INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR

Similar documents
Rs.10,000/- (Rupees Ten Thousand only)

Block No. 12, CGO Complex Lodhi Road, New Delhi Dated: TENDER NOTICE NO.12/SSC(NR)/2015

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

Rural Development Department Old secretariat, Patna. Sub: - Invitation for Quotations for Printing & Supply of Booklets and Pamphlets To

HIGH COURT OF HIMACHAL PRADESH, SHIMLA

(Raj Kumar Jha) Deputy Secretary, DACY

NATIONAL FILM ARCHIVE OF INDIA MINISTRY OF INFORMATION AND BROADCASTING GOVT OF INDIA LAW COLLEGE ROAD, PUNE NOTICE INVITING TENDER

Portable Otoacoustic Emission Screener [Under Buyback]

SUBJECT :- REVISED BID NOTICE FOR PROCUREMENT OF DIGITAL SURROUND SOUND PROCESSOR WITH SURROUND SOUND SYSTEM FOR 5.

Our Ref: GSD/16/78/ November 2014

HIGH COURT OF BOMBAY AT GOA

INDIAN INSTITUTE OF PULSES RESEARCH KALYANPUR, KANPUR , FAX : PHONE : {EPABX EXCHANGE} , EXT.

INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI

Ref No: NITP/Proc/IT/14 Date:

Audio (providing, fixing complete including all accessories)

6. Fax Tender or Tender without EMD and Tender Fee will be summarily rejected.

Delivery, installation, commissioning and warranty of multi-channel Programmable High Voltage Supply System

Tender for Annual Supply contract of Books and other reading material 1

ENGINEERING PROJECTS (INDIA) LTD (A Government of India Enterprises) Short Tender Notice

Indian Institute of Technology, Kharagpur Kharagpur , WB, India

Terms & Conditions of the Bid

Department of Planning & Development (Directorate of Economics & Statistics) Government of Bihar

Tender Document Cost. Supply and Installation of Video Conferencing Setup

INTERNATIONAL GARMENT FAIR ASSOCIATION

No. MME/INS/153/ Date: 27 August 2018 NOTICE INVITING TENDER

Tender Document Cost. Supply and Installation of Audio Visual Equipment for Auditorium

G.G.S.INDRAPRASHTHA UNIVERSITY Registration of Vendor(s) for Supply of Books

Tender Ref.: ELCOT/Networks/OT/33178/VCS/DOTE/

Invitation to Bid CUI-PS/18(12)/1171. Supply of Items for Holographic Projection Technology

TENDER FOR SUPPLY & INSTALLATION OF MICROPHONE AND ACCELEROMETER FOR ENGINE NVH STUDIES ALONG WITH SIGNAL CONDITIONING AMPLIFIERS

COLUMBIA COUNTY, WISCONSIN COURTROOM VIDEO CONFERENCE & AV SYSTEMS REQUEST FOR PROPOSALS

Empanelment of Book Suppliers

NAME OF WORK: - SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF AUDIO VISUAL SYSTEM AT REC OFFICE BUILDING PROJECT GURUGRAM (HARYANA).

OFFICE OF THE PRINCIPAL & SECRETARY MORIDHAL COLLEGE P.O. MORIDHAL, DIST. DHEMAJI From :

Munsang College. Tender No. : SSB-WQ-1617-IR-002 PROJECTION AND PUBLIC ADDRESS SYSTEMS IN THE ADMINISTRATION CENTRE. Details : As attached including

No. BT/A.14/003/2017 GOVERNMENT OF INDIA MINISTRY OF SCIENCE & TECHNOLOGY DEPARTMENT OF BIOTECHNOLOGY

Video Conference Specifications for IIT Tirupati

Tender Notification for the procurement of a Scanning Electron Microscope" at IISc (Last Date for submission of tenders: 3 rd October 2018)

