Вы находитесь на странице: 1из 48

West Bengal State Electricity Distribution Company

Limited
(A Government of west Bengal Enterprise)
(IT & Comrrurticafion Cell) .
Vidyut Bhavan,yd Floor, C&D Block, Bidhan Nagar, Blo;k-DJ, Sec-H, Kolkata-700091
Phone No.033-2358-9665, FAX No.033-23&l-24Z] , 033-2358-9244
Website : www.wbsedcl. in, e-mail: itcell@,wbse_del±ir±

WBSEDCL
e-TENDER NOTICE
(LOCAL COMPETITIVE BIDDING)

BID DOCUMENT

For 1 (one) year Comprehensive Annual Maintenance


Contract with 1 (one) year FMS support of eatixsikimg Video
Conferencing System located at Head Qualter, different
Zonal, ltegional, Divisional Offices under jurisdiction of
WBSEDCL.

Tender Notice No: WBSEDCL/ IT&C/ 6.13 / 1052 Dated: 29.10.2018

Issued to:
M/s.

9J\`
Chief Engineer,
IT & Comm. Cell
WBSEDCL
AMC of video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCLnT&C/6.13/1052 dtd. 29.10.18
Page I of 14
CONTENTS

SL. No. Description Page

1. INSTRUCTION TO BIDDER (IB) -- SECTION I 3--9

2. SCOPE OF WORK -- SECTION II 10-11

3. GENERAL CONDITIONS OF CONTRACT (GCC) -- SECTION III 12 14

4. ANNEXURES -- I, II, III, IV, V & VI

5. FORMS I, II

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 2 of 14
SECTION: I
INSTRUCTION TO BIDDER (IB)

IB.1. West Bengal State Electricity Distribution Company Limited herein after referred to as
WBSEDCL invites through electronic tendering (e-tendering) for 1 (one) year
Comprehensive Annual Maintenance Contract (AMC) with 1 (one) year FMS support
of existing Video Conferencing System located at Head Quarter, different Zonal,
Regional, Divisional Offices under jurisdiction of WBSEDCL

document. Instructions/Guidelines for electronic submission of the tender have been


mentioned below for assisting the bidders to participate in e-Tendering.

IB.2. Invitation for the Bids:

IB.2.1. Tender is invited by the Chief Engineer, IT&C Cell, 3rd -Block,
Vidyut Bhavan, WBSEDCL, Bidhannagar, Block-DJ, Sector-II, Kolkata-91
through electronic tendering (e-tendering).
IB.2.2. Bidders willing to take part in the process of e-tendering are required to
obtain Digital Signature Certificate (DSC) in the name of person who will
sign the tender, from any authorized Certifying Authority (CA) under CCA,
Govt of India (viz. nCode Solution, Safescrypt, e-Mudhra). DSC is given as a
USB e-Token. After obtaining the Class 2 or Class 3 Digital Signature
Certificate (DSC) from the approved Certifying Authority they are required
to register the fact of possessing the Digital Signature Certificates through
the registration system available in the website.
IB.2.3. Intending bidders desirous of participating in the tender are to log on
to the website https://wbtenders.gov.in for the tender. The tender can be
searched by typing WBSEDCL in the search engine provided in the website.
This is the only mode of collection of tender documents.
IB.2.4. Tenders are to be submitted online and intending bidders are to download the
tender documents / Forms / Annexures from the website stated above,
directly with the help of the e-Token provided.

IB.3. Eligible Bidders:

IB.3.1. The bidder should preferably be OEM or an authorized system integrator of the
video conferencing equipments and Display equipment and should produce
Self declaration or manufacturer authorization letter in this regard.
IB.3.2. The bidders should not been blacklisted from any Govt. organization across
India from the year of 2015 onwards and undertaking in this regard should be
provided by the authorized signatory of the bidder. During contract period if
the undertaking submitted by the bidder is found incorrect, the order issued
on vendor shall be terminated with the forfeiture of the Performance Bank
Guarantee (PBG).

IB.4. Tender fee: Bidders intended to enroll and submit e-Tender shall have to deposit of
` 6000 /- (Rupees six thousand only) as tender fee plus 18% of GST will be applicable.
Tender Fee must be submitted in the form of Bank Draft (DD) / Pay order / Bankers

Electrici .
AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 3 of 14
IB.5. Earnest money Deposit (EMD) as Bid Guarantee:
IB.5.1.

is not submitted within schedule date.


IB.5.2. The Bid Guarantee is to be submitted in the form of irrevocable Bank
Guarantee / Demand Draft of ` 1,05,000 /- (Rupees one lakh five thousand
only) issued by any Branch of any Indian scheduled Bank, in favour of

Bhavan, Salt Lake City, Kolkata. The Bank Guarantee is to be submitted as


per format in ANNEXURE-IV and shall remain valid initially for a period of
120 days from the date of opening of the bid document (Part-I). WBSEDCL
may request to extend the validity of the EMD if required so.
IB.5.3. The Bid Guarantee of the unsuccessful Bidders will be returned against their
written claim after the placement of order to the successful Bidder.
IB.5.4. after
submission of Performance Guarantee as per Performance Guarantee Clause
of bid document.
IB.5.5. No interest shall be paid by WBSEDCL on the above Bid Guarantee.
IB.5.6. The EMD shall be forfeited for any of the following reasons:

IB.5.6.1. If during the period of bid validity, the bidder withdraws or


modifies the bid in part or as a whole.
IB.5.6.2. If the successful Bidder fails to accept the order

document or fails to furnish the contract performance


guarantee as stipulated in PBG clause of bid document.
IB.5.6.3. If the successful bidder fails to extend the validity period of
Deposit as
Clause of bid document.

IB.5.6.4. If the undertaking provided regarding blacklisting is found to


be false.
IB.5.6.5. If any cartel is formed by the Bidder in their quotation.

IB.6. Formation of cartel & penal measures: This will be guided by the purchase policy of
www.wbsedcl.in.

IB.7. Conflict of Interest:


IB.7.1. The Bidder shall not have a Conflict of Interest that may affect the Tendering
Process. Any Bidder found to have a Conflict of Interest shall be
disqualified. In the event of disqualification, the Bid Security of the bidder
shall be forfeited for the time; cost and effort of the Authority including

or remedy that may be available to the Authority hereunder or otherwise.


IB.7.2. Any Bidder found to have a conflict of Interest if his near relative is posted
as an employee/officer in any capacity in WBSEDCL, who is associated with

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 4 of 14
the Tender Inviting Authority.
IB.7.3. Any Bidder found to have a Conflict of Interest if any employee of the
bidding firm/company has or develops a financial or other interest with any
employee/officer of WBSEDCL associated with the Tender Inviting
Authority during execution of the contract.
IB.7.4. Any Bidder has a relationship with another Bidder/Bidders, directly or
through common third parties, that puts them in a position to have access to
each-others information about, or to influence the Tendering Process of
either or each of the Bidder.

IB.8. Key Dates: The schedule for e-Tendering.

Sl
Action Date & time
No.
1. Publishing Date 05.11.2018 at 11:00 Hrs.
2. Document Download start date 05.11.2018 at 11:30 Hrs.

3. Last date of Receiving Pre-Bid 19.11.2018 at 13:00 Hrs.


Queries
4. Date of Pre-bid Meeting 22.11.2018 at 11:00 Hrs.
5. Bid submission Start date 27.11.2018 at 11:00 Hrs.
6. Bid submission End date 10.12.2018 at 13:00 Hrs.
Last date of physical submission
7. 11.12.2018 at 14:00 Hrs.
of Tender Fee and EMD
8. Techno Commercial Bid 14.12.2018 at 14:00 Hrs.
opening date
Date & Time will be intimated later
9. Financial Bid opening date
on.

IB.8.1.
working day (between mentioned working hours) shall be considered as
scheduled date and schedule time.
IB.9. Pre Bid Discussion: Pre bid discussion will be held at WBSEDCL as per schedule
above to clarify the queries, if any, from the bidders in
respect of tender.
IB.10. Queries of Bidding Documents: If there be any discrepancy or obscurity in the
meaning of any clause of the bid document, such queries must be sent to the Chief
Engineer, IT & Communication Cell, in written form within the date as mentioned in
s . Such query received from bidders prior to pre bid
discussion shall only be discussed in the pre bid meeting. No other query except the
written submitted ones will be clarified during pre bid discussion.

IB.11. Amendment / Addenda of Bidding Documents:


IB.11.1. At any time prior to the deadline for submission of bids, WBSEDCL may,
for any reason, whether at its own initiative, or in response to a clarification
requested by a prospective Bidder, amend the Bidding Documents.
IB.11.2. The amendment will be notified in e-tendering website

(https://www.wbsedcl.in) to all prospective bidders who have purchased the

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 5 of 14
Bidding Documents.
IB.11.3. In case of any amendment WBSEDCL may at its discretion, extend the
deadline for the submission of bids which will be notified in website of
WBSEDCL.

IB.11.4. No other communication shall be made afterwards on the issues discussed in


the pre bid meeting. The clarification given in pre-bid discussion shall be
final and binding on the bidder.
IB.12. Language of the Bid: All correspondences with the bidder and WBSEDCL shall be
made in English Language only.
IB.13. Signing of Bids:
IB.13.1. The bid shall be downloaded from the website www.wbtenders.gov.in and
shall be signed by a person / persons duly authorized by the bidder.
IB.13.2. To be qualified for evaluation and finalization of contract, Bidder/ Bidders
shall submit a written power of attorney, authorizing the signatory of the Bid
to act on behalf of the Bidder in the form and manner which is acceptable by
WBSEDCL.
IB.13.3. All the pages of the bid and where, entries/ amendments have been made,
shall be signed by the person/persons signing the bid.

IB.13.4. The complete bid shall be without alterations, interlineations or erasers,


except those to accord with instructions issued by WBSEDCL or as
necessary to correct errors made by the bidders, in which case such
corrections shall be initialed by the person/persons signing the bid. Bids not
duly signed shall be treated as cancelled.
IB.14. Submission of Tender: If there is any deficiency in the submitted/uploaded
documents as stipulated in the following clauses, the tender will summarily be
rejected.
IB.14.1. General process of submission:
Tenders are to be submitted online through the website
https://wbtenders.gov.in. Bidders are required to upload all the tender
documents/forms/Annexures along with the other documents, filled in strictly
as per formats as asked for in the tender, through the above website within
the stipulated date and time as given in the Tender. Tenders are to be
submitted in two folders - one is Technical Proposal and the other is
Financial Proposal. The Bidder shall carefully go through the documents and
prepare /download the required documents/forms/Annexures and upload the
scanned documents /filled in forms/Annexures in Portable Document Format
(PDF) to the portal in the designated locations of Technical Bid along with
the Price Bid sheet of Bill of Quantity (BOQ) duly filled in the rates of items
in the designated Cell after downloading the same.
Bidders should take note of all the addendum/corrigendum related to the
tender and upload the latest documents as part of the tender.
IB.14.2. Technical Proposal:
The Technical Proposal shall contain scanned copies and/or declarations in
the following standardized formats in two folders.

