+ All Categories
Home > Documents > Chhattisgarh State Industrial Development … Maltimedia Projector.pdf2/92 Chhattisgarh State...

Chhattisgarh State Industrial Development … Maltimedia Projector.pdf2/92 Chhattisgarh State...

Date post: 12-Jun-2018
Category:
Upload: trannhi
View: 222 times
Download: 2 times
Share this document with a friend
92
1/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.- AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected] SCHEDULE “C” LIST OF PARALLEL RATE CONTRACT FOR ITEM- MULTIMEDIA PROJECTOR S.No. Name of the RC Holding Firm Validity of Rate Contract Rate Contract No. 1 2 3 4 1 M/S ASCENT TEHNOLOGY SOLUTIONS, Near Ravigram Post Office, Telibandha, Raipur-42001 Mob. 99813-46266, 96445-03733 Tel: 0771-4059421 E-mail:[email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS-III/105/530/15- 16/MP/ATS/6533 Dated: 14-08-2015 2 M/S COMMUNICATION SYSTEM Shop No.- 21 Block-1 CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.) Mob. 98261-98504 E-mail:[email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS- III/105/530/15- 16/MP/CS/6530 Dated: 14-08-2015 3 M/S STREAM SOFTECH CORPORATION 21 Sarvodaya Nagar, Hirapur Colony Tatibandh Raipur (C.G.) Ph. 0771-2325766 Mob. 09329121420 E-mail:[email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS-III/105/530/15- 16/MP/SSC/6532 Dated: 14-08-2015 4 M/S CREATIVE COMMUNICATION Abhishek Bhawan Shantivihar Colony Dangania Raipur (C.G.) Ph. 0771-4035115 Mob. 098261-42662/096304-67801 E-mail:[email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS- III/105/530/15- 16/MP/CC/6531 Dated: 14-08-2015 5 M/S MITSHRI INFOTECH Shop No.-102, 103 Crystal Arcode Pandri Shankar Nagar Road Rajive Nagar Raipur (C.G.) Ph. 0771-4062697 Mob. 98267-05171 E-mail: [email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS-III/105/530/15- 16/MP/MI/6535 Dated: 1408-2015 6 M/S VEERA TRADING COMPANY G-1 Mahaveer Plaza Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.) Ph. 0771-4099941 Mob. 099773-02929 E-mail: [email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No./CSIDC /MKD/PS-III/105/530/15- 16/MP/VTC/6534 Dated: 14-08-2015 7 M/S RICOH INDIA LIMITED, Raipura Chowk, Mahdev Ghat Road, Raipur (C.G.) Mob.- 07898917395, Tel. 0771-4067014, Email- [email protected] 14 - 08 - 2015 To 31-03-2016 Rate Contract No. /CSIDC/MKD/PS-III /105 /530/15-16/MP/RI/6529 Dated: 14-08-2015
Transcript

1/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

SCHEDULE “C” LIST OF PARALLEL RATE CONTRACT FOR ITEM- MULTIMEDIA PROJECTOR

S.No. Name of the RC Holding Firm Validity of Rate Contract

Rate Contract No.

1 2 3 4

1 M/S ASCENT TEHNOLOGY SOLUTIONS, Near Ravigram Post Office, Telibandha, Raipur-42001 Mob. 99813-46266, 96445-03733 Tel: 0771-4059421 E-mail:[email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

2 M/S COMMUNICATION SYSTEM Shop No.- 21 Block-1 CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.) Mob. 98261-98504 E-mail:[email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

3 M/S STREAM SOFTECH CORPORATION 21 Sarvodaya Nagar, Hirapur Colony Tatibandh Raipur (C.G.) Ph. 0771-2325766 Mob. 09329121420 E-mail:[email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

4 M/S CREATIVE COMMUNICATION Abhishek Bhawan Shantivihar Colony Dangania Raipur (C.G.) Ph. 0771-4035115 Mob. 098261-42662/096304-67801 E-mail:[email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

5 M/S MITSHRI INFOTECH Shop No.-102, 103 Crystal Arcode Pandri Shankar Nagar Road Rajive Nagar Raipur (C.G.) Ph. 0771-4062697 Mob. 98267-05171 E-mail: [email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

6 M/S VEERA TRADING COMPANY G-1 Mahaveer Plaza Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.) Ph. 0771-4099941 Mob. 099773-02929 E-mail: [email protected]

14-08-2015 To

31-03-2016

Rate Contract No./CSIDC /MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015

7 M/S RICOH INDIA LIMITED, Raipura Chowk, Mahdev Ghat Road, Raipur (C.G.) Mob.- 07898917395, Tel. 0771-4067014, Email- [email protected]

14-08-2015 To

31-03-2016

Rate Contract No. /CSIDC/MKD/PS-III /105 /530/15-16/MP/RI/6529 Dated: 14-08-2015

2/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015 To,

M/S ASCENT TEHNOLOGY SOLUTIONS, Near Ravigram Post Office, Telibandha, Raipur-42001 Mob. 99813-46266, 96445-03733 Tel: 0771-4059421 E-mail:[email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 To 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8560 Dt. 21-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 31-07-2015 And 13-08-

20215 Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction . You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED : 1. Schedule “A” Description of Stores, Prices, Duties/Taxes . 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 13 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

3/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur . 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

4/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- THE FIRM M/S ASCENT TEHNOLOGY

SOLUTIONS, Near Ravigram Post Office, Telibandha, Raipur-42001 Mob. 99813-46266, 96445-03733 Tel: 0771-4059421

(b) NAME AND FULL ADDRESS OF :- M/S Globus Infocom Limited MANUFACTURER E-15 UPSIDC Selagui

Industrial Area Dehradun

(c) Category :- General

(d) Brand :- Globus Ultra

2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 To 31-03-2016

3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:-

A-Projectors shall be guaranteed/warranted for period of minimum one year against any manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per

unit) Schedule-1 Multi-media Projector Globus

SPR123MP02 1024 x 768 XGA 3000 Ultra X 30U 24,595.00 SPR123MP03 1024 x 768 XGA 4000 Ultra X 40U 42,650.00 SPR123MP08 1280x800W XGA 6000 Ultra W 60U 2,35,000.00 SPR123MP11 1920X1080 FULL HD 4000 Ultra HD 40U 83,580.00 Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP22 1280x800W XGA 6000 Ultra W 60U With wireless

dongle

2,35,000.00

Schedule-5 LED Based Multimedia Projectors SPR123MP27 1024 X 768 XGA 500 Ultra LX 501 43,910.00 Schedule-7 Multimedia Projector-Interactive SPR123MP37 1024 X 768 XGA 3000 Ultra X 30U + 59,300.00

5/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015 C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G.State) 5. EXCISE DUTY : Not Applicable 6. SALES TAX /VAT/CST Extra as applicable

TIN –No. 22401307128 Address:

M/S ASCENT TEHNOLOGY SOLUTIONS, Near Ravigram Post Office, Telibandha, Raipur-42001 Mob. 99813-46266, 96445-03733 Tel: 0771-4059421

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2012-13 Rs 20100000.00 2013-14 Rs 32900000.00 2014-15 Rs 33500000.00

b. MONETARY LIMIT : NM c. INSTALLED CAPACITY : (as per DGS&D New Delhi Installed Capacity Certificate)

Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D Registration Certificate

9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Authorized Distributor/Dealer FIRM

(Subas Chandra Bhagat) Incharge Marketing

6/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D New Delhi DGS&D/Regn/DEL/L-1833/05/02581 Dated 29-08-2005 Validity up to 11-08-2016 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period) 14 BIS LICENSE : NA

15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding Officers (DDOs).

