
Should support VRRP or equivalent
E.
Protocols
1
Should support Routing protocols like RIP ver1
(RFC1058) &2 (RFC 1722 and 1723), OSPF ver2
(RFC2328), BGP4 (RFC1771), IS-IS (RFC1195).
2
Multicast routing protocols support : IGMPv1,v2
(RFC 2236), PIM-SM (RFC2362) and PIM-DM, MBGP
3
Should have full IPv6 features from day 1.
4
Should have RIPng and OSPFv3 for IPv6.
5
Should have MPLS Features: MPLS VPN, MPLS TE,
DiffServ-Aware TE
F.
QoS Features:
1
Classification and Marking: Policy based routing, IP
Precedence, DSCP
2
Congestion Management: WRED, Priority queuing,
Class based queuing
3
Traffic Conditioning: Committed Access Rate/Rate
limiting
Commercial Taxes Department, Jharkhand
70
4
Signalling: RSVP
5
Link efficiency mechanisms: cRTP, LFI, MLPPP
6
Per VLAN QoS. Time Based Shaping and Policing for
QoS
G.
Security
Features:
1
Support for GRE Tunnelling, NAT, L2TP/IPSECS
tunnelling
2
Support for MD-5 route authentication for RIP,
OSPF, IS-IS and BGP
3
Shall support multi-level of access
4
Support for SNMPv3 authentication, SSHv2
5
AAA support using Radius and/or TACACS
6
Support for PAP and CHAP authentication for P-to-P
links
7
Multiple privilege level authentications for console
and telnet access through Local database or through
an external AAA Server.
8
Time based & Dynamic ACLs for controlled
forwarding based on time of day for offices
9
IEEE 802.1x support for MAC address authentication
H.
Management
1
Shall have support for Web based management, CLI,
Telnet and SNMPv3
2
Shall support Secure Shell for secure connectivity.
3
Shall support Out of band management through
Console and external modem for remote
management
Commercial Taxes Department, Jharkhand
71
Annexure-18
Technical Specifications Tables
Make__________________Model_______________________
S Parameters
L
Specifications
Complianc Remarks
e (Yes /
No)
Computer
1
Table

Top: Size 910 x 610 mm made of 18 mm thick pre
Size: L 910 x W laminated medium density fibre (MDF) board ISI
Marked (IS: 14587-1998). The top shall be firmly
610 x
screwed on 25x25x1 mm square tube frame.
H 728 mm
 Upper side of laminated board shall be in natural
teak shade while the bottom side shall be
white/cream shade.

Sliding key Board tray: A Sliding key Board tray
shall be made of 18mm pre laminated medium
density fibre board of size 725x450 mm. The gap
between top and tray shall be 100mm.

Sufficient top and bottom racks space to
accommodate CPU, UPS and Printers
Table top should have one wire manager for wires
control. Table top, keyboard and storage shelf
should be made of 19 mm pre-laminated MDF
Board of premium brands.
Preferred Make – Godrej/Durion/Methodex
Commercial Taxes Department, Jharkhand
72
Annexure-19
Technical Specifications Chairs
Make__________________Model_______________________
S Parameters
L
Specifications
Computer
1
Chair

with Handle
Seat size shall be 430x430 mm on 10 mm thick
moulded comm. ply with 60 mm thick 40 density
moulded PU foam

Back rest size shall be 400x300 mm on 10 mm thick
moulded comm. ply with 40 mm thick 32 density
moulded PU foam covered with tapestry.

The height of back rest shall be 900x500 mm for top
and bottom edges respectively. The black rest shall
be provided with lifting arrangement on flat iron &
helical spring.

Two nos. suitable PU handles shall be provided.

The base stand should be made up of 5 prongs duly
pressed welded together centrally with a pedestal
bush with good quality twin wheel castors. The
stand and other metal parts excluding central
spindle shall be powder coated. Complete steel
structure shall be pre-treated and powder coated
with minimum thickness of 60 microns coating.