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 6 of 14
IB.14.2.1. Statutory Cover
A.
i. Tender Fee: Copy tender fee document.
ii. EMD: Copy of Bank Guarantee (BG) / DD
B.
i. Bid Proposal: Annexure-I
ii. List of VC & IT equipments under AMC: Annexure-II
iii. Technical Specification of VC & IT equipments: Annexure-III
iv. Other Annexure.
C.
i. Tender Document: Signed Copy
ii. Addenda/Corrigendum: Signed copy if published.
D.
i. Mandatory Condition: Form-I
ii. Check List: Form-II
Only downloaded copies of the relevant documents are to be uploaded,
and digitally signed by the bidder.

IB.14.2.2. Non-Statutory Cover (My Document)


A. Company Details: Copy of the following document:
i. Registration Certificate of the company
ii. PAN Card.
iii. GST registration certificate.
iv. PF certificate.
v. ISO certificate.
B. Other Documents as declared in From-I of Mandatory Condition

IB.14.3. Financial Proposal: Bill of Quantities (BOQ):

The bidder shall quote the rate in the space marked for quoting rate in the
Price Bid Sheet of the downloaded BOQ file.

IB.14.4. Submission of documents of Tender Fee and Earnest Money: Original


Document i.r.o. Tender fee and Earnest Money in original shall be submitted
before opening of Techno Commercial Bid as per schedule in the following
office.
The Chief Engineer, IT & Communication Cell,
West Bengal State Electricity Distribution Company Limited,
Vidyut Bhavan, 3rd Floor, D-Block,
Bidhannagar, Kolkata 700091.

IB.15. Validity of Tender:


The offer against tender shall remain valid for a minimum period of 120 days from the
date of opening of the bid document. However, WBSEDCL may, on the merit of
case, request for extension of validity of the offer for a further suitable period without
any change in terms & conditions of the offer.

IB.16. Opening and evaluation of tender :


IB.16.1. Technical Proposal:
IB.16.1.1. Technical proposals for those bidders whose original copies of
AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 7 of 14
tender fee & EMD have been received will only be opened.
IB.16.1.2. Decrypted (transformed into readable formats) documents of
the Statutory and Non-statutory Covers will be downloaded
for the purpose of evaluation.
IB.16.1.3. While evaluation, the Tender Inviting Authority may summon
of the bidders and seek clarification / information or additional
documents or original hard copy of any of the documents
already submitted and if these cannot be produced within the
stipulated time frame, their proposals will be liable for
rejection.

IB.16.2. Financial Proposal:


IB.16.2.1. Financial proposals of the bidders, who are techno-
commercially eligible, will only be opened. Date of opening of
financial bid will be intimated to such qualified bidders
through web portal.
IB.16.2.2. The encrypted copies will be decrypted and the rates will be
read out to the bidders if remaining present at that time.
IB.16.2.3. After opening of the financial proposal the preliminary
summary result containing inter-alia, name of bidders and the
rates quoted by them will be uploaded.
IB.16.2.4. For any discrepancy in the amount of figures and words, the
quoted amount in figure will prevail.
IB.16.2.5. Final evaluation of any bidder will be made on the basis of
quoted basic prices and quoted tax components against total
quantity.
IB.16.2.6. WBSEDCL may ask any of the bidders to submit analysis to
justify the rate quoted by that bidder.

IB.17. Price:
IB.17.1. Price offer shall be submitted in the prescribed format only.
IB.17.2. No deviation in any form in the Price Bid Sheet of BOQ is acceptable.

IB.17.3. The quoted price shall remain firm throughout the period of the contract and
no adjustment shall be made to the contract price in respect of rise or fall in
cost of Installation & Commissioning Charge.
IB.18. Taxes, Duties and other levies: No custom duty will be paid by WBSEDCL. GST will
be paid as per prevailing rate.
IB.19. Statutory Obligations: Statutory obligations as per law of the land are to be complied.
IB.20. Insurance: The Contractor at his own cost shall arrange, secure and maintain all
insurance as may be pertinent to the Work and obligatory in terms of law to protect his
interest and interest
regard shall not relieve him of any of his contractual responsibilities and obligations.
The Contractor shall, however, be authorized to deal directly with the Insurance
Company or Companies and shall be responsible in regard to maintenance of all
insurance covers.
IB.21. Right to reject Bids : WBSEDCL reserves the right to accept or reject any bid and to
annul the bidding process and reject all bids at any time prior to award of Contract,
without thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders the reason for WBSEDCL's action.
AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 8 of 14
IB.22. Mandatory Condition: The bidder shall provide documentary evidence satisfactory &
acceptable to WBSEDCL to establish that they have the requisite credential, capability
and experience to handle the contract and meet requirements of all the Mandatory
Conditions indicated in Form-I.

IB.23. Settlement of Disputes: In case of any dispute arising out the contract, the same
should be settled through meeting between the WBSEDCL and the contracting agency
at the appropriate level. The necessary judicial affairs and/or Court Case shall be
exclusively within the jurisdiction of High Court at Kolkata only.

IB.24. Issue of LOA : WBSEDCL will award the contract to the successful bidder whose bid
has been determined to substantially responsive and has been determined the lowest
evaluated bid, provided further that the bidder is determined to be qualified to perform
the contract satisfactorily. WBSEDCL shall be the sole judge in this regard.

IB.25. Acceptance of LOA: The successful bidder shall submit written unconditional
acceptance of LOA within 7 (seven) days from date of issue of the same. Submission
of conditional acceptance of LOA shall be treated as non-compliance of this clause.
Date of Acceptance of LOA (Letter of Award) shall be considered as zero date.

IB.26. Disqualification of Vendors: Adverse report / remark on AMC service against the
order from WBSEDCL may disqualify the candidature of the vendor at any point of
time.

IB.27. Communication: The successful bidder, for communicating with WBSEDCL, for this
job may use the following modes.

FAX- (033) 2358 9244.


Telephone (033) 2359 9244, 2319 7805.
Email- tapas.sen@wbsedcl.in

IB.28. Representative of Vendor:

IB.28.1. The successful vendor is required to nominate one officer exclusively for
this project from commencement to completion as a Nodal Officer to be
stationed at Kolkata, with whom WBSEDCL will contact on all matters
related to this order.

IB.28.2. The vendor has to specifically furnish to WBSEDCL, the name,


designation, Telephone no. including mobile no., email address of such
person.

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 9 of 14
SECTION: II
Scope of Work [SW]
1 (one) year Comprehensive Annual Maintenance Contract (AMC) with 1 (one)
year Facility Management Service (FMS) support of existing Video Conferencing System
located in Head Quarter, different Zonal, Regional and Divisional Offices under jurisdiction of
WBSEDCL as per bellow mention Scope by the Bidder.
SW.1.Annual Maintenance Contract (AMC):
SW.1.1. Bidder shall perform AMC of entire Video Conferencing system including
Display and UPS as per specification in Annexure-III at all 75 locations as
per Annexure-VI for 1 (one) year as per the list of VC & IT equipments in
Annexure-II. All necessary spare parts need to be kept in stock
accordingly as per Technical Specification (Annexure-III).

SW.1.2. AMC shall also cover trouble shooting of the entire system as per
Annexure-II including software.

SW.1.3. Scheduled preventative maintenance must be made at least half yearly


basis to avoid breakdown / failure in the system a gap of at least 2 (two)
months shall be maintained between 2 (two) successive preventive
maintenance date. You shall have to furnish supporting certificate of Site
Officers for all the system.
SW.1.4. In case of failure / malfunctioning of any equipment of entire system, the
site officers will inform it over unique telephone / toll free number.
Centralized registration of all calls should be maintained by you to record
the calls and acknowledge each and every call with a unique docket
number which is to be used for further reference. Completion of the call is
to be certified by Site Officers.

SW.1.5. The day on which call is registered will not be counted for downtime
calculation. Downtime calculation will be started from 0 (zero) hours of
the following date. Maximum acceptable downtime will be 24 hours for
KMDA area and 48 hours for rest areas. Sundays and Holidays will not be
counted towards calculation of downtime. After rectification of fault the
system should run at least 15 (fifteen) days, else total period will be
calculated towards downtime of the system. Downtime will be calculated
in each quarter of the year separately.

SW.1.6. Schedule preventive or un-schedule breakdown maintenance includes


replacement of all un-serviceable parts free of cost by you. Parts will have
to be replaced preferably with original one. The defective parts removed
will be the property of the vendor. Schedule maintenance of entire system
shall be done up to the satisfaction of the Site Officers.

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 10 of 14
SW.1.7. UPS battery cell shall be changed by the successful bidder as per actual
requirement, which shall be identified by successful bidder at the time of
preventive/ breakdown maintenance. Battery cell will have to be changed
after initiating service call from site offices and subsequent inspection
report countersigned by site officers. After getting all the reports clearance
will be given by IT&C cell for taking further action towards replacement
of the battery cell. Battery cell cost shall be borne by WBSEDCL as
mentioned in BOQ.
Battery cell cost means the cost of the battery cell after buyback with
installation & commissioning and 2 years of warranty.

SW.2.Facility Management Service (FMS):


SW.2.1. Providing Facility Management Service at Corporate Office at Vidyut
Bhawan for co-ordination with all site locations as per Annexure-VI
including additional sites, which shall be included time to time for
managing the entire system for 1 (one) year from the zero date as in clause
no. IB.25.

SW.2.2. Facility Management Services by deploying a person at Vidyut Bhawan


with suitable accessories like laptop, mobile etc shall be provided by
successful bidder in order that maximum uptime & performance levels of
VC systems is ensured. In absence of deputed FMS personal, suitable
substitute to be deployed.

SW.2.3. The vendor shall have to provide the services so as to manage entire IT
system including all equipments like hardware, software & networks and
related modules in order that they have maximum availability to enable
utility to realize its desired objectives.

SW.2.4. To achieve the desired Service, the vendor may need to interact,
coordinate and collaborate with the other Service Providers as & when
required. The vendor will act as the Single Point of Contact (SPOC) for all
issues related to the Service Levels. The role of FMS shall be started
immediately from zero date as stated in clause IB.25.

SW.2.5. The vendor shall be responsible for management of all the systems as per
scope of work with all supportive services.

