indian institute of technology kharagpur - · pdf fileindian institute of technology kharagpur...

38
INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR – 721 302 No. IIT/S&P/ENQ/NALANDA/PHASE 2/2017-18 Date: November 27, 2017 Sub : Procurement and Installation of Audio-Visual, Sound and Projection System at Nalanda Classroom Complex, IIT Kharagpur Indian Institute of Technology Kharagpur, an Institute of National Importance, invites sealed t w o p a r t bids from the vendors for Procurement and Installation of Audio- Visual, Sound and Projection System (TURN KEY BASIS) . The estimated cost is Rs.10 crore (all inclusive). Interested vendors are requested to send their sealed bids as per Technical Specifications (Annexure-I eleven pages) including Appendix I (Two pages) for drawing and Minimum Eligibility Criteria as per Annexure – II & Fill up the Technical Bid Document at par with Annexure–III and signed Declaration (Annexure– IV), General Terms & Conditions (Annexure – V), Instructions & Special Conditions (Annexure – VI) under a Two-Bid System. The price bid format as per Annexure VII e n c l o s e d . A checklist and compliance statement, fulfilling all requirements on the product and vendor profile and capability shall also be submitted. . Interested vendors are requested to submit two sealed envelopes containing Technical Bid (Envelope -I) and Commercial Bid (Envelope –II) placed in a larger sealed envelope super- scribing with reference number (Tender Notice No. IIT/S&P/ENQ/NALANDA/PHASE 2/2017- 18 Dated: November 27, 2017) to the Office of the Chairman, CWISS Indian Institute of Technology, Kharagpur, P.O. Kharagpur Technology, PIN:721302, West Bengal, INDIA on or before January 04, 2018 at 3:00 p.m. Indian Institute of Technology, Kharagpur will hold Pre Bid Conference with the all the interested bidders for technical and commercial discussions/clarifications. This conference will be held in the SRIC Conference Room, IIT Kharagpur on December 07, 2017 at 03.30 p.m. in which the Institute will clarify any doubt about the tender documents. The technical bid submitted by the Vendors will be evaluated first by a technical committee and the price bids (as per Annexure – VII) submitted by the technically qualified vendors will be opened for price comparison. The Technical bids will be opened on January 04, 2018 at 3.30 p.m. in the SRIC Conference Room, IIT Kharagpur. 1. Institute Website 2. CPP Portal 3. Newspaper 4. Notice Board Chairman, CWISS For Director, IIT Kharagpur

Upload: dangliem

Post on 14-Mar-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR – 721 302

No. IIT/S&P/ENQ/NALANDA/PHASE 2/2017-18 Date: November 27, 2017

Sub : Procurement and Installation of Audio-Visual, Sound and Projection

System at Nalanda Classroom Complex, IIT Kharagpur Indian Institute of Technology Kharagpur, an Institute of National Importance, invites sealed t wo p a r t bids from the vendors for Procurement and Installation of Audio-Visual, Sound and Projection System (TURN KEY BASIS). The estimated cost is Rs.10 crore (all inclusive).

Interested vendors are requested to send their sealed bids as per Technical Specifications (Annexure-I eleven pages) including Appendix I (Two pages) for drawing and Minimum Eligibility Criteria as per Annexure – II & Fill up the Technical Bid Document at par with Annexure–III and signed Declaration (Annexure–IV), General Terms & Conditions (Annexure – V), Instructions & Special Conditions (Annexure – VI) under a Two-Bid System. The pr i ce b id f o rmat as per Annexure V I I enc losed. A checklist and compliance statement, fulfilling all requirements on the product and vendor profile and capability shall also be submitted. .

Interested vendors are requested to submit two sealed envelopes containing Technical Bid (Envelope -I) and Commercial Bid (Envelope –II) placed in a larger sealed envelope super-scribing with reference number (Tender Notice No. IIT/S&P/ENQ/NALANDA/PHASE 2/2017-18 Dated: November 27, 2017) to the Office of the Chairman, CWISS Indian Institute of Technology, Kharagpur, P.O. Kharagpur Technology, PIN:721302, West Bengal, INDIA on or before January 04, 2018 at 3:00 p.m.

Indian Institute of Technology, Kharagpur will hold Pre Bid Conference with the all the interested bidders for technical and commercial discussions/clarifications. This conference will be held in the SRIC Conference Room, IIT Kharagpur on December 07, 2017 at 03.30 p.m. in which the Institute will clarify any doubt about the tender documents.

The technical bid submitted by the Vendors will be evaluated first by a technical committee and the price bids (as per Annexure – VII) submitted by the technically qualified vendors will be opened for price comparison.

The Technical bids will be opened on January 04, 2018 at 3.30 p.m. in the SRIC Conference Room, IIT Kharagpur.

1. Institute Website 2. CPP Portal 3. Newspaper 4. Notice Board

Chairman, CWISS For Director, IIT Kharagpur

ANNEXURE-I Audio-Visual, Sound and Projection System requirement in Nalanda Classroom Complex Following objectives of IIT Kharagpur has to be met by the vendor.

1. The classrooms must have provisions for giving instructions to students using glass chalk boards, power point and multi-media projection with full audio-video capability.

2. The video projection system should be enabling to interface with a laptop, document reader, and a tablet through a digital switcher.

3. The system should be such commissioned that there is uniform sound level at all seats in full audio range, with DSP based feedback suppression.

4. The amplification system should be able to produce 30 dB higher levels than the ambient classroom noise over the HVAC/ceiling fans.

5. All the units other than the loudspeakers, video projectors and screens must be placed in a single lectern/podium which can be easily operated by the teacher.

6. Two speakers will be installed in the 120 seat circular and rectangular classroom and four speakers in the 240 seat rectangular classroom on either side of the glass board after the entry doors.

7. Any masonry/civil work removed for laying and concealing audio signal, video signal, LAN, electrical power line in the project has to be done good by the vendor after successful installation, in consultation with the site engineer.

8. Video projectors are to be mounted on the ceiling at appropriate place so that the image is projected in the largest area on the motorised screen without losing the aspect ratio.

Other Technical and commercial requirements 1. Supply, Installation, Testing and commissioning of all the hardware/equipment

mentioned in the BOQ has to be done by on a turnkey basis. 2. Complete system integration has to be done by the same vendor as a turnkey project. 3. Instructions for its operation and maintenance along with all audio, video, LAN and

electrical wiring diagram must be provided. 4. Training for use of the system has to be provided by the vendor to IIT personnel. 5. Dedicated on-site manpower for its used, day-to-day maintenance and on-site trouble

shooting must be provide for a period of 3 years after the date of installation and commissioning.

