150
Request for Proposal (RFP) For Supply, Installation, Commissioning & Maintenance of City Surveillance SystemTender No.: 07/2017-18 I.G. Police (Provision) Office of D.G. & I.G. of Police Jharkhand, DPRD Building, Dhurwa, Ranchi- 834004 www.jhpolice.gov.in

Request for Proposal (RFP) For - jhpolice.gov.in · Annexure – H: Manufacturer’s / Developer of System Software Authorisation Form ... DPRD Building, Dhurwa, Ranchi- 834004. NIT

  • Upload
    leminh

  • View
    220

  • Download
    0

Embed Size (px)

Citation preview

Request for Proposal (RFP)

For

Supply, Installation, Commissioning & Maintenance of

“City Surveillance System”

Tender No.: 07/2017-18

I.G. Police (Provision)

Office of D.G. & I.G. of Police Jharkhand,

DPRD Building, Dhurwa, Ranchi- 834004

“www.jhpolice.gov.in”

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 2 of 150

TABLE OF CONTENTS

1 Disclaimer ........................................................................................................................ 5

2 Important Information .................................................................................................. 7

3 Letter for Invitation ....................................................................................................... 8

4 Introduction ..................................................................................................................... 9

4.1 Project Objective ........................................................................................................................ 9

4.2 Project Overview ...................................................................................................................... 10

4.3 Current RFP Requirements .................................................................................................. 10

5 Instructions to Bidders ..............................................................................................11

5.1 Definitions .................................................................................................................................. 11

5.2 Bid Documents ......................................................................................................................... 14

5.3 Pre-Bid Conference ................................................................................................................. 16

5.4 Amendment of Bid Documents ........................................................................................... 16

5.5 Cost of Bidding ......................................................................................................................... 17

5.6 Cost of Bid Document ............................................................................................................ 17

5.7 Bid Security i.e. Earnest Money Deposit (EMD) ............................................................ 17

5.8 Bid Prices ................................................................................................................................... 18

5.9 Discounts ................................................................................................................................... 18

5.10 Bid Validity ............................................................................................................................. 18

5.11 Submission of Proposals ................................................................................................. 18

5.12 Language ................................................................................................................................ 19

5.13 Late Bids ................................................................................................................................. 20

5.14 Modification and Withdrawal of Bids ............................................................................ 20

5.15 Bid Forms ............................................................................................................................... 20

5.16 Local Conditions .................................................................................................................. 20

5.17 Contacting the Tenderer ................................................................................................... 21

5.18 Eligibility Criteria ................................................................................................................. 21

5.18.1 Eligibility Criteria of Bidder: ................................................................................................................... 21

5.18.2 Mandatory Requirement of OEM: ..................................................................................................... 24

5.19 Schedule of Events ............................................................................................................. 24

5.20 Opening of Proposal .......................................................................................................... 25

5.21 Evaluation Criteria ............................................................................................................... 25

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 3 of 150

5.22 Deciding Award of Contract ............................................................................................. 30

5.23 Confidentiality....................................................................................................................... 30

5.24 Publicity .................................................................................................................................. 31

5.25 Insurance ................................................................................................................................ 31

5.26 Right of Selection/Rejection – Waiver of Informalities or Irregularities ........... 31

6 Scope of Work ..............................................................................................................32

6.1 Schedule of Supply ................................................................................................................. 64

6.2 Detailed Specifications .......................................................................................................... 66

6.3 SLA Requirement ..................................................................................................................... 92

11.3.1 Network Operations Management.................................................................................................... 93

11.3.2 Severity Level Definition ......................................................................................................................... 93

11.3.3 Measurement of SLA ................................................................................................................................ 94

6.4 Penalties ..................................................................................................................................... 94

6.4.1 Operational Penalties ............................................................................................................................... 97

6.4.2 Penalties for misuse .................................................................................................................................. 97

7 Special Conditions of Contract ..............................................................................97

7.1 Responsibility Matrix .............................................................................................................. 97

7.2 Acceptance Test....................................................................................................................... 98

7.3 Performance Security for Operations ............................................................................... 99

7.4 Force Majeure ........................................................................................................................... 99

7.5 Implementation Timelines ................................................................................................. 100

7.6 Liquidated Damages ............................................................................................................ 101

7.7 Taxes and Duties .................................................................................................................. 101

7.8 Payment Terms ...................................................................................................................... 102

7.9 Intellectual Property Rights .............................................................................................. 103

7.10 Indemnity ............................................................................................................................. 103

7.11 Validity of Licenses.......................................................................................................... 103

7.12 The Insurance Coverage ................................................................................................ 103

7.13 Approval / Clearances ..................................................................................................... 104

7.14 Arbitration ........................................................................................................................... 104

7.14.1. Governing Laws ................................................................................................................................... 104

7.15 Guarantee ............................................................................................................................ 104

7.16 Exit Management .............................................................................................................. 105

7.17 Termination of Service.................................................................................................... 107

7.17.2. Termination by Client ....................................................................................................................... 107

7.17.3. Termination for Default .................................................................................................................... 107

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 4 of 150

7.18 Bankruptcy and Insolvency .......................................................................................... 108

7.19 Maintenance of Equipment ........................................................................................... 108

7.20 Handing over ...................................................................................................................... 108

ANNEXURES .......................................................................................................................... 110

Annexure – A: Camera Sites/ Locations ................................................................................... 111

Annexure – A: ContdF ................................................................................................................... 117

Annexure – B: Template for Pre-Bid Conference Queries .................................................. 120

Annexure – C : Site Not Ready (SNR) Certificate Template ............................................... 121

Annexure – D: Installation Certificate ........................................................................................ 122

Annexure – E : Bid Letter (Prequalification cum Technical) Template .......................... 123

Annexure – F: Template for Undertaking of Authenticity ................................................... 126

Annexure – G: Bidder profile ........................................................................................................ 127

Annexure – H: Manufacturer’s / Developer of System Software Authorisation Form

................................................................................................................................................................. 131

Annexure – I: Firm Experience template .................................................................................. 132

Annexure – J: Team Composition and Task Assignment .................................................. 133

Annexure – K: Curriculum Vitae for Proposed Staff ............................................................ 134

Annexure – L: Bank Guarantee Format for EMD ................................................................... 136

Annexure – M: Template for Un-prised Detailed Bill of Material ...................................... 138

Annexure – N: Bid letter – Commercial ..................................................................................... 139

Annexure – O: Commercial Quote .............................................................................................. 141

Annexure – P: Performance Bank Guarantee Format (PBG) ............................................. 147

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 5 of 150

1 Disclaimer

i) The information contained in this Request for Proposal document (RFP) or

subsequently provided to bidders, whether verbally or in documentary or

any other form by or on behalf of the Tenderer or any of their employees or

advisers, is provided to bidders on the terms and conditions set out in this

RFP and such other terms and conditions subject to which such information

is provided.

ii) This RFP is not an agreement and is neither an offer nor invitation by the

Tenderer to the prospective bidders or any other person. The purpose of

this RFP is to provide interested parties with information that may be useful

to them in the formulation of their proposals pursuant to this RFP. This RFP

includes statements, which reflect various assumptions and assessments

arrived at by the purchaser in relation to the project. Such assumptions,

assessments and statements do not purport to contain all the information

that each bidder may require.

iii) This RFP may not be appropriate for all persons, and it is not possible for

the Tenderer, its employees or advisers to consider the objectives, technical

expertise and particular needs of each party who reads or uses this RFP.

The assumptions, assessments, statements and information contained in

this RFP, may not be complete, accurate, adequate or correct. Each bidder

should, therefore, conduct their own investigations and analysis and should

check the accuracy, adequacy, correctness, reliability and completeness of

the assumptions, assessments and information contained in this RFP and

obtain independent advice from appropriate sources.

iv) Information provided in this RFP to the bidders is on a wide range of

matters, some of which depends upon interpretation of law. The information

given is not an exhaustive account of statutory requirements and should not

be regarded as a complete or authoritative statement of law. The Tenderer

accepts no responsibility for the accuracy or otherwise for any interpretation

or opinion on the law expressed herein.

v) The Tenderer, its employees and advisers make no representation or

warranty and shall have no liability to any person including any bidder under

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 6 of 150

any law, statute, rules or regulations or tort, principles of restitution or unjust

enrichment or otherwise for any loss, damages, cost or expense which may

arise from or be incurred or suffered on account of anything contained in this

RFP or otherwise, including the accuracy, adequacy, correctness, reliability

or completeness of the RFP and any assessment, assumption, statement or

information contained therein or deemed to form part of this RFP or arising

in any way in this selection process.

vi) The Tenderer also accepts no liability of any nature whether resulting from

negligence or otherwise however caused arising from reliance of any bidder

upon the statements contained in this RFP. The Authority may in its

absolute discretion, but without being under any obligation to do so, update,

amend or supplement the information, assessment or assumption contained

in this RFP.

vii) The issue of this RFP does not imply that the Tenderer is bound to select a

bidder or to appoint the selected bidder, as the case may be, for the Project

and the Tenderer reserves the right to reject all or any of the Proposals

without assigning any reasons whatsoever.

The bidder shall bear all its costs associated with or relating to the preparation and

submission of its Proposal including but not limited to preparation, copying,

postage, delivery fees, expenses associated with any demonstrations or

presentations which may be required by the Purchaser or any other costs incurred

in connection with or relating to its Proposal. All such costs and expenses will

remain with the bidder and the Tenderer shall not be liable in any manner

whatsoever for the same or for any other costs or other expenses incurred by an

bidder in preparation of submission of the Proposal, regardless of the conduct or

outcome of the Selection Process.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 7 of 150

2 Important Information

Non-Refundable

Tender Cost

Rs. 20,000/- (Twenty Thousand) A/c payee demand

draft from a scheduled bank, drawn in favour of I.G.

Police (Provision) Jharkhand Ranchi payable at Ranchi.

Sale of RFP

document

All working days during office hours starting from

23.06.2017 to 17.07.2017

EMD/ Bid Security Rs. 1,00,00,000/- (One Crore) in the form of Bank

Guarantee/ Demand Draft in favor of I.G. Police

(Provision) Jharkhand Ranchi payable at Ranchi.

Performance Bank

Guarantee (PBG)

Successful bidder should submit 10% of Project Cost/

P.O. Value as Performance Guarantee in the form of

Bank Guarantee.

Last Date of

Submission of

written queries on

Bid document

19.07.2017 till 5.00PM. (After this period queries will not

be considered)

Pre bid conference 24.07.2017 at 3.00 PM.

Venue: I.G. Police (Provision), DPRD Building,

Ranchi, Jharkhand.

Last date for

submission of Bid 01.08.2017 upto 3.00 PM Only.

Opening of Pre

Qualification Bid 01.08.2017 at 4.00 PM.

Opening of

Technical Bid Shall be intimated separately to qualified bidders

Opening of Financial

Bid

Shall be intimated separately to technical bid qualified

bidders

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 8 of 150

3 Letter for Invitation

Letter for Invitation

Date of Issuance: ________________

Ref. No.: _______________________

To,

_____________________________

_____________________________

Sir,

I.G. Police (Provision), Govt. of Jharkhand invites proposals for Supply, Installation,

Commissioning and Maintenance of City Surveillance System at Ranchi. Bidders are

requested to go through the document carefully and submit their proposals as per the

instructions and guidelines given in the RFP document.