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 11 of 14
SECTION: III
General Conditions of Contract [GCC]
GCC.1. General Terms:
GCC.1.1. During AMC period, the vendor has to deliver and install on site updates,
patches etc. of the Software if any, free of cost.
GCC.1.2. Availability of spares for entire AMC contract period shall be
maintained.
GCC.1.3. The Bidder should have service centre facility available in Kolkata, West
Bengal for all equipments.
GCC.1.4. Quotation from any sub-vendor will not be entertained.
GCC.1.5. The Company reserves the right, to reject any or all the tenders, at its
discretion, without assigning any reason whatsoever.
GCC.2. Force Majeure: Bidder shall have no liability if prevented from carrying out
obligations under the orders by reasons of war, invasion, foreign hostilities, war
declared, riot, civil commotion, mutiny, fire, Govt. orders and/or restrictions or
any other cause beyond the reasonable control of Bidder. However, such force-
majeure circumstances are to be intimated immediately and to be established
subsequently with appropriate documents/ proofs to the entire satisfaction of
WBSEDCL.
GCC.3. Performance Guarantee:
GCC.3.1. As contract security, the successful bidder has to furnish a performance
Guarantee on 10% of Contract Value in the form of Bank Guarantee on
non-judicial stamp paper of Rs.100/- by any Schedule Bank in India, as
per format enclosed (ANNEXURE-V). The Performance Security Deposit
is liable to be en-cashed in case of noncompliance to the LOA or failure to
undertake satisfactory Annual Maintenance Services. The BG shall be
submitted within thirty days (30) from the date of issue of LOA. Validity
of BG will be 1 years 6 months from the date of LOA and claim period
will be further 3 months. PBG may be extended for extension of the
contract period for further one year and Validity of BG will be 1 years 6
months from the date of issue of extension order and claim period will be
further 3 months.
GCC.3.2. Address of Submission:
The Chief Engineer, IT & Communication Cell,
West Bengal State Electricity Distribution Company Limited,
Vidyut Bhavan, 3rd Floor, D-Block,
Bidhannagar, Kolkata 700091.
GCC.4. Arbitration & Legal Jurisdiction:
GCC.4.1. During execution of this contract, if any dispute arises thereby, shall be
settled amicably between WBSEDCL and yourself to the extent possible.
GCC.4.2. All disputes or differences in respect of which the decision if any has not
become final shall be settled by arbitration in accordance with the
provisions of the Arbitration and Conciliation Act 1996 or any statutory
modification thereof.
GCC.4.3. The necessary legal affairs and / or court case shall be exclusively within
the jurisdiction of High Court at Kolkata only.
AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 12 of 14
GCC.5. Liquidated damage: WBSEDCL reserves the right to repudiate the contract
if the successful bidder fails to complete the work within stipulated period for
completion. However, the ordering authority may at his discretion waive this
condition with imposition of liquidated damage indicated herein below.

GCC.5.1. During AMC Period: If the Vendor fails to set right the malfunctioning
of the system within maximum acceptable downtime as indicated in
relevant clause SW1.5., WBSEDCL may recover from the vendor @½%
(half percent) amount of AMC order value per day or part thereof as
Liquidated Damage. The maximum value of LD would be 10% (ten
percent) of AMC order value. In case of termination of LOA as per
termination clause, WBSEDCL will engage third party for the
maintenance of supplied and installed items and related service. The
difference in cost of AMC for engagement of third party will be deducted
recovered from outstanding bill / BG lying / to be lying with WBSEDCL.

GCC.6. Submission of bills for payment: All the bills in triplicate with relevant
papers, documents are to be submitted to the IT & C Cell.
GCC.7. Terms of Payment: No advance payment will be made against this order in
any circumstances for entire contract period.

GCC.7.1. For AMC :


GCC.7.1.1. Payment will be released on quarterly basis after completion of
scheduled preventive maintenance or successful breakdown
services for the particular period.
GCC.7.1.2. Bills are to be submitted in triplicate with performance certificate
from concerned Consignee & Supervising Officer and
countersigned by Controlling Officer.
GCC.7.1.3. Bills are to be submitted to Controlling Officer with valid GST
certificate.
GCC.7.2. For Facility Management Service (FMS):
GCC.7.2.1. No advance payment shall be made against FMS.
GCC.7.2.2. Payment will be released on quarterly basis after completion of
the particular period.
GCC.7.2.3. Bills are to be submitted in triplicate with performance certificate
from concerned Consignee & Supervising Officer and
countersigned by Controlling Officer.

GCC.7.3. For Battery replacement of UPS battery:

GCC.7.3.1. No advance payment shall be made against Battery


replacement.
GCC.7.3.2. Payment will be released on quarterly basis after completion of
the particular period.
GCC.7.3.3. Bills are to be submitted in triplicate with successful installation
& commissioning certificate from concerned site officer and
countersigned by Consignee & Supervising Officer.

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 13 of 14
GCC.8. Contract Period: You shall maintain the system for a period of one (1) year
from the zero date as per the clause IB.25. by the Vendor. The same may be
extended for further one (1) year with the same terms and conditions on
satisfactory performance.
GCC.9. Risk Purchase / Performance: If the vendor fail to complete the job,
WBSEDCL shall be entitled to execute the job through the best and nearest
substitute available elsewhere on the account and at the risk of the contracting
agency or to cancel the contract and the contracting agency shall be liable to
compensate for any loss or damage which WBSEDCL may sustain by reason of
such failure on the part of the Contracting Agency.
GCC.10. Cancellation/Termination of Order: WBSEDCL shall have the right to
repudiate the contract for the following causes and may also lead to cancellation
of LOA.
GCC.10.1.
GCC.10.2. Non submission of Performance BG within time.
GCC.10.3. If failed to perform in the AMC Period.
GCC.10.4. In each above cases 15 days termination notice shall be issued prior to
termination of LOA
GCC.11. WBSEDCL personnel for liaison :
GCC.11.1. Controlling Officer: Addl. Chief Engineer, IT & C Cell.
GCC.11.2. Consignee & Supervising Officer: Superintendent Engineer (E), IT & C
Cell He would issue the successful performance certificate.
GCC.11.3. Site Officer: He/she would issue the successful installation &
commissioning certificate in case of battery cell replacement. The site
officers of the respective offices are mentioned bellow:
GCC.11.3.1. Divisional Manager for respective Division Office.
GCC.11.3.2. Regional Manager for respective Regional Office.
GCC.11.3.3. Zonal Manager for respective Zonal Office.

GCC.11.3.4. SE, IT&C Cell, Bidyut Bhawan for the Corporate Office.

GCC.11.3.5. Project Manager in each of the 4 Hydel Offices or one


officer in the rank of Addl. CE / SE as nominated by the
CE, Hydel HQ.

GCC.11.4. Paying Authority: Manager, Establishment-Corporate (F&A), Vidyut


Bhavan, WBSEDCL.
Enclosures:
1. Annexure-I : Format of Bid Proposal
2. Annexure-II: List of VC & IT equipments under AMC
3. Annexure-III: Technical Specification of VC & IT equipments.
4. Annexure-IV: Format of Bid Guarantee
5. Annexure-V: Format for Bank Guarantee for contract performance
6. Annexure-VI: Location list
7. BoQ: Price Bid Format
8. Form-I: Declaration of mandatory condition
9. Form-II: Check List

AMC of Video Conferencing in WBSEDCL: e-Tender Notice No. : WBSEDCL/IT&C/6.13/1052 dtd. 29.10.18
Page 14 of 14
ANNEXURE-I
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/ IT & C /6.13/ 1052 dtd. 29.10.2018

BID PROPOSAL
From

Bidder's Name and Address :

Contact person :

Designation :

Telephone No.(Land Line & mobile) :

Fax :

Tender Reference :

To
The Chief Engineer,
IT & C Cell,
West Bengal State Electricity Distribution Company Limited,
3rd Floor, Block’D’, Vidyut Bhavan.,
Bidhannagar,
Kolkata- 700 09l.

Sub. : Invitation to bid for AMC of Video Conferencing System in


WBSEDCL

Dear Sir,

1. We the undersigned Bidder/(s), having read and examined in details the specifications and
other documents of the subject Tender, do hereby propose to execute the contract as per
specification as set forth in your Bid-Document.

2. PRICES AND VALIDITY :

2.1. The ex-works prices of all items/equipments and rate of erection, commissioning etc.
stated in the bid are FIRM during the entire period of contract irrespective of date
of completion and not subject to any price adjustment as per in line with the
Bidding Documents. All prices and other terms and conditions of this proposal are
valid for a period of 120 (one hundred and twenty) days from the date of opening of
the bids (Techno Commercial)). We further declare that prices stated in our proposal
are in accordance with your bidding.

2.2. We confirm that our bid prices include all other taxes and duties and levies applicable
on bought out components, materials, equipments and other items and confirm that
any such taxes, duties and levies additionally payable shall be to our account.

2.3. No custom duty will be paid by WBSEDCL. GST will be paid as per prevailing rate.

IT & C Cell Tender for AMC of Video Conferencing System in WBSEDCL Page 1 of 2
ANNEXURE-I
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/ IT & C /6.13/ 1052 dtd. 29.10.2018

3. BID GUARANTEE :

We have enclosed a Bid Guarantee in the form of Bank Guarantee from


……………………………………….drawn in favour of WBSEDCL for an amount of
Rs..............................

4. DEVIATIONS :

We declare that contract shall be executed strictly in accordance with the specifications
and documents except for the deviations, all of which have been detailed out exhaustively
in our deviation schedules, in volume irrespective of whatever has been stated to the
contrary any where else in our proposal.
Further, we agree that additional conditions, deviations, if any, found in the proposal
documents other than those stated in our Deviation Schedules, save that pertaining to
any rebates offered, shall not be given effect to.
5. WORK SCHEDULE :
If this proposal is accepted by you, we agree to provide services and complete the entire
work, in accordance with schedule indicated in the proposal, we fully understand that the
work completion schedule stipulated in the proposal is the essence of the Contract, if
awarded. The completion schedule of the various major key phases of the work will be as
per time Schedule submitted by us and approved by WBSEDCL in order to maintain the
completion time schedule of bid documents.
6. CONTRACT PERFORMANCE GUARANTEE :
We further agree that if our proposal is accepted, we shall provide a Contract Performance
Guarantee of value, equivalent to ten percent (10%) of the Contract Price as stipulated in
Bid document in the form of Bank Guarantee (Please specify the form of guarantee) in
your favour and enter into a formal agreement with you within 30 (thirty) days from the
date of placement of Letter of Award.