BANK OF INDIA KOLKATA ZONE ESTATE & SERVICES DEPARTMENT

DAYALBAGH EDUCATIONAL INSTITUTE DAYALBAGH, AGRA Notice Inviting tenders

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO. ERO/MMD/BDD/Road/1084C

V.M. No. 780/IXA-307/2016 (Vol-II) 12 April Notice Inviting Tender

No. NITTTR/CEMT/RE/ /Switcher Date: To QUOTATION DUE DATE. Date:

ALL INDIA INSTITUTE OF SPEECH AND HEARING, MYSURU E-PROCUREMENT NOTIFICATION FOR SUPPLY OF ENDOVISION SYSTEM

Notice for Empanelment of Vendors/suppliers of Books & Journals

SARDAR BAHADUR KHAN WOMEN S UNIVERSITY QUETTA. Tender Document. For Desktop Computers, printers, scanner and multimedia Tender date

HAZARA UNIVERSITY TENDER DOCUMENTS. Procurement of Scanner, Photocopier, Multimedia and Branded Workstation Page 1 of 7

Page 1 of 6 PROCUREMENT PROCEDURE OF CPRI (NON WORKS) Revision No. : 03 Issue No : 2 Dt of Revision : Issue Dt. :

Gautam Buddha Universty Greater Noida

KENYA ELECTRICITY GENERATING COMPANY PLC. KGN-HYD

REQUEST FOR QUOTATION

City of Winter Springs, FL

Tender Report for Supply and installation of LAN in *Biomedical Imaging and Bioinformatics Lab*

NAGALAND UNIVERSITY (A Central University Estd. By the Act of Parliament No.35 of 1989) Headquarters: Lumami

BILOXI PUBLIC SCHOOL DISTRICT. Biloxi Junior High School

2. Designation of the Applicant in the Cable Network: Managing Director Managing Partner Sole Proprietor Karta 3. Name of the Cable Network:

TANZANIA COMMUNICATIONS REGULATORY AUTHORITY

isync HD & isync Pro Quick Reference Guide isync HD isync Pro Digital Video Processor and Video/Audio Switcher

SHORT TERM ONLINE TENDER. Bid document cost (Rs.) 3,75,000/- Free, to be downloaded. 2,00,000/- Do Included Do Do. 3,42,760/- Do Included Do Do

PT-LB385 S P E C F I L E. LCD Projectors. As of December Specifications and appearance are subject to change without notice.

POST DATE: 01/22/19. BID 1407: Projectors and Equipment for Robertson County Schools. Sealed bids must be received by: 02/04/19 at 1:00 PM

PT-LB382 S P E C F I L E. LCD Projectors. As of July Specifications and appearance are subject to change without notice. 1/9.

(Bidding Documents) F. No. IP-2(1)/ /

HTE Owner s Manual. HDMI, RS-232, IR & Ethernet Extender over HDBaseT with 3D, 4K, POE Support

HDM-4X2. Installation Manual. HDMI Matrix Switcher. HLE-1 RX HDMI Extender with HDBaseT-Lite. HDMI Out. IR In. Receiver.

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

House Building Finance Corporation IT Department, Head Office Karachi. TENDER DOCUMENTS FOR PROCUREMENT OF VIDEO CONFERENCING EQUIPMENT

Purchasing Department Finance Group INVITATION TO BID

C Clear Touch Interactive Touch Screen Panels Bid

submission of tender documents 3. Date & time for opening of 3.30PM on 31/01/ EMD Prescribed Rs. 8,000/-

Product Number : LW373 Product Name : As of October Specifications and appearance are subject to change without notice.

PT-LW330 S P E C F I L E. LCD Projectors. As of April Specifications and appearance are subject to change without notice. 1/9.

P-2 Installing the monitor (continued) Carry out as necessary

MAHARSHI DAYANAND UNIVERSITY ROHTAK

CENTRAL WOOL DEVELOPMENT BOARD, C-3, Shastri Nagar, Jodhpur (Rajasthan) TENDER NOTICE

TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE

PT-TX400 S P E C F I L E. LCD Projectors. As of December Specifications and appearance are subject to change without notice.