Yours sincerely,

I.G. Police (Provision),

Office of D.G. & I.G. of Police Jharkhand,

DPRD Building,

Dhurwa, Ranchi- 834004.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 9 of 150

4 Introduction

Public Safety is one of the important functions of the governments across the world.

Today governments are concerned about returning security, safety and quality of life to

today’s complex cities through the use of technology, infrastructure, personnel and

processes. Safe city is being considered essential in ensuring secure living and prosperity

and to protect the citizens against crimes and terrorist attacks and to extend help in the

hour of need.

With ever growing size of City, ensuring high levels of physical security without

significantly increasing the number of security personnel or budget seems to be a

daunting task. A heightened sense of security and ever increasing challenges require new

tactics with more access to integrated system and centralized information.

Hence, Jharkhand Police has intends to establish City Surveillance System in Ranchi city

and for the same, IG Police (Provision) [Office of the DG & IG, DPRD Building, Dhurwa,

Ranchi] inviting proposals from qualified. experience and domain expert Firms/System

Integrators with relevant experience in the domain of City Surveillance with proactive

Video Analytic system, Automatic Number Plate Recognition System (ANPR), Red Light

Violence System (RLVD) with Challan generation for “Supply, Installation, Commissioning

& Maintenance of City Surveillance System in Ranchi City, Jharkhand.

4.1 Project Objective

The main aim of this project is to protecting city assets with the use of video surveillance,

traffic monitoring system & e-Challan generation and having state-of-the-art technology,

as a solution.

It should be holistic and integrated surveillance system which includes establishment and

commissioning of Command and Control Centre (Video surveillance room, ANPR System,

RLVD Challan System, Data Center & FMS/NOC room and Power room) at Ranchi City of

the Jharkhand state; and This system shall help:-

• To provide assistance to citizen at the time of emergency

• Support Police to maintain Law and Order

• To help in investigation of crime

• Help in preventing, detecting and dealing with criminal activities with

minimum turnaround time

• To provide alerts and video analytics

• To monitor suspicious people, vehicles, objects etc. with respect to

protecting life and property and maintaining law and order in the city.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 10 of 150

• To continuously monitor important locations/public places in city area

like area near to railway station, airport and other VIP route & Public

places for keeping eye on regular activities & for emergency support.

The proposed video surveillance system shall enable the above by using VMS and

Video analytics and this system also shall provide:-

• Alerts/ feedback to the Police Department about abnormal movements/

suspicious objects etc.

• Better Management of Security breaches based on alerts received from

system.

• Improved turnaround time in responding to any investigation case,

faster access to evidence in case of security breach, law violation in the

prescribed areas.

4.2 Project Overview

The proposed Solution will seek to provide real-time surveillance ,traffic solution at

designated areas/locations; good quality video images, high-quality evidence

suitable for challan generation and at the time of trial as evidence, during court

proceedings .The proposed solution shall contain and utilize video analytic

capabilities, which includes Automatic Number Plate Recognition System (ANPR),

Red Light Violation Detection System (RLVD), Wrong Lane Detection (WLD), Over

Speed Detection, 180/360 degree Cameras that will assist operators in identifying

pre-described events, situations, actions and detection of deviant behaviours,

traffic rule offenders, criminal activities etc.

The system shall have the ability to generate real time reports, challans (Manual

and System Generated) including images which are quite clear rendering them

admissible as evidence in a Court of Law for investigation/analysis and survey of

public amenities and as database of information. The proposed solution shall

consist of automatic and manual challan generation system.

4.3 Current RFP Requirements

The following physical infrastructure is required for setting up City Surveillance

system:

� Command and Control Centre:

- Site preparation for Data Centre with PAC, FM200 Fire Suppression

System for server farm area, Access Control system

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 11 of 150

- Server Farm Area for Storage, Data Communication Equipment,

Network Security / De-militarized Zone (DMZ)

- UPS cum Battery Bank Area

- NOC Operators Area

- Site Preparation for Control Room Operators area for Video walls

and 30 desk & Seating

- DG Area

� Manpower for Technical Facility Management Services

� Backup & Media Storage

� Hardware – CCC security equipment (IPS/IDS/ Firewall etc.,), Servers for

VMS, VAS, ANPR,RLVD, Challan Generation, Backup, Network Ethernet

& FC Switches, NAS, etc.,

� Software – Video Management Software, Video Analytics Software, Video

Precise Software, RLVD, ANPR, Customisable Challan generation, NMS,

etc.,

� System Administration, Database Administration, Security Administration,

Facility Management Services, etc.,

� Management and maintenance of above city surveillance system for 5

years.

5 Instructions to Bidders

5.1 Definitions

Unless otherwise clearly required by the context, the following terms as used in this

document/RFP shall have the respective meanings as defined below:

1. "Acceptance Test Document” means a mutually agreed document, which

defines procedures for testing the Scope of work and BOM of the project

against requirements laid down in the RFP

2. “Agreement" means the Agreement to be signed between the successful

L1 bidder/SI and Jharkhand Police GoJ, including all attachments,

appendices, all documents incorporated by reference thereto together with

any subsequent modifications, the RFP, the bid offer, the acceptance and

all related correspondences, clarifications, presentations.

3. “AMC” means Annual Maintenance Contract of the project after expiry of

Three Years warranty period of the project.

4. “Authorized Representative” shall mean any person authorized by either

of the parties.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 12 of 150

5. BeST: Bihar e-Governance Service & Technology Limited, a Joint Venture

Company between Government of Bihar PSU (BSEDC) and Infrastructure

Leasing and Financial Services Limited and Consultant to City Surveillance

Project.

6. Bid Amount: The cost of the RFP

7. “Bidder” means any firm offering the solution(s), service(s) and /or

materials required in the RFP. The word Bidder when used in the pre award

period shall be synonymous with Bidder or operator or service provider, and

when used after award of the Contract shall mean the successful Bidder or

operator or service provider with whom Jharkhand Police signs the

agreement for rendering of services for Ranchi City Surveillance & FMS.

8. “CCC” means Command and Control Centre which will host all the core

layer equipment and services of City surveillance project.

9. “Contract” is used synonymously with Agreement.

10. “Corrupt Practice” means the offering, giving, receiving or soliciting of

anything of value or influence the action of an official in the process of

Contract execution.

11. “Default Notice” shall mean the written notice of Default of the Agreement

issued by one Party to the other in terms hereof.

12. EMD: Earnest Money Deposit

13. “Final Acceptance Test (FAT)” means the acceptance testing of

Hardware/Software/Services deployed by Implementing Agency for City

Surveillance Ranchi

14. “Fraudulent Practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a Contract and

includes collusive practice among Bidders (prior to or after Bid submission)

designed to establish Bid prices at artificial non-competitive levels and to

deprive the Jharkhand Police of the benefits of free and open competition.

15. “FMS” means Technology Facility Management Services at specified

locations as per the RFP requirements.

16. “GoJ” shall stand for the Government of Jharkhand.

17. “Implementation Agency” means successful bidder who signed MSA with

Jharkhand Police for project implementation.

18. “Implementation Period” shall mean the period from the date of signing of

the Agreement and up to the issuance of Final Acceptance Certificate of the

Project.

19. JP: Jharkhand Police

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 13 of 150

20. "Law" shall mean any Act, notification, bylaw, rules and regulations,

directive, ordinance, order or instruction having the force of law enacted or

issued by the Central Government and/ or the Government of Jhankhand or

any other Government or regulatory authority or political subdivision of

government agency.

21. “LOI” means issuing of “Letter of Intent” which shall constitute the intention

of the Tenderer to place the Purchase Order with the successful bidder.

22. “MSA” means Master Service Agreement between the Service Provider of

the Project and Jharkhand Police.

23. "Party" means Government of Bihar or Bidder, individually and “Parties”

mean Jharkhand Police and Bidder, collectively.

24. “Period of Agreement" means Five (5) year from the date of final

Acceptance of City Surveillance Project.

25. “PO” means Purchase Order issued to the selected Bidder for the Project.

26. “Proposal” means the Technical Proposal and the Financial Proposal.

27. “QGR” means Quarterly Guaranteed Revenue will be paid to the service

provider at the end of each quarter.

28. “Request for Proposal (RFP)”, means the detailed notification seeking a

set of solution(s), services(s), materials and/or any combination of them.

29. “Requirements” shall mean and include schedules, details, description,

statement of technical data, performance characteristics, standards (Indian

as well as International) as applicable and specified in the RFP.

30. "Service" means provision of Contracted service viz., Supply, Installation,

Commissioning, maintenance and associated services for the Tender

document as per this RFP.

31. “Site” shall mean the location(s) for which the Contract has been issued

and where the service shall be provided as per agreement.

32. SLA: Service Level agreement between Jharkhand Police and the Selected

L1 Bidder of the Project (Implementing Agency/Service Provider).

33. “Stake Holders” means Ranchi Traffic Police, Jharkhand Police, M/s BeST

and Implementing Agency

34. “Termination Notice” means the written notice of termination of the

Agreement issued by one Party to the other in terms hereof.

35. "Third Party Agency" means any agency other then the successful bidder,

appointed by Government of Bihar for monitoring the city surveillance

project during commissioning and operation.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 14 of 150

36. "Uptime" means the time period when specified services/network

segments with specified technical and service standards as mentioned in

this RFP are available to Government of Bihar. The uptime will be

calculated as follows: Total time in a quarter (in minutes) less total Service

Down time (in minutes) in the quarter.

37. "%Uptime" means ratio of 'up time' (in minutes) in a quarter to Total time in

the quarter (in minutes) multiplied by 100.

38. "Service Down Time" (SDT) means the time period when specified

services/network segments with specified technical and operational

requirements as mentioned in this document are not available to Jharkhand

Police. The network shall be operational on all days of a year and 24-hours/

day with in the uptime specified in the Service Level Agreement (SLA). The

Jharkhand Police is considered as operational when all facilities at

Command & Control Centre and field locations are working, providing all/

specified services as mentioned in full capacity.

39. “VCA” means Video Content Analytics.

40. “VMS” means Video Management System.

5.2 Bid Documents

Bidder is expected to examine all instructions, forms, terms, and requirements in

the bid document. Failure to furnish all information required by the bid document or

submit a Bid not substantially responsive to the bid document in every respect may

result in the rejection of the Bid. The bids should be submitted in three parts as

mentioned hereunder on or before the defined bid submission time.

A. Pre-qualification bid as per eligibility criteria specified

1 A letter on the bidder’s letter-head (Annexure – E)

i. Describing the pre-qualifying technical competence and

experience of the bidder,

ii. Certifying that the period of validity of bid is 180 days from the

last date of submission of bid, and

iii. Asserting that the bidder is quoting for all the items (including

services) mentioned in the tender.

2 The profile of the bidder (template given in Annexure – G)

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 15 of 150

3 Audited annual financial results (balance sheet and profit & loss

statement) of the bidder for the last three financial years.