Dated..................this.................day of............2018

Thanking you, we remain,


Yours faithfully,
Date _____________

Place ____________ (Signature) ___________________

(Printed Name) ________________

(Designation) _________________

(Common Seal) _______________


Business Address:

Name & Address of Authorized Signatory:

IT & C Cell Tender for AMC of Video Conferencing System in WBSEDCL Page 2 of 2
Annexure-II
West Bengal State Electricity Distribution Company Limited

Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.18

List of VC, IT, Display & UPS items

Sl. No. Items Make / Model Quantity

1 MCU Supervisor Cisco / MCE 8050 1

2 MCU 1 Cisco / MSE 8510 1

3 MCU 2 Cisco / MSE 8510 1

4 VCS Cisco 1

5 Content Server Cisco 1

6 TMS Server IBM / X3620 1

7 End Codec Cisco / SX20 76

8 Monitor 17" Samsung 1

9 Display Panel 42" LG 74

10 Display Panel 65" Panasonic 1

11 Display Panel 85" Panasonic 1

12 UPS 3 KVA Uniline 1

13 UPS 2 KVA Uniline 74

8 port Unmanaged
14 Cisco 1
Switch

Signature of the bidder


ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.18
Specifications for Multipoint Control Unit (MCU): Make: CISCO
Sl.
Feature Specifications
No.
The MCU should be in the form factor of 2U Rack and
above
1 General
The MCU must be a secure Non-PC Hardware with a strong
operating system.
Should have the ability to connect 40 Video sites
simultaneously @1280x720p resolution from the Day
One.The same capacity should be scalable to 75 ports 1080p
30fps resolution on the same Chasis/Box without adding any
extra Hardware. No forklifting of the hardware would be
acceptable
The MCU should be able to scale the capacity without
loosing any of the features and functionalities.
The MCU should be able to connect Minimum 20 Audio
2 Capacity
Participants over and above Video ports without losing
required Video Ports From Day One
The MCU should support atleast 10 or more video clients
from day one.This functionality is acceptable via
internal/external hardware/software
The video clients should support enhanced resolutions for a
better video quality and should be capable to display PC
content to all the participants connected.
Text chat should also be supported on the clients
Should support 30 fps @ 1080p and 720p resolution and 60
fps@720p
Video quality Should support H.264 in Continuous presence mode
3
performance It should be possible for the internet user to connect to an on
going conference in the MCU.This functionality is
acceptable if provided using external or internal hardware
Video Standards
4 Should support H.261, H.263, H.264
(ITU-T)
Should support video resolution from QCIF to 1080p
5 Video Resolution
without losing ports
Alongwith the Support for basic algorithms like G.711 and
G.722.1 .The MCU should also support wideband Audio
6 Audio Standards
protocols like MPEG 4 AAC - LC ,MPEG 4 AAC - LD or
equivalent or better
7 IP protocols The MCU should support H.323 and SIP protocols

Page 1 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl.
Feature Specifications
No.
The system should support universal transcoding combining
SD and HD with in the same Conference
The MCU should support transcoding of different
Audio/video Protocols.
Transcoding & Any bandwidth, any resolution, any video or audio codec
8
Rate Matching can be used on any Video call within the same Conference.
The MCU must have inbuilt or external Gatekeeper . Min.
75 registrations should be available from day one or higher
The MCU should have an video encode resource per
participant
The MCU should support H.239 for sending and receiving
dual video streams (Presenter + Presentation)
The MCU should support showing the presentation as a
video participant so that sites that are not capable of
receiving H239 can receive the presentation in the main
video.
9 Dual Video
It should be possible to display PC content to all the users
connected in an ongoing conference within the MCU by the
administrator without being a part of that conference.
Streaming of conferences should be available from the day
one. This functionality is acceptable if met using an internal
software or an external hardware.
The MCU Should allow to easily initiate unscheduled
conference.
The MCU should allow conferences to be scheduled through
scheduling applications installed in a server
The MCU should allow active speaker selection using
remote control or voice activated.
The MCU should allow Far End Camera Control Tunnelling
using Endpoint remote control or from the Web.
Conference
10 The MCU allow continuous presence conferences displaying
Features
20 or more participants at one time on a single screen.

The MCU offer more than 30 or more screen layout options


The MCU using the Web interface, gives the conference
moderator full control of participant location in the screen
layout. Additionally, the MCU should also support a client
based application to conduct the above function.
The MCU provide a self-see window in the screen layout
that can be turned off.
Page 2 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl.
Feature Specifications
No.
The MCU allow administrative control of layouts and
conferencing views
The MCU provide auto layout selection depending on the
number of participants
Conference
10 Providing a unique and optimized view for ach participant
Features
(without the participant in the layout)
The MCU should support enablement of point to point
endpoints to initiate a multipoint call on adhoc basis without
the help of the administrator
Standard based technology providing intelligent
Network downspeeding, pack pacing and packet loss concealment to
11
Resilience ensure optimum Video an audio quality
Should support H.323 Alternate Gatekeeper functionality
The MCU should support upto seven access rights and
privileges for use.
Password-protected Conferences
12 Security
128 bit key, AES encryption for calls, H.235 for
authentication
Secure non-PC hardware and operating system
The MCU must support ability to terminate two different
Network non-routable networks, so that video calls from either
13
Interface network can be connected into a single conference without
compromising on the security.
Advanced It should be possible to enhance the resolution of the
14
Functionalities incoming video upto 4 times from the MCU.
Advanced It should be possible to enhance the resolution of the
15
Functionalities incoming video upto 4 times from the MCU.

Signature of the bidder

Page 3 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.18
Specifications for End Point 720P : Make: CISCO
Sl
Feature Specifications
No
The system must have the ability to escalate an existing point-to-
Connectivity to
1 point video call to Multiparty call on to the MCU. The escalation
External MCU
of the call to the MCU should be seamless.
Camera : 1/3” CMOS

Presets : 10 positions or more

Zoom : minimum 10x or more Optical zoom

Pan : Minimum +/- 85 degrees

Tilt : Minimum +15 to - 20 degrees


2 Camera Focus : Auto/Manual
Functions : Zoom, pan, tilt, brightness,auto white balance and Far
end camera control
The Camera should Support Voice Activated Tracking Feature to
Presets
The Camera and codec should be from the same manufacturer.

1920 x 1080 pixels progressive @ 60fps

IPv4 and IPv6 simultaneous support


3 Network Interface 1 LAN /Ethernet--10/100/1000 Mbps full duplex

The System should support Resource reservation protocol


The system should support H.323 features:
IP precedence( QOS), DiffServe.
IP Type of Service-TOS
IP adaptive bandwidth management (including flow control)
Auto Gatekeeper discovery
4 H.323 / IP features Auto Network Address Translation( NAT) support
Standards based- Packet Loss Recovery feature on H.323 call
Should support URL Dialling
Support for H.245 DTMF tones in H.323
NTP for Date and time
The VC system should be standard based with separate camera
and HD audio video Interfaces
5 Video Standards
Standards supported H.323and SIP System to support IP data rate
5 mbps or above

Page 4 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl
Feature Specifications
No

H.264 should be possible when sending or receiving two live


video sources e.g.View presentations and presenter simultaneously
The system should support H.239 in both H.323 and SIP calls.Eg.
View Presentations and Presenter simultaneously on SIP & H 323
Calls
5 Video Standards
It must be possible to enable or disable H.239 while in the Video
call
The system should support 16:9 and 4:3 aspect ratio
Standards: H.263, H.263+, H.264
The system should support H.460.18 and H.460.19 firewall
traversal
Ability to send and receive two live simultaneous video sources in
a single call, so that the image from the main camera and PC or
6 Video Features document camera can be seen simultaneously.
Should support H.239 and BFCP protocols
System should support PAL & NTSC
Should support 30 fps with 720p resolution from day one and
7 Video Resolution
should be scalable to 1080p in the same box
Resolution : QCIF, CIF, 4 CIF, HD720p and HD1080P

Should have DVI ( Digital Video Interface) input to connect PC/


Laptop directly to the Video conferencing system and display
resolutions from WXGA (1280 x 768) to 1080p (1920 x 1080)
8 Video Input
Should have at least one HD video Input to connect HD camera
with full functionalities as mentioned in the camera sepcifications

Should have at least 1 DVI input to allow connecting a laptop/PC


for PC presentation along with the HD camera input stream.

Should have at least 2no.'s of HDMI ( High Definition Multimedia


Interface) output to connect Full High Definition display devices
9 Video Output
such as plasma and projectors for both Video and Content.(Dual
Monitor Support)
High sensitivity microphone – Built-in / External

10 Audio Features Should support digital main audio output with the HDMI interface

Built in echo cancellation facility, Active Lip syncronization


Built in Noise reduction facility
Automatic Gain Control facility
Audio Input and The pick up of the microphones should be at least 10 feet from the
11 microphone.
Output
Bandwidth and coding: G.711, G.722, G 722.1, G.728, 64 kbps
MPEG-4 AAC-LD standard

Page 5 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl
Feature Specifications
No
Audio input x 1(RCA connector)
Audio out x 1 (RCA connection for Monitor speaker)
12 Control Port
The system should support 2 microphones , The Cables used for
Video Ouput and Audio Inputs should not be Proprietary based
13 Security Password protected system menu
ITU-T standards based Encryption of the video call
Call should be encrypted end-to-end on IP
Encryption of video Should support Standards-based: H.235 v2 & v3 and AES
14
call Encryption via Automatic key generation and exchange. The same
should be available in a call with Video with presentation
(dualvideo)
System management through embedded SNMP, Telnet, SSH,
System XML, SOAP
15
Management Software upload: web server, SCP, HTTP, HTTPS
Remote control and on-screen menu system
Should support Local and Global directories, Should support
16 Directory services
LDAP and H.350 protocols for directory transfer.
17 External devices Should have USB port to connect external devices.
Auxiliary control via RS232C port
18 Power Supply Wireless remote control
240VAC/ 50 Hz

Signature of the bidder

Page 6 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
Specifications forManagement & Scheduling Solution : Make: CISCO
Sl
Features Specifications
No

The Management application should provide system management


capabilities of all the video conferencing endpoints, MCU, Gatekeepers. It
should be possible to get detailed configuration of these devices.

The application should be able to manage third party VC systems i.e VC


units and MCU from other vendors also.

Management of It should allow conference and participant connection control


Video The system must be able to manage 100 devices including MCU and call
1 Conferencing control. It should have the ability to scale to manage upto 600 devices in
devices and the future.
Infrastructure Must provide a strong GUI so that the devices can be arranged in a
customizable folder view format.
The management view must also be able to superimpose the device
deployment in a customizable map view so that a map can serve as a
background and the devices can be positioned on such a map.
It should automatically be able to detect the latest software version of the
VC endpoints and upgrade the endpoints. It must also be possible to have a
scheduled upgrade configured so that the management device can upgrade
the endpoints at a suitable time.
The Application should Schedule point-to-point conferences. MCU
meetings that will have Dial in and dial out participants from the MCU.
Lock conference, Preventing new participants from joining.
Should be able to book recurring meetings and video resources
Should show overview of scheduled meetings, resources and participants.
2 Scheduling Should show realtime overview of Meeting status
Should have the ability to book conference rooms also. These would be
conference rooms without any video conferencing units.