6. The date of installation will be the last day on which the project is completed. 7. The time allowed for completion is 4 months from issue of the purchase order. 8. Inventory of essential spares like lamps, cables, connectors, batteries, must be

maintained at site by the vendor during the warranty period. 9. In case of any equipment/accessory failure, immediate replacement must be provided. 10. Warranty for all hardware from OEM must be provided for 3 years. 11. Appropriate amount of bank guarantee be provided during the warranty period and

additional ninety days after the expiry of the warranty period. 12. No advance or part payment will be entertained by IIT 13. The vendors in their bid must mention the make and model of each equipment offered. 14. The vendors must provide the detailed technical literature of the equipment offered in

the bid with full technical specifications. 15. The vendors must bid for all items listed in the BOQ.

A. 28 Numbers 120 seat circular classroom

Sl. No

Item Name Specification Make & Model No

Qty Reqd

Unit

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1, Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

56 Nos.

2. Motorised screen for LCD projection

Motorised High Gain Matt-White Screen, 123”Diagonal 56 Nos.

3. Electronic Document Reader

Document Visualizer Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog: SXGA/XGA/WXGA Output USB: QVGA/VGA/SVGA/XGA/SXGA/UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, HDMI

28 Nos.

4. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

56 Nos.

5. Flush Mount Control Panel

Flush Mount control panel At least 6 buttons, allowing for A/V source selection, volume control and projector power on-off and screen up-down. LED status indicator, Software configurable for multiple control options, RJ45 connection, Fixed LED brightness or ambient light sensing, DIP switch addressing

28 Nos.

6. Video Switcher with scaler

INPUTS: 4 x HDMI connectors (HDMI, HDCP version 1.4), 2 x VGA on a 15-pin HD connector, 6 x unbalanced stereo audio on 3.5 mm mini jack connectors, 1 x mic on a 6.3 mm jack connector, 1 x unbalanced stereo audio on a 3.5 mm mini jack connector, BANDWIDHTH: up to 1080 p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC1 to PC2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panl lock buttons, RS-232 (control and data) Ethernet.

28 Nos.

7. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUI or via physical control panel.

28 Nos.

8. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W x D) mm 1194 mm x 125 mm x 110 mm, Mounting options

56 Nos.

Pole mount, wall mount. 9.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50 mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or wider, 6) Frequency selection: selectable frequency in 25 kHz steps or better 7) Modulation: digital FSK 8) CE Compliant

28 Nos.

10.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

28 Nos.

11. Lapel Wireless Microphone (RF Body pack Transmitter with changeable Lapel Microphone)

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400 Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm, 8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

28 Nos.

12. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

28 Nos.

13. Podium Metal frame with wooden sliding top podium with metal castors for smooth movement, adequate space on the top for laptop document reader and inside for 19”rack equipment, control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

28 Nos.

14. Surface Surface mountable power rocker toggle switch 28 Nos.

Mountable control

15. Audio/Video/Power input/ Output plate

A single gang size wall plate for projector installations. HDMI, CAT-6 connections, 3.5 mm Jack Audio connection, left and Right phono audio connect

28 Nos.

16. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry/civil work has to be removed and made good after installation of all the above cables.

28 lot

17. Patch cables Moulded HDMI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source

28 lot

18. Power sockets

12 electrical power sockets (220 V, 5A) on rack mountable strip with surge protection

28 Nos.

19. Desktop personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

28 Nos.

20. Commi- ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

28 lot

21. UPS 1.5 KVA UPS backup for all AV equipment and computer in each classroom.

28 Nos.

B. 8 Numbers 120 seat rectangular classroom

Sl. No

Item Name Specification Make & Model No

Qty Reqd

Unit

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1, Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

8 Nos.

2. Motorised screen for LCD projection

Motorised High Gain Matt-White Screen, 123”Diagonal

8 Nos.

3. Electronic Document Reader

Document Visualizer Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog: SXGA/XGA/WXGA Output USB: QVGA/VGA/SVGA/XGA/SXGA/UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, HDMI

8 Nos.

4. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

8 Nos.

5. Flush Mount Control Panel

Flush Mount control panel At least 6 buttons, allowing for A/V source selection, volume control and projector power on-off screen and screen up-down. LED status indicator, Software configurable for multiple control options, RJ45 connection, Fixed LED brightness or ambient light sensing, DIP switch addressing

8 Nos.

6. Video Switcher with Scalar

INPUTS: 4 x HDMI connectors (HDMI, HDCP version 1.4), 2 x VGA on a 15-pin HD connector, 6 x unbalanced stereo audio on 3.5 mm mini jack connectors, 1 x mic on a 6.3 mm jack connector, 1 x unbalanced stereo audio on a 3.5 mm mini jack connector, BANDWIDHTH: up to 1080 p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC1 to PC2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panl lock buttons, RS-232 (control and data) Ethernet.

8 Nos.

7. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUI or via physical control panel.

8 Nos.

8. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W

16 Nos.

x D) mm 1194 mm x 125 mm x 110 mm, Mounting options Pole mount, wall mount.

9.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50 mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or better, 6) Frequency selection: selectable frequency in 25 kHz steps or wider 7) Modulation: digital FSK 8) CE Compliant

8 Nos.

10.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

8 Nos.

11. Lapel Wireless Microphone (RF Body pack Transmitter with changeable Lapel Microphone)

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400 Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm, 8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

8 Nos.

12. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

8 Nos.

13. Podium Metal frame with wooden sliding top podium with metal castors for smooth movement, adequate space on the top for laptop document reader and inside for 19”rack equipment, control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

8 Nos.

14. Surface Mountable control

Surface mountable power rocker toggle switch 8 Nos.

15. Audio/Video/Power input/ Output plate

A single gang size wall plate for projector, laptop and power point.

8 Nos.

16. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry/civil work has to be removed and made good after installation of all the above cables.

8 lot

17. Patch cables Moulded HD MI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source, etc.

8 lot

18. Power sockets

12 electrical power sockets (220 V, 5A) on rack mountable strip with surge protection

8 Nos.

19. Desktop personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, , 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

8 Nos.

20. Commi-ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

8 lot

21. UPS 1.5 kVA UPS backup for all AV equipment and computer in each classroom. Acceptable make APC, Liebert, Schneider

8 Nos.

C. 8 numbers of 240 seat classroom with video conferencing facility and web broadcasting facility

Sl. No

Item Name Specification Make & Model No

Qty Reqd.