2. SB Passbooks for CBS Branches. 3. Paying in Slip for SB/CA/Loan/OD Dep.(F-405)

CASS COUNTY, MICHIGAN CASSOPOLIS, MI REQUEST FOR PROPOSAL SPECIFICATIONS

HDS-42AVR HDMI Switcher INSTALLATION MANUAL

TAMIL NADU ARASU CABLE TV CORPORATION LIMITED - Chennai. (A Government of Tamil Nadu Undertaking) AUCTION NOTICE

2x2 HDMI Matrix Switch - 4K with Fast Switching and Auto-Sensing

FISHERIES FOR LIVELIHOOD IMPROVEMENT & NUTRITIONAL SECURITY

प रध नमह ल ख क रक क र लर (ल ख पर क ष ) OFFICE OF THE PRINCIPAL ACCOUNTANT GENERAL(AUDIT) ANDHRAPRADESH, HYDERABAD

PT-TW340 S P E C F I L E. LCD Projectors. As of May Specifications and appearance are subject to change without notice. 1/8.

Date: 06/12/2016. Specifications a) Quantity/No. of copies : (i) English Annual Report 1200 Nos. (ii) Hindi Annual Report 500 Nos.

Product Number : TW350 Product Name : As of October Specifications and appearance are subject to change without notice.

User Manual. Model 1372A and 1374A HDMI Switchers. 1T-SX-632 Model 1372A 2X1 Switcher. v1.3 2x1 SWITCHER. v1.3 INPUT ENHANCE POWER

New York MX700 Room. PWD-NY5-MX700-P60 List Price: $11, SLA Price: $1,100.00/year (Other options available See Appendix B)

HCE II Owner s Manual HDMI, and IR Extender over HDBaseT with 3D, 4K Support

No. F / /CIET/ED/I Central Institute of Educational Technology NCERT

(SNLTR) TENDER DOCUMENTS

HONEYWELL VIDEO SYSTEMS HIGH-RESOLUTION COLOR DOME CAMERA

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE PREET VIHAR, DELHI

Unlocking of building entrance door shall be possible by pressing the monitor's door-opener button.

MODEL NUMBER SRP-X700P

SHOWLINE SL BEAM 100 LED LUMINAIRE SPECIFICATIONS.

xfvnfl w r (qf^pr), 66, ^ ReeTl

ALL-IN-ONE HD AV MIXER WITH BUILT-IN USB 3.0

Transcription:

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR - 721302 No. IIT/KGP/CET/AV/2017-18/1 Date February 5, 2018 Sub Procurement of LED TV, AV Conferencing Equipment&Accessories Indian Institute of Technology, Kharagpur an Institute of National Importance, invites sealed two part bids from the vendors for Supply of LED TV, AV Conferencing equipment and accessories to the Centre for Educational Technology, IIT Kharagpur. The estimated cost of the stores is Rs. 20 Lakhs. The bidders are requested to refer to the following sections of the tender document carefully to get details about the tender 1. Technical specifications as per Annexure-I, 2. Eligibility criteria as per Annexure-II, 3. General terms and conditions as per Annexure - III 4. Technical bid document as per Annexure IV, 5. Signed & stamped declaration as per Annexure V 6. Technical specification compliance statement VI 7. Price bid format as per Annexure-VII Interested vendors are requested to submit two sealed envelopes containing tender fee of Rs. 1000/- & EMD amount of Rs. 40,000/- (Envelope-I), Technical Bid (Envelope-II) and Commercial Bid (Enveloped-III) placed in a larger sealed envelope super-scribing with the reference number (Tender Notice No. IIT/KGP/CET/AV/2017-18/1 dated February 5, 2018) to the office of the Chairman & Head, Centre for Educational Technology, Indian Institute of Technology, P.O. Kharagpur Technology, PIN-721302, West Bengal, India on or before 26 th February 2018 at 300 PM. The technical bids received from the vendors will be evaluated first by a technical committee and the price bids (as per the Annexure-VII) submitted by the technically qualified vendors will be opened for price comparison. The technical bids will be opened on 26 th February 2018 at 400 PM in the office of Chairman & Head, Centre for Educational Technology, IIT Kharagpur. To 1. Institute website 2. CPP Portal 3. Institute notice board Chairman& Head Centre for Educational Technology IIT Kharagpur