The Scheduling tool must provide the ability to check the availablity of the
resources in a calendar format before booking any resources.

The Management application should have provision for Automatic ticket


handling and ticket priority customisation
Intelligent Ticket
3
Handling
It should support proactive system check-up prior to engaging scheduled
meetings.

Page 7 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl
Features Specifications
No
The application should support creation and management of a central
directory.
Supports hierarchical phonebook structure.
Phonebook
4
services Should support creation of phonebooks from Active Directory & H.350
Should support automatic insertion of national and international dialing
rules
The application should have provision for custom template creation for
Templates / management and provisioning.
5
Provisioning The application should have the ability to create persistent setting
templates that can be proactively enforced on systems.
The application should be able to backup the VC system settings.
6 Backup It should have capability to perform daily configuration restores or as per
the needs (Scheduled restore)
The software should support Live graphical web monitoring of the VC
systems.
The software should support Live graphical web monitoring of ongoing
conferences.
It must be possible to monitor live ongoing conferences. Both Scheduled
7 Monitoring
as well as ad-hoc conferences must be mangeable.
Functionalities such a mute/unmute of individual sites, connect/disconnect
of individual sites, view bandwidth of each sites, audio and video protocol
of each site, snapshot if needed must also be possible.
The Management application should support event logging and
notifications including boot, link down/up, connect error, call
Event
8 connected/disconnected, lost response/got response, Downspeeding,
Notification
upgrade start/finish scheduling, gatekeeper registration, low battery, wrong
password alert
9 Call Routing Should support automatic MCU, Gateway and Network Selection.

Signature of the bidder

Page 8 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29 .10.18
Specifications for Gatekeeper/Call Control Solution: Make: CISCO
Sl No Features Specifications
H323 The video conferencing endpoints and MCU must be able to
1
registration: register with the H323 Gatekeeper.
SIP The video conferencing endpoints and MCU must be able to
2
registration: register with the SIP Server.
The Call control device should be able to connect calls between
H323 only and SIP only devices.
3 Interworking
Should provide the ability to interwork calls between IPV4 devices
and IPV6 devices.
Should allow at least 40 simultaneous calls in call routed mode to
ensure complete control over the call features such a call hold,
transfer e.t.c and provide presence features
The capacity should be increased to support minimum 75 nos. calls
4 Capacity simulteanously in the future.
Should support minimum 75 Registrations from Day One.
The H323 registration over TCP/UDP should support H323 ID.
The SIP registration over TCP/UDP should support SIP URI.
Must have support for IPV6 and IPV4
The SIP Server must enable creation of a trunk/neigbour with the
existing Unified Call Manager.
1) Thus calls from IP phone should be able to reach the HD VC
endpoints using the SIP URI number.
2) Call from the HD VC endpoint must be able to reach the IP
phones.
3) Call from the IP phone should be able to reach the correct
conference number on the MCU.
5 SIP trunk
4) Call from the MCU should be able to reach the desired IP Phone.

The SIP Registrar must support SIP URI's in the following formats:
number@domain name (e.g. 65679@company.com)
alphanumeric@domain name (e.g. bhopal-HD-VC@company.com)

Integration with Microsoft OCS/Lync environment should be


possible
Should provide flexibility such as creation of dialling pattern or
6 Call Control
modifying the dial plan.
Security and authentication for registration of HD VC Endpoints.
Registration restrictions - define rules for specifying the length of
7 Security
the e.164 alias, the alias prefix and the range of IP addresses with
which the gatekeeper allows an endpoint to register.

Page 9 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl No Features Specifications
The SIP server must be capable of "Presence".
The status of the VC devices such as 'online', 'offline', 'busy' e.t.c
such that calling party can know the status of the Video devices
before making a call.
8 Presence
The SIP server must have a presence engine so that when
integration with other SIP devices such as MS OCS, Cisco CUCM,
Avaya e.t.c. is done, the presence of the VC devcies can be
published to the other devcies.
Support for bandwidth management the gatekeeper must allow for
the operator to initiate a call regardless of the end point used and
independently of the available of a bridge.
Should allow creation of Zones/Virtual groups for a cluster of
endpoints.
Bandwidth
9 Should allow restricting the bandwidth at the server level so that
management
calls cannot exceed the defined bandwidth.
Should be able to create an upper limit for the total bandwidth
between two zones e.g. no. of call X bandwidth per call should not
exceed the set limit.
Ability to set restriction on who can call who.
Regsitration to the server should be restricted by creation of either
an allow list or deny list.
Authentication
Ability to allow registration to the server only upon authetication of
10 and
the device.
Regsitration
Creation of local authentication database and pulling of
authentication credentials from an LDAP or AD server.
The solution should be scalable to increase the capacity to at least
11 Scalability
80 regsitrations

Signature of the bidder

Page 10 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29 .10.2018
Specifications for Recording and Streaming Solution: Make: CISCO
Sl No Features Specifications
Record single point, point to point or multipoint conferences
Capture presentations with H.239
The system should be able to stream live or recorded content
Recording and
1 Trans-coding or re-encoding of video content
Streaming
Should support recording from both H.323 and SIP endpoints
Integrates with MCU for simple recording of multipoint video
conferencing
Should support wide-band audio algorithms like AAC-LD
2 Audio / Video Support
Multimedia presentation sharing with H.239
Easily capture meetings or events including content such as presentation
material, using video conferencing endpoints
Records video at varying bit rates - 128Kbps to 2Mbps
Records presented content via H.239
Flexible recording environments either initiated from an H.323 MCU or
video endpoint
3 Recording
Supports minimum 1 concurrent video conferencing recording sessions

Should support recording of both Video and content without losing the
recording ports
Should support minimum 300 recording hours in HD 720p resolution
with adequate storage capacity
Flexible access to video content live or on demand
View content from video endpoint or Servers
Web interface
View content in recorded format, even HD
Uni-cast up to 80 concurrent streams

4 Streaming Unlimited Multicast streams through standard media players

Webcast live or on demand with Windows Media player and RealPlayer

Interoperates with the additional server for expanded streaming scalability

Must support the following streaming clients:


Media Player™, RealPlayer™ and QuickTime™, Adobe Flash
5 Streaming clients
Dual stream or still image content presented alongside main video. Layout
button in the content viewer

RSS feed subscription to provide alternate access to Content Library


6 Content management
Should support different layouts for playing back the recorded content.
Page 11 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl No Features Specifications
Support for external streaming servers (Microsoft Windows Media™
7 External Servers Server, Apple QuickTime™ Streaming Server, and Real Networks
Helix).
User management and authentication
Protect content with access controls
8 Management
Should integrate with Central VC management & scheduling application
User viewing and recording rights authorization
Embedded Web server enables full control, configuration and monitoring
of system and recordings
9 Security Should have provision to restrict playback of recordings to specific users.
Should support DTMF passoward for H.323 endpoints.
User Management
10 Network Interface 10/100/1000 Ethernet full duplex
11 Network Interface 2 x RJ45 Ethernet

Signature of the bidder

Page 12 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
Specifications for 42" Professional LCD Display for Different site offices: Make:LG
Sl
Features Specifications
No
Screen Size 42" or above
Panel Technology IPS
Aspect Ratio 16 : 9
Native Resolution 1920 x 1080
1
Brightness 500 cd/m2 or above
Dynamic CR 36,000 : 1 or more
Viewing Angle(H x V) 178 x 178
Response Time 10 ms
Input
Digital HDMI with HDCP
Analog Component(BNC), Composite(BNC), RGB
RGB Audio, Component Audio(RCA), Composite
Audio
Audio(RCA)
2 External Control RS232C, RJ45
USB Yes (x1)
Output
Analog RGB, Composite(BNC)
Audio Composite Audio(RCA), External speaker
External Control RS232C
Operation Temperature 0°C ~ 40°C
3
Operation Humidity 10% ~ 80%
Power Supply 100-240V~, 50/60Hz
4
Power Consumption 200W(Typ)
Energy Star 5.0 Certified (product should be listed in Energy
5 Energy Star 5.0 Certified Star
Website for Energy Star 5.0 Certification)
The Display should support various types of mounting
6 Wall Mount Kit accessories
like: Wall Mount Bracket

Signature of the bidder

Page 13 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
Specifications for 65" Plasma Display for HO Conference Rooms: Make:PANASONIC
Sl No Features Specifications
Screen Size 65" or above
Aspect Ratio 16 : 9
1 Native Resolution 1920 x 1080
Contrast Ratio 5,00,000 : 1
Panel Life Aprrox. 1,00,000 hrs.
Input
Digital HDMI/DVI
Analog Component(BNC), Composite(BNC), RGB
RGB/DVI Audio, Component Audio(RCA), Composite
Audio
Audio(RCA)
2 External Control RS232C, RJ45
USB Yes (x1)
Output
Analog RGB, Composite(BNC)
Audio Composite Audio(RCA), External speaker
External Control RS232C
Operation
0°C ~ 40°C
3 Temperature
Operation Humidity 10% ~ 80%
Power Supply 100-240V~, 50/60Hz
4
Power Consumption 555W or less
Energy Star 5.0 Certified (product should be listed in Energy
Energy Star 5.0
5 Star
Certified
Website for Energy Star 5.0 Certification)
Certifications
6 Safty Regulations UL60065, CAN/CSA-22.2 No. 60065:03, NOM approval
Radiation Regulations FCC Part 15 Class-B, ICES-003
The Display should support various types of mounting
7 Wall Mount Kit accessories
like: Wall Mount Bracket

Signature of the bidder

Page 14 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
Specifications for 3 KVA UPS: Make:UNILINE
Sl. No. Capacity Specifications

1 Model/Make BRANDED
SPWM,IGBT/MOSFET(for more than 72 DC volt IGBT
2 Technology
preferred)
3 Input Input Voltage 230 V AC, Single phase,3 wire
4 Input Voltage Range 160 V AC TO 270 V AC
5 Input Frequency Range 45 TO 55 Hz
6 Input Over Voltage Protection 280 V AC

7 Input Under Voltage Protection 155 V AC

8 Over Voltage Cut Off Should be offered externally


9 Output Voltage 230 V AC Single Phase +-1%
10 Frequency 50 HZ +-1%
11 Load Power Factor 0.8 Lag to Unity
Output load be isolated through a transformer of same
12 Isolation
rating
13 Output Over Voltage Protection 245 V AC Single Phase

14 Output Under Voltage Protection 210 V AC Single Phase


15 Over Load Capacity 125% of rated load for 60 sec
16 Total Harmonic Distortion Less than 3%
17 Short Circuit Protection Soft shut down should occur without blowing any fuse.
18 Crest Factor 3:01
19 Isolation Manual Bypass Switch Should be provided of same rating
1) Over Temperature- Required 2) Load On Battery -
Indicators
Required
3) Battery On Charge - Required 4) Battery Low -
Required
5) Mains - On Required