16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17 INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING)

OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18 QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING)

OR Dy. Director (Q&A), DGS&D, Bhilai (C.G.)

OR Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

(Subas Chandra Bhagat)

Incharge Marketing

7/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES M/s Ascent Tehnology Solutions,

ARE TO BE OFFERED FOR Near Ravigram Post Office, INSPECTION Telibandha,

Raipur-42001

20 INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

21. SECURITY DEPOSIT : As per General conditions of contract , CSIDC Form No. 1, Clause 7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3% . The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note 1. Purchasing Departments/end user will ensure to sending the copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to

execute the Integrity Pact between BUYER and BIDDER/SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

8/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

Annexure – B

CSIDC/MKD/TECH/2014-15/33 Technical Particulars For Multimedia Projector

TPC 25-02-2015

Detailed Specification Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item.

(S.N Chopra) Incharge PS-III

Sub Item Code no- Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP02 1024 x 768 XGA 3000

SPR123MP03 1024 x 768 XGA 4000

SPR123MP08 1280x800W XGA 6000

SPR123MP11 1920X1080 FULL HD 4000

Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP22 1280x800W XGA 6000

Schedule-5 LED Based Multimedia Projectors

SPR123MP27 1024 X 768 XGA 500

Schedule-7 Multimedia Projector-Interactive

SPR123MP37 1024 X 768 XGA 3000

9/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

Schedule 2 Multimedia Projector with wireless connectivity between PC and Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). (S.N Chopra) Incharge PS-III

10/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

18. Wireless connectivity : Through Integrated Port in the Projector. (Wireless Dongle shall be supplied along with the projector)

Schedule 5 LED Based Multimedia Projectors 1. Throw Ratio (Ratio of distance/Image diagonal) : Tenderers to indicate the throw ratio. 2. Zoom Ratio : Actual Value to be indicated by the tenderer, if available. 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : LED/LED & Laser Hybrid/LASER (Tenderer should furnish part number voltage and expected life of lamp. 6. LED/LED & Laser Hybrid : (a) In normal mode : 20000 hrs. Lamp Life (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. Schedule 7 Multimedia Projector-Interactive

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

3. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 4. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 5. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 6. Lamp hour counter : Built-in the projector. 7. Brightness : As applicable for each item. 8. Contrast ratio : To be indicated by the tenderer for each item. 9. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 10. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 11. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog

RGB In, Audio IN, Video IN (RCA). 12. Power consumption : To be indicated by the tenderer for each item. 13. Power supply : 210-240V, 50 Hz.

(S.N Chopra) Incharge PS-III

11/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015 14. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 15. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 16. Technology : LCD or DLP (To be declared by the tenderers). 17. Interactive FeAture : Projector shall be self contained with Interactive White Board functionality including Interactive Pen and Interactive Software.

General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor,Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

(S.N Chopra)

Incharge PS-III

12/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out. 2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C. 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

13/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

14/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/ATS/6533 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

15/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 To,

M/S COMMUNICATION SYSTEM Shop No.- 21 Block-1 CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.) Mob. 98261-98504 E-mail:[email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8546 Dt. 17-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 05-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction. You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED: 1. Schedule “A” Description of Stores, Prices, Duties/Taxes. 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 14 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

16/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur. 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

17/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/S Communication System THE FIRM Shop No.- 21 Block-1

CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.)

(b) NAME AND FULL ADDRESS OF :- M/S VSM Enterprises Pvt. Ltd. MANUFACTURER Gali No.-21, Plot No.-1381,

Harisingh Nalwa Street, Road Bagh New Delhi

(c) Category :- General (d) Brand :- VIEW SONIC and LG 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 to 31-03-2016

3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:- A- Projectors shall be guaranteed/warranted for period of minimum one year against any manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per

unit) Schedule-1 Multi-media Projector VIEW

SONIC/LG

SPR123MP02 1024 x 768 XGA 3000 PJD5253 24,595.00 SPR123MP03 1024 x 768 XGA 4000 PJD7223 42,650.00 SPR123MP06 1280 x 800 WXGA 3000 PJD5555W 29,680.00 SPR123MP10 1920X1080 FULL HD 5000 PRO8520HD 1,21,020.00 Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector SPR123MP13 1024 x 768 XGA 3000 PJD5253 28,550.00 SPR123MP17 1280 x 800 W XGA 3000 PJD5555W 35,970.00 Schedule-4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity SPR123MP26 1024 X 768 XGA 4000 PJD7223 54,990.00 Schedule-5 LED Based Multimedia Projectors SPR123MP27 1024 X 768 XGA 500 PW800G 43,910.00

18/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

Note :- Technical particulars as per Annexure A enclosed

4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G. State)

5. EXCISE DUTY : Not Applicable

6. SALES TAX /VAT/CST Extra as applicable TIN –No. 22941309256 Address: M/S Communication System Shop No.- 21 Block-1 CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.)

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs. 8295000 2012-13 Rs. 19826000 2013-14 Rs. 25369000

b. MONETARY LIMIT : NM

c. INSTALLED CAPACITY : (as per DGS&D Green Channel Registration New Delhi Installed Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D

Registration Certificate 9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Authorized Distributor/Dealer FIRM

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Green Channel Registration

No.- DGS&D/Regn/DEL/E-1047/15/F0855 Dated 01-04-2015 Validity from 31-03-2017 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period) 14 BIS LICENSE : NA

15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding Officers (DDOs).

(Subas Chandra Bhagat) Incharge Marketing

19/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each

consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17. INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING) OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18. QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING) OR

Dy. Director (Q&A), DGS&D, Bhilai (C.G.) OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES ARE TO BE OFFERED FOR M/S Communication System INSPECTION Shop No.- 21 Block-1

CGHB Colony Boriyakala, Opp Sadani Darbar Raipur (C.G.)

20. INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

(Subas Chandra Bhagat) Incharge Marketing

20/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

21. SECURITY DEPOSIT : As per General conditions of Contract, CSIDC Form No. 1, Clause 7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3%. The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note 1. Purchasing Departments/end user will ensure to sending the Copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

Inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for Ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to execute

The Integrity Pact between BUYER and BIDDER/ SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

21/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

Annexure – B CSIDC/MKD/TECH/2014-15/33

Technical Particulars For Multimedia Projector TPC 25-02-2015

Detailed Specification

Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.)

(S.N Chopra) Incharge PS-III

Sub Item Code no-

Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP02 1024 x 768 XGA 3000

SPR123MP03 1024 x 768 XGA 4000

SPR123MP06 1280 x 800 WXGA 3000

SPR123MP10 1920X1080 FULL HD 5000

Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP13 1024 x 768 XGA 3000

SPR123MP17 1280 x 800 W XGA 3000

Schedule-4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and Wireless LAN connectivity SPR123MP26 1024 X 768 XGA 4000

Schedule-5 LED Based Multimedia Projectors

SPR123MP27 1024 X 768 XGA 500

22/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

Schedule 2 Multimedia Projector with wireless connectivity between PC and Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH.