Unit

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1 Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

8 Nos.

2. Motorised screen for LCD projection

Motorised hi Gain Matt-White Screen, 180”Diagonal (9’x 12’)

8 Nos.

3. Electronic Document Reader

Document Visualizer Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog: SXGA/XGA/WXGA Output USB: QVGA/VGA/SVGA/XGA/SXGA/UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, Composite Video:

8 Nos.

4. PTZ Video Camera

Internet enabled full HD PTZ video camera with 20X optical zoom, PAN ± 1700, Tilt ± 40 0 with ceiling mounting kit

16 Nos.

5. Digital recorder

Internet enabled Full HD meeting and lecture capture recorder for 4 hours with PIP option and built-in streaming facility, Input: 3 x HDMI and Output: 1 X HDMI, 1 X RJ-45

8 Nos.

6. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

8 Nos.

7. Flush Mount Control Panel

Flush Mount control panel At least 6 buttons, allowing for A/V source selection, volume control and projector power, on-off and screen up-down. LED status indicator, Software configurable for multiple control options, RJ45 connection, Fixed LED brightness or ambient light sensing,

8 Nos.

8. Video Switcher with Scalar

INPUTS: 4 x HDMI connectors (HDMI, HDCP version 1.4), 2 x VGA on a 15–pin HD connector, 6 x unbalanced stereo audio on 3.5mm mini jack connectors, 1 x mic on a 6.3mm jack connector (with selectable 48V phantom power), OUTPUTS: 1 x HDMI connector (HDMI, HDCP version 1.4), 1 x HDBT on a RJ–45 connector, 1 x unbalanced stereo audio on a 3.5mm mini jack connector, BANDWIDTH: Up to 1080p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC 1 to PC 2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panel lock buttons, RS–232 (control and data), Ethernet.

8 Nos.

9. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on

8 Nos.

board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUO or via physical control panel.

10. Analog Amplifier

Amplifier for reinforcement speaker, 120 W booster amplifier, Power output 120 W, Frequency response 60 Hz-15 kHz, SNR -80 dB, Power ON indicator, Standard rack mounting, AC power driven,

8 Nos.

11. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W x D) mm 1194 mm x 125 mm x 110 mm, Mounting options Pole mount, wall mount,

16 Nos.

12. Reinforce-ment speakers

2 way column speaker, 4 ohms, direct mode power 80 W, Dimensions 579 mm x 125 mm x 110 mm, swivel bracket mounting option,

16 Nos.

13.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50 mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or better, 6) Frequency selection: selectable frequency in 25 kHz steps or wider 7) Modulation: digital FSK 8) CE Compliant

8 Nos.

14.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

8 Nos.

15. Lapel Wireless Microphone (RF Body pack Transmitter with changeable Lapel

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400 Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm,

8 Nos.

Microphone) 8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

16. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

8 Nos.

17. Podium Metal frame with wooden sliding top Podium with metal castors to accommodate 19”rack equipment, adequate space on the top for laptop document reader and control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

8 Nos.

18. Surface Mountable control

Surface mountable power rocker toggle switch 8 Nos.

19. Audio/Video/Power Input/ Output plate

A single gang size wall plate for laptop connectivity with HDMI and Power Point .

8 Nos.

20. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry work has to be removed and made good after installation of all the above cables.

8 lot

21. Patch cables Moulded HDMI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source

8 lot

22. Power sockets

12 electrical power sockets (220 V, 5A) on rack mountable strip with surge protection.

8 Nos.

23. Desktop personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

8 Nos.

24. Commi-ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

8 1 lot

25. UPS 1.5 kVA UPS backup for all AV equipment and computer in each classroom.

8 Nos.

D. Digital Signage for NCRC

Sl. No.

Item Name Specification Make & Model No

Qty Reqd.

Unit

1. LED Display Outdoor LED Display 42” Screen, with HDMI input and LAN input provision, IP 54 rating

24 Nos.

2. Ceiling Mounting Kit

Ceiling Mounting kit for LED screen, anodized to be weather resistant and carry a load of 500 N.

24 Nos.

3. Cable and Connectors

Signal, LAN Cable, connectors, PVC conduits etc. from one central server to each LED Display

24 lot

4. Power cable Power cable along with wire of adequate length for each of the LED screen from the nearest electrical point.

24 Nos.

5. Server PC Server computer with 24” monitor, i7 processor, windows 10 operating system, , 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port, digital video capture card and network managed switch to support 24 panels

1 No

6. Digital signage management software

Digital signage management software for driving to 24 LED displays installed on the desktop PC, with manual

1 No

7. Commi-ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

1 No

The preferred brands or their equivalent brands for various equipment in this BOQ are as follows:

1.) Computer: HP/Lenovo/Dell 2.) Overhead digital projector: Panasonic, Epson, NEC, Lumens 3.) Speakers: Sonodyne, JBL, QSC, EV 4.) Audio Amplifiers: Crown, Electrovoice, Yamaha, Australian Monitor, QSC 5.) Microphones: Shure, AKG, Senneheiser, TOA, Extron, Panasonic 6.) Display Panels: Samsung, LG, Sony 7.) Connectors: Neutrik 8.) Switches: Kramer, Crestron, AMX, CISCO, Extron 9.) UPS: APC, Leibert 10.) Document Camera: Wolfvision, Elmo, Lumens, Epson 11.) PTZcamera: Sony, Vaddio, Lumens 12.) Motorized projection screen: Dlite, Elite, Liberty 13.) Lectern: Lumens, Aha

Correspondence: For any query pertaining to this document, correspondence may be made to: Prof. A. R. Mohanty Department of Mechanical Engineering Indian Institute of Technology Kharagpur Kharagpur 721302 Tel: 03222-282944(O)/281587(O) Email: [email protected]

Appendix I (NCRC Drawings)

Figure 1. Plan and Elevation of 120 seat circular classroom

Figure 2: Plan and elevation of 120 rectangular classroom

Figure 3: Plan and elevation of 240 seats rectangular classroom

ANNEXURE -II

MINIMUM ELIGIBILITY CRITERIA:

(a) Bidder shall have a minimum 5 (five) years of experience in supplying and commissioning of Audio-Visual, Sound and Projection System in a government organization (at State/National/ International level) as on tender submission deadline. Name, address/contact details of the present and past satisfactory clients to be provided.