20 6) Dc - On Required
7) Inverter - On Required
8) Inverter -Tripped
• Output Over Voltage
• Output Low
• Over Load System

Automatic Bi-directional should take care of 100%


uninterrupted transfer of load from UPS Transfer Time <4
21 Static Switch
m sec Overall Efficiency >85 % Inverter Efficiency > 90
%

Page 15 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl. No. Capacity Specifications
Separate/Single Digital Meter
• DC Voltage
• DC Current
• Charge/Discharge
22 Metering • Output Voltage
• Output Current
• Input Voltage
• Digital Three/Three & Half
• Frequency Meter(For Both Input and Output)

Sealed Maintenance Free Lead Acid Battery of >= 12 V


23 Battery Period Of Backup each of uniform AH rating

3 Hr with 100% load


24 DC Bus Ripple <1 %
From Fully Discharge Condition To 100% Charged
25 Battery Recharge Time Condition<12 Hrs
Total DC Bus Banks SINGLE
26 Vah Rating FOR 3 KVA- MIN 13335 VAH
27 Battery Housing Closed housing with suitable lockers

28 Battery Life Replacement Guarantee within warranty period.

• Battery Low
• Mains Failure
Audible Alarm For Following • Inverter Under-Voltage
29
Conditions • Inverter Over-Voltage
• Over Temperature
• Inverter Overload
• Operating Temperature < 45 Deg C
• Humidity 10-90 % (non-condensing)
30 Environmental
• Noise Level < 50 db at Full Load from 1 meter
distance.

Signature of the bidder

Page 16 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
Specifications for 2KVA UPS: Make:UNILINE
Sl. No. Capacity Specifications
1 Model/Make BRANDED
SPWM,IGBT/MOSFET(for more than 72 DC volt IGBT
2 Technology
preferred)
3 Input Input Voltage 230 V AC, Single phase,3 wire
4 Input Voltage Range 160 V AC TO 270 V AC
5 Input Frequency Range 45 TO 55 Hz

Input Over Voltage


6 280 V AC
Protection
Input Under Voltage
7 155 V AC
Protection
8 Over Voltage Cut Off Should be offered externally
9 Output Voltage 230 V AC Single Phase +-1%
10 Frequency 50 HZ +-1%
11 Load Power Factor 0.8 Lag to Unity
12 Isolation Output load be isolated through a transformer of same rating

Output Over Voltage


13 245 V AC Single Phase
Protection
Output Under Voltage
14 210 V AC Single Phase
Protection
15 Over Load Capacity 125% of rated load for 60 sec
Total Harmonic
16 Less than 3%
Distortion
Short Circuit
17 Soft shut down should occur without blowing any fuse.
Protection
18 Crest Factor 3:01
19 Isolation Manual Bypass Switch Should be provided of same rating
1) Over Temperature- Required
2) Load On Battery - Required
3) Battery On Charge - Required
4) Battery Low - Required
20 Indicators 5) Mains - On Required 6) DC - On Required
7) Inverter – On Required
8) Inverter –Tripped
• Output Over Voltage • Output Low
• Over Load System

Automatic Bi-directional should take care of 100%


21 Static Switch uninterrupted transfer of load from UPS. Transfer Time <4 m
sec Overall Efficiency >85 % Inverter Efficiency > 90 %

Page 17 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
Sl. No. Capacity Specifications
Separate/Single Digital Meter
• DC Voltage
• DC Current
• Charge/Discharge • Output Voltage
• Output Current
22 Metering
• Input Voltage
• Digital Three/Three &
Half
• Frequency Meter (For
both Input & Output)
Sealed Maintenance Free Lead Acid Battery of >= 12 V each
Battery Period of
23 of uniform AH rating
Backup
4 Hr with 100% load
24 DC Bus Ripple <1 %
From Fully Discharge Condition To 100% Charged
25 Battery Recharge Time Condition<12 Hrs.
Total DC Bus Banks SINGLE
26 Vah Rating FOR 2 KVA- MIN 11852 VAH
27 Battery Housing Closed housing with suitable lockers
28 Battery Life Replacement Guarantee within warranty period.
• Battery Low
• Mains Failure
Audible Alarm for • Inverter Under-Voltage
29
Following Conditions • Inverter Over-Voltage
• Over Temperature
• Inverter Overload
• Operating Temperature < 45 Deg C
• Humidity 10-90 % (non-condensing)
30 Environmental
• Noise Level < 50 db at Full Load from 1 meter distance.

Signature of the bidder

Page 18 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-III
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.2018
Make-Panasonic, Model- TH-85PB1W
Sl No Features Specifications
1 Screen Size 85"
2 Aspect Ratio 16 : 9
3 Effective Display Area 1889x1062 mm or above
4 Resolution 1920 x 1080
5 Contrast Ratio 40,000 : 1
Input
6 Digital HDMI/DVI
7 Audio RCA
8 External Control RS232C
9 USB Yes (x1)
10 PC Compatibility Video and Audio
Output
11 Audio Composite Audio(RCA)
12 Operation Temperature 0°C ~ 40°C
13 Operation Humidity 20% ~ 80%
14 Power Supply 100-240V~, 50/60Hz
15 Power Consumption 1200W or less
16 Sound Internal speaker minimum 10W x2

Signature of the bidder

Page 19 of 19
Tender for AMC of Video Conferencing System in WBSEDCL
ANNEXURE-IV
West Bengal State Electricity Distribution Company Limited
Tender Notice No.WBSEDCL/ IT & C /6.13/ 1052 dtd. 29 .10..2018

PROFORMA OF BANK GUARANTEE


FOR BID GUARANTEE (Earnest Money)
(To be stamped in accordance with Stamp Act)
Ref. No. : Date :

To
The West Bengal State Electricity Distribution Company Limited
Vidyut Bhawan
DJ Block, Sector - II
Salt Lake, Kolkata - 700 091
Dear Sirs,
In accordance with your Notice Inviting Tender (NIT) under your Specification No._______ M/s
____________________________ having its Registered Head Office at
_________________________ (hereinafter called the Bidder) wish to participate in the said Tender
for __________________________.
As an irrevocable Bank Guarantee against Bid Guarantee for an amount of ____ is required to be
submitted by the Bidder as a condition precedent for participation in the said Tender, which amount is
liable to be forfeited on the happening of any contingencies mentioned in the Tender Documents.
We, the ____________ Bank at _____________ having our Head Office at ________________
(Address of Bank) guarantee and undertake to pay immediately on demand by West Bengal State
Electricity Distribution Company Limited the amount of __________ (in words and figures) without
any reservation, protest, demur and recourse. Any such demand made by said Purchaser shall be
conclusive and binding on us irrespective of any dispute of difference raised by the Bidder.
This Guarantee shall be irrevocable and shall remain valid up to **_________. If any further
extension of this guarantee is required, the same shall be extended to such required period on receiving
instructions from M/s ____________________ on whose behalf this Guarantee is issued.
All rights of West Bengal State Electricity Distribution Company Limited under this Guarantee shall
be forfeited and the Bank shall be relieved and discharged from all liabilities there under unless
WBSEDCL enforce a claim under this Guarantee against the Bank within three months from the
above mentioned expiry date of validity or, from that of the extended date.
In witness whereof the Bank, through its authorized Officer, has set its hand and stamp on this
__________ day of __________ 2018 ___ at ____________.
WITNESS:
____________________________ ___________________________
(Signature) (Signature)
________________________________________
________________________________________
(Name) (Name)
________________________________________
________________________________________
(Official address) (Designation with Bank Stamp)

Attorney as per Power of Attorney No. ___________________________


Date ___________________________
** This date should be initially for one hundred and twenty (120) days and may be extended
from time to time.

IT & C Cell Tender for AMC of Video Conferencing in WBSEDCL Page 1 of 1


ANNEXURE-V
West Bengal State Electricity Distribution Company Limited
Tender No. WBSEDCL/IT&C/6.13/1052 dtd. 29.10.2018
PROFORMA FOR BANK GUARANTEE FOR CONTRACT PERFORMANCE
(To be stamped in accordance with Stamp Act)
Bank Guarantee No.__________
Ref No.______________ Date : _____________
To
The West Bengal State Electricity Distribution Company Limited,
Vidyut Bhavan, Salt Lake,
DJ Block, Sector-II,
Kolkata -700 09l (India).

Dear Sir,
In consideration of West Bengal State Electricity Distribution Company Limited (hereinafter referred to as WBSEDCL) which
expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns having
awarded to M/s _________________________________ with its Registered/Head Office at ______________________________
(hereinafter referred to as the 'Contractor') which expression shall unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns, a Contract by issue of Order No._____ dated_________ valued
at_________________________ for_________________ (Scope of Contract) and the Contractor having agreed to provide a
Contract Performance Guarantee for the faithful performance of the entire Contract equipment to *-----%(percent) of the value of
the entire system vide Order No. ........................ date .....................(reference of original order), against Contract to WBSEDCL.
We ____________________________(Name and Address) having its Head Office at________________________________
hereinafter referred to as the `Bank') which expression shall, unless repugnant to the context or meaning thereof include its
successors, administrators, executors and assigns do hereby guarantee and undertake to pay WBSEDCL, on demand any and all
moneys payable by the Contract to the extent of _________________as aforesaid at any time upto (day/month/year) without any
demur, reservation, contest recourse or protest and or without any reference to the Contractor. Any such demand made by
WBSEDCL on the Bank shall be conclusive and binding notwithstanding any difference between WBSEDCL and the Contractor or
any dispute pending before any before any Court, Tribunal or any other Authority. The Bank undertakes not to revoke this
guarantee during its currency without previous consent of WBSEDCL and further agrees that the guarantee herein contained shall
continue to be enforceable till the WBSEDCL discharges this guarantee.
WBSEDCL shall have the fullest liberty without affecting in any way the liability of the Bank under this guarantee from time to time
extend the time for performance of the Contract by the Contractor. WBSEDCL, shall have the fullest liberty, without affecting this
guarantee to postpone from time to time the exercise of any powers vested in them or of any right which they might have against
the Contractor and to exercise the same at any time and any manner, and either to enforce or to forbear to enforce any
covenants, contained or implied in the Contract between WBSEDCL and the Contractor or any other course of remedy or security
available to WBSEDCL. The Bank shall not be released of its obligations under this presents by any exercise by WBSEDCL of its
liberty with reference to the matters aforesaid or any of them or by reason or any other acts of omission or commission on the part
of WBSEDCL or any other indulgence shown by WBSEDCL or by any other matter or thing whatsoever which under the law would
but for this provisions have the effect of relieving the Bank.
The Bank also agrees that WBSEDCL at its option shall be entitled to enforce this guarantee against the Bank as a Principal
debtor, in the first instance without proceeding against the Contractor and notwithstanding any security or other guarantee that
WBSEDCL may have in relation to the contractor's liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is restricted to____________ and shall remain in
force up to and including_______________ and shall be extended from time to time for such period, as may be desired by
M/s.____________________________________ to whose behalf this guarantee has been given.
All rights of WBSEDCL under this guarantee shall be forfeited and the Bank shall be relieved and discharged from all liabilities there
under unless the WBSEDCL enforce a claim under this guarantee against the Bank within three months from the above mentioned
date or from the extended date.