4 The bid security in the form of a Bank Guarantee / Demand draft issued

by a Nationalized / Scheduled Bank, in favour of I.G. Police (Provision)

Jharkhand Ranchi, payable at Ranchi. (Template provided in Annexure

– L )

5 Quality certification in delivery of services sought under this RFP, from

an internationally recognized/reputed agency, e.g. ISO 9001, ITIL

6 Manufacturer’s authorization form(s) (template provided in Annexure -H)

7 Reference list of major clients (using equipment/services similar to

project requirement). (Template provided in Annexure-I)

8 Power-of-attorney granting the person signing the bid the right to bind

the bidder as the ‘Constituted attorney of the Directorate’.

9 Permanent Account Number (PAN) from INCOME TAX authorities of

area of operation of the bidder.

10 A copy of the RFP, all pages duly signed by the authorized signatory

towards acceptance of the terms and conditions of the RFP. Only one

signed copy of RFP should be enclosed with the original Pre-

qualification bid.

B. Technical bid

1 Bid particulars

2 Bid letter

3 Proposed Command and Control Centre Design, Deployment model

and Architecture, Network Architecture, Technical Solution, details of

equipment and services offered and other details per the Technical

evaluation matrix.

4 Unpriced Bill of Material (BOM)

5 Qualification and Deployment Schedule of the staff proposed for the

project (Annexure J and K)

6 Proposed Project Plan and Implementation Schedule

7 Schedule of delivery

8 Warranty

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 16 of 150

11 Manufacturer’s authorization form(s).

C. Commercial bid

1 Bid letter (template provided in Annexure – N)

2 Commercial Quotation i.e. Bid particulars including priced Bill of Material

(template Provided in Annexure – O)

Bidders should enclose with their offers full details of all the equipment and

services offered as well as their latest equipment and services available with full

documentation and descriptive literature supplementing the description and point

out any special feature of the equipment and services. All documentation is

required to be in English.

5.3 Pre-Bid Conference

i) Tenderer shall hold a pre-bid conference (PBC) after the sale of the RFP

document as per schedule mentioned in this RFP. In this PBC, tenderer would

address the clarifications sought by the bidders with regard to the RFP

document and the project. The bidders would be required to submit their

queries to the “IG Police (Provision), office of DG & IG of police Jharkhand,

DPRD Building, Dhurwa, Ranchi – 834004” in writing to be received at least 2

(two) days prior to the PBC. Queries not submitted within this deadline may not

be taken up at the PBC. Queries should be submitted in the enclosed format (

template provided in Annexure-B)

ii) Tenderer will entertain queries of and clarifications sought by only those

bidders who have purchased this RFP document. Bidders that have purchased

the RFP document are welcome to attend the PBC, even if they do not have

any specific queries.

iii) Tenderer reserves the right not to respond to any/all queries raised or

clarifications sought if, in their opinion and at their sole discretion, they consider

that it would be inappropriate to do so or do not find any merit in it. The minutes

of the PBC shall be circulated by tenderer to all those companies who have

purchased this RFP document and also host the same on the website

“www.jhpolice.gov.in”

5.4 Amendment of Bid Documents

The amendments in any of the terms and conditions including technical

specifications of this RFP document will be notified in writing either through post or

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 17 of 150

by fax or by email or publish through website to all prospective bidders who have

purchased the tender documents and will be binding on them.

5.5 Cost of Bidding

The Bidder shall bear all costs associated with the preparation and submission of

its Proposal, including the cost of presentation for the purposes of clarification of

the bid, if so desired by the Jharkhand Police. The Jharkhand Police will in no case

be responsible or liable for those costs, regardless of the conduct or outcome of

the bid process.

5.6 Cost of Bid Document

The cost of Bid document is Rs. 20,000 (Rupees Twenty thousand only), the

document can be purchased from the office of IG Police (Provision), Office of DG &

IG of Police Jharkhand, DPRD Building, Dhurwa, Ranchi during office hours from

23.06.2017 to 17.07.2017 and the document is also upload on

“www.jhpolice.gov.in”. In case the RFP document is downloaded, the bidder has

to enclose a Demand Draft in favour of IG Police (Provision) Jharkhand, Ranchi

payable at Ranchi along with pre-qualification proposal. But for attending the pre-

bid conference the bidders have to purchase the document.

5.7 Bid Security i.e. Earnest Money Deposit (EMD)

a) The Bid security shall be in Indian rupees (INR) and shall be a Bank Guarantee

/ Demand Draft, issued by a nationalized bank in India and shall be valid for at

least six months. No interest shall be payable on Bid Security under any

circumstance.

b) The bidder shall furnish, as part of their bid, a bid security in the form of Bank

Guarantee / Demand Draft of Rs. 1,00,00,000/- (Rupees One Crore only). The

template of bank guarantee is provided in Annexure -L

c) Unsuccessful Bidder's Bid security shall be discharged or returned within sixty

(60) days after the expiration of the period of Bid validity prescribed by

Jharkhand Police.

d) The successful Bidder's Bid security shall be discharged upon the Bidder

signing the Agreement.

e) The Bid security will be forfeited at the discretion of Jharkhand Police on

account of one or more of the following reasons:

� Bidder withdraws their Bid during the period of Bid validity

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 18 of 150

� Bidder does not respond to requests for clarification of their Bid

� Bidder fails to co-operate in the Bid evaluation process, and

f) In case of a successful Bidder, the said Bidder fails :

� to furnish Implementation Guarantee; or

� to sign the Agreement in time

5.8 Bid Prices

a) The Price Bid as prescribed should be filled up and sealed along with

enclosures in a separate cover super scribed as “Price Bid – Envelop, Tender

No : 07/2017-18 “.

b) The prices quoted by the bidder shall be in sufficient detail to enable the

Tenderer to arrive at the price of equipment/system offered.

c) The covers received without superscription are liable for rejection. The tenders

not submitted as specified above will be summarily rejected.

d) If any or all of the information asked in the RFP are not available in the

Commercial Proposal the bid is liable for rejection.

5.9 Discounts

The Bidders are informed that discount, if any, should be merged with the quoted

prices. Discount of any type, indicated separately, will not be taken into account for

evaluation purposes.

5.10 Bid Validity

The bids shall remain valid for a period of 180 days from the last date of

submission of tender.

5.11 Submission of Proposals

a) All the proposals will have to be submitted in hard bound form with all pages

numbered. It should also have an index giving page wise information of

above documents. Incomplete proposal will summarily be rejected.

b) Number of Copies of Bid

o The Bidder shall prepare one original and two hard copies of the

following bids along with a soft copy in CD:

� Pre Qualification Bid clearly marking “Pre Qualification Bid-

Original Copy and Pre Qualification Bid- Copy of Bid”.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 19 of 150

� Technical Bid separately, clearly marking "Technical Bid –

Original Copy" and "Technical Bid –Copy of Bid".

� Financial Bids, clearly marking "Financial Bid – Do not open

with Technical Bid".

c) No bid will be considered unless and until each page of the bid document is

duly signed by the authorized signatory. The bidder shall also submit the soft

copy of Pre-qualification, technical and commercial bids on separate CDs duly

packed in the respective envelopes.

d) Prices should not be indicated in the Technical Bid.

e) All the columns of the quotation form shall be duly, properly and exhaustively

filled in. The rates and units shall not be overwritten. Rates shall always be both

in the figures and words.

f) The proposals shall be submitted in three parts, viz.,

o Envelope - 1: Pre- qualification documents super scribed as

“Envelope 1- Pre- qualification Documents” containing EMD, Pre-

qualification documents complete with all details.

o Envelope 2: - Technical Proposal super scribed as “Envelope 2 –

Technical Proposal”, complete with all technical details”. In the

technical proposal, there should not be any indication about the prices

of any of the products offered.

o Envelope-3: Commercial Proposal containing Price Schedule super

scribed as “Envelope 3 – Commercial Proposal”.

All the three sealed envelopes should again be placed in a single sealed

envelop super scribed as “City Surveillance System Tender No. 07/2017-18,

Bid from: 23.06.2017 to 17.07.2017 NOT TO BE OPENED BEFORE

01.08.2017 at 4.00 PM, which will be received in the office of

IG Police (Provision),

Office of DG & IG of Police Jharkhand,

DPRD Building, Dhurwa, Ranchi – 834004

5.12 Language

The Bids and all correspondence and documents relating to the bids, shall be

written in the English language. Supporting documents and printed literature

furnished by the Bidder may be in another language provided they are

accompanied by an accurate translation of the relevant passages in English

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 20 of 150

language. There should be proper page numbering on every page of Pre-

qualification, Technical and Financial Bids, so that proper referencing can be done.

5.13 Late Bids

Any bid received by the Tenderer after the time and date for receipt of bids

prescribed in the RFP document will be rejected and returned unopened to the

Bidder.

5.14 Modification and Withdrawal of Bids

a) The Bidder is allowed to modify or withdraw its submitted bid any time prior to

the last date prescribed for receipt of bids, by giving a written notice to the

Tenderer.

b) Subsequent to the last date for receipt of bids, no modification of bids shall be

allowed.

c) The Bidders cannot withdraw the bid in the interval between the last date for

receipt of bids and the expiry of the bid validity period specified in the Bid. Such

withdrawal may result in the forfeiture of its EMD from the Bidder.

5.15 Bid Forms

a) Wherever a specific form is prescribed in the Bid document, the Bidder shall

use the form to provide relevant information. If the form does not provide space

for any required information, space at the end of the form or additional sheets

shall be used to convey the said information.

b) For all other cases, the Bidder shall design a form to hold the required

information.

c) Jharkhand Police shall not be bound by any printed conditions or provisions in

the Bidder’s Bid Forms

5.16 Local Conditions

a) Each Bidder is expected to fully get acquainted with the local conditions and

factors, which would have any effect on the performance of the contract and /or

the cost.

b) The Bidder is expected to know all conditions and factors, which may have any

effect on the execution of the contract after issue of Letter of Award as

described in the bidding documents. The tenderer shall not entertain any

request for clarification from the Bidder regarding such local conditions.

c) It is the Bidder’s responsibility that such factors have properly been investigated

and considered while submitting the bid proposals and no claim whatsoever

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 21 of 150

including those for financial adjustment to the contract awarded under the

bidding documents will be entertained by the Tenderer. Neither any change in

the time schedule of the contract nor any financial adjustments arising thereof

shall be permitted by the Tenderer on account of failure of the Bidder to know

the local laws / conditions.

d) The Bidder is expected to visit and examine the location of offices & field sites

and its surroundings and obtain all information that may be necessary for

preparing the bid at their own interest and cost.

5.17 Contacting the Tenderer

a) Any effort by a Bidder influencing the Tenderer’s bid evaluation, bid comparison

or contract award decisions may result in the rejection of the bid.

b) Bidder shall not approach Jharkhand Police officers after office hours and/ or

outside office premises, from the time of the bid opening till the time the

Contract is awarded.

5.18 Eligibility Criteria

For each category of pre qualification criteria, the documentary evidence is to be

produced duly certified-signed in ink with seal by authorized signatory of the

Bidder(s), serially numbered and enclosed with pre-qualification / technical bids. If

the documentary proof is not enclosed for any/all criteria the Tender is liable for

rejection.