Sl. No. Technical Specifications Description Annexure-I Quantity 1. Integrated Web Conferencing System for large meeting room 3 Nos. The system should comprise integrated PTZ camera and speakerphone in one unit with necessary interconnect hub and cables, complying the following specifications i) PTZ Camera a) Video resolution Full HD 1080p with onboard UVC and H.264 SVC b) Optical zoom 10X c) Pan 260 degree, Tilt 130 degree d) Field of view 90 degree e) Focus Auto f) Camera control From remote or console (both local and far end) g) Presets 5 h) Mounting arrangement Standard tripod thread ii) Speakerphone a) Full duplex speakerphone with acoustic echo cancellation and noise suppression b) LCD display unit for caller ID, call duration and other functions c) Indicators for speakerphone streaming, mute, hold and Bluetooth wireless pairing d) Touch controls for call answer/end, volume and mute, camera PTZ Microphone pickup range Omnidirectional 20 ft diameter range iii) Speaker output 91 db SPL Compliance a) USB 2.0 compliant b) UVC compliant and optimized for Skype, CISCO Jabber, WebEx iv) Accessories a) Expansion microphones 2 Nos. b) Camera wall mount 1 No. c) Extension cable 10 meter extended DIN Cable from OEM v) Make and model Logitech Group or substantially equivalent

2. Analog Audio Conference Phone 2 Nos. a) Network interface 2-wire RJ-11 analog PBX or PSTN b) Display 132x65 backlit graphical LCD c) Caller ID Support for multiple caller ID standards like ETSI, DTMF etc. d) Phone book Up to 25 entries e) Keypad 12 key telephone keypad with on-hook/off-hook, conference, mute, volume up/down keys, menu, navigational keys f) Console speaker response 300 Hz 3300 Hz, Volume level Adjustable up to 94 dba SPL volume at 0.5 meters g) Console microphones 3 cardiod microphones with frequency response 300 Hz 3500 Hz, audio pickup range of 10 feet and dynamic noise reduction h) Interface 2 extended microphone connections and RCA auxiliary audio jack i) Accessories 2 cardiod extension microphone with frequency response 300 Hz 3500 Hz j) Make and model Polycom Soundstation 2 Expandable or substantially equivalent. 3. 4x4 HDMI 4K Matrix Switcher 2 Nos. a) Input Minimum 4 x HDMI input b) Output Minimum 4 x HDMI output c) Resolution Support 4k including 1920x1200 & 1080p d) Data rate Up to 10.2 Gbps or higher e) Audio Input / Output Input Embedded for all HDMI input Output Inbuilt Minimum 2x Stereo balanced/unbalanced audio output or supplied with HDMI audio de-embedder f) HDMI audio Features Support HDMI audio de-embedding & Audio breakaway g) Switching Presets Should have 20 or more switching presets stored for quick recall from front button or control system h) HDCP & EDID Should be HDCP compliant & have inbuilt EDID management i) HDMI video features Automatic input cable equalization & automatic output signal re-clocking j) Controls Front panel buttons with indication, Ethernet, RS 232 k) Warranty 3 years l) Approved Makes Extron / Crestron / AMX or substantially equivalent