Dated this ______________day of______________2018 ___ at _____________________


Witness :
________________________ ___________________________
(Signature) (Signature)

_______________________ ____________________________
(Name) (Name)
_______________________ _____________________________
(Official address) (Designation with Bank Stamp)
_____________________________
Attorney as per Power of

Attorney No.____________
Date____________________

IT & C Cell Tender for AMC of Video Conferencing in WBSEDCL Page 1 of 1


Annexture-VI
West Bengal State Electricity Distribution Company Limited
LOA No. WBSEDCL/IT & C /6.13/ 1052 dtd. 29.10.2018
List of Locations
Name of the Divisional
Sl. No. Address Remarks
Office
The Divisional Manager, Bidhannagar -I Distribution
Division, WBSEDCL, C F – 353, Sec – I,Bidhannagar,
1 Bidhannagar-I
Kolkata -700064

The Divisional Manager,Bidhannagar-II Distribution


Division,33/11 Bagjola Sub-Stn Complex,Prafulla Kanan,
2 Bidhannagar-II
Krishnapur,Kol : 700101

The Divisional Manager, Bashirhat Distribution Division,


WBSEDCL, Taki Road, Moylakhola, PO-BasirhatRS,Dist:-
3 Basirhat
24 Paraganas(N),Pin-743411

The Divisional Manager,Habra Distribution


Division,WBSEDCL,Baralia Rd. Hijal Pukur,Habra 24 Pgs
4 Habra
North,Pin-743271

The Divisional Manager, Barasat Distribution


Division,WBSEDCL, Titumir bus stand, champadali
5 Barasat
more,Po: Barasat, 24 Pgs North,Kol : 700124

The Divisional Manager, Barackpur Distribution


Division,WBSEDCL, Netaji Subhas Chandra Bose
6 Barrackpore Centre,2nd Floor,B.T Rd., Po : Talpukur, Barackpur, Dist :
24 Pgn ( N ),Kol-700120

The Divisional Manager, Naihati Distribution


Division,WBSEDCL, Gouripur Thermal Power Station
7 Naihati
Campus,Post- Garifa, 24 Pgs North,Pin-743166

The Divisional Manager, Behala Distribution Division,


WBSEDCL, Udayrampur, Po : Kannyannagar, 24 Pgs ( S ),
8 Behala
Pin-743398

Divisional Manager,Diamond Harbour Distribution


9 Diamond Harbour Divn,WBSEDCL, Kalinagar, Diamond Harbour,24 pgs (S),
Pin-743331

Divisional Manager, Kakdwip Distribution Divn,WBSEDCL, Shifted from Howrah


10 Kakdwip
3rd Ghari , PO+PS- Kakdwip, 24 pgs (S), Pin-743347 Region

The Divisional Manager, Garia Distribution


Division,WBSEDCL, Subodh Market Complex, Kalitala ,
11 Garia
Garia Station Rd.,Kol- 700084.

The Divisional Manager, Howrah – I Distribution Division,


WBSEDCL, 13 Netaji Subhas Road, Howrah – 1,Pin-
12 Howrah-I
711409

The Divisional Manager,Howrah - II Distribution


Division,WBSEDCL, Swapna Mandir Manzil, Po –
13 Howrah-II
Makardah,Howrah,Pin -711409

Page 1 of 6
Name of the Divisional
Sl. No. Address Remarks
Office

The Divisional Manager,Uluberia Distribution


Division,WBSEDCL, Biswanath Tower, 2nd Floor, PO-
14 Uluberia
Jaduberia,Banitabla, Uluberia, Howrah ,Pin-711409

Divisional Manager,Singur Distribution Division,Surendra


Nath Mallick Road, Singur Bazar, Singur, Dist :
15 Singur
Hooghly,Pin : 712409

The Divisional Manager,Arambag Distribution


Division,Arambag Municipality Super Market Bldg ,1st
16 Arambag
Floor, Po- Arambag, Hooghly,Pin-712601

The Divisional Manager,Tarakeswar Distribution


Division,WBSEDCL, Tarakeswar Jay Krishna Bajar,Po :
17 Tarakeswar
Tarakeswar, Dist : Hooghly,Pin-712410

The Divisional Manager,Sreerampore Distribution


Division,WBSEDCL, 12 G.T Road, Nistarini Market,
18 Serampore
Sheoraphuli,Dist – Hooghly,Pin-712223

Divisional Manager,MograDistribution Division,


19 Mogra WBSEDCL,Katapukur More, Mogra,Hooghly,Pin : 712148

The Divisional Manager, Burdwan Distribution Division,


WBSEDCL,Administrative building, 2nd floor, Frezer
20 Burdwan avenue, Power house complex
Dist : Burdwan, Pin : 713101

The Divisional Manager, Asansol Distribution


Division,WBSEDCL, Durgabhawan, Girijamore, Asansol,
21 Asansol
Burdwan,Pin-713301

The Divisional Manager,Durgapur Distribution


Division,WBSEDCL, Administrative Building, 3rd Floor,
22 Durgapur
City Center,Durgapur,Pin-713216

The Divisional Manager,Rampurhat Distribution


23 Rampurhat Division,Bharsala More,Rampurhat,Pin-731224

The Divisional Manager,Memari Distribution


Division,Power House, G T Road, Po : Memari Bamun
24 Memari
Para,Dist : Burdwan, Pin – 713146

The Divisional Manager,Kalna Distribution


Division,Baidyapur More,Kailash Bhawan,Kalna,
25 Kalna
Burdwan,Pin-713409

The Divisional Manager,Katwa Divisional Distribution


Division,Gandhi Markert, 1st Floor,Kachari Road,Post –
26 Katwa
Katwa, Dist- Burdwan,Pin-713130

The Divisional Manager,Bishnupur Distribution


Division,Jadubhatta Mancha,Post – Bishnupur, Pin-
27 Bishnupur
722122

Page 2 of 6
Name of the Divisional
Sl. No. Address Remarks
Office
The Divisional Manager,Contai Distribution
Division,WBSEDCL, Kumarpur Contai, Midnapur East,Pin-
28 Contai
721401

The Divisional Manager,Ghatal Distribution


Division,Argora, Po – Ghatal, Dist – Midnapur West, Pin-
29 Ghatal
721212

The Divisional Manager,Haldia Distribution


Division,WBSEDCL, Manjushree Market,Durgachak,
30 Haldia
Khanjan Chak,Haldia Midnapur,Pin-721602

The Divisional Manager,Kharagpur Distribution


Division,WBSEDCL, Shakti Bhawan, Inda South,
31 Kharagpur
Kharagpur West,Pin-721305

Divisional Manager,Midnapore Distribution


Co-located with
Division,WBSEDCL, Station Road, Near old water
32 Midnapore Midnapur Zonal &
tank,Pashim Midnapore,Pin : 721101
Regional Office
Divisional Manager, Jhargram Distribution
Shifted from
33 Jhargram Division,WBSEDCL, Power House Compund, Ghoradhora,
Pin : 721507 Midnapore Zone

Divisional Manager, Raghunathpur Distribution


Shifted from
34 Raghunathpur Division,WBSEDCL, Adra Road, Raghunathpur, Purulia,
Pin : 723133 Midnapore Region

The Divisional Manager,Kalyani Distribution Division


35 Kalyani WBSEDCL,Tarit Bhawan, Central Park,Kalyani Nadia, Pin :
741235
The Divisional Manager, Krishnanagar Distribution
Division, WBSEDCL, Near Station Rd.,Krishnanagar,
36 Krishnanagar
Nadia,Pin-741101

The Divisional Manager,Tehatta Distribution


Division,WBSEDCL, Howlia Park More, ( Natna ),
37 Tehatta
Karimpore Rd. Tehatta,Nadia,Pin-741235

The Divisional Manager,Berhampore Distribution


Division,WBSEDCL, Administration Building 5 No. Church
38 Berhampore Road,Opp. To Ritwik Sadhan(1st Floor),P.O-
Berhampore,Dist-Murshidabad,Pin-742101

Divisional Manager,WBSEDCL, Raghunathganj(D) Division,


Omarpur More, PO-Ghorshala, PS:Raghunathganj,
39 Raghunathganj
Dist:Murshidabad,Pin-742229

Divisional Manager, WBSEDCL, Islampur(D)Division, Opp.


Islampur Bus Terminus,PO-Islampur, Dist-Uttardinajpur,
40 Islampur
Pin-733202

Divisional Manager,WBSEDCL, Kandi Dist.


Division,Dohalia Bypass More,Kandi,Salar Road,P. O.
41 Kandi
Kandi,Dist- Murshidabad,Pin-742137

The Divisional Manager,Malda Distribution


Division,WBSEDCL, Rabindra Avenue,Post And Dist –
42 South Malda
Malda,Pin : 732101

Page 3 of 6
Name of the Divisional
Sl. No. Address Remarks
Office
The Divisional Manager, North Malda Distribution
Division,WBSEDCL, Durgabari More, Chanchal, Dist -
43 North Malda
Malda, Pin- 743321

The Divisional Manager,Alipurduar Distribution


Division,WBSEDCL, Dipti Lodge,New Town,PO-Alipurduar,
44 Alipurduar
Dist : Jalpaiguri,Pin : 736122

The Divisional Manager,Coochbehar Distribution


Division,WBSEDCL, Power House Campus,Nripendra
45 Coochbehar
Narayan Rd., Coochbehar, Pin : 736101

The Divisional Manager,Balurghat Distribution


Division,WBSEDCL, Matri Bhawan,Prachya Bharati
46 Dakshin Dinajpur
Road,Balurghat, Dinajpur South,Pin-733101

The Divisional Manager,Darjeeling Gen Cum Distribution


47 Darjeeling Division,WBSEDCL,Happy Vally, 33 Kv Sub-Stn. Lecart Rd.
Pin : 734011. .

The Divisional Manager,Kurseong Distribution Division,


48 Kurseong WBSEDCL, 7 M V Road, Kurseong Darjeeling,Pin-734203

The Divisional Manager,Kalimpong(D) Division,


WBSEDCL,Shigatse House Near Warling Golai,
49 Kalingpong
Rinkingpong Road, Kalimpong,Pin-734301

The Regional Manager,Darjeeling Region,WBSEDCL, 2nd


50 Siliguri Mile Sevoke Road, Siliguri,Dist – Darjeeling,Pin-734001

The Division Manager,Siliguri Suburban ( O&M )


Div.,WBSEDCL,Shiv Mandir( 2nd floor of S.L.D. building )
51 Siliguri Suburban
Kadamtala, Darjeeling,Pin-734011

Signature of the bidder

Page 4 of 6
Annexure-VI
Sl. Name of the Regional
Address Remarks
No. office
The Regional Manager, Bidhannagar Region, WBSEDCL,
Bidhannagar, AA-26, Sector – I, Kolkata 700064.
1 Bidhannagar

The Regional Manager,24 Parganas North Region,WBSEDCL ,1 And 2


B T Road Barrackpore,Chiriamore, 24 Pgs North
2 North 24 Pgs.
Pin-700120.