(S.N Chopra) Incharge PS-III

23/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless connectivity : Through Integrated Port in the Projector. (Wireless Dongle shall be supplied along with the projector)

Schedule 4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless LAN, Wireless : Projector shall have provision for wireless connectivity

Connectivity with PC & between PC and projector, Wireless LAN connectivity and Storage Media Port integrated storage media port.

(Wireless Dongle shall be supplied along with the projector)

(S.N Chopra) Incharge PS-III

24/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015 Schedule 5 LED Based Multimedia Projectors 1. Throw Ratio (Ratio of distance/Image diagonal) : Tenderers to indicate the throw ratio. 2. Zoom Ratio : Actual Value to be indicated by the tenderer, if available. 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : LED/LED & Laser Hybrid/LASER (Tenderer should furnish part number voltage and expected life of lamp. 6. LED/LED & Laser Hybrid : (a) In normal mode : 20000 hrs. Lamp Life (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless Connectivity & : Projector shall be wireless connection compatible Storage Media Port and with integrated USB storage media port. (Wireless Dongle shall be supplied along with the projector). 19. Photobiological safety :Details of Photobiological safety of LEDs/light source used shall be declared by the bidders. Test certificate from OEM shall be furnished in respect of Photobiological safety. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

(S.N Chopra) Incharge PS-III

25/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor, Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:- 1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

(S.N Chopra) Incharge PS-III

26/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C. 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

27/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

SCHEDULE ‘B’ (SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

28/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CS/6530 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

29/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015 To,

M/S STREAM SOFTECH CORPORATION 21 Sarvodaya Nagar, Hirapur Colony Tatibandh Raipur (C.G.) Ph. 0771-2325766 Mob. 09329121420 E-mail:[email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8557 Dt. 21-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 04-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction. You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED: 1. Schedule “A” Description of Stores, Prices, Duties/Taxes. 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 11 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

30/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur. 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

31/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/S Stream Softech Corporation THE FIRM 21 Sarvodaya Nagar,

Hirapur Colony Tatibandh Raipur (C.G.)

(b) NAME AND FULL ADDRESS OF :- M/S Casio India Co. Pvt. Ltd. 210 1st MANUFACTURER Floor, Okhla

Industrial Estate, Phase- III, New Delhi

(c) Category :- General (d) Brand :- CASIO 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 to 31-03-2016 3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:-

A- Projectors shall be guaranteed/warranted for period of minimum one year against any manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G.State) 5. EXCISE DUTY : Not Applicable

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per

unit) Schedule-11 Ultra Short Throw Multimedia Projector-LED/LASER/HYBRID CASIO Code Resolution ANSI Lumen SPR123MP49 1280 X 800 WXGA 2500 XJ-UT310WN 1,19,390.00

32/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015 6. SALES TAX /VAT/CST Extra as applicable

TIN –No. 22661900625 Address: M/S Stream Softech Corporation 21 Sarvodaya Nagar, Hirapur Colony Tatibandh Raipur (C.G.)

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs. 24689206.08 2012-13 Rs. 29572968.53 2013-14 Rs. 3232319.48

b. MONETARY LIMIT : NM c. INSTALLED CAPACITY : (as per DGS&D Green Channel Registration New Delhi Installed

Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D

Registration Certificate 9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER 12. STATUS OF RC HOLDING : Authorized Distributor/Dealer

FIRM 13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Registration No.- DGS&D/Regn/DEL/E-1028/14/F0847 Dated 16-01-2015 Validity 29-02-2016 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period) 14. BIS LICENSE : NA 15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding

Officers (DDOs). 16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each

consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

(Subas Chandra Bhagat) Incharge Marketing

33/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

17. INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING) OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18. QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING) OR

Dy. Director (Q&A), DGS&D, Bhilai (C.G.) OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES ARE TO BE OFFERED FOR M/S Stream Softech Corporation INSPECTION 21 Sarvodaya Nagar,

Hirapur Colony Tatibandh

Raipur (C.G.)

20. INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

21. SECURITY DEPOSIT : As per General conditions of Contract, CSIDC Form No. 1, Clause 7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3%. The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

(Subas Chandra Bhagat) Incharge Marketing

34/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015 22. Special Note

1. Purchasing Departments/end user will ensure to sending the Copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

Inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for Ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to execute

The Integrity Pact between BUYER and BIDDER/ SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

35/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

Annexure – B CSIDC/MKD/TECH/2014-15/33

Technical Particulars For Multimedia Projector TPC 25-02-2015

Detailed Specification Schedule 11 Ultra Short Throw Multimedia Projector-LED/LASER/HYBRID Specification : 1. Diagonal Screen Size : MMP should be capable to project an image of min. 60 inches versus Distance diagonal (152.4 cm) from a distance of 600 mm max. 2. Throw Ratio : Actual Value to be indicated by the tenderer. 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV,DTV. 5. Projection lamp : LED/LED & Laser Hybrid/LASER (Tenderer should furnish part number voltage and expected life of lamp. 6. LED/LED & Laser Hybrid : (a) In normal mode : 20000 hrs. Lamp Life (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user.

(S.N Chopra) Incharge PS-III

Sub Item Code no- Item Description Brand Name Model/ Make

Schedule-11 Ultra Short Throw Multimedia Projector-LED/LASER/HYBRID

Code Resolution ANSI Lumen

SPR123MP49 1280 X 800 WXGA 2500

36/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Photobiological safety : Details of Photobiological safety of LEDs/light source used shall be declared by the bidders. Test certificate from OEM shall be furnished in respect of Photobiological safety.

General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor, Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

(S.N Chopra) Incharge PS-III

37/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C. 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

38/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

39/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/SSC/6532 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

40/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 To,

M/S CREATIVE COMMUNICATION Abhishek Bhawan Shantivihar Colony Dangania Raipur (C.G.) Ph. 0771-4035115 Mob. 098261-42662/096304-67801 E-mail:[email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8561 Dt. 21-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 05-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction. You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED: 1. Schedule “A” Description of Stores, Prices, Duties/Taxes. 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 15 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

41/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur. 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

42/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/S Creative Communication THE FIRM Abhishek Bhawan

Shantivihar Colony Dangania Raipur (C.G.)