4. Portable digital voice/audio recorder 2 Nos. a) Recording format Linear PCM / MP3 b) Built-in microphone Adjustable mic (wide stereo, XY) c) Built-in memory 16 GB d) Features Manual recording level adjustment, low cut filter, limiter, e) Recording monitor Yes, LCD backlit monitor f) PC connectivity Built in retractable USB g) Battery Built-in rechargeable lithium ion type h) Make or model Sony ICD-SX2000 or substantially equivalent 5. Floor mounted height adjustable TV stand 10 Nos. a) Quality Extra heavy premium quality b) Mounting Floor mounted c) TV size supported 55 inches 65 inches d) Design As per the enclosed sample design shown in figure 6. Wall mounted tilt type TV bracket 2 Nos. a) Quality Heavy premium quality b) Mounting Wall mount c) TV size supported 55-80 in flat panel TVs up to 75 Kgs. d) Tilt angle 15 degree e) Design As per the enclosed sample design shown in figure 7. HDMI Cable 5 Nos. a) Cable length 1.5 mtr, 3 mtr, 5 mtr each b) Version 1.4 c) Connectors HDMI A male to HDMI A male d) Regulatory compliance UL / CL2 e) Make Extron/Belkin/Crestron/AMX or substantially equivalent 8. 55 inch LED TV 5 Nos a) Screen size 55 inch b) Display resolution 1920x1080 c) Technology LED d) Aspect ratio 169 e) Interfaces HMDIx2, USBx1 f) Wi-fi connectivity Wireless LAN built-in g) Audio output 10W + 10W or better h) Mounting Tilt swivel wall mounting kit i) Make Sony/Panasonic/LG/Samsung or substantially equivalent

Sample Design of item 5Floor mounted height adjustable TV stand Sample Design of item 6 Tilt type wall mounted TV bracket

ANNEXURE-II MINIMUM ELIGIBILITY CRITERIA 1. The bidder shall have a minimum 5 (five) years of experience in supplying and commissioning of the similar workstations in any Educational Institute/Government/ Semi Government/Autonomous Institute as on the tender submission date. Relevant documentary evidence (copies of purchase orders)is to be provided in support of this. 2. The bidder is registered under the relevant laws, such as Companies Act, and/or Shops & Establishment Act or Trade License from the appropriate authority. Necessary documentary evidence is to be enclosed along with the technical bid documents. 3. Filled in declaration as per the Annexure V. 4. The bidder must submit copies of acknowledge of Income Tax for the last 3 years. 5. Submit copies of PAN Card, GST Registration Certificate.

ANNEXURE-III GENERAL TERMS AND CONDITIONS Please read carefully the general terms and conditions of supplying stores and submit your offer complying the terms as mentioned hereunder. Important dates Last date of submission of sealed bids 26 th February 2018 at 300 PM Date of opening of the technical bids 26 th February 2018 at 400 PM Place of submission of sealed bids and opening of technical bids Office of the Chairman &Head, Centre for Educational Technology, 1 st Takshashila Building, Srinivas Ramanujan Complex, IIT Kharagpur. Floor, 1. Tenders complying the Institute requirement as detailed in the Tender document are to be submitted in the Company s / Firm s letterhead neatly printed/typed and duly signed by the authorized person with the seal of the bidder. All envelopes containing the tender should be properly sealed. Separate envelopes should be used for technical and price bids and indication to their effect may please be super scribed on the envelope. 2. a) Rate The rate quoted must be inclusive of installation and all admissible taxes. The quote is to be submitted in the format of Price Bid as per Annexure-VI. All the charges like installation charges etc. as applicable must be shown separately. The stores are required to be despatched on F.O.R. IIT Kharagpur. The risk of damage or loss in transit if any, will be that of the suppliers. Manufacturer s price list, technical product brochures, samples, catalogue wherever applicable, should invariably be submitted. b) GST Must be shown separately. c) Way Bill This will be issued only on request of the vendor after submitting tax invoice and other necessary details of the way bill. 3. Delivery Period The stores are required to be delivered/despatched within 20 days from the date of the purchase order. No mobilization advance is payable against the purchase order. 4. Payment terms 90% of the payment shall be made after successful installation and commissioning duly certified by the concerned Head of the Department. Balance 10% may be released against submission of Performance Bank Guarantee (PGB) to the tune of 10% of the total purchase order value. The PBG shall be issued from any Scheduled Bank, validity of which shall be three year plus 60 days drawn on any scheduled bank. No advance/mobilization support, is payable against supply of stores/works. In the event of failure to deliver the stores beyond the specified date, liquidated damages @ 1% per month or part thereof in response of the value of stores will be deducted, subject to a maximum of 5%; alternatively the order will be cancelled and the undelivered stores purchased from elsewhere at the risk and expense of the vendor.