The Regional Manager,24 Parganas South Region,WBSEDCL,


Baruipur Admn. Building, beside 33/11 KV S/Stn., Kulpi Rd. Co-located with
3 South 24 Pgs.
Padmapukur More,Baruipur, Pin : 700141. Baruipur Division

The Regional Manager,Hooghly Region,WBSEDCL, Administravive,


Co-located with
4 Hooghly Chinsurah Station Rd,Rammandir, Chinsurah, Hooghly,Pin-712101
Chandannagar Division

The Regional Manager,Burdwan Region,WBSEDCL, Manimath,


5 Burdwan Burdwan,Dist- Burdwan, Pin-713101

The Regional Manager,Birbhum Region,WBSEDCL,Suri Commercial


Co-located with Suri
6 Birbhum Estate Building,Suri, Birbhum,Pin-731101
Division

The Regional Manager,Purulia Region,WBSEDCL,New Administrative


Building,Zilla Parishad Bhawan, 5th And 6th Floor,Sahib Bandh Co-located with Purulia
7 Purulia
Road, Po : Purulia,Pin-722102 Division

The Regional Manager,Bankura Region,WBSEDCL,Bidyut Prasasonik


Co-located with
8 Bankura Bhawan,Lalbazar,PO & Dist- Bankura,Pin-722101
Bankura Division

The Regional Manager,Tamluk Region,WBSEDCL,Bijli Bhawan,


Co-located with
9 Tamluk Daharpur,Po & PS : tamluk,Dist : Medinipur (E),Pin-721636
Tamluk Division

The Regional Manager,Malda Region,WBSEDCL,Commercial Estate ,


10 Malda 1st Floor,Netaji Market, Malda : 732101

The Regional Manager,Murshidabad Region,WBSEDCL,Station Road,


11 Murshidabad Baharampur,Murshidabad,Pin-742101

The Regional Manager,Nadia Region,WBSEDCL,Bidhan Bhawan, Po-


12 Nadia Kalyani, Nadia,Pin-741235

The Regional Manager,Jalpaiguri Region,WBSEDCL,PO:BDO Office,


Co-located with
13 Jalpaiguri Dist:-Jalpaiguri,Pin-735121
Jalpaiguri Division

The Regional Manager,Raiganj (North Dinajpur)


Region,WBSEDCL,Administrative Building, 1st Block- 1st Floor Shib
Co-located with
14 Raiganj Bari , Mohon Bari,Po- Raigunj, Sibbari, Mohanbari,Dist : Uttar
Raiganj Division
Dinajpur, Pin- 733134

Sl. Name of the Zonal


Address Remarks
No. Office

The Zonal Manager,Kolkata Dist. Zone,WBSEDCL,19A,British India


1 Kolkata Street,3rd Floor,Kolkata : 700069

Page 5 of 6
Annexure-VI
The Zonal Manager,Burdwan Dist. Zone,WBSEDCL,Spandan
2 Burdwan Complex, 2nd Floor,G.T. Road, Dist : Burdwan,Pin : 713101

The Zonal Manager,Berhampore Dist. Zone,Panchanantala, Gour


3 Berhampore sadan Bhawan,Berhampore, Dist : Murshidabad,Pin : 742101

The Zonal Manager,Siliguri Dist. Zone,WBSEDCL,2nd Mile, Sevoke Co-located with


4 Siliguri Rd,PO: Siliguri, Dist : Darjeeling,Pin : 734203 Darjeeling Regional
Office

Sl. Name of the Hydel


Address Remarks
No. Office
Hydel Head Quarter, The Chief Engineer (Hydel), 2nd Mile (Power House Complex), Sevoke
1
Siliguri Rd., Siliguri, Dist- Darjeeling, Pin-734401

Administrative Building, The Project Manger, P.O- Jaldhaka Hydel Project, Paren, Dist. -
2
Jaldhaka Hydel Project Darjeeling, Pin-734503

Administrative Building, The Project Manger, Administrative Bldg. Dovan, P.O- Lodhma, Dist. -
3
Rammam Hydel Project Darjeeling, Pin-734201

Administrative Building, The Project Manger, TCF Hydel Project, Administrative Bldg.
4
TCF Hydel Project Township Complex, P.O- Phansideo, Dist. - Darjeeling, Pin-734434

Administrative Building, The Project Manger, PPS Project, Vill- Pathardih,P.O- Bagmundi,
5
PPS Project Dist. - Purulia, Pin-723152

Sl. Name of the Corporate


Address Remarks
No. Office

1 Bidyut Bhavan Bidyut Bhavan,7th Floor, ‘A’ Block, Bidhannagar, Kolkata-700091

Signature of the bidder

Page 6 of 6
Validate Print Help Item Rate BoQ
Tender Inviting Authority: Chief Engineer, IT&C Cell

Name of Work: 2 years Comprehensive AMC & FMS support for Video Conferencing system in WBSEDCL

NIT Ref No.: WBSEDCL / ITand C / 6.13 /1052 Dated : 29 .10.2018

Bidder Name :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # NUMBER # NUMBER # NUMBER NUMBER NUMBER NUMBER # TEXT #

Price Excluding Tax


In Figures To be GST amount TOTAL AMOUNT With
Amount including TAX
Sl. entered by the GST rate in (Rs.) TOTAL AMOUNT
Item Description Quantity in Rs Taxes
No. Bidder % Col.6=(Col.4 * In Words
Col.7=(Col.4 + Col.6) Col.8=(Col.3*Col.7)
Rs. P % of Col.5)

1 2 4 5 10 6 7 8 9
Comprehensive quarterly AMC charges for all VC, IT & UPS related
1 4.00 0.00 0.00 0.00 INR Zero Only
equipments as per annexure II, III & VI for 1 year
Quarterly FMS support charges for all VC, IT & UPS related equipments as
2 4.00 0.00 0.00 0.00 INR Zero Only
per annexure II, III & VI for 1 year

3 New battery Cell cost after buyback 1.00 0.00 0.00 0.00 INR Zero Only

Total in Figures
0.00 Zero Only

Quoted Rate in Words


INR Zero Only
FORM-I
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.2018

Mandatory Condition

Sl Submitted
Requisite Credential Requisite Supporting document
No. Yes/No
Average Annual Turn Over Provide the turnover in a separate
during the last three financial sheet (as per FORM-II) with Auditor’s
1 years i.e. 2014-15, 2015-16 & signature along with copy of balance
2016-17 must be at least ` 75 sheet for mentioned years as
Lakhs. supporting document duly attested

Average working capital of Rupees ` 50


Financial Capability to handle a
2 Lakhs as per balance sheet for last 3
Project of ` 50 Lakhs.
years i.e. 2014-15, 2015-16 & 2016-17

Must have capability to maintain


installed IT & Communication
System efficiently. The Bidder
must have a Toll Free Number i. Call log-in facility along with
for service support where user phone no. for WBSEDCL.
3 shall log complaints. The Bidder ii. Address of Kolkata Service
should have service centre Centre.
facility for all equipments
available in Kolkata, West Bengal
or The opening of office must
be completed within one month
after issuance of LOA if so
Undertaken to be given.
The bidder should preferebly be
OEM or an authorized system Self declaration or manufacturer
4
integrator. authorisation letter to be submitted.

Availability of spares for entire


5 Undertaking to be given
contract period shall be ensured.

Whether Blacklisted by any Govt.


6 organization across India from Undertaking to be given
the year 2014.

Conflict of Interest as per clause


7 Undertaking to be given
no. IB.7

IT & C Cell Tender for AMC of Video Conferencing System in WBSEDCL Page 1 of 2
FORM-I
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.2018

Sl Submitted
Requisite Credential Requisite Supporting document
No. Yes/No
Provide the following required nos.
in a separate sheet (as per FORM-
II) duly attested with following
supporting documents.
i. Copy of PAN Card
Must Comply with all statutory
8 ii. PF Registration Certificate
obligations.
iii. GST Registration certificate
iv. Registration no of the company
v. Relevant valid ISO Certification for
after Sale Service / Maintenance of
IT items etc.
Experience in Video
conferencing / Telepresence i. The bidder shall submit the
/ Similar project for supply documentary proof of orders
and installation &
received.
commissioning and support
of Video Conferencing / ii. Self declaration mentioning order
9 Telepresence / Similar reference for ongoing / satisfactory
Systems in India in
completion work with supporting
Government / Semi-
Government / PSU documents.
Establishments during last
5(five) years
(above details as per FORM-II)

N.B. : Each page of all the documents/copy of certificates should be submitted with attestation by
the authorized signatory and with seal & date.

Signature of the bidder with Office Seal

IT & C Cell Tender for AMC of Video Conferencing System in WBSEDCL Page 2 of 2
FORM-II
West Bengal State Electricity Distribution Company Limited
Tender Notice No. WBSEDCL/IT & C /6.13/1052 dtd. 29.10.2018
Details of information to be provided in support of Mandatory condition (copy of Supporting document to be
submitted with the bid)
Sl.
Item Details Details
No.
Contact Person with
Telephone No., Mobile
1
No., E-mail ID and FAX
No. of the Bidder
Communication details
2 of Service Centre at
Kolkata

3 Tender Fee details


EMD details with
4
validity & expiry date
5 PF Registration No.

Permanent Account No.


6
(PAN)

7 GST Registration No.

8 Company Registration No.

Relevant valid ISO


Certification for after Sale
9
Service / Maintenance of
IT or VC items etc.

Average Annual Turn 2014-15 (in ` lakh) 2015-16 (in ` lakh) 2016-17 (in ` lakh)
Over during the last
10 three financial years
must be at least ` 75
Lakhs.
Self declaration mentioning
Organization where worked
Order No. and Date with order reference for ongoing /
with Contact Telephone No.
Value of the Order satisfactory completion work
and FAX No.
with supporting documents

Orders received and


11
executed by the bidder

Signature of the Bidder with Seal

Вам также может понравиться