A central spindle of 25mm dia rod without threads
shall be provided with revolving arrangements. The
adjustable height of chair shall be from 530 to 570
mm.
Compliance (Yes /
No)
Remarks
A good quality tapestry cloth shall be provided on
seat & back in attractive colour/ shade.
Preferred Make – Godrej/Durion/Methodex
Commercial Taxes Department, Jharkhand
73
Annexure - 20
Educational Qualifications, Experience and Role of Technical
Professionals with Minimum Base Salary
All the degrees/diplomas should be pursued through course of a government recognized
university/institution and all the technical persons should have requisite experience to
carry out the project work. All the technical persons will be stationed at the GIS center for
the whole project lifecycle for 5 years.
Sl No
1
2
Role of the
Individual
Technical Assistant
cum Data entry
operator*
Project Manager
cum functional
Head at HQ
No. of
Technical
Manpower
10 at each
checkpost
for 24x7
2
Man
months
Qualification
2160
BCA/Graduate /Diploma/ITI with two
year experience
72
M.Sc/ M.Tech /MCA/BE /equivalent
with 5 years of experience in networking
and leading a team of 6 person with CCNP
certification.
* The Manpower services the pay protection the minimum prescribed net payment or take home to
the team after deducting all taxes and service charges is as follows. The project Leader -Rs 40000.00,
and Technical Assistant cum data entry operator – 8000.00. With minimum 7% annual increment.
All the manpower will be selected by client only. The bidder will have to provide man month
utilization ,performance evaluation certificate ,attendance sheet and salary slips in their quarterly
bill.
Commercial Taxes Department, Jharkhand
74
Bid Proposal Sheet
To
The Commissioner,
Commercial Taxes Department,
Dhurwa, Ranchi-834004
Subject: Proposal for Supply ,Installation, Opration & Maintenance of Checkpost Computerization
Sir,
1.
We, the undersigned Bidders, having read and examined in detail the
Specifications and all the bidding documents as specified in the Bidding documents
No. < __________________>.
2.
PRICE AND VALIDITY
All the prices mentioned in our proposal are in accordance with the terms as
specified in bidding documents. All the prices and other terms and conditions of
this proposal are valid for a period of 90 calendar days from the date of opening of
the Bids.
We are an Indian firm and do hereby confirm that our Bid prices include all taxes
including Income Tax and Professional Tax.
We have studied the Clause relating to Service Tax and hereby declare that if any
Income Tax, Surcharge on Income Tax, Professional Tax and other Corporate Tax is
altercated under law, we shall pay the same.
3.
Unit Rates
We have indicated in the relevant schedules enclosed the unit rates for the
purpose of on account of payment as well as for
price adjustment in case of any
increase to/decrease from the Scope of Work under the contract.
4.
EMD
We have enclosed a Demand Draft in favour of Commercial Taxes Department
Jharkhand Payable at Ranchi for a sum of Rs. Three Lakhs only (Rs 300000/-). This
EMD is liable to be forfeited in accordance with the provisions of Bid documents.
Commercial Taxes Department, Jharkhand
75
We declare that all the Services/Works shall be performed strictly in accordance
with the Scope of Work.
5.
Bid Pricing
We further declare that the prices stated in our proposal are in accordance with your
Instructions to Bidders included in Bidding documents.
6.
Bid Price
We declare that our bid prices are for the entire scope of the work as specified in
the technical specification and bid documents. These prices are indicated in
Annexure 5 attached with our proposal as part of the Commercial Bid.
7.
Contract Performance Guarantee
We hereby declare that in case the Contract is awarded to us, we shall submit the
Performance Bank Guarantee.
We hereby declare that our proposal is made in good faith, without collusion or
fraud and the information contained in the proposal is true and correct to the best
of our knowledge and belief.
Thanking you,
Yours faithfully,
(Signature)
Printed Name and Designation
Seal
Date:
Place :
Business Address :
Commercial Taxes Department, Jharkhand
76
WORK EXPERIENCE CERTIFICATE
Name of the firm _________________________________________________________ Address:
Period from _______________ to _________________.
Order
Number
and date
Order Placed by (full contact address
Solution
Value of order in
of such organizations)
provided
Rupees
Date: ________________
Place: _________________
Signature of the Bidder :
Commercial Taxes Department, Jharkhand
77
SELF-DECLARATION
Ref: ____________________
Date: ________________
To,
The Commissioner,
Commercial Taxes Department,
Dhurwa, Ranchi-834004
In response to the tender No. ____________________________________ dt.
____________. We hereby declare that our Company M/s ___________________is
having unblemished past record and was not declare ineligible for corrupt & fraudulent
practices either indefinitely or for a particular period of time.
Name of the Bidder: Signature: Seal of the Company: -
Commercial Taxes Department, Jharkhand
78
CERTIFICATE OF CONFORMITY
Date:
To,
The Commissioner,
Commercial Taxes Department,
Dhurwa, Ranchi-834004
CERTIFICATE
This is to certify that, the service for supply installation and maintenance of
CEHECKPOST COMPUTERIZATION which I shall provide, if I am awarded with the work, are in
conformity with the Scope of Work in the Tender document.
I also certify that the price I have quoted per unit cost basis is inclusive of all the
cost factors involved in the execution of the project, to meet the desired standards set out in the
Conditions of the contract.
Name:
Designation:
Seal:
Commercial Taxes Department, Jharkhand
79
Bid Price Form
Prices for Supply, Installation, Operation & Maintenance support of check post
computerization for Jharkhand Government in manner as specified in Specifications and
Bidding documents.
Bidder's Name & Address
To
The Commissioner,
Commercial Taxes Department,
Dhurwa, Ranchi-834004
Format for Commercial Proposal [Including all taxes]
[1]At Check Post
SL No
Description
QTY
01
Desktop (Ref Annexure -1)
5
02
Printer-MFP (Ref Annexure-2)
2
03
Online UPS(Ref Annexure-3)
2
04
LAN Switch(Ref Annexure-4)
2
05
Router(Ref Annexure-5)
1
06
Generator(Ref Annexure-6)
1
07
LL/VPN-BB/MPLS
VPN
2mbps
Unit Price for 1
Total Price for 3
years
years
[Rs]
[Rs]
2
circuit(Two VPN BB/ MPLS VPN/LL
connectivity 1mbps each From two
Different Service Provider to central
Commercial Taxes Department, Jharkhand
80
location at Ranchi)
08
Earthing (Ref Annexure-7)
2
09
Network 9U Rack with patch panel
2
and all required patch cables (Ref
Annexure-8)
10
Wireless Access Point (Ref
1
Annexure -9)
08
a
ANPR System and CCTV System at check post
Ip Camera -Per Lane 2 camera(Ref
4
Annexure -10)
b
Video Recording System(Ref
1
Annexure -12)
c
Ip Camera –for surveillance (Ref
4
Annexure -10)
d
Rugged Industrial LAN Switch(Ref
1
Annexure -11)
10
Electrical and Structured Network
1
Wiring including fiber connectivity
as per industry standards and as per
field requirement at check post
11
12
13
14
Office Table(Refer Annexure -18)
Office Chair(refer Annexure -19)
Steel Almirah(Small 50”x30”x17)
12
12
2
The above BOM is the minimum
Commercial Taxes Department, Jharkhand
81
requirement
but
Bidder
may
propose additional requirements to
fulfill the solution requirement as
per SLA terms.
[A]Total Amount
Grand Total for 6 check posts [A x 6]
Commercial Taxes Department, Jharkhand
82
[2]At Central Location
SL No
Description
QTY
1
ANPR System with 24 camera
Unit Price for 1
Total Price for 3
years
years
[Rs]
[Rs]
1
license
2
24 Port LAN Switch(Ref Annexure
1
14)
3
4
VIDEO SURVEILLANCE
MANAGEMENT SOFTWARE and
Hardware (Ref Annexure 15)
1
Management console (Ref
2
Annexure 16)
5
Central Router(Ref Annexure 17)
1
6
The above BOM is the minimum
1
requirement
but
Bidder
may
propose additional requirements to
fulfill the solution requirement as
per SLA terms.
Total Amount
Commercial Taxes Department, Jharkhand
83
[3]At Manpower Services
Manpower Services
Man
Per Man months
Total Man
months
[net payment +
months[Rs]
Required
other company
expenses] [Rs]
[a]
1
Data Entry Operators cum technical
[b]
[c]=[a] x [b]
2160
assistants
2
Project Manager cum functional
72
Head
Total Amount
Total Project Cost
[ [1]cost of 6 check posts+ [2] cost of 1 central location + [3] Manpower services] =
Total Amount in Rupees for 3 years: (In figures) _______________________
[In Words]
Signature of Bidder
Seal
Commercial Taxes Department, Jharkhand
84
Download