5. Quality & specification of stores The stores offered should be of best quality available, unless otherwise specified, conforming strictly to the National/International specifications. The Institute reserves the right to reject such stores if found unacceptable on these grounds. The guarantee and warranty offered be specifically mentioned. 6. Period of validity The quotation shall remain valid for acceptance for at least 90 days from the date of opening. 7. Tender fee An amount of Rs. 1000.00 (Rupees one thousand only) as tender fee (non-refundable) is to be paid. The payment shall be made by Demand Draft from any Nationalized/Commercial Bank and paid in favour of Indian Institute of Technology Kharagpur, payable at Kharagpur. Bids without the tender fee will not be accepted. This should be enclosed separately in an envelope and stapled with the technical bid document. 8. Earnest Money Deposit (EMD) An amount of Rs. 40,000.00 (Rupees forty thousand only) in the form of Demand Draft be enclosed along with the technical bid. The EMD shall be from any Scheduled Bank and to be drawn in favour of Indian Institute of Technology Kharagpur, payable at Kharagpur. The validity of the EMD should be 2 (two) months from the date of the issue. Any bid without the EMD will not be considered. This will be refunded to the unsuccessful bidders once the process of technical and price bid opening is complete. No interest is payable on refunds. EMD shall be forfeited if the selected vendor accepts the supply order, but is unable to execute the same. EMD should be enclosed separately in an envelope and stapled with the technical bid document. 9. Guarantee/Warranty 3 years comprehensive onsite warranty from the date of successful installation and commissioning of the system. 10. Rejection of offers The Institute reserves the right to ignore or reject any offer including the lowest without assigning any reason. The Institute does not bind itself to accept the lowest offer. 11. Dispute In case of any dispute, the matter shall be settled mutually, failing which the decision of the Director, IIT Kharagpur shall be final and binding, 12. All tenders are to be submitted or handed over to the Office of the Head, Centre for Educational Technology, IIT Kharagpur. The bids (Technical and Price Bids) once submitted shall be the property of the Institute and shall not be returned to the bidder in future. 13. The person/officer signing the tender/bid documents should be delegated with an appropriate authority. 14. Opening of Price Bids The Price Bid(s) of only those bidder(s) who are found technically qualified will be opened and the same will be opened before the technically qualified bidder(s). The date of opening of price bids will be informed separately. 15. Tenderer or his/her authorized representative (with proper authorization for opening of technical bids and also for opening of the price bids) may choose to be present at the time of opening of Technical Bids/Price Bids.

16. IMPORTANT 1. A bid submitted with false information will not only be rejected but also the OEM/vendor will be debarred from participation in future tendering process. 2. Submission of tender through Fax/ email will not be accepted. 3. The OEMs/Vendors need to submit a certificate during the opening of technical bids that they are not currently debarred or blacklisted in IIT Kharagpur for any supplies, products or services or at present in any national organization or educational institute/university. 4. In case of any dispute, the decision of the Director of this Institute shall be final and binding on the bidders. 5. For any query pertaining to this bid document correspondence may be addressed to Head, Centre for Educational Technology, Indian Institute of Technology Kharagpur Kharagpur 721302 Phone 03222 282260 or at email ID ssdas@cet.iitkgp.ernet.in 6. In case the due date of submission and opening of tender is a holiday, the same will be taken up on the next working day with the timing remaining unaltered. Please note that the Institute remains closed during the Saturdays and Sundays and all specified Government holidays. Note If the material supplied or the finished work is not found acceptable, the manufacturer shall arrange for the replacement of materials required for reexecuting the work as per the contract.