(b) Experience of having successfully installed and commissioned of similar works at any IIT/NIT/Universities/IIM/IISER or any Institute of National Importance in India during the last 03 (three) years as of tender submission deadline, as per the following details:

a. Three similar completed works costing not less than the amount equal to 40% of estimated cost; OR

b. Two similar completed works costing not less than the amount equal to 50% of the estimated cost; OR

c. One similar completed work of aggregated cost not less than the amount equal to 80% of the estimated cost;

(c) The bidder must have a minimum annual average turnover of Rs. 500 Lakh for the last three years . All bidders should submit copies of audited Statement of Accounts for the last three years.

(d) Solvency certificate minimum of Rs.200 Lakh is required from any scheduled bank.

(e) Proof of Registration of the bidder under relevant law, such as Companies Act, and / or Shops & Establishment Act or Trade License from appropriate authority etc.

(f) All bidders should submit copies of PAN Card, GST Registration certificates. (g) A certificate (Affidavit) to be signed by MD / CEO of the company that they haven’t been debarred or blacklisted for any services, supplies or products dealing in, by any organizations or educational Institute/ University or state/ central government. (h) The bidder must submit copies of acknowledgement of Income Tax return for the last three years. (i) Filled in declaration as per the Annexure –V.

Bidders must submit the documentary proof in support of meeting the minimum eligibility criteria. Simply an undertaking by the Bidder for any item of the criteria shall not suffice the purpose. All the documentary proof must be listed on the letter head, to be submitted with the Tender Document signed and sealed.

ANNEXURE - III

TECHNICAL BID DOCUMENT

FORMAT TO BE FILLED BY THE OEM OR AUTHORIZED VENDORS FOR SUBMITTING TENDER FOR Procurement and Installation of Audio-Visual, Sound and Projection System at Nalanda Classroom Complex, IIT Kharagpur (Turn Key Basis)

1. Name of the Tenderer (Copy of Registration Certificate/ :

Trade License

2. Status of the Tenderer (attach documents, if registered company/partnership/propriety ship) : 3. Whether OEM/representing foreign principle :

(attach copy of certificate/authorization)

4. Details of key top official/authorized official with tele links for : Contact persons (attach details)

5. Details of supply/services : (attach details)

6. Copies of PAN Card, GST Registration certificate, : IT Return for last three financial year :

7. Copy of product literature, technical leaflet for which prices have been quoted :

8. Signed copy of the tender document, with company seal :

9. Details of Tender Fee/EMD - Bank Draft No. and date :

Certified that all above information are correct to the best of my/our information, knowledge and belief.

-------------------------------------------------------- Dated signature & seal of the OEM/Vendor

NOTE : This must be submitted in the “TECHNICAL BID”.

Annexure IV

DECLARATION

I, -------------------------------------------------Son /Daughter of Shri -------------------------------------------------------------------------- Proprietor/Partner/CEO/MD/Director/

Authorized Signatory of M/s. ------------------------------------------------------ am competent to sign this declaration and execute this 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 appropriate law.

Each page of the tender document and papers submitted by my

Company is authenticated, sealed and signed, and I take full responsibility

for the entire documents submitted.

---------------------------------------------- Signature of the Authorized Person

Date: ----------------------------- Full Name : -------------------------------

Place: ---------------------------- Company Seal : ------------------------

ANNEXURE – V GENERAL TERMS AND CONDITIONS

(1) Important Dates

• Pre bid Meeting : December 07, 2017 at 3.30 p.m. in the SRIC Conference

Room, Indian Institute of Technology Kharagpur

• Last Date of Submission of Sealed Bids: January 04, 2018 at 3:00 p.m. in the Office of the Chairman, CWISS, Indian Institute of Technology Kharagpur

• Date of opening of the Technical Bids: January 04, 2018 at 3:30 p.m. (In the SRIC Conference Room, Indian Institute of Technology Kharagpur) (2) Payment Terms: All the materials required for this project must be supplied first. The Part Payment

will be released up to a maximum four (04) parts.

For all part payments: 75% Payment will be made after successful installation and commissioning of the Equipment/System duly certified by the Chairman, CWISS for each part. On completion and certification by the Chairman, CWISS, balance of 90% of the value of the work will be released. Balance 10% payment of the order value may be released against submission of Performance Bank Guarantee to the tune of 10% of the total order value. The Performance Bank Guarantee shall be issued from any Nationalized Bank/Commercial Bank, validity of which shall be three years plus 60 days.

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 respect of the value of stores will be deducted, subject to a maximum of 5%; alternately the order will be cancelled and the undelivered stores purchased from elsewhere at the risk and expense of the vendor.

(3) Warranty: 3 years Comprehensive warranty, from the date of successful installation and commissioning of the system.

(4) Completion of the Work: The equipment (AS A WHOLE) should be supplied and

commiss ioned within 120 days from the date of the Purchase Order.

(5) Tender Fee: An amount of Rs.10,000.00 ( Rupees Ten Thousand only) as tender fee (non refundable) is to be paid. The payment shall be made by Demand Draft from any Nationalized Bank/Commercial Bank and paid in favour of “Indian Institute of Technology Kharagpur”, payable at Kharagpur. Bids without Tender Fee will not be accepted. This should be enclosed separately in an envelope and stapled with the Technical Bid document.

(6) Earnest Money Deposit (EMD): An amount of Rs. 20,00,000.00 (Rupees

Twenty Lakh only) in the form of Demand Draft o r B a n k G u a r a n t e e f r o m a n y N a t i o n a l i z e d B a n k / C o m m e r c i a l B a n k , v a l i d i t y o f w h i c h s h a l l b e s i x m o n t h s p l u s 6 0 d a y s be enclosed along with the bid. The E.M.D. shall be from any Nationalized Bank/Commercial Bank and to be drawn in favour of “Indian Institute of Technology Kharagpur”, payable at Kharagpur. Any bid without EMD will not be considered. This will be refunded to the unsuccessful vendors once the process of technical and price bid opening is

complete. The EMD of vendor getting the purchase order will be retained and returned six months after successful completion of the work. 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. E.M.D. should be enclosed separately in an envelope and stapled with the Technical Bid document.

(7) Price: The price shall be quoted f o r e a c h i t e m ( As a t u r n k e y b a s i s )

a s p e r t h e f o r m a t g i v e n i n An n e x u r e – V I I in Indian Rupees, on free delivery at site basis. This shall comprise of basic rate and GST/Duties shown separately. The comparison will be made as per the basic rate only. However, GST/Duties will be paid at actual as per GOI Rules.