(b) NAME AND FULL ADDRESS OF :- M/S Epson India Pvt. Ltd. MANUFACTURER 12th Floor

Tower No-1 Murphy Road Ulsoor Bangalore

(c) Category :- General (d) Brand :- EPSON 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 to 31-03-2016 3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:- A- Projectors shall be guaranteed/warranted for period of minimum one year against any manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

(Subas Chandra Bhagat)

Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per

unit) Schedule-1 Multi-media Projector EPSON SPR123MP02 1024 x 768 XGA 3000 EB-X18 24,595.00 SPR123MP04 1024 x 768 XGA 5000 EB-1960 68,580.00 SPR123MP06 1280 x 800 W XGA

3000

EB-W29 with Epson WiFi

Dongle

29,680.00

Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector SPR123MP13 1024 x 768 XGA 3000 EB-X18 with

Epson WiFi Dongle

28,550.00

SPR123MP15 1024 x 768 XGA 5000 EB-1965 with Epson WiFi Dongle 72,510.00

SPR123MP17 1280 x 800 W XGA 3000 EB-W29 with Epson WiFi

Dongle 35,970.00 Schedule-3 Multimedia Projector with storage media port integrated in Projector SPR123MP24 1024 X 768 XGA 4000 EB-1930 49,000.00 Schedule-4 Multimedia Projector with wirelessconnectivity between PC and Projector, Storage media port and wireless LAN connectivity SPR123MP25 1024 X 768 XGA 3000 EB-X18 with

Epson WiFi Dongle

28,591.00

SPR123MP26 1024 X 768 XGA 4000 EB-1935 with Epson

WiFi

54,990.00

43/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for

normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G.State) 5. EXCISE DUTY : Not Applicable 6. SALES TAX /VAT/CST Extra as applicable

TIN –No. 22461100194 Address: M/S Creative Communication Abhishek Bhawan Shantivihar Colony Dangania Raipur (C.G.)

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs. 1250000000 2012-13 Rs. 1250000000 2013-14 Rs. 1250000000

b. MONETARY LIMIT : NM c. INSTALLED CAPACITY : (as per DGS&D Green Channel Registration New Delhi Installed

Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D

Registration Certificate 9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Authorized Distributor/Dealer FIRM

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Green Channel Registration

No.- DGS&D/P&C/Green Channel/93 Dated 05-01-2015 valid from 21-11-2014 to 20-11-2015 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period)

(Subas Chandra Bhagat) Incharge Marketing

44/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 14 BIS LICENSE : NA 15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding

Officers (DDOs). 16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each

consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17 INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING) OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18 QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING) OR

Dy. Director (Q&A), DGS&D, Bhilai (C.G.) OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES ARE TO BE OFFERED FOR M/S Creative Communication INSPECTION Abhishek Bhawan

Shantivihar Colony Dangania Raipur (C.G.)

(Subas Chandra Bhagat)

Incharge Marketing

45/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

20 INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

21. SECURITY DEPOSIT : As per General conditions of Contract, CSIDC Form No. 1, Clause 7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3%. The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note , 1. Purchasing Departments/end user will ensure to sending the Copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

Inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for Ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to execute

The Integrity Pact between BUYER and BIDDER/ SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

46/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

Annexure – B CSIDC/MKD/TECH/2014-15/33

Technical Particulars For Multimedia Projector TPC 25-02-2015

Detailed Specification

Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.)

(S.N Chopra)

Incharge PS-III

Sub Item Code no-

Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP02 1024 x 768 XGA 3000 SPR123MP04 1024 x 768 XGA 5000 SPR123MP06 1280 x 800 W XGA 3000 Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP13 1024 x 768 XGA 3000

SPR123MP15 1024 x 768 XGA 5000 SPR123MP17 1280 x 800 W XGA 3000 Schedule-3 Multimedia Projector with storage media port integrated in Projector SPR123MP24 1024 X 768 XGA 4000 Schedule-4 Multimedia Projector with wirelessconnectivity between PC and Projector, Storage media port and wireless LAN connectivity SPR123MP25 1024 X 768 XGA 3000 SPR123MP26 1024 X 768 XGA 4000 Schedule-11 Ultra Short Throw Multimedia Projector-LED/LASER/HYBRID

SPR123MP47 1280 X 800 WXGA 2500

47/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

Schedule 2 Multimedia Projector with wireless connectivity between PC and Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH.

(S.N Chopra) Incharge PS-III

48/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless connectivity : Through Integrated Port in the Projector. (Wireless Dongle shall be supplied along with the projector) Schedule 3 Multimedia Projector with storage media port integrated in Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable

(1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is

more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Storage Media Port : Projector shall have built-in storage media port.

Schedule 4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal)

(S.N Chopra) Incharge PS-III

49/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless LAN, Wireless : Projector shall have provision for wireless connectivity

Connectivity with PC & between PC and projector, Wireless LAN connectivity and Storage Media Port integrated storage media port.

(Wireless Dongle shall be supplied along with the projector) Schedule 11 Ultra Short Throw Multimedia Projector-LED/LASER/HYBRID Specification : 1. Diagonal Screen Size : MMP should be capable to project an image of min. 60 inches versus Distance diagonal (152.4 cm) from a distance of 600 mm max. 2. Throw Ratio : Actual Value to be indicated by the tenderer. 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV,DTV. 5. Projection lamp : LED/LED & Laser Hybrid/LASER (Tenderer should furnish part number voltage and expected life of lamp. 6. LED/LED & Laser Hybrid : (a) In normal mode : 20000 hrs. Lamp Life (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) (S.N Chopra) Incharge PS-III

50/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Photobiological safety : Details of Photobiological safety of LEDs/light source used shall be declared by the bidders. Test certificate from OEM shall be furnished in respect of Photobiological safety. General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor, Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(S.N Chopra) Incharge PS-III

51/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C. 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

(S.N Chopra)

Incharge PS-III

52/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

53/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

54/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/CC/6531 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

55/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 To,

M/S MITSHRI INFOTECH Shop No.-102, 103 Crystal Arcode Pandri Shankar Nagar Road Rajive Nagar Raipur (C.G.) Ph. 0771-4062697 Mob. 98267-05171 E-mail: [email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8556 Dt. 21-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 05-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction . You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED : 1. Schedule “A” Description of Stores, Prices, Duties/Taxes . 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 14 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

56/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur . 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

57/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/s Mitshri Infotech, THE FIRM Shop No.-102 & 103, Block-A,

1st Floor, Crystal Arcade, Near Rajiv Nagar, Lodhipara Chowk, Raipur (C.G.)

(b) NAME AND FULL ADDRESS OF :- M/S HCL Infosystem Ltd.

MANUFACTURER E-4, 5 & 6 Sector -11 Noida -201301 (U.P)

(c) Category :- General (d) Brand :- HITACHI 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 to 31-03-2016 3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:- A- Projectors shall be guaranteed/warranted for period of minimum one year against any

manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per unit)

Schedule-1 Multi-media Projector HITACHI

SPR123MP04 1024 x 768 XGA 5000 CP-X5022WN 68,580.00 SPR123MP08 1280 x 800 W XGA 6000 CP-WX8265 2,35,000.00 Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP15 1024 x 768 XGA 5000 CP-X5022WN 72,510.00 SPR123MP22 1280 x 800 W XGA 6000 CP-WX8265 2,35,000.00 Schedule-3 Multimedia Projector with storage media port integrated in Projector SPR123MP24 1024 X 768 XGA 4000 CP-

X4030WN/CP-X4031WN

49,000.00

Schedule-4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity

SPR123MP26 1024 X 768 XGA 4000 CP-X4030WN/CP-

X4031WN

54,990.00

58/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 C- The material shall be supplied as per the tender specification or enhanced specification with

additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G.State) 5. EXCISE DUTY : Not Applicable 6. SALES TAX /VAT/CST Extra as applicable

TIN –No. 22081702967 Address:

M/s Mitshri Infotech, Shop No.-102 & 103, Block-A, 1st Floor, Crystal Arcade, Near Rajiv Nagar, Lodhipara Chowk, Raipur (C.G.)