TECHNICAL BID DOCUMENT ANNEXURE-IV FORMAT TO BE FILLED UP BY THE BIDDER FOR SUBMIITING THE TENDER Sl. No. 1. 2. 3. Item Name of the Tenderer (Attach copy of Registration Certificate/Trade License) Status of the Tenderer (attach documents, if Registered Company/ partnership/propriety ship) Details of top official/authorized official with telephone number (attach details) provided 4. Copy of PAN Card provided 5. Copy of GST registration certificate provided 6, 7. Copies of IT return for the last 3 financial years provided Details of tender fee Bank demand draft No. and date 8. Details of EMD Bank Demand Draft No. and Date 9. Signed copy of the tender document with company seal 10. Unpriced Bill of materials Response 11. 12. Copy of product literature for which prices have been quoted Compliance statement clearly showing the Make & Model No. and deviation, if any 13. Service support escalation matrix included Credentials (with copies of PO, installation certificates, 14. and contact information of clients) provided Self-declaration that the bidder is not blacklisted by 15. any Govt. organization is included The tender document is serially numbered and 16. indexed Certified that all the above information are correct to the best of my/our information, knowledge and belief. Date Signature & Seal of the Bidder NOTE This must be submitted in the TECHNICAL BID.

ANNEXURE-V DECLARATION I,. Son/Daughter of Shri..... Proprietor/Partner/CEO/MD/Director/Authorized Signatory of M/S. am competent to sign this declaration and execute the tender document. I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same. The information/documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I/We am/are well aware of the fact that furnishing of any false information/ fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under the appropriate law. Each page of the tender document and papers submitted by my Company is authentic, sealed and signed, and I take full responsibility for the entire documents submitted. Signature of the Authorized Person Date. Full Name. Place Company Seal Seal

ANNEXURE-VI TECHNICAL SPECIFICATIONS COMPLIANCE STATEMENT Sl. No. Description Make and Model No. Compliance Deviation, if any 1. Integrated web conferencing system for large meeting room Yes / No 2. Analog audio conference phone Yes / No 3. 4x4 HMDI 4K Matrix switcher Yes / No 4. Portable digital voice/audio recorder Yes / No 5. Floor mounted height adjustable TV stand Yes / No 6. Tilt type wall mounted TV bracket Yes / No 7. 8. 9. HDMI A male to HDMI A male cable 1.5 meter HDMI A male to HDMI A male cable 3 meter HDMI A male to HDMI A male cable 5 meter Yes / No Yes/No Yes/No 10. 55 inch LED TV Yes/No Note The bid document needs to have detailed product brochure of all the quoted products. It will be assumed that the bidder has taken into consideration of all the parameters of the quoted product for preparing the compliance statement.

ANNEXURE-VII FORMAT FOR SUBMISSION OF THE PRICE BID Sl. No. Description Make & Model Qty (Nos.) Unit Price GST Total Price 1. Integrated web conferencing system for large meeting room 3 2. Analog audio conference phone 2 3. 4x4 HMDI 4K Matrix switcher 2 4. Portable digital voice/audio recorder 2 5. Floor mounted height adjustable TV stand 10 6. Tilt type wall mounted TV bracket 2 7. 8. 9. HDMI A male to HDMI A male cable 1.5 meter HDMI A male to HDMI A male cable 3 meter HDMI A male to HDMI A male cable 5 meter 5 5 5 10. 55 inch LED TV 5 GRAND TOTAL NOTE The bidder is assumed to have taken into account any other interface devices/accessories required to complete the installation and commissioning. Price comparison will be made on the total cost (Supply + Delivery + Installation and Training Charges) and the selected bidder will have to supply, install and commission the complete stores.

CHECKLIST Please ensure that the following documents/information have been provided 1. The pages of the tender document are serially numbered and indexed; 2. Tender fee and Earnest Money Deposit have been included. 3. Proof of registration of the bidder s Company under relevant laws. 4. Copies of Purchase Orders as evidence that the bidder has 5 years or more experience in supplying similar equipment in Govt. organizations. 5. Signed copy of the tender document with the company seal; 6. Service escalation matrix included. 7. Technical Compliance statement in the enclosed format. 8. Unpriced Bill of Materials included in the technical bid. 9. Self-declaration that the bidder is not blacklisted by IIT Kharagpur or any other Government organization. 10. Following financial documents included a) GST Registration b) PAN c) IT return documents for the past 3 financial years. 11. Contact information (email ID and phone number) of the responsible person from Bidder s organization who should be contacted for any information. 12. Full name and address of the beneficiary on whom the order has to be placed. 13. Bank details of the beneficiary.