(8) Bid: Technical Bid and Price Bid should be submitted in two separate sealed

envelopes quoting reference number on the top of the envelope. Tender Fee and EMD should be enclosed with the Technical Bid documents, in separate sealed envelopes, stapled with the packet containing Technical Bid documents. The OEMs may submit the bid directly, for other vendors original authorization certificate from OEM is required to be enclosed.

(9) Acceptance of Tender: The Authority of IIT, Kharagpur reserves the right to

accept/reject any or the entire tender bids received without assigning any reason thereof.

(10) Extra Features: If the bidder provides any other extra features on the work which are not mentioned in the tender product specifications, then that shall be highlighted in clear terms, with documentary evidence/literature.

(11) Compliance List: The proposal be properly indexed and a compliance

list against the technical specifications should be provided.

(12) The OEM should be an ISO certified company with due credits to energy conservation and green earth compliance. Relevant documents in connection with the certificate shall be enclosed.

(13) Conditional Offer will not be accepted.

(14) Period of Validity: Bids shall remain valid for acceptance for a period of

120 days from the date of opening of the price bid.

(15) The benefit of downward prices (revision on account of budget/financial policy, tax revision, etc.) should be given to IIT Kharagpur by the selected OEM/vendor.

(16) Past Performance of the Vendors will be judged at the time of

Technical Evaluation.

(17) The Institute does not bind itself to offer any explanation to those bidders whose technical bids have not been found acceptable by the Technical Evaluation Committee of the Institute.

(18) Bidders should enclose the following documents:

(i) Certificate of Registration / Trade License (ii) Copy of PAN card, GST registration cer t i f icate papers

(iii) Audited statement of accounts and IT returns

(iv) Vendors must submit appropriate authorization certificate and letter from their OEMs, for participation in the said tender.

(v) Copy of product literature technical leaflet, wherever applicable for which the prices have been quoted should invariably be enclosed.

(vi) Signed copy of the tender document, with company seal, agreeing to the terms & conditions and declaration.

(19) All tenders are to be submitted or handed over to the office of

Chairman, CWISS, IIT Kharagpur. The bids (technical and price bids) once submitted shall be the property of the Institute and shall not be returned to the vendor in future.

(20) The person/officer signing the tender/bid documents should be delegated with an appropriate authority.

(21) Opening of Price Bids : The Price Bid(s) of only those vendor(s) who

are found technically qualified will be opened and the same will be opened before the technically qualified vendor(s). The date for opening of price bids will be notified separately.

(22) Tenderer or his/her authorized representative (with proper authorization

letter for opening of technical bids and also for opening of price bids) may choose to be present at the time of opening of Technical Bids/Price Bids.

(23) 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. The OEMs/Vendors need to submit a certificate during 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.

3. In case of any dispute, the decision of the Director of this Institute shall be final and binding on the bidders.

4. For any query pertaining to this bid document, correspondence be addressed to Prof. A. R. Mohanty Department of Mechanical Engineering Indian Institute of Technology Kharagpur, Kharagpur 721302 Tel: 03222-282944(O)/281587(O)

Email: [email protected]

5. In case the due date for opening and submission of tender happens to be a holiday, the same will be happened on the next working day. The timings will however remain unchanged. Please Note that the Institute remains closed during Saturdays & Sundays.

6. If the material or finished work are not found acceptable, the Manufacturer shall

arrange for the replacement of materials required for re-executing the work as per contract.

7. Inspection : Before dispatch the materials, the Manufacturer will give sufficient advance notice of the date in writing on which the goods will be ready for inspection. The Manufacturer also shall provide the purchaser all necessary facilities including appliances, tools, materials etc. If due to any reasons, it is not possible on the part of the purchaser to visit the plant site of the Manufacturer for inspection of the items, the Manufacturer shall bring sample pieces of such items to site (IIT Kharagpur) for Inspection the purchaser.

ANNEXURE – VI

INSTRUCTIONS & SPECIAL CONDITIONS (To be returned by Tenderer along with the Tender duly signed)

1. DEVIATION FROM SPECIFICATIONS: It is in the interest of the tenderer to study the specifications in the tender schedule thoroughly before quoting so that, if the tenderer makes any deviations, the same are prominently brought out in the body of the tender. If you need to add any optional items to your system in order to meet our specifications, you are requested to quote for the total including the option required to suit our requirements; otherwise, your tender will not be considered at all.

2. PRICE: For imported items both F.O.B. & C.I.P-IIT Kharagpur price by Air to be quoted. IIT Kharagpur is exempted the Customs Duty vide Government Notification No.51/96-Customs dated 23 July, 1996. The Institute if required will provide certificates for Import Items: The order acknowledgement should be issued by Fax within 3 days, and the item should be airlifted within 30 days from the date of receipt of the Letter of Credit copy / copy of DD, as the case may be.

I. Agency Commission, if any will be paid to the Indian agents in Rupees on receipt of the equipment and after satisfactory installation. Agency Commission will not be paid in foreign currency under any circumstances.

II. Documents to be furnished by the concerned Indian Agents: (a) Foreign Principal’s proforma invoice indicating the commission payable to the Indian agent

and nature of after sales service to be rendered by the Indian agent. (b) Copy of the agency agreement with the foreign principal and the precise relationship

between them and their mutual interest in the business. (c) The enlistment of the Indian agent with Director General of Supplies and Disposals under the

Compulsory Registration Scheme of Ministry of Finance. III. The unit prices should be for the same unit as indicated in the Schedule to tender

enquiry and not for any other unit. IV. Prices quoted should be for supply, installation and commissioning at I.I.T. Kharagpur. V. Discount, if any, should be indicated separately / prominently.

VI. Offers should normally be on fixed and firm price basis. Any clause making price variation will not be acceptable.

VI. Where tenderer intends to quote in Indian Rupees, for imported items, the price should be quoted “FOR Destination” basis. Custom Duty Exemption (51/96) Certificate will be provided by the Institute on request by the vendor.

3. TRANSIT INSURANCE: The Purchaser will not pay separately for Transit Insurance.

4. PAYMENT:

i) Payment for indigenous i tems, th e p r i c e quoted in Indian Rupees, will be made only after completion of supply, installation and commissioning of the Systems to the entire satisfaction of the Purchaser. No Advance Payment will be made for Indigenous Purchase.

ii) Where items are imported and the payment is desired to be made to their foreign Principals directly, the same will be made by wire transfer after successful installation of the components.