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs 66050632.00 2012-13 Rs 98065322.00 2013-14 Rs 47058658.00

b. MONETARY LIMIT : NM c. INSTALLED CAPACITY : (as per DGS&D Green Channel Registration New Delhi Installed

Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D Registration Certificate

9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Authorized Distributor/Dealer FIRM

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Green Channel Registration No.- DGS&D/P&C/Green Channel/102 Dated10-02-

2015 valid from 10-02-2015 09-02-2016 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period) 14 BIS LICENSE : NA

(Subas Chandra Bhagat) Incharge Marketing

59/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding

Officers (DDOs).

16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17 INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING) OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18 QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING)

OR Dy. Director (Q&A), DGS&D, Bhilai (C.G.)

OR Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES ARE TO BE OFFERED FOR M/s Mitshri Infotech, INSPECTION Shop No.-102 & 103, Block-A,

1st Floor, Crystal Arcade, Near Rajiv Nagar, Lodhipara Chowk, Raipur (C.G.)

(Subas Chandra Bhagat) Incharge Marketing

60/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

20. INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be

paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

21. SECURITY DEPOSIT : As per General conditions of contract , CSIDC Form No. 1, Clause

7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3% . The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note 1. Purchasing Departments/end user will ensure to sending the copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to

execute the Integrity Pact between BUYER and BIDDER/SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

61/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

Annexure – B

CSIDC/MKD/TECH/2014-15/33 Technical Particulars For Multimedia Projector

TPC 25-02-2015

Detailed Specification

Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item.

(S.N Chopra)

Incharge PS-III

Sub Item Code no-

Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP04 1024 x 768 XGA 5000 SPR123MP08 1280 x 800 W XGA 6000

Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP15 1024 x 768 XGA 5000

SPR123MP22 1280 x 800 W XGA 6000

Schedule-3 Multimedia Projector with storage media port integrated in Projector

SPR123MP24 1024 X 768 XGA 4000

Schedule-4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity

SPR123MP26 1024 X 768 XGA 4000

62/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

Schedule 2 Multimedia Projector with wireless connectivity between PC and Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

(S.N Chopra) Incharge PS-III

63/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 18. Wireless connectivity : Through Integrated Port in the Projector. (Wireless Dongle shall be supplied along with the projector) Schedule 3 Multimedia Projector with storage media port integrated in Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable

(1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is

more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Storage Media Port : Projector shall have built-in storage media port.

Schedule 4 Multimedia Projector with wireless connectivity between PC and Projector, Storage media port and wireless LAN connectivity

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp.

(S.N Chopra) Incharge PS-III

64/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless LAN, Wireless : Projector shall have provision for wireless connectivity

Connectivity with PC & between PC and projector, Wireless LAN connectivity and Storage Media Port integrated storage media port.

(Wireless Dongle shall be supplied along with the projector) General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor,Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

(S.N Chopra)

Incharge PS-III

65/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C.

(S.N Chopra) Incharge PS-III

66/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

67/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

68/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/MI/6535 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

69/92 Chhattisgarh State Industrial Development Corporation Limited

(A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 To,

M/S VEERA TRADING COMPANY G-1 Mahaveer Plaza Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.) Ph. 0771-4099941 Mob. 099773-02929 E-mail: [email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16

(II) Bid No 8537 Dt. 10-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 06-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction . You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED : 1. Schedule “A” Description of Stores, Prices, Duties/Taxes . 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 11 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

70/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur . 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011. Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file of Rate Contract.

10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website.

11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

71/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 SCHEDULE “A”

Description of Stores, Prices, Duties/Taxes For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/S Veera Trading Company

THE FIRM G-1 Mahaveer Plaza Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.)

(b) NAME AND FULL ADDRESS OF :- M/S Genius Presentation MANUFACTURER 402-403 4th Floor Charmwood Plaza Chavmwood Village Faridabad

(c) Category :- General (d) Brand :- OPTOMA EX 762 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 to 31-03-2016 3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:- A- Projectors shall be guaranteed/warranted for period of minimum one year against any

manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply / installation.

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per unit)

Schedule-1 Multi-media Projector OPTOMA

SPR123MP03 1024 x 768 XGA 4000 EX762 42,650.00

72/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O. R Destination (Any where in C.G. State) 5. EXCISE DUTY : Not Applicable 6. SALES TAX /VAT/CST Extra as applicable

TIN –No. 22651306166 Address:

M/S Veera Trading Company G-1 Mahaveer Plaza Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.)

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs 2012-13 Rs 2013-14 Rs

b. MONETARY LIMIT : NM c. INSTALLED CAPACITY : (as per DGS&D Green Channel Registration New Delhi Installed

Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D Registration Certificate

9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Authorized Distributor/Dealer FIRM

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Green Channel Registration No.- DGS&D/Regn/DEL/E-1022/14/F0458 Dated11-12-2015validity from 31-08-2016 (The firm shall renew the license well in time No, supply order to

be issued by DDO`s during expiry period) 14 BIS LICENSE : NA 15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding

Officers (DDOs).

(Subas Chandra Bhagat) Incharge Marketing

73/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each

consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17 INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING) OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah) OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18 QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING)

OR Dy. Director (Q&A), DGS&D, Bhilai (C.G.)

OR Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.) OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah) OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES ARE TO BE OFFERED FOR M/S Veera Trading Company INSPECTION G-1 Mahaveer Plaza

Near Devi Laxmi Hospital Taigore Nagar Raipur (C.G.)

20. INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

(Subas Chandra Bhagat) Incharge Marketing

74/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 21. SECURITY DEPOSIT : As per General conditions of contract , CSIDC Form No. 1, Clause

7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3% . The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note 1. Purchasing Departments/end user will ensure to sending the copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to

execute the Integrity Pact between BUYER and BIDDER/SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules- 2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

75/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015

Annexure – B CSIDC/MKD/TECH/2014-15/33

Technical Particulars For Multimedia Projector TPC 25-02-2015

Detailed Specification

Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.)

General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor, Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

(S.N Chopra) Incharge PS-I

Sub Item Code no-

Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP03 1024 x 768 XGA 4000

76/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum).

6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C.