The Bidder(s) shall meet the following schedule wise criteria for eligibility.

5.18.1 Eligibility Criteria of Bidder:

For each category of pre qualification criteria, the documentary evidence is to be

produced duly certified-signed in ink with seal by authorized signatory of the

Bidder(s), serially numbered and enclosed with pre-qualification / technical bids. If

the documentary proof is not enclosed for any/all criteria the Tender is liable for

rejection.

The Bidder(s) shall meet the following schedule wise criteria for eligibility.

S.No Particulars Document Required

1 The bid shall be submitted by an individual

organisation. Consortium is not allowed for the

Project

1.1) Bidder should be an IT company and

Certificates of

incorporation of the

company

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 22 of 150

S.No Particulars Document Required

specialising in System Integration & Facility

Management Services for IT Infrastructure and

bidder should be in business from last 5

financial years

1.2) The bidder should be registered under the

Indian company’s act-1956

.

2 2.1) The bidder should have an annual turnover of

INR 100 Crore or above in each of the last

three Financial years. (2013-14, 2014-15 &

2015-16).

2.2) Bidder should be a profit making organization,

and should have positive net worth as per

audited account of financial year i.e. 2015-16.

a. Certified Copy of Audited

balance sheet & Profit

Loss account of last three

financial years (2013-14,

2014-15 & 2015-16).

b. Certificate from the

Chartered Accountant /

Statutory Auditor with

their Registration Number

& Seal for confirming

annual turnover and

Positive Net Worth.

3 The bidder should have a local office in Ranchi or

Jharkhand State.

Note: In case Bidder has no presence in

Jharkhand at the time of bid submission, bidder

shall furnish an undertaking that an office shall

be opened in Jharkhand, with sufficient

personnel and inventory of spares within a

month of selection as Successful Bidder.

Copy of Rent Agreement /

Copy of Telephone Bill / Copy

of Electricity Bill.

(OR)

Undertaking with duly signed

by competent authority of

organisation.

4 The bidder should have VAT and Service Tax

registration.

Note: If Bidder Don’t have registered with

Jharkhand VAT / GST at the time of bid

Copy of Service tax

Registration certificate

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 23 of 150

S.No Particulars Document Required

submission, bidder shall furnish an undertaking

that they shall get registered within a month of

selection as Successful Bidder.

5 The Bidder should be an ISO – 9001:2008 / ISO

20000/ ISO27001 certified organization and should

have valid certificate.

Copy of Valid ISO certificate

6 Bidder should not have been declared blacklisted/

ineligible during last three calendar years by any

State Government / Central Government / PSU due

to unsatisfactory performance, breach of general or

specific corrupt / fraudulent or any other unethical

business practices.

A Self declaration on company

letter head with sign and

stamp of authorized signatory

7 The bidder must have successfully completed

similar City Surveillance project for Government in

India with at least any one of the following

(i). Single order worth Rs. 25 Crores

(ii). Two orders with each Rs. 15 Crores

(iii). Three orders with each Rs. 12 Crores

And

Have at least two (2) years of experience in City

Surveillance project O&M (Operations and

Maintenance) in India.

Note: Projects executed for bidder’s own, bidder’s

group of companies or bidder’s shall not be

considered.

Work Order with Completion

Certificate with contact details

of the client / work order with

proof of carryout work (copy of

invoice/payment, etc.,) with

contact details of the client

8 Bidder should have experience to install and

manage 200 cameras in single project for at least 2

years

Work Order with Completion

Certificate with contact details

of the client / work order with

proof of carryout work (copy of

invoice/payment, etc.,) with

contact details of the client

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 24 of 150

S.No Particulars Document Required

9 Bidder should have experience of IT System

Integration and/or providing AMC & FM services to

any Government Dept. / PSU.

Work Order and proof of

carryout work (copy of

invoice/payment, etc.,) with the

client with contact details.

10 Bidders must be registered for Employees

Provident Fund

Copy of registration

certificate of Employees

Provident Fund

11 The bidder should have direct authorization from

the Original Equipment Manufacturer (OEM) for

selling and supporting the equipment’s offered.

Manufacturer Authorisation

Form to be submitted.

5.18.2 Mandatory Requirement of OEM:

a) The OEM should be in the business for the last 5 financial years in India.

b) The OEMs should have customer support in India.

c) The OEMs should have at least 2 references in India for city

surveillance system having minimum deployment of 200 cameras

d) The OEMs should have option of supporting customers directly if needed

& the support information including delivery against defectives or status

of case should be available through web portals. (A certificate from OEM

to provide support for the products with pre-qualification bid )

e) The OEM should have ISO 9001:2008 / ISO 20000/ ISO 27001

certification.

f) The quoted products/Items/Spares/Service for the project should not be

End of Life (EOL) for 7 Years from the date of bid submission.

Bidder must submit the all supporting documents along with their pre-

qualification bid.

5.19 Schedule of Events

S. No. Events Date

1 Last date for submission of queries 19.07.2017 till 5.00 PM

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 25 of 150

S. No. Events Date

2

Pre-bid Conference at the Office of IG

Police (Provision), Jharkhand Police

premises

24.07.2017 at 3.00 PM

3 Last date and time of proposal Submission 01.08.2017 at 3.00 PM

4

Date and time of opening of the

Prequalification Documents at Office of IG

Police (Provision), Jharkhand Police

Premises

01.08.2017 at 4.00 PM

Date and time of opening of the Technical

Proposals

Shall be informed later to

qualified bidders

5 Date of opening of the Commercial

Proposal

Shall be informed later to

technical bid shortlisted

bidders

6 Contract Signing Shall be informed later to

the Successful bidder

5.20 Opening of Proposal

First, the envelope containing pre-qualification will be opened and if found that the

bidder meets the eligibility criteria and has furnished all the documents in the

prescribed manner, then the second envelope containing Technical Proposal shall

be opened. The timing for opening the technical bid will be at the sole discretion of

evaluation committee. The commercial bid would be opened in presence of

technically short listed bidders. The Evaluation Committee or its authorized

representative will open the tenders. Sequence of opening shall be as follows:

o Pre-qualification

o Technical Proposals

o Commercial Proposals

5.21 Evaluation Criteria

An evaluation committee so constituted by Jharkhand Police will evaluate the bids

i.e. Prequalification, Technical and Commercial as per the following pattern.

a) Conditional bids shall be summarily rejected.

b) Evaluation committee will examine the bids to determine whether they are

complete, whether any computational errors have been made, and whether

the bids are generally in order.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 26 of 150

c) Arithmetical errors will be rectified on the following basis: If there is a

discrepancy between the unit price and the total price that is obtained by

multiplying the unit price and quantity, the unit price shall prevail and the

total price shall be corrected. If the Bidder does not accept the correction of

the errors, his bid will be rejected. If there is a discrepancy between words

and figures, the amount in words will prevail.

d) The tenderer may conduct clarification meetings with each or any bidder to

discuss any matters, technical or otherwise.

e) Further, the scope of the evaluation committee also covers taking of any

decision with regard to the RFP, execution/ implementation of the project

including management period.

f) Bid document shall be evaluated as per the following steps.

i) Preliminary Examination and Evaluation of Pre-qualification

documents: The Pre-qualification document will be examined and

evaluated to determine whether the bidder meets the eligibility criteria,

completeness of the bid, whether the documents have been properly

signed and whether the bids are generally in order. Any bids found to be

non-responsive for any reason or not meeting the minimum levels of the

performance or eligibility criteria specified in the various sections of this

RFP will be rejected and not included for further consideration.

ii) Technical Proposal Evaluation of document: A detailed evaluation of

the bids (Technical Proposal) shall be carried out in order to determine

whether the bidders are competent enough and whether the technical

aspects are substantially responsive to the requirements set forth in the

RFP. Bids received would be assigned scores based on the parameters

defined in table below.

S.No Criteria Max Method of allotting

marks

Required eligible

document

Organization Capabilities of Bidder-

1 Number of years of

operation in India in IT / IT

enabled services

12 Minimum 5 Financial years

of operation will be

awarded 8 marks.

More than 5 Financial

years to 8 Financial Years

Enclose copy of documents

of incorporation and oldest

work order / agreement to

execute work

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 27 of 150

S.No Criteria Max Method of allotting

marks

Required eligible

document

– 10 Marks

More than 8 Financial

years -12 marks

2 Organizations man power

strength .

12 Between 100 to 500

Employees = 9 marks

More than 500 Employees

to 700 Employees : 10

marks

Above 700 Employees =

12 marks

Letter declaring the same

(including category wise

numbers i.e Technical,

Sales, Finance & Accounts

etc.) from the Head of

HRD/Signing Authority.

3 Average annual Turnover

in last 3 FYs in IT/ITeS

Solutions

12 a. 100 Crores to 400

Crores – 8 Marks

b. More Than 400 Crores

to 500 Crores – 9 Marks

c. More than 500 Crores

to 600 Crores –10 Marks

d. Above 600 Crores – 12

Marks

A certificate by Chartered

Accountant

4 Profit Making Organization 5 Five Marks will be

awarded for organization

making profit ( Financial

year2015-16) , no marks

will be awarded for loss

making organization

A certificate by Chartered

Accountant

5 Organisation should have

Positive networth as on

31st March-2016.

5 Five Marks for Positive

Networth in last financial

year ( 2015-16) , No marks

will be provided for

A certificate by Chartered

Accountant

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 28 of 150

S.No Criteria Max Method of allotting

marks

Required eligible

document

Negative Networth

Project Experience

6 Number of CCTV Projects

executed in India. in last

five years as on 31st May-

2017 , where Supply,

Commissioning of IP

based CCTV Surveillance

project , including operation

and Maintenance and FMS

services by the bidder

Note : Order executed in

Government / PSU/

Defense / Nationalized

Bank in India will be

considered

35 Total no. of IP cameras

implemented in a single

work-order.

a. Between 200

cameras and 600

cameras – 25

marks

b. More than 600

cameras to 800

cameras – 30

Marks

c. More than 800

cameras – 35

marks

1) Work orders/Purchase

Order confirming year

and area of activity, the

cost value of services to

be delivered to each of

the projects

2) Complete / Partial

Completion / Satisfactory

ongoing Certificate from

Client/ Proof of carryout

work (copy of

invoice/payment, etc.,)

with client contact details

3) Enclose a list with detail

of address of such

project, contact person

along with phone

numbers.

7 Total value of IP based

CCTV Surveillance project ,

including operation and

Maintenance and FMS

services projects in India

Completed / Running

/Awarded as on 31st May

2017

10 For one Project ( Minimum

Project Value Rs 15 Cr): 6

marks

For one Project (

Minimum Project Value 25

Cr) : 8 marks

For More than one Project

( Each Project Value

should be more than 12

1) Work orders/ Purchase

Order confirming year

and area of activity, the

cost value of services to

be delivered to each of

the projects with contact

details of the client

2) Complete / Partial

Completion / Satisfactory

ongoing Certificate from

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 29 of 150

S.No Criteria Max Method of allotting

marks

Required eligible

document

Cr) : 10 marks Client/ Proof of carryout

work (copy of

invoice/payment, etc.,)

with client contact details.