5. PERFORMANCE BANK GUARANTEE:

Vendor/Indian Agent on beha l f o f the Pr inc ipa l must be able to provide Performance Bank Guarantee of the amount equivalent to the 10% of the cost of equipment from any Nationalized Bank. The Performance Bank Guarantee is required for the entire period of Warranty. Performance Bank Guarantee must remain valid for a period ninty days beyond the expiry of the Warranty Period of three years.

6. .GUARANTEE: The tenderer has to declare that the goods sold to the buyer under this contract shall be of the best quality and workmanship and shall be strictly in accordance with the specifications.

7. JURISDICTION: All questions, disputes, or differences arising under, out of or in connection with the contract, if concluded, shall be subject to the exclusive jurisdiction at the place from which the acceptance of Tender is issued i.e. Jurisdiction of KOLKATA HIGH COURT. Acceptance to this effect is also necessary at the time of opening of Technical Bid.

8. ACKNOWLEDGEMENT: It is hereby acknowledged that we have gone through all the points listed under “Instructions & Special Conditions” outlined above, and those in the accompanying note on “Important Conditions”, and we agree to abide by them under the penalty of permanent disqualification for Tender participation and for related penal actions for non-abidance of the conditions. NOTE: ONE AGENT CANNOT REPRESENT TWO SUPPLIERS OR QUOTE ON THEIR BEHALF AT ONE TIME. In case of import all the particulars required for opening Letter of Credit (L/C) should be furnished in clear terms. After opening of L/C, based on our tender, no more request for amendment of L/C will be entertained. Total price including supply, installation and commissioning at I.I.T., Kharagpur, should be quoted. The cost of items that may be supplied from indigenous resources and also installation part if installation is done by Indian Agents should be stated in Indian Rupees.

1. In case of Import, bidders are requested to quote CIP- I IT Kharagpur price mentioning Freight & Insurance charges separately. No Ex-Works pricing is considered.

2. Warranty should be valid for three year for all items including third party items. 3. Quotations should be submitted in Separate Sealed Cover. The quotation should be in

typed format. No manual entries are allowed and any manual entry will entail rejection at the opening stage itself.

ANNEXURE – VII FORMAT FOR PRICE BID (Turnkey Basis)

A. 28 Numbers 120 seat circular classroom Sl. No.

Item Name Specification Qty. #

(a)

Unit Unit Rate (Rs.)

Total Amount (All inclusive)

d=a x (b+c)

Basic Rate

(b)

Amount of GST (mentioned %) and Duties (c)

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1, Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

56 Nos.

2. Motorised screen for LCD projection

Motorised High Gain Matt-White Screen, 123”Diagonal

56 Nos.

3. Electronic Document Reader

Document Visualizer Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog: SXGA/XGA/WXGA Output USB: QVGA/VGA/SVGA/XGA/SXGA/UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, HDMI

28 Nos.

4. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

56 Nos.

5. Flush Mount Control Panel

Flush Mount control panel At least 6 buttons, allowing for A/V source selection, volume control and projector power on-off and screen up-down. LED status indicator, Software configurable for multiple control

28 Nos.

options, RJ45 connection, Fixed LED brightness or ambient light sensing, DIP switch addressing

6. Video Switcher with scaler

INPUTS: 4 x HDMI connectors (HDMI, HDCP version 1.4), 2 x VGA on a 15-pin HD connector, 6 x unbalanced stereo audio on 3.5 mm mini jack connectors, 1 x mic on a 6.3 mm jack connector, 1 x unbalanced stereo audio on a 3.5 mm mini jack connector, BANDWIDHTH: up to 1080 p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC1 to PC2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panl lock buttons, RS-232 (control and data) Ethernet.

28 Nos.

7. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUI or via physical control panel.

28 Nos.

8. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W x D) mm 1194 mm x 125 mm x 110 mm, Mounting options Pole mount, wall mount.

56 Nos.

9.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or

28 Nos.

wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50 mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or wider, 6) Frequency selection: selectable frequency in 25 kHz steps or better 7) Modulation: digital FSK 8) CE Compliant

10.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

28 Nos.

11.

Lapel Wireless Microphone (RF Body pack Transmitter with changeable Lapel Microphone)

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400 Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm,

28 Nos.

8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

12. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

28

Nos.

13. Podium Metal frame with wooden sliding top podium with metal castors for smooth movement, adequate space on the top for laptop document reader and inside for 19”rack equipment, control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

28

Nos.

14. Surface Mountable control

Surface mountable power rocker toggle switch

28 Nos.

15. Audio/Video/Power input/ Output plate

A single gang size wall plate for projector installations. HDMI, CAT-6 connections, 3.5 mm Jack Audio connection, left and Right phono audio connect

28 Nos.

16. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry/civil work has to be removed and made good after installation of all the above cables.

28 Nos.

17. Patch cables Moulded HDMI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source

28 lot

18. Power sockets

12 electrical power sockets (220 V, 5A) on rack mountable strip

28 Nos.

with surge protection 19. Desktop

personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

28 Nos.

20. Commi- ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

28 lot

21. UPS 1.5 KVA UPS backup for all AV equipment and computer in each classroom.

28 Nos.

TOTAL : Rs. *

Total amount for all the rooms of table A in figure : Total amount for all the rooms of table A in words :

*The comparison will be made as per the basic rate only

# It may vary at the time of installation. Payment will be made as per actual quantity basis.

B. 8 Numbers 120 seat rectangular classroom

Sl. No.

Item Name Specification Qty. #

(a)

Unit Unit Rate (Rs.) Total Amount (Rs.) (All inclusive)

d = a x (b+c)

Basic Rate

(b)

Amount of GST

(mentioned %) and Duties (c)

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1, Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

8 Nos.

2. Motorised screen for LCD projection

Motorised High Gain Matt-White Screen, 123”Diagonal

8 Nos.

3. Electronic Document Reader

Document Visualizer, Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog :SXGA/XGA/WXGA Output USB: QVGA/ VGA/SVGA/XGA/SXGA /UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, HDMI

8 Nos.

4. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

8 Nos.

5. Flush Mount Control Panel

Flush Mount control panel At least 6 buttons, allowing for A/V source selection, volume control and projector power on-off screen and screen up-down. LED status indicator, Software configurable for multiple control options, RJ45 connection, Fixed LED brightness or ambient light sensing, DIP switch addressing

8 Nos.

6. Video INPUTS: 4 x HDMI connectors

Switcher with Scalar

(HDMI, HDCP version 1.4), 2 x VGA on a 15-pin HD connector, 6 x unbalanced stereo audio on 3.5 mm mini jack connectors, 1 x mic on a 6.3 mm jack connector, 1 x unbalanced stereo audio on a 3.5 mm mini jack connector, BANDWIDHTH: up to 1080 p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC1 to PC2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panl lock buttons, RS-232 (control and data) Ethernet.