(S.N Chopra) Incharge PS-I

77/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

78/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

79/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/VTC/6534 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing

80/92 Chhattisgarh State Industrial Development Corporation Limited (A Government of Chhattisgarh Undertaking) First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha , Raipur 492006 (C.G) EPABX No.- 0771-6002071-73, Fax: 0771-4057624 (Mkt) CIN-U45203CT1981SG001853 PAN-AABCM6288N Service Tax Regn No.-AABCM6288NSD004 Website: www.csidc.in, Email : [email protected], [email protected]

No./CSIDC/MKD/PS- III/15-16/ Raipur, Dated : Registered A/D Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015 To,

M/S RICOH INDIA LIMITED, Raipura Chowk, Mahdev Ghat Road, Raipur (C.G.) Mob- 07898917395, Tel. 0771-4067014, Email- [email protected]

Sub :- Rate Contract for the supply of Item Multimedia Projector (Valid From dated 14-08-2015 to 31-03-2016) Ref :- (I) This Office Tender Enquiry No./CSIDC/MKD/PS-III/105/530/15-16/

(II) Bid No 8559 Dt. 21-04-2015 (III) Your Offer acceptance along with undertaking submitted on dated 05-08-2015

Dear Sir, You are hereby informed that your above referred tender read with subsequent letters mentioned above for the Stores specified in the Schedules annexed has been accepted. This Rate Contract will be governed by the terms and conditions brought in CSIDC Form No.1 & 2.The Rate Contract and the Schedules annexed hereto shall be the sole repository of this Rate Contract / Transaction . You are required to show the original INK-SIGNED subject Rate Contract to the satisfaction of Direct Demanding Officer who will place the supply order as per instructions contained in CSIDC form No. 2 and also to the Quality Assurance Officer for inspection purpose and to the Paying Authority at the time of getting the payment . SCHEDULES ANNEXED : 1. Schedule “A” Description of Stores, Prices, Duties/Taxes . 2. Annexure -“B” Technical Particulars of Item Multimedia Projector 3. Schedule “B” Special conditions of contract (if any). 4. Schedule “C” Information to DDOs about parallel rate contracts. 5. Schedule “D” Format for Drawal Report. Encl. 13 pages

Yours faithfully,

(Subas Chandra Bhagat) Incharge Marketing

For and on behalf of the purchaser named in CSIDC Form No.2

81/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015 Copy to, 1. The Secretary, Chhattisgarh Vidhan Sabha ,Raipur . 2. The Registrar, Honourable High court Chhattisgarh, Bilaspur . 3. The Accountant General Chhattisgarh State, Raipur. 4. All HODS of Chhattisgarh Govt. with a request to circulate the copy of R/C to all Direct

Demanding Officers of your institution. 5. All Collectors, Chhattisgarh State. 6. The Director Treasury, Chhattisgarh Govt., Raipur with a request to circulate copy of R/C to all

branches under your control 7. (i) Engineer in Chief PHED C.G.Indravati Bhawan, Black –B-4, 3rd floor, Naya Raipur

(ii) Engineer in Chief PWD C.G.Civil lines Raipur. Sr. No. 1 to 7 above are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like E.D. Registration, Tax Registration etc. before taking action i.e. release of supply order, inspection of stores, payment of bill whichever is applicable, as the responsibility rests with the concerned authority .

8. (i) CSIDC (DEPARTMENTAL TECHNICAL WING) (ii) ADG (Q & A) , DGS&D, Jeewan Tara Building 5 Parliament Street New Delhi 110001 (iii) Manager (Operation) Indian Register of Shipping, Senior MIG-2, Secter A, 1st Floor,

Infront of Bank of India Indrapuri Bhopal. (iv) Chief Engineer, PDIL, 4th floor, 4/2 Karaya Road, 67 Shekespeare Sarani, Kolkata (W.B.) (v) General Manager (Inspection) RITES Ltd., Churchgate Station Road, Second Floor, M.K.

Road, Mumbai-400020 (vi) Operations Manager SGS India Pvt, Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal

(MP)-462011.

Above (i) to (vi) are requested to call for original INK-SIGNED Rate Contract for verification to their full satisfaction including validity of various documents like Validity of Registration, BIS Registration etc. before taking action i,e. inspection of stores, as the responsibility rests with the concerned authority. For information and necessary action against Authorized Inspection Agency accorded by CSIDC for inspection of stores.

9. Manager (Tender), Marketing Div., CSIDC Ltd., Raipur. He is requested to maintain a master file

of Rate Contract. 10. Computer cell, CSIDC Ltd., Raipur to release Rate Contract on CSIDC website. 11. Main file of Item- Multimedia Projector

(Subas Chandra Bhagat)

Incharge Marketing For and on behalf of the purchaser

named in CSIDC Form No.2

82/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

SCHEDULE “A” Description of Stores, Prices, Duties/Taxes

For the supply of Item- Multimedia Projector as per Annexure’A’ enclosed.

1. (a) NAME AND FULL ADDRESS OF :- M/s Ricoh India Limited, THE FIRM Raipura Chowk, Mahdev Ghat Road,

Raipur (C.G.) Mob- 07898917395, Tel. 0771-4067014, Email- [email protected]

(b) NAME AND FULL ADDRESS OF :- M/s Ricoh India Limited, MANUFACTURER 1201, 1st Floor, Bldg No. 12,

Solitaire Corporate Park, Andheri-East, Mumbai-400093

(c) Category :- General

(d) Brand :- Ricoh 2. VALIDITY OF RATE CONTRACT :- From 14-08-2015 To 31-03-2016 3. DESCRIPTION OF ITEM- Multimedia Projector SPECIFICATION, UNIT RATE AS BELOW

The Above Rate Subject To Following Condition:-

A- Projectors shall be guaranteed/warranted for period of minimum one year against any manufacturing defect. If any complaint received from the Indentor / Consignee during warranty period, than supplier will provide services to the deptt. Within 72 Hours.

B- Lamp Life – The supplier shall have to give declaration along with brochure for lamp life minimum 2000 Hrs. for normal type projector and 20000 Hrs. for LED based Multimedia Projectors. In case of lesser than this, the supplier shall have to provide extra lamp in the above finalized cost.

C- The material shall be supplied as per the tender specification or enhanced specification with additional features as the case may be. The supplier shall provide standard accessories, operational manual with Multimedia Projector and give training to at least 2-3 personnel of the department.

D- Supplier shall give guarantee for availability of spare parts and consumables for a period of minimum 5 years from the date of supply/installation.

(Subas Chandra Bhagat) Incharge Marketing

Sub Item Code no-

Item Description Model/ Make

Rate ( ) F.O.R. Dest.

ED-NA & VAT Extra

As Applicable (Rate Rs. per

unit) Schedule-1 Multi-media Projector Ricoh

SPR123MP02 1024 x 768 XGA 3000 Ricoh PJ X2240 24,595.00

SPR123MP06 1280 x 800 W XGA 3000 Ricoh PJW X2240 29,680.00 Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP13 1024 x 768 XGA 3000 Ricoh PJ X2240 With WPS dongle

28,550.00

SPR123MP17 1280 x 800 W XGA 3000 Ricoh PJ W X2240 With WPS dongle

35,970.00

Schedule-10 Ultra Short Throw Multimedia Projector-Interactive

SPR123MP47 1280 X 800 WXGA 2500 Ricoh PJ WX4141NI 65,640.00

83/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

Note :- Technical particulars as per Annexure A enclosed 4. TERMS OF DELIVERY : F. O.R Destination (Any where in C.G. State)

5. EXCISE DUTY : Not Applicable 6. SALES TAX /VAT/CST :Extra as applicable

TIN –No. 22393202174 Address: M/s Ricoh India Limited, Raipura Chowk, Mahdev Ghat Road, Raipur (C.G.) Mob- 07898917395, Tel. 0771-4067014, Email- [email protected]