3) Enclose a list with detail

of address of such

project, contact person

along with phone

numbers.

8 Technical Presentation 5 Technical Presentation

regarding understanding of

bidder for the project

9 Deployment of Qualified

Team during Project

Implementation and O&M

Phase

4 Deployment of Qualified

Team 1. Qualification of

Project Manager

(BE/MCA) -2 marks.

Experience ( 10 years in

e-Governance ) 2 – Marks

Submit CV with contact

details & project details of

the person

Total 100

Note: The technical score of all the bidders would be calculated as per the criteria mentioned

above. All the bidders who will achieve 70 or more marks in the Technical evaluation

would be eligible for the next stage,

iii) Evaluation of Commercial Bids: Commercial bids of those bidders

who qualify the technical evaluation will only be opened. All other

Commercial bids will be returned un-opened. The place, date and time

for the opening of the financial bids shall be announced separately.

The final selection of bidder will be done based on Lowest Commercial

cost among technical shortlisted bidders (i.e. the bid with the lowest

commercial (L1) will be considered as the successful bidder).

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 30 of 150

5.22 Deciding Award of Contract

a) The Tenderer reserves the right to ask for a technical elaboration/clarification in

the form of a technical presentation from the Bidder on the already submitted

Technical Proposal at any point of time before opening of the Commercial

Proposal. The Bidder shall furnish the required information to the bid evaluation

committee and its appointed representative on the date asked for, at no cost to

the Tenderer. The Tenderer may at its discretion, visit the office / Network

Operation Centre (NOC) of the Bidder for Services, any time before the issue of

Letter of Award.

b) Tenderer shall inform those Bidders whose proposals did not meet the eligibility

criteria or were considered non-responsive, informing that their Commercial

Proposals will be returned unopened after completing the selection process.

Tendering authority shall simultaneously notify those Bidders who had qualified

the Evaluation process as described in this RFP, informing the date and time

set for opening of Commercial Proposals. The notification may be sent by mail

or fax.

c) The bidder's names, the Bid Prices, the total amount of each bid, and such

other details as the Tendering Authority may consider appropriate, will be

announced and recorded by the Tenderer at the opening.

5.23 Confidentiality

a) As used herein, the term “Confidential Information” means any information,

including information created by or for the other party, whether written or oral,

which relates to internal controls, computer or data processing programs,

algorithms, electronic data processing applications, routines, subroutines,

techniques or systems, or information concerning the business or financial

affairs and methods of operation or proposed methods of operation, accounts,

transactions, proposed transactions or security procedures of either party or

any of its affiliates, or any client of either party, except such information which is

in the public domain at the time of its disclosure or thereafter enters the public

domain other than as a result of a breach of duty on the part of the party

receiving such information. It is the express intent of the parties that all the

business process and methods used by the Bidder in rendering the services

hereunder are the Confidential Information of the Bidder.

b) The Bidder shall keep confidential any information related to this tender with the

same degree of care as it would treat its own confidential information. The

Bidders shall note that the confidential information will be used only for the

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 31 of 150

purposes of this tender and shall not be disclosed to any third party for any

reason whatsoever.

c) At all times during the performance of the Services, the Bidder shall abide by all

applicable security rules, policies, standards, guidelines and procedures. The

Bidder should note that before any of its employees or assignees is given

access to the Confidential Information, each such employee and assignees

shall agree to be bound by the term of this tender and such rules, policies,

standards, guidelines and procedures by its employees or agents.

d) The Bidder should not disclose to any other party and keep confidential the

terms and conditions of this Contract agreement, any amendment hereof, and

any Attachment or Annexure hereof.

e) The obligations of confidentiality under this section shall survive rejection of the

contract.

Note: The Bidder should conduct background checking for all the personnel

deployed on the Ranchi City Surveillance Project.

5.24 Publicity

Any publicity by the bidder in which the name of Ranchi City Surveillance and FMS

is to be used, should be done only with the explicit written permission from

Jharkhand Police Department.

5.25 Insurance

The equipment and services supplied under the contract shall be fully insured by

the bidder against loss or damage incidental to manufacture or acquisition,

transportation, storage, delivery and installation. The period of insurance shall be

up to the date the supplies are accepted and the rights of the property are

transferred to Jharkhand Police after project tenure (i.e. 5Years from the date of

Acceptance Certificate issuance).

5.26 Right of Selection/Rejection – Waiver of Informalities or Irregularities

Jharkhand Police reserves the right to reject any or all proposals, to waive any

minor informalities or irregularities contained in any proposal, and to accept any

proposal deemed to be in the best interest of the Department. Selection of a

vendor solution shall not be construed as an award of contract, but as a

commencement of contract negotiation, including but not limited to the contract

price proposed.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 32 of 150

6 Scope of Work

The scope of work includes supply and installation of high definition IP cameras at

specified outdoor locations Annexure–A for Ranchi Police Jurisdiction along with

necessary components (Servers, Storage, Workstations, Networking system, etc.) to

make a complete functional IP based intelligent CCTV system on turnkey basis and

maintenance of the system for five years from the date of acceptance certificate issued

by Jharkhand Police. Bidder is responsible to transfer all the hardware and software

component of the project in working condition to Jharkhand police after the project

period.

Purpose of the system is as follows:

i) The system will be used for surveillance of selected intersections and locations

suggested by the officials of the concerned Police Jurisdiction.

ii) Detection of an event and identification of a person’s face, object features

within a predefined range.

iii) Automatic recognition of Number Plates of vehicles (for all types of vehicles

including two-wheelers) within a pre-defined range and facilitate efficient traffic

management.

iv) The system will be used to search vehicles with a given number plate to track

movement of vehicles.

v) Automatic recognition of hot-listed, license expired, or wanted vehicle to

facilitate criminal investigation.

vi) Automatic alert generation when a crowd is formed in an otherwise normal

activity area.

vii) Smart investigation for post facto analysis of incidents.

viii) Integration and data exchange with other cities as and when needed.

ix) Red Light Violation Detection system using the installed cameras at the traffic

intersection and automatic generation of e-challan in prescribed form by the

concerned police department either in English and Hindi (as the case may be).

x) The bidder has to provide the solution to ensure that ANPR and RLVD should

work in synchronize mode to detect the Vehicle for Red light Violation in traffic

signal

xi) Bidder should provide all the components required for face recognition system

(FRS) for Ranchi city surveillance system. The FRS shall be enabled in

cameras installed at various locations identified by Jharkhand police for the

project.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 33 of 150

xii) The bidder has to provide ready to use Surveillance system with all the

component & peripherals for the details mentioned in the Scope of work.

Minimum Bill of materials is defined in the RFP

Feed from all cameras to be transmitted to respective Command and Control Centre

(CCC) for viewing and for online storage.

The system shall provide for online storage of video and images for minimum 30 days.

The system should be able to use the installed NAS/SAN in CCC for recording

purposes, scalable in future as and when required.

The warranty of the whole system shall be for a period of 5 years from the date of

commissioning and handing over with associated works as described and set forth in

the tender document.

The system shall adhere to open standards and shall be OS agnostic, providing

maximum flexibility and low cost of ownership, scalable to meet future surveillance and

intelligent traffic monitoring needs, and ease of use. Jharkhand police will be owner of

the application after the project period

The bid should be inclusive of all accessories, brackets, camera poles, various types of

cables, conduits, ducts etc. Specification laid down in the tender document is only

indicative and not exhaustive. Bidders may quote for additional items to implement the

system completely if needed.

Scope shall not be restricted to the items listed in the schedule or requirement and

specifications only. All the items, component and equipment needed to make the

complete system functional and secure shall be included in the BOM uploaded by the

Bidder.

The bidder shall guarantee system uptime of minimum 99%. Failure to do so shall

result in penalty, which is laid down in Service Level Agreement. The software to

record and generate periodic reports/Reports-on-demand of the system health is to be

delivered by the bidder.

The system offered by the bidder shall have no single point of failure. Any technical

deviation and proposal from bidder’s side should be clearly mentioned. If any

equipment becomes faulty or damaged during the project tenure, bidder is responsible

for its onsite repair/replacement with new original components/equipment at no

additional cost to Jharkhand Police.

The following activities comprise the total scope of work:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 34 of 150

• Through BSNL network, Jharkhand Police shall establish backbone network to

provide fibre optic connectivity to all the locations where video surveillance

camera would be installed by bidder.

• Establishment of Command & Control Centre (CCC) with Data Centre, Poles

erection.

• Installation of IT and non IT equipment

• Configuration and Integration of equipment.

• Installation and Configuration of IP based Surveillance Solution with Automatic

Number Plate Recognition (ANPR).

• Seamless integration of IP Backbone with Surveillance Application consisting of

IP Based Surveillance Cameras and Intelligent Monitoring and Recording

Software.

• Supply and installation of Video Management System and ANPR System.

• Seamless integration of ANPR system with Video Surveillance System.

• To provide an open standard framework to integrate the System with other

systems (GIS, Dial 100, Command and Control Center, Motor Vehicles

database, etc) for exchange of information for future scalability.

• Provide vandal resistant housing for the IP Cameras and other equipment to be

housed in every identified place given in the location list later in this document.

• Setting up display screens at designated control rooms specified by the Police

Organization for real time monitoring of Video feed, and smart navigation

events from the archived video for investigation.

• Video recording shall be retained for at least 30 days for future reference and

use.

• Training on overall system

• Acceptance Test

• Sign-Off with Documentation

• Maintenance and support of IP Video Surveillance System & Other

Components highlighted above to meet purpose of the system.

The overall architecture of the envisaged City Surveillance Project is depicted in below

diagram for quick understand and reference:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 35 of 150

Camera Sites / Locations:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 36 of 150

• The bidder shall be responsible for installation of High Definition Fixed camera,

PTZ Camera, ANPR Camera and RLVD Camera at various sites as mentioned in

Annexure-A of the RFP. Jharkhand Police may increase number of cameras and

sites during project period.

• The bidder shall be responsible of installation of Arm shaped corrosion free Iron

Pole at each camera site and shall be mounted the Cameras (Fixed, PTZ, ANPR

and RLVD) at this Pole. Bidder shall also supply and install all the required

accessories including but not limited to nut & bolt, clamp, etc., for cameras

installation. The pole should be strong and should bear the load of all the mounted

equipment.

• The bidder shall have to install outdoor IP55 enclosure/Rack at each camera site

and bidder shall also be responsible to provide chemical earthing of this Rack at

each and every location for safe and smooth functionality of the setup. The Rack

shall be mounted on iron stand and this iron stand also shall be provided by the

bidder. All outdoor equipments like UPS & Battery bank, Switch, and Cables shall

be kept inside this Rack.

• The bidder shall be responsible for installation of PoE Switch at each camera

location. All cameras will be connected with this PoE Switch through outdoor UTP

(CAT6) cable which would be housed inside concealed pipe and tie.

• The bidder shall be responsible to provide proper chemical earthing of outdoor

equipment (i.e. for Rack, UPS, Switch and Cameras) and the voltage between

earth and neutral shall not be exceed 1volt.