8

Nos.

7. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUI or via physical control panel.

8 Nos.

8. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W x D) mm 1194 mm x 125 mm x 110 mm, Mounting options Pole mount, wall mount.

16 Nos.

9.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50

8 Nos.

mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or better, 6) Frequency selection: selectable frequency in 25 kHz steps or wider 7) Modulation: digital FSK 8) CE Compliant

10.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

8 Nos.

11.

Lapel Wireless Microphone (RF Body pack Transmitter with changeable Lapel Microphone)

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400 Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm, 8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel

8 Nos.

Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

12. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

8 Nos.

13. Podium Metal frame with wooden sliding top podium with metal castors for smooth movement, adequate space on the top for laptop document reader and inside for 19”rack equipment, control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

8 Nos.

14. Surface Mountable control

Surface mountable power rocker toggle switch

8 Nos.

15. Audio/Video/Power input/ Output plate

A single gang size wall plate for projector, laptop and power point.

8 Nos.

16. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry/civil work has to be removed and made good after installation of all the above cables.

8 lot

17. Patch cables Moulded HD MI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source, etc.

8 Nos.

18. Power sockets 12 electrical power sockets (220 V, 5A) on rack mountable strip with surge protection

8 Nos.

19. Desktop personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, , 8 GB RAM, 4 GB video RAM, minimum of 1

8 Nos.

TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

20. Commi-ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

8 lot

21. UPS 1.5 kVA UPS backup for all AV equipment and computer in each classroom. Acceptable make APC, Liebert, Schneider

8 Nos.

TOTAL : Rs. *

Total amount for all the rooms of table B in figure : Total amount for all the rooms of table B in words :

*The comparison will be made as per the basic rate only

# It may vary at the time of installation. Payment will be made as per actual quantity basis.

C. 8 numbers of 240 seat classroom with video conferencing facility and web broadcasting facility

Sl. No.

Item Name Specification/model Qty #

(a)

Unit Unit Rate (Rs.)

Total Amount (Rs.) (All inclusive) d = a x (b+c)

Basic Rate

(b)

Amount of GST

(mentioned %) and Duties (c)

1. Ceiling Mount LCD Projector

Resolution: WUXGA or better, Native aspect Ratio: 16:10, White and colour output (brightness) minimum 6000 Lumens, Digital input: HDMI x1,DIGITAL LINK/HD Base Tx1 Dsub 15 pin x2, control input, Cool down Period: Instant off, Fan Noise maximum 38 dB at 1 m. Ceiling mount provision.

8 Nos.

2. Motorised screen for LCD projection

Motorised hi Gain Matt-White Screen, 180”Diagonal (9’x 12’)

8 Nos.

3. Electronic Document Reader

Document Visualizer Pickup device: ¼”CMOS sensor, Effective pixels: 5 Megapixels, Maximum frame rate: 30 fps, Output Analog: SXGA/XGA/WXGA Output USB: QVGA/VGA/SVGA/XGA/SXGA/UXGA White balance: Automatic, Exposure: Automatic, Brightness: Automatic, Lens: f 2.8, Shooting area: 297 mm x 420 mm (A3 size paper), Zoom 10x Digital zoom, Focus: Automatic, Input D-sub 15 pin, Built in MIC, Output D-sub 15 pin, USB type B, Composite Video:

8 Nos.

4. PTZ Video Camera

Internet enabled full HD PTZ video camera with 20X optical zoom, PAN ± 1700, Tilt ± 40 0 with ceiling mounting kit

16 Nos.

5. Digital recorder

Internet enabled Full HD meeting and lecture capture recorder for 4 hours with PIP option and built-in streaming facility, Input: 3 x HDMI and Output: 1 X HDMI, 1 X RJ-45

8 Nos.

6. Ceiling Mount kit

Ceiling Mount kit for projector, Anodized paint, To carry maximum weight of 150 N. Make: Branded

8 Nos.

7. Flush Mount Control

Flush Mount control panel At least 6 buttons, allowing for A/V

8 Nos.

Panel source selection, volume control and projector power, on-off and screen up-down. LED status indicator, Software configurable for multiple control options, RJ45 connection, Fixed LED brightness or ambient light sensing,

8. Video Switcher with Scalar

INPUTS: 4 x HDMI connectors (HDMI, HDCP version 1.4), 2 x VGA on a 15–pin HD connector, 6 x unbalanced stereo audio on 3.5mm mini jack connectors, 1 x mic on a 6.3mm jack connector (with selectable 48V phantom power), OUTPUTS: 1 x HDMI connector (HDMI, HDCP version 1.4), 1 x HDBT on a RJ–45 connector, 1 x unbalanced stereo audio on a 3.5mm mini jack connector, BANDWIDTH: Up to 1080p, UXGA, CONTROLS: HDMI 1 to HDMI 4 and PC 1 to PC 2 input selector buttons, Input select contact closure, Menu and navigation buttons, Reset to XGA/720p and panel lock buttons, RS–232 (control and data), Ethernet.

8 Nos.

9. Multi in/out DSP Amplifier

DSP Mixer Amplifier, 200 W, Minimum of 8 mic/line inputs + 4 stereo source inputs, Stereo line output, 1 RU Class D design, 60 Hz-20 kHz frequency response, DSP processing on board with parametric EQ, compressor, delay and high and low filters. Capable of third party control via serial, software GUO or via physical control panel.

8 Nos.

10. Analog Amplifier

Amplifier for reinforcement speaker, 120 W booster amplifier, Power output 120 W, Frequency response 60 Hz-15 kHz, SNR -80 dB, Power ON indicator, Standard rack mounting, AC power driven,

8 Nos.

11. Monopole line array loud speakers

2 way monopole line array, Enclosure extruded aluminum, Nominal impedance 4 ohms, cross over frequency 1.8 kHz, coverage pattern 1100H x 200V, continuous power handling 200 W, Maximum amplifier power 300 W, Dimensions (H x W x D) mm 1194 mm x 125 mm

16 Nos.

x 110 mm, Mounting options Pole mount, wall mount,

12. Reinforce-ment speakers

2 way column speaker, 4 ohms, direct mode power 80 W, Dimensions 579 mm x 125 mm x 110 mm, swivel bracket mounting option,

16 Nos.

13.