7. DELIVERY PERIOD : 45 Days

8. a. ANNUAL TURN OVER : 2011-12 Rs 4332400000.00 2012-13 Rs 6253800000 .00 2013-14 Rs 12470000000.00

b. MONETARY LIMIT : NM

c. INSTALLED CAPACITY : (as per DGS&D Green Chanel Registration Installed Capacity Certificate) Description Annual Capacity Multimedia Projector As per Green Channel Certification of DGS&D Registration Certificate

9. SLAB DISCOUNT (IF ANY) : Nil

10. PRICES : Firm and Final

11. MINIMUM QUANTITY IN : Not Mentioned. SINGLE SUPPLY ORDER

12. STATUS OF RC HOLDING : Manufacturer FIRM

13. REGISTRATION STATUS : Manufacturer is Registered with DGS&D Green Channel – DGS&D/P&C/Green Channel/113 Date 13-03-2015 valid from 23-01-2015 to 22-01-2016

(The firm shall renew the license well in time No, supply order to be issued by DDO`s during expiry period)

14. BIS LICENSE : NA

15. PAYING AUTHORITY : As Mentioned in supply order to be issued by Direct Demanding Officers (DDOs).

(Subas Chandra Bhagat) Incharge Marketing

84/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

16. PAYMENT TERMS : The payment of full 100% of prices of the stores of each consignment there-of will be made after receipt and acceptance of the stores by the consignee/interim consignee in full and good condition within 20 days as per SPR rule No.11, if the bills are in order. In case of delay in payment without any reason the department will be liable to pay interest as per prevailing bank rate. Bills are to be submitted in the prescribed form of the paying authority of purchaser / indenter and are to be supported with inspection note issued by the inspector and consignee’s Receipt Certificate.

17 INSPECTION AUTHORITY : CSIDC (DEPARTMENTAL TECHNICAL WING)

OR ADG (Q & A) , DGS&D, Jeewan Tara Building

5 Parliament Street New Delhi 110001 OR

Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

18 QUALITY ASSURANCE: CSIDC (DEPARTMENTAL TECHNICAL WING)

OR Dy. Director (Q&A), DGS&D, Bhilai (C.G.)

OR Manager (Operation) Indian Register of Shipping Senior MIG-2, Secter A, 1st Floor, in front of Bank of India Indrapuri Bhopal. (M.P.)

OR Chief Engineer, Project & Development India Ltd. 4st floor, 4/2 Karaya Road, 67 Shekespeare Sarani Kolkata (W.B.)

OR General Manager (Inspection) RITES Ltd. Churchgate Station Road, Second Floor, M.K. Road, Mumbai-400020 (Mah)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

OR Manager (Operations) SGS India Pvt. Ltd. 43, RR Arcade, Zone-2, MP Nagar, Bhopal-462011. (M.P.)

19. PLACE WHERE THE STORES M/s Ricoh India Limited, ARE TO BE OFFERED FOR Raipura Chowk, Mahdev Ghat Road, INSPECTION : Raipur (C.G.)

(Subas Chandra Bhagat)

Incharge Marketing

85/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

20 INSPECTION CHARGES : Inspection charges 0.60%+ Service Tax As applicable to be paid extra at the time of inspection to Quality Assurance Officer which will be billed by the unit along with bill of the material and will be reimbursed by the paying authority of DDO.

21. SECURITY DEPOSIT : As per General conditions of contract , CSIDC Form No. 1, Clause 7, the Purchaser / DDOs may require the contractor to furnish a security deposit which shall be made after issue of the acceptance of the supply order within the period specified by the purchaser / DDOs. Such security deposit shall not ordinarily exceed 3% . The security shall be in form of Demand Drafts issued by any of the Scheduled Commercial Banks. No other form of security is to be accepted. The security deposit amount is to be refunded after successful completion of the supply.

22. Special Note 1. Purchasing Departments/end user will ensure to sending the copy of every order to this office. 2. Purchasing Departments/end user will ensure to Pre Dispatch

inspection of stores through Inspection agency enlisted in the CSIDC Panel.

3. Purchasing Departments/end user will be responsible for ensuring the Quality of accepted stores. 4. Purchasing Department/end user shall be ensure to

execute the Integrity Pact between BUYER and BIDDER/SUPPLIER in accordance with the letter vide No.799/eq-l-@2013 New Raipur Dated 10.07.2013 and 243/fo-@fu-@pkj@2013 New Raipur Dated 06.07.2013 issued by the Chief Secretary. Govt. of Chhattisgarh.

5. Purchasing Department/end user will ensure to issue the purchase Order in accordance with the Store Purchase Rules-2002 ( As Amended) vide Clause No.-13

(Subas Chandra Bhagat) Incharge Marketing

86/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

Annexure – B CSIDC/MKD/TECH/2014-15/33

Technical Particulars For Multimedia Projector TPC 25-02-2015

Detailed Specification

Schedule 1 Multi-media Projector 1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item.

(S.N Chopra) Incharge PS-III

Sub Item Code no- Item Description Brand Name

Model/ Make

Schedule-1 Multi-media Projector

SPR123MP02 1024 x 768 XGA 3000

SPR123MP06 1280 x 800 W XGA 3000

Schedule-2 Multimedia Projector with wireless connectivity between PC and Projector

SPR123MP13 1024 x 768 XGA 3000

SPR123MP17 1280 x 800 W XGA 3000

Schedule-10 Ultra Short Throw Multimedia Projector-Interactive

SPR123MP47 1280 X 800 WXGA 2500

87/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers).

Schedule 2 Multimedia Projector with wireless connectivity between PC and Projector

1. Throw Ratio (Ratio of : Tenderers to indicate the throw ratio. distance/Image diagonal) 2. Zoom Ratio : Manual or Power,min. 10% (Actual Value to be indicated). 3. Computer compatibility : Compatible for the resolution as per schedule. (details of resolution supported shall be indicated by the bidder). 4. Video compatibility : PAL, SECAM, NTSC, HDTV, DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) In eco mode : To be indicated (it corresponds to the lower illumination ,hence it shall not be consdered as actual life of lamp.) 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user.

(S.N Chopra)

Incharge PS-III

88/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Wireless connectivity : Through Integrated Port in the Projector. (Wireless Dongle shall be supplied along with the projector) Schedule 10 Ultra Short Throw Multimedia Projector-Interactive Specification :.. 1. Diagonal Screen Size : MMP should be capable to project an image of min. 60 inches

versus Distance diagonal (152.4 cm) from a distance of 600 mm max. 2. Throw Ratio : Actual Value to be indicated by the tenderer. 3. Computer compatibility : Compatible for the resolution as per schedule.

(details of resolution supported shall be indicated by the bidder).