• The bidder shall also have to carry out monthly preventive maintenance for each

and every outdoor equipment such as Rack, UPS, Battery, Switch, Camera, etc.,.

The cleaning of lens, camera housing of each camera is also responsibility of the

bidder. The preventive maintenance reports should be submitted to Jharkhand

Police within a week after completion of the preventive maintenance activity.

• The bidder shall be responsible for provision of electricity power to UPS point at

each and every location mentioned in Annexure – A. The bidder shall be

responsible to take electricity connection from Jharkhand Electricity Board at all

locations and provisioning for supply & installation of tariff meter, Bidder has to use

Aluminum or copper wire to connect the meter from the electricity poll. Bidder will

be responsible for payment of monthly tariff bill. The bidder has to bourn / absorbs

the cost incurred for electricity connection, supply & installation of tariff meter and

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 37 of 150

payment of monthly tariff bill at each camera site/location mentioned in Annexure-

A.

• The bidder shall be responsible for supply & laying of electrical cable with proper

casing, capping from Govt. electricity Pole/junction to Tariff meter at each camera

site/location mentioned in Annexure-A.

• Any other items and services which are required for installation & commissioning of

cameras at site and left in BoM, should be quoted by bidder in their bid. The

tenderer will not liable to pay any additional amount to the successful bidder other

than the amount finalised in bid.

Data Centre:

The bidder will be given approx 800 square feet area for data centre area at 1st

Floor of Traffic Police Building, Kachahari, Ranchi for establishing Data Centre

Command & Control Centre operations. The bidder has to complete the site

preparation, interior, electrical, Air Conditioning (PAC at Server farm area and

Comfort AC at NOC & UPS area), FM 200 Fire Suppression System for server farm

area (with fire & smoke detectors at server farm, below the raised floor & above

false ceiling), Access Control System, lighting, false flooring for server farm area and

Vinyl flooring for rest area, false ceiling and other necessary things. (The bidder is

advised to inspect the site and access the requirements needed for establishing)

Design and Conceptualisation:

The bidder has to engage qualified architect, civil engineer, electrical engineer, air

conditioning engineer and other technical personnel for undertaking detailed

requirement analysis. After the detailed requirement analysis is undertaken,

drawings for each of the sections to be submitted for Jharkhand Police. Once the

approval is given for the plan drawings work can be initiated.

� The bidder has to undertake all general civil and interior work relating to Data

Centre site as per the approved plan.

� The entire premises including roof, flooring and side walls should be treated for

water proofing before any undertaking other works.

� Providing and constructing Brick/MS channel work for support of doors and for

long span of portions etc., complete.

� Providing and fixing 2hrs fire rated door with vision panels (considered 2 doors

with combined area of 70sq.ft) also having 2hrs fire rated glass, complete with

frames having proper in tumescent fire strip etc., Inclusive all associated

hardware fixed as per manufacturer’s specifications complete.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 38 of 150

� False Flooring in Server Farm Area: Preparing the floor and providing and fixing

antistatic cemetitious false floor tiles on stringers and supports of 600x600mm

with a UDL of 1080 kg/mtr2 and a point load of 360 kgs. The pedestal shall

withstand axial load of 2200 Kgs.

� False Ceiling: The entire Data Centre site should be covered with false roofing.

Providing and fixing mineral acoustical ceiling having board thickness of 15mm

and 600mm x 600mm.

� Providing P.O.P finish to plastered surfaces in all positions including

scaffolding, surface preparation if required etc. complete.

� Electrical Work: Design as per technical specifications and obtain approval of

drawings (including LT Panel, UPS distribution Panel, Lighting & Wiring, etc.,).

� The bidder shall be responsible for supply, laying & installation of electrical

cable from Main DB or Transformer to UPS DB to equipment. Bidder shall also

supply & install of Industrial Main DB, UPS DB with proper rated MCBs in Data

Centre.

� As part of site preparation, bidder should supply & install UPS, Generator, 2Nos

of 5Tr PAC, Split AC, FM200 Fire Suppression System, Access control system,

Biometric attendance System.

� Should construct plinths for DG and four chemical earth pits

� Fuel should be provided and maintained by SI and the cost of fuel will be

reimbursed by Jharkhand Police upon submission of bills.

Command and Control Centre:

• The bidder will be given 1000 square feet area for Control room surveillance

operators at 1st Floor of Traffic Police Building, Kachahari, Ranchi. The bidder has

to complete the site preparation, interior, electrical, Air Conditioning, and other

necessary things. (The bidder is advised to inspect the site and access the

requirements needed for establishing)

• The bidder shall have to provide the civil layout diagram for placement of video

walls, Workstations, etc., (including Network & Electrical diagram) inside the control

room.

• Proper underground electrical cable should be laid with conduit & casing from UPS

point to each equipment (Workstations, Video walls, Printer) inside control room

including fixing of tiles on floor and distemper paint on walls.

• The Bidder has to design and build work station for 30 persons in the room

provided to the Vendor to monitor the project in Command and Control Centre. The

quality of material should be best.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 39 of 150

• The bidder shall be responsible for supply, laying & installation of electrical cable

from Main DB or Transformer to UPS DB to equipment. Bidder shall also supply &

install of Industrial Main DB, UPS DB with proper rated MCBs in control room.

• The bidder should do structured data cabling from network rack/core switches to

each and every equipment in the control room. The bidder shall also be

responsible for testing, proper tagging and certification of the networking in the

control room.

• The bidder is responsible for supply & installation of I/O box, Faceplate, RJ45

connector, crimping. Conduit pipe, flexible pipe and CAT6 UTP Cable.

• The bidder shall be responsible to provide proper chemical earthing (with <1V

between earth and neutral throughout project tenure) for UPS, Equipment, and

Rack etc.

Bandwidth

The Police department has selected BSNL Ranchi for providing the backbone

connectivity bandwidth on Fibre media between each camera site/location and

Centralized Police control room. BSNL is planning to provide dedicated/dark Fibre

network from each camera site/location to Centralized Police control room. BSNL

Ranchi will provide fibre link with 100 Mbps/1Gps bandwidth at each camera

site/location, and two nos of 10G fibre links at Centralised Command & Control Centre

(CCC) and one 10G link for connectivity between PHQ DC & CCC.

• The bidder shall be responsible for end to end connectivity from each

camera site/location to CCC.

• The bidder shall be responsible for testing of Fibre link from each camera

site/location to Police control room and shall verify & insure smooth transfer

of video footage from each camera site/location to Police control room.

• The bidder shall be responsible for testing of BSNL Fiber link from PoE

switch at each camera site/location to L3 switch of Police control room.

• in case of fibre link failure at any camera site/location and/or CCC, the

bidder shall be responsible for logging of complains to BSNL Ranchi. The

bidder shall also be responsible to liaison with BSNL for rectification and

restoration of failed fibre link. The bidder shall also have to maintain log

book for the same.

FM Service:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 40 of 150

Project Manager: The bidder shall be responsible to deploy dedicated Project

Manager with minimum 10 years experience in e-Governance including surveillance

and Core Networking Projects. The qualification of the project Manager should be B.E.

Electronics/Computer Science or MCA. The deployed Project Manger shall have

experience in minimum two large projects in India. The Project Manager shall be

available 24x7 in Ranchi city. The Project Manager shall be responsible to attend

meeting, interaction with key stakeholders, submit weekly, monthly progress reports of

the project.

Shift Engineer: The bidder shall have to deploy 9 nos of shift engineer in Police

control room. Two nos. of shift engineers should be available at each shift (8 hours)

from Monday to Saturday. The qualification of each shift engineer should be BCA or

3yeras Diploma in Electronics/Computer science awarded by Government and have at

least two years experience in similar field i.e. they should worked in surveillance and

networking projects. The rest 3 nos of shift engineers shall be available in control room

during off-day of regular shift engineers.

FMS Staff: The bidder shall have to deploy 4 number of Technical manpower having

experience to provide FMS support in networking related and capability to provided

preventive maintenance services for different component of the Project.

Instructor / Faculty: The bidder shall have to deploy 1 faculty for training of the

designated police staff on VMS day to day operations. This resource should be

available in general shift. The qualification of the trainer should be BCA and have at

least two years experience in IT training.

Spares Support

• The bidder shall be responsible to keep the spares of at least 10% of fast moving

BoM Items in Ranchi if required more to achieve and maintain SLA parameters

mentioned in the RFP. The bidder should not send any faulty equipment or spare

(outdoor locations/ Police Control room) to repair to their factory and it should be

repaired & replaced immediately on the site/location. The list of the inventory of

spares that will be maintained by the bidder must be enclosed in separate sheet in

the technical bid; else their bid will be rejected straightway without any justification.

• The bidder shall also give undertaking for spare support upto seven (7) years from

the Acceptance test (AT) of the project.

NETWORKED VIDEO MANAGEMENT SOFTWARE (NVMS)

Important Features for VMS

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 41 of 150

Functions Specifications

Solution &

Platform

The Command & Control solution should be implemented and complied

to the industry open standards

The solution or underline products should be enable components to run

on all major operating systems, including Microsoft Windows, Unix ,

Linux

Must have built-in fault tolerance, load balancing and high availability

Software (Application, Database and any other) must not be restricted by

the license terms of the OEM from scaling out on unlimited number of

cores and servers during future expansion.

System must provide a comprehensive API (Application Program

Interface) or SDK (Software Development’s Kit) to allow interfacing and

integration with existing systems or new System

The city surveillance system shall allow seamless integration with all of

the department's existing and future initiatives (e.g. open source

intelligence, situation management war room, etc.)

Incident

Management

Requirements

The system must provide Incident Management Services to facilitate the

management of response and recovery operations:

Should provide facility to capture critical information such as location,

name, status, time of the incident and be modifiable in real time by

multiple authors with role associated permissions (read, write). Incidents

should be captured in standard formats to facilitate incident correlation

and reporting.

The system must identify and track status of critical infrastructure /

resources and provide a status overview of facilities and systems

Integrated User

Specific &

Customizable

Dashboard

Should provide integrated dashboard with an easy to navigate user

interface for managing profiles, groups, message templates,

communications, tracking receipts and compliance

Should provide tools to assemble personalized dashboard views of

information pertinent to incidents, emergencies & operations of command

centre

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 42 of 150

Functions Specifications

Should provide historical reports, event data & activity log. The reports

can be exported to pdf or html formats.

Should provide dashboard filtering capabilities that enable end-users to

dynamically filter the data in their dashboard based upon criteria, such as

region, dates, product, brands, etc and capability to drill down to the

details

Integrated

Video

Surveillance for

War Room

Video Analytics Search functionality in the War Room should be able to

do text based search through hundreds of hours of videos from hundreds

of cameras spread across the city and multiple cities.

War Room software should provide post incident search of CCTV frames

over last several days/weeks. These videos will be from various cameras

installed across all the cities.

Should have the ability to do single attribute and combined attribute

search on a person's features (People search) or clothing, such as

baldness, hat, glasses, sun glasses, hair colour, skin tone, texture, etc.,

and up to three colours combination search on torso area with 13-colour

palette.

Should provide tricolour combinational search capability on upper and

lower body areas with 13-colour palette for clothing.

Should provide enhanced analytics capability to search in crowded

scenes and challenging environmental conditions, such as lighting,

shadows, reflections, and clouds.

Should provide enhanced ability to detect and search objects of interests

(such as cars, buses, trucks, etc.,) with multiple colours (bigger selection

and better colours).

Should be able to leverage and integrate with existing & new CCTV

cameras & video management systems, to provide an integrated video

surveillance at the war room.

Should be able to receive video alarms on the standard command center

application user interface having severity, response level indicated in the

notification.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 43 of 150

Functions Specifications

All CCTV Cameras should be accessible on the Jharkhand Police GIS

map by using GIS Filters.

Should provide Meta Data Search over the video analytics feed across

all cameras or selected cameras simultaneously from the video analytics

search interface.

All alarms notifications that are notified on the Command Center

Application should automatically trigger the Standard Operating

Procedures (SOP) for response.

Should be able to provide the captured image, archive and live video

feed from the VMS player for the alarm that is generated by the video

analytics system.

Device Status,

Obstruction

Detection and

Availability

Notification

Should provide ICON based user interface on the GIS map to report non-

functional device.

Should also provide a single tabular view to list all devices along with

their availability status in real time.

Should provide User Interface to publish messages to multiple VMS at

the same time.

The system shall have the ability to create a case-specific matrix of

camera feeds - to allow central command to create custom situational

awareness maps.

To be effective in the case of an incident, the CCTV infrastructure needs

to be monitored and maintained for uptime. The solution shall provide a

complete monitoring and maintenance system for the camera assets on

ground. This ensures that cameras which are not functional, or

disconnected - are proactively repaired and brought online.

In addition, using video analytics, the cameras should be able to detect

full or partial obscuration (for example, by placing a cloth or obstruction in

front of the camera) or forced tampering (e.g. scene not changing,

loopback).

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 44 of 150

Functions Specifications

The system shall work with automated rules that allow detection and

closure of such cases. To provide all these capabilities, the solution shall

provide an asset mapping solution for camera assets on ground.

Event

Correlation

Command & Control Centre should be able to correlate two or more

events coming from Dial 100 and CCTV Analytics system based on time,

place, custom attribute and provide correlation notifications to the

operators based on predefined business and operational rules in the

configurable and customizable rule engine.

Standard

Operations

Procedures

(SOP)

Command & Control Centre should provide for authoring and invoking

un-limited number of configurable and customizable standard operating

procedures through graphical, easy to use tooling interface.

Standard Operating Procedures should be established, approved sets of

actions considered to be the best practices for responding to a situation

or carrying out an operation.

The users should be able to edit the SOP, including adding, editing, or

deleting the activities.

The users should be able to also add comments to or stop the SOP (prior

to completion).

There should be provision for automatically logging the actions, changes,

and commentary for the SOP and its activities, so that an electronic

record is available for after-action review.

The SOP Tool should have capability to define the following activity

types:

Manual Activity - An activity that is done manually by the owner. and

provide details in the description field.

Automation Activity - An activity that initiates and tracks a particular

work order and select a predefined work order from the list.

If-Then-Else Activity - A conditional activity that allows branching

based on specific criteria. Either enter or select values for Then and Else.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 45 of 150

Functions Specifications

Notification Activity - An activity that displays a notification window that

contains an email template for the activity owner to complete, and then

sends an email notification.

REST Service Activity - An activity that creates a REST service call.

SOP Activity - An activity that launches another standard operating

procedure.

Key

Performance

Indicator

Command & Control Centre should be able to facilitate measurement or

criteria to assay the condition or performance of departmental processes

& policies.

Green indicates that the status is acceptable, based on the parameters

for that KPI, no action is required.

Yellow indicates that caution or monitoring is required, action may be

required.

Red indicates that the status is critical and action is recommended.

Gray indicates that there is insufficient data available to calculate the KPI

status.

Reporting

Requirements

Command & Control Centre should provide easy to use user interfaces

for operators such as Click to Action, Charting, Hover and Pop Ups,

KPIs, Nestled KPIs, Event triggered KPIs, Event Filtering, Drill down

capability, Event Capture and User Specific Setup

Collaboration

Tools

Should provide tools for users to collaborate & communicate in real-time

using instant messaging features.

Communication

Requirements

The solution should adhere to the below mentioned communication

requirements.

Provide the ability to search/locate resources based on name,

department, role, geography, skill etc for rapidly assembling a team,

across department, divisions and agency boundaries, during emergency

Provide the capability to Invite - Using information provided during the

location of those individuals or roles, invite them to collaborate and to

share valuable information.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 46 of 150

Functions Specifications

Authentication Use authentication information to authenticate individuals and/or assign

roles.

Events and

Directives

control

Should provide the capability for the events that are produced from

CCTV systems and are forwarded to the Command & Control Centre.

Events could be a single system occurrence or complex events that are

correlated from multiple systems. Events could be ad hoc, real-time, or

predicted and could range in severity from informational to critical. At the

Command & Control Centre, the event should be displayed on an

operations dashboard and analyzed to determine a proper directive.

Directives issued by the Command & Control Centre should depend on

the severity of the monitored event. Directives will be designed and

modified based on standard operating procedures, as well as state

legislation. A directive could be issued automatically via rules, or it could

be created by the operations team manually.

Resource &

Route

Optimization

Should provide an optimization engine for solving problems expressed as

mathematical programming models.

Should provide a software library of constraint programming tools

supporting constraint

Security &

Access Control

Provide Role based security model with Single-Sign-On to allow only

authorized users to access and administer the alert and notification

system.

Internet

Security

Provide comprehensive protection of web content and applications on

back-end application servers, by performing authentication, credential

creation and authorization.

Authorization

Comprehensive policy-based security administration to provide all users

specific access based on user's responsibilities. Maintenance of

authorization policy in a central repository for administration purposes.

User group

Support to enable assignment of permissions to groups, and

administration of access control across multiple applications and

resources. Secure, web-based administration tools to manage users,

groups, permissions and policies remotely

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 47 of 150

Functions Specifications

Rule Engine &

Optimization

Should have ability to respond to real-time data with intelligent &

automated decisions

Provide an environment for designing, developing, and deploying

business rule applications and event applications.

The ability to deal with change in operational systems is directly related

to the decisions that operators are able to make

Should have at-least two complementary decision management

strategies: process rules and event rules.

Should provide an Integrated development environment to develop the

Object Model (OM) which defines the elements and relationships

Event and data

management

Should provide an event reporting and data tracking mechanism to

enable identification and understanding across underlying domains. Shall

provide capability to manage predicted events, planned events, and

current events as they evolve.

Should provide integration with Jharkhand Police geographic information

system (GIS) or location plan maps events visually for the project

Should provide capability to gauge the impact of events through

interactive mapping and scenario analysis.

Should provide capability to filter information about events that are based

on date and time, location, and other categories that you define.

Should provide capability to view the filtered information either

highlighted on a map, listed in a table or in a calendar, or chronologically

on a timeline. The information is easy to access when and where you

need it

Response and

activity

management

Should provide a system for storing appropriate procedures and activities

that are associated with events.

Should be able to track the progress of procedures, and monitor or

update the status of activities that are assigned

VMS Openness

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 48 of 150

• VMS shall be open to any IP camera integration over ONVIF profile S. It

should support both Windows and Linux operating system on Server

machine. It should support Windows, Linux, and Mac OS on Client

machine, independent of what operating system is there in the servers.

• In that respect VMS shall already support IP cameras from at least fifteen

(15) major vendors. Bidders shall clearly list in their proposal the brands

and models already integrated into VMS. As such it is mandatory for VMS

to accommodate ONVIF compliant cameras.

• The software OEM should have its own development and/or customization

centre in India so that customization as per user requirement can be done

as and when required.

• The proposed Video Management Software (VMS) software should have a

proven track record of at least one live IP surveillance system at any

Airports/City Surveillance (within India) with minimum of 200 IP cameras.

Such project should have all components like VMS and VCA etc. working

satisfactorily.

• VMS should have the options to customize various messages and prompts

as per user given texts.

• The VMS OEM shall furnish the software architecture for each software

component offered for this project.

• VMS shall be open to any standard storage technologies integration. It

should support Local HDD, DAS, and Network Storages (NAS, SAN)

• VMS shall be open to any video wall system integration.

• VMS and ANPR system should be from the same manufacturer, to ensure

seamless integrated performance of all required functionalities. VMS should

support Remote access for Live viewing and Archive search using any

standard Browsers, e.g., Mozilla Firefox, Chrome, Internet Explorer, Safari,

etc.

• VMS should have Open interface over TCP/HTTP to send Video stream of

any Camera to any external software running in a different machine in the

same LAN.

• VMS should have Open Interface to send Analytics event alerts and other

Maintenance alerts (Camera disconnection, Storage Full, DBMS

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 49 of 150

disconnection, etc) over HTTP protocol to any external application running

in a different machine in the same LAN.

• VMS should support all DBMS including open source.

VMS Distributed Architecture

• VMS shall be designed to offer a full IP based distributed architecture.

• VMS shall have the capability to handle software clients (operators)

connected in at least fifty (50) different physical locations spread

geographically apart, and connected through WAN/MAN connectivity.

• VMS shall be accessible using any Standard Web browser (Safari, Firefox,

Internet Explorer, Chrome, etc) for live view, archive search and Event

search.

• VMS should be able to stream video of at least 4 channels simultaneously

to any remote clients over 3G/4G Network as available in India.

VMS Management

• VMS shall allow managing initial client logon, system configurations,

logging, remote administration of recording servers, devices, security, rules,

alerts and logging.

• VMS shall support at least 5 levels of users with various privileges to

access the system functionality. Each category of users shall have

selectable rights to perform various operations like Camera add/delete,

Change camera settings, Configure storage, Control PTZ cameras, User

management, etc.

• The System health status like Server failure, Camera disconnection,

Storage full, etc shall always be displayed at the top panel in Client UI.

• VMS shall maintain a continuous log of server status messages, Camera

connectivity, Storage status, Recording ON/OFF, User activity logs, etc

which shall be accessed from the Workstations using different filters.

• VMS shall be able to detect IP devices automatically.

• VMS shall store all configuration data of Servers, Analytics application

settings, Camera recording Schedules, User login credentials, Archived

video files etc in a single unified Database.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 50 of 150

• VMS shall allow the user with Administrator privilege to import any

Operator’s screen on his/her desktop to watch the operator’s activity on-

line.

• VMS shall support multi-layer hyperlinked maps in form of JPEG files.

Cameras can be dragged and dropped from directory on the map for click-

n-view on Client viewer.

Failover Support

• The system shall support automatic failover for recording servers. The

allocation of Cameras to recording servers shall be done automatically by

the VMS in a load balanced manner. On failure or any particular Recording

server, the cameras associated with the failed server should be

automatically distributed across all the active servers without any human

intervention. When the failed server becomes active, the cameras will be

automatically allocated to the server again without any human intervention.

There shall not be any need to deploy a dedicated redundant server for this

purpose.

• VMS shall support Failover against temporary disconnection of DBMS

Service, without any loss of camera video. As soon as the DBMS service

resumes, all data should automatically be stored to Database.

• Once configured, the Video Management System shall not require

reconfiguration of any kind when any server passes through a power Off-On

cycle.

• The system shall provide seamless access to recordings on the failover

server for all clients through the same client views once the services are

fully started.

Multicasting and Multi-streaming

• VMS shall also be able to operate in multicast protocol to minimize the

network bandwidth

• The infrastructure provided for VMS shall support IGMP

• VMS shall support H.264 and MJPEG stream for both live view and

Recording independently. Compression rate shall be manageable.

• VMS shall support high speed video streams.

• The VMS shall be able to stream standard camera video streams to any

external software on demand basis.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 51 of 150

• To ensure security and ease of Firewall deployment, only one Server shall

be allowed to be exposed to Internet for delivering services to all the remote

clients sitting on the Internet. The remote clients shall access only that

server to access the system for all the functionality.

• Health Monitoring: Health monitoring module shall allow for continuous

monitoring of the operational status from servers, cameras and other

devices. The health monitoring module shall provide a real-time overview

of technical problems while allowing for immediate visual verification and

troubleshooting.

o Health monitoring module shall provide interface and navigational tools

through the client including:

o Graphical overview of the operational status from servers, network

cameras and external devices including motion detectors and access

control systems.

o Intuitive navigation using a map-based, hierarchical structure with

hyperlinks to other maps, servers and devices or through a tree-view

format.

Health monitoring module shall provide intuitive alarm management including:-

• Detailed listing of all active or incoming alarms with available filters for time

period, alarm source, operator and alarm state.

• Ability to reassign alarms to other operators based on: change of state for

one/multiple or all alarms, change of alarm priority, entering incident-

specific log information and the suppression (snooze function) of alarms.

• Ability to preview, view live or playback recorded images.

• Automatically close an alarm based on a corresponding event.

• Generate audit trail reports by incident.

Cameras:-

VMS shall allow camera clustering based on Locations as well as Groups

independently.

• Each operator shall be able to monitor one or several clusters of camera

• It shall be able to prevent an operator from viewing/managing one or

several clusters

• VMS shall allow managing at least 100 clusters of camera

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 52 of 150

• Quantity of cameras per cluster shall be unlimited

• At any given time it shall be possible to block sensitive video from being

viewed by some non-authorized users

• It shall be possible to apply the common parameters to several/all cameras

of the same cluster through a unique settings session

• Parameter settings shall be adjusted based on camera manufacturer

contextual menu

• Following typical camera parameters shall be manageable:

• Brightness, compression, contrast, include date and time, resolution,

rotation,

• Frame per second, bit rate control mode, maximum bit rate, bit rate control

priority, target bit rate,

• Camera’s Name, Description, Hardware name and Part number,

• Storage and recording settings, maximum storage limits and database

configuration. The total hard drive space used to store the camera’s

recorded data shall be displayed.

• Archiving settings

• Preset positions (if the selected camera is a PTZ camera)

• Patrolling profiles (if the selected camera is a PTZ camera)

• Hardware configurable events

Logs

• The system log shall be searchable by Level, Source and Event Type.

• The Audit Log records remote user activity (searchable by User name, Audit

ID, Source and Location)

• The Alert Log records alerts triggered by rules (searchable by Alert type,

Source and Event type)

• The Event Log records event-related information (searchable by Service

name, Source and Event type)

• The Rule Log records rules in which the Make new <log entry> action been

specified (searchable by Service name, Source, Event type and Rule name)

VMS Client Viewer (Operator) features

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 53 of 150

• VMS shall provide feature-rich administration client for system configuration

and day-to-day administration of the system

• The Client Viewer shall provide a Graphical User Interface (GUI) for the

convenient access of live and recorded video as well as camera properties

and display quality

• The Client Viewer shall support real time simultaneously view of 1, 2x2,

3x3, 4x4, 1+5, 1+7, 1+11 and 8x8 multi-screens video display and a simple

click shall allow enlarging any of the multi-screen displays into a full screen

display. On clicking again on the enlarged display, multi-screen display shall

reappear.

• It shall be possible to drag and drop cameras from the camera directory to

the display screen.

• The Client Viewer shall offer the capability of browsing recordings from

cameras on the same panel where other cameras are displayed live. There

shall be provision to replay multiple such cameras from various timestamps,

independent to one another.

• The Client viewer shall have the feature to synchronize replay of selected

cameras/all cameras in the view panel.

• VMS shall select the appropriate video stream from camera for display

depending on the display resolution to optimize the network bandwidth.

• Digital zooming shall be possible both on live view as well as on Replay

view on Fixed as well as PTZ Cameras.

• The Client Viewer shall support the use of standard PTZ controller or 3-axis

USB joysticks for control of pan, tilt, zoom and auxiliary camera functions.

• The Client viewer shall show on-screen floating PTZ buttons when mouse is

placed on a PTZ Camera live view panel. On screen adjustment of PTZ

speed shall also be there so that the speed can be adjusted independently

for each camera.

• The Client Viewer shall support the use of keyboard shortcuts for control of

standard features.

• The Client Viewer shall have the following two-way audio functions:

o The Client Viewer shall allow an operator to play live audio from a

camera’s microphone and play back recorded audio.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 54 of 150

o The Client Viewer shall allow an operator to export audio together with

video in the AVI format.

• The operator shall have a “press to talk” option which shall send the

microphone input from the operator out to camera attached speaker.

• From the Client Viewer it shall be possible to

o Run instant replay of any camera on display

o Bookmark of any important event to facilitate search and retrieval

o Bookmark the display layout with selected distribution of cameras

across the panel

• Client viewer shall allow the operator to drag a line on the Sitemap touching

one or more cameras. All the cameras touched by the line shall appear for

live view on the screen.

• Client viewer shall allow to watch live video of any selected camera on the

map itself on clicking the camera icons on the map.

• Activate manually triggered events.

• Use sound notifications for attracting attention to detected motion or events.

• Get quick overview of sequences with detected motion.

• Get quick overviews of detected alerts or events.

• Quickly search selected areas of video recording for motion

• Skip gaps during playback of recordings.

• Configure and use several different joysticks.

• Print images, with optional comments.

• Copy images for subsequent pasting into word processors, email, etc.

• Export recording (e.g. for use as evidence) in AVI or JPEG formats

• The Client Viewer shall have the capability to receive multicast streams if a

preset number of clients are requesting the same live view camera. The

Operator shall have the option to configure the system to always receive

unicast streams at the discretion of the system administrator. The system

shall have the capability to detect if the network becomes unreliable and to

automatically switch to unicast to ensure that the operator is able to receive

video.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 55 of 150

• The operator shall have the ability to use digital zoom where the zooming is

performed in the image only on any number of cameras simultaneously.

This functionality shall be the default for fixed cameras. The use of digital

zoom shall not affect recording or view of other users.

• The Client Viewer shall integrate the following viewing capabilities:

• Matrix Switching: The Client viewer shall allow switching amongst multiple

selected bookmarked display layouts with pre determined time duration for

each matrix view.

o Matrix Window – A window that is used to display cameras on

demand or by an external event

o Video Stitching - The VMS shall provide the ability for real time video

calibration tools providing stitched video view of areas that are

covered by multiple cameras as a single image. The video stitching

software module shall provide the ability to “stitch” / integrate up

to eight (8) cameras in any direction, horizontal, vertical to

provide a single view of the selected cameras

o The stitched video can be recorded as a single video file on user

request.

• The Client Viewer shall feature an Event window to allow the user to select

events and manually trigger the selected event to occur.

• Client viewer shall allow the same camera to be viewed on multiple display

tiles; one may be digitally zoomed, or on high resolution stream.

• The PTZ control window shall allow the user to select pre-defined presets

for PTZ cameras and drive the selected camera to the preset.

• The current camera state shall be displayed and shall indicate whether the

camera is in live mode, in recording mode or in stopped mode.

• The Client Viewer shall display motion activated sequences for the selected

camera in a drop down menu. A line with the date, start time and duration

shall represent each sequence. A drop down preview screen shall allow the

user to view the recorded sequence.

• The Client Viewer shall display Alerts defined as bookmarked events.

• The Client Viewer shall display a time line for each camera to represent

recorded video sequences. The Client Viewer shall indicate whether the

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 56 of 150

video was recorded due to motion activation, or recorded without motion or

pre and post alarm video. The time line band shall be highlighted based on

the camera view selected in the display. The Client Viewer shall allow

video sequences for the displayed cameras to be review simultaneously.

• The Client Viewer shall allow an area of interest in an image to be searched

for motion in a particular area within camera FOV. Search parameters shall

include sensitivity, time duration, and area of interest.

• The Client Viewer shall allow the start and stop time and camera source for

the export to be set and provide two format options for exporting video clips.

The exported clip shall be the native H.264 format from the camera.

• AVI/JPEG format – VMS shall provide options for export format type

(AVI/JPEG), timestamp, frame rate (full/half). Video clip may be exported to

desktop/CD/DVD or a specific file path. All audio associated with the video

being exported shall automatically be included in the AVI export.

• Watermarking & Encryption – VMS shall watermark each and every frame

of the Video files with Watermarks to authenticate the source of the video.

While exporting video segments to external media (CD/DVD) or to any

folder in workstations, the VMS shall allow encryption of the video files with

at least 128 bit encryption technique.

• Video Cart Facility – VMS shall allow the users to download multiple

segments of the video from the archive to a Video cart, with an option to tag

each downloaded segment with text messages. The Video segments shall

be downloaded in a single folder along with excel spreadsheet where

details of each of the video segments are listed. On clicking the entry in the

spreadsheet the video should start replaying. This is a mandatory

requirement.

• The Client Viewer shall allow the digital zoom feature to be used in

recording replays.

• VMS shall allow seamless integration into an Jharkhand Police

Geographical Information System

• From the GIS console Operators shall get an overview of the system and

access to all system components.

• Map function can use standard graphical file formats including jpg, gif, png,

tiff, etc.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 57 of 150

• The Map should be a part of the Client viewer application and VMS shall

allow detaching the map and showing it separately on another monitor

connected to the Client viewer machine (in case of Multi-monitor

workstation).

• Different level status indication for warnings and errors

• System performance data for cameras and servers including camera

resolution, FPS, network usage, disk space, etc

Remote view and monitoring

The system should support Mobile clients to view and playback incidents on Smart

phones, Tablets, Laptops etc using Wi-Fi, 3G and 4G connections. It should also allow

live viewing over Web using standard browsers.

VMS Storage

• VMS shall comply with any conventional storage technologies (IDE, SCSI,

RAID, SAN, CAS, NAS) to accommodate future potential expansion.

• VMS shall be able to use server installed HDD as well as NAS/SAN in the

same system for recording purpose.

• It shall be possible to create Recording Schedules on the fly, and assign

any schedule to any camera, any group of camera or to all the cameras any

time. The recording shall be controlled on hourly basis. It shall be possible

to manage recording on per camera basis, each with different video settings

(format, frame rate and resolution).

• VMS shall allow users to mark any specific segment of the video as Critical

video segment, so that those particular segments of video do not get

deleted on the default scheme (FIFO, Retention period, etc).

• Archive retention