True Diversity Receiver

1) Features: Should Support 512-bit encryption, Should Support 150 MHz ultra wide frequency range, Should Support Dual Channel (Ch1 & Ch2) Operation, 2) Frequency bands: Band 1: 548.1 - 605.9 & 614.1 - 697.9 MHz or wider, Band 2: 710.1 - 785.9 & 823.1 - 831.9 MHz or wider 3) Diversity system: digital True diversity or better 4) Radio output power: 10 to 50 mW or better, 5) Audio bandwidth: 25 – 20 000 Hz (+/- 3dB) or better, 6) Frequency selection: selectable frequency in 25 kHz steps or wider 7) Modulation: digital FSK 8) CE Compliant

8

Nos.

14.

Handheld Wireless Microphone (RF Handheld Transmitter with changeable Microphone Head)

1) Features: Should be a RF Handheld Transmitter, Should be compatible with above RF Receiver, Should support Interchangeable microphone heads, Should be from Same OEM of RF Receiver 2) Microphone Type: Dynamic Microphone, 3) Polar pattern: Super cardioid, 4) Frequency range: 70 to 20,000 Hz, 5) Sensitivity: 2.6 mV/Pa (-52 dBV), 6) Max. SPL for 1%/3% THD: 147/156 dB SPL, 7)Other Features: Microphone head should be compatible with above RF Handheld Transmitter, Microphone head should be from Same OEM of RF Handheld Transmitter, 8) CE Compliant

8 Nos.

15. Lapel Wireless Microphone (RF Body pack Transmitter

1) Features: Should RF Body pack Transmitter, Should be compatible with above RF Receiver, Should be from Same OEM or RF Receiver, 2) Microphone Type: Cardioid, 3) Audio frequency bandwidth: 400

8 Nos.

with changeable Lapel Microphone)

Hz to 18,000 Hz +/- 3 Db, 4) Sensitivity: 11 mV/Pa (-39.2 dBV), 5) S/N ratio (A-weighted): 54 dBA, 6) Sound pressure level for 1% THD @1 kHz: 118 dB, 7)Electrical impedance at 1 kHz: 5000 ohm, 8) Other Features: Lapel Microphone should be compatible with above RF Body Pack Transmitter, Lapel Microphone should be from Same OEM of RF Body Pack Transmitter, 9)CE Compliant

16. Goose neck microphone

19”fully adjustable gooseneck microphones, frequency response 40 Hz-18 kHz, Condenser type to be mounted in the lectern/podium.

8 Nos.

17. Podium Metal frame with wooden sliding top Podium with metal castors to accommodate 19”rack equipment, adequate space on the top for laptop document reader and control switches. Desktop and all the AV equipment, ducts for ventilation, lockable front doors, ergonomic, so that a teacher can stand and deliver lectures. Provision to install goose microphones to the podium, catering to international standards.

8 Nos.

18. Surface Mountable control

Surface mountable power rocker toggle switch

8 Nos.

19. Audio/Video/Power Input/ Output plate

A single gang size wall plate for laptop connectivity with HDMI and Power Point .

8 Nos.

20. Cable, Connectors, conduits

CAT 6 Cables, Audio and Mic cables, speaker cables, RS 232 Cables, Power cables, PVC conduits, etc. All speaker cable, signal cable, power cable to be concealed in PVC conduits at site. The masonry work has to be removed and made good after installation of all the above cables.

8 lot

21. Patch cables Moulded HDMI Patch cord to connect external laptop, Moulded 3.5 mm jack to 2 x RCA for connecting AUX audio source

8 lot

22. Power 12 electrical power sockets (220 V, 8 Nos.

sockets 5A) on rack mountable strip with surge protection.

23. Desktop personal computer

Desktop computer without monitor, i7 processor, windows 10 operating system, 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port.

8 Nos.

24. Commi-ssioning

Complete installation including cabling, testing, onsite training and 3 year on-site maintenance

8 Nos.

25. UPS 1.5 kVA UPS backup for all AV equipment and computer in each classroom.

8 Nos.

TOTAL : Rs. *

Total amount for all the rooms of table C in figure : Total amount for all the rooms of table C in words :

*The comparison will be made as per the basic rate only

# It may vary at the time of installation. Payment will be made as per actual quantity basis.

D. Digital Signage for NCRC

Sl. No.

Item Name Specification/model Qty. #

(a)

Unit Unit Rate (Rs.) Total Amount (Rs.) (All inclusive)

d = a x (b+c)

Basic Rate

(b)

Amount of GST (mentioned %) and Duties (c)

1. LED Display Outdoor LED Display 42” Screen, with HDMI input and LAN input provision, IP 54 rating

24 Nos.

2. Ceiling Mounting Kit

Ceiling Mounting kit for LED screen, anodized to be weather resistant and carry a load of 500 N.

24 Nos.

3. Cable and Connectors

Signal, LAN Cable, connectors, PVC conduits etc. from one central server to each LED Display

24 lot

4. Power cable Power cable along with wire of adequate length for each of the LED screen from the nearest electrical point.

24 Nos.

5. Server PC Server computer with 24” monitor, i7 processor, windows 10 operating system, , 8 GB RAM, 4 GB video RAM, minimum of 1 TB hard disk drive, in built Blu ray drive, HDMI Output, VGA, 4 Nos. USB ports, Keyboard, mouse, Wi-Fi LAN access and Ethernet port, digital video capture card and network managed switch to support 24 panels

1 No

6. Digital signage management software

Digital signage management software for driving to 24 LED displays installed on the desktop PC, with manual

1 No

7. Commi-ssioning

Complete installation including cabling, testing, on site training and 3 year on-site maintenance

1 No

TOTAL : Rs. * Total amount for all the rooms of table D in figure : Total amount for all the rooms of table D in words : Total amount for all the rooms of table A + B + C + D in figure : (All inclusive) Total amount for all the rooms of table A + B + C + D in words : (All inclusive) *The comparison will be made as per the basic rate only # It may vary at the time of installation. Payment will be made as per actual quantity basis.

Dated signature & seal of the OEM/Vendor