4. Video compatibility : PAL, SECAM, NTSC, HDTV,DTV. 5. Projection lamp : Tenderer should furnish part number voltage and expected life of lamp. 6. Lamp Life : (a) In normal mode : 2000 hrs. (b) in eco mode : to be indicated (it corresponds to the lower illumination, hence it shall not be consdered as actual life of lamp. 7. Lamp hour counter : Built-in the projector. 8. Brightness : As applicable for each item. 9. Contrast ratio : To be indicated by the tenderer for each item. 10. Audio System : 1.0 Watt RMS min with built in speaker for projectors upto 2500 ANSI lumens. Note : For projector of higher than 2500 ANSI Lumens provision of inbuilt speaker will not be necessary. 11. Remote Control : Full Function remote control unit for projector (To be supplied along with the projector) 12. Terminal Ports : HDMI/DVI(mandatory for Full HD projectors) and/or Analog RGB In, Audio IN, Video IN (RCA). 13. Power consumption : To be indicated by the tenderer for each item. 14. Power supply : 210-240V, 50 Hz. 15. Operating conditions : 10 Degree to 35 Degree C, 80% RH. 16. Cables & connectors : The Projector shall include power cable and VGA cable (1.5 m for connecting to PC). For cables including power cable and VGA cable,if the length required is more than 1.5 m shall be paid extra directly by the user. 17. Technology : LCD or DLP (To be declared by the tenderers). 18. Interactive FeAture : Projector shall be self contained with Interactive White Board functionality including Interactive Pen and Interactive Software.

(S.N Chopra) Incharge PS-III

89/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015 General Technical requirement For TE : (A) TYPE TEST :

1. One sample of EACH model of projector shall be type tested and Type Test Reports shall be required at the time of registration & inspection.Type test reports shall be furnished by all bidders as when requested to do so by Purchaser, Indentor,Consignee etc. 2. Type test reports shall be from a central Govt lab or International Laboratory Accreditation Corporation (ILAC) or their worldwide affiliated/recognized labs or NABL approved labs as per DoC Correction Slip No. 38 dated 18.12.2012 of DGS&D Manual.

3. Type test Reports shall consist of verification of all the feature & functional parameters as per T/E and environmental tests sequence as detailed hereunder.

4. Environmental tests sequence :

(a) Dry Heat Test : For 16 hrs. at a temp. of 45 degree C in accordance with IS:9000/part-3/section-5/1977. (b) Cold Test : For 4 hrs. at a temp. of 0 degree C in accordance with IS:9000/part-2/section-4/1977. (c) Damp Heat Cyclic Test : For 2 Cycles of 24 hrs at a temp. of 40 degree C & 95% RH in accordance with IS:9000/part-5/section-1/1981.

The multimedia projector shall be checked for all functional parameters as per T/E specification before conditioning. After completion of the above environmental tests sequence and recovery period of 1 to 2 hours functional testing as specified at para (B)- 1 to 5 of *ACCEPTANCE TESTS" shall be carried out. All the test results shall be within limits.

(B) ACCEPTANCE TESTS : All bidders shall have all the acceptance testing facilities at the place of inspection. 10% of multimedia projector, of EACH model, offered for inspection shall be tested for functional tests as detailed hereunder during inspection:-

1. Brightness (ANSI Lumens) : As specified in tender specifications, with a permissible tolerance of MINUS 10% on the ANSI lumens value and as per ISO/IEC-21118.

(a) Ambient Light during measurement shall be 5 LUX or less and shall be subtracted from measured value. (b) Shall be measured at maximum optical zoom position after stabilising the projector on 1.78 M diagonal screen.

2. Uniformity of light output : (+/- 20% as per ISO/IEC-21118). (To be determined by 9 point method comparing light output at Point 1+ Point 3 + Point 7 + Point 9 with 4 x Point 5 on 1.78 M diagonal screen.)

(S.N Chopra)

Incharge PS-III

90/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

3. Contrast ratio :(+/- 20% tolerance on declared value as per ISO/IEC-21118). Shall be measured on 1.78 M diagonal screen comparing the average light output points from 100% white to 0% black computer generated analog signal 0.7 V +/- 1% over at the end of 75 ohm (+/- 1%) terminating resistance. (For further details please refer to JIS:X6911). 4. Throw distance for 2M diagonal image at min. and max. Zoom.

5. Following tests shall be conducted as per IS:302 and result shall be satisfactory.

(a) HV at 1 KV for 1 minute, (b) IR dry (2 Mega Ohm minimum), (c) Leakage current (0.21 mA max) (d) Earthing resistance (0.1 ohm maximum). 6. All testing to be carried out on 240 V, 50 Hz AC supply.

7. QA officer shall verify the details declared by the firm, in the Questionnaire, during inspection. NOTE TO TENDERERS :

1. Tenderers may offer their standard models duly supported with technical Catalogues/literature and shall furnish actual technical details of the models quoted against each parameter of quality requirements, separately for each item quoted by them. Deviations, if any, shall be clearly brought out.

2. Regarding the claimed lamp-life in normal mode and eco mode, tenderer shall submit the necessary certificate from the LAMP MANUFACTURER, clearly indicating the model no. of lamp, on their letter-head, duly stamped & signed by them and counter-signed by the supplier.

3. Value of various parameters shall be indicated as per questionnaire attached. This will be made part of resultant R/C. 4. The manufacturer must comply with the provisions of Gazette of India Notification No. S.O. 2357 (E) dated 07.09.2012 issued by Department of Electronics and Information Technolopgy amended upto date and other Gazettee Notifiction of Govt. of India as applicable.

5. In respect of items to be supplied by Green channel firms,the inspection may be carried out by DGS&D in cases where such inspection is insisted by Indentor. In terms of DGS&D P&C Circular No.54 dt 24-02-2014 the Green Channel firms are required to maintain testing facilities and documents as per rate contract requirements.They shall also declare manufacturing works address and place of inspection at the time of submission of bid and shall be made part of R/C.

6. However ,where DGS&D inspection is not involved ,the Indentor and consignee shall ensure that quality of stores delivered is as per R/C specification and the supplier is in possession of all relevant documents as specified in the R/C .In respect of imported stores it shall be ensured that the stores being delivered has reached the country through legal channel and supplier is in possession of all import documents for the manufacturing works. Recommended by Technical Specification Committee Dated 25-02-2015

(S.N Chopra)

Incharge PS-III

91/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

SCHEDULE ‘B’

(SPECIAL CONDITION OF CONTRACT)

Rate Contract will be governed by the terms & conditions laid down in

the CSIDC form No. 1 & 2.

(Subas Chandra Bhagat)

Incharge Marketing

92/92 Rate Contract No. /CSIDC/MKD/PS-III/105/530/15-16/MP/RI/6529 Dated: 14-08-2015

SCHEDULE – “D”

FORMAT FOR QUATERLY DRAWAL REPORT

Name of the Firm __________________ I- Jan-Mar Report No. __________________ II- Apr-June Rate Contract No. __________________ III- July-Sept. Date of Submission __________________ IV- Oct - Dec Total Position of Order against Rate Contract till the submission of Report. S.No. Name of

Department Quantity and Value of Orders Received (Rs.)

Quantity and Value of Orders Executed (Rs.)

Balance Quantity and Value to be Supplied (Rs.)

Reasons

Foot 1. Value indicate should be a) Value of orders received during the quarter-Rs.

Total value inclusive of all Taxes duties and incidental b) Value of orders supplied during the quarter-Rs. Charges

2. Nil report should also be Submitted.

(Subas Chandra Bhagat)

Incharge Marketing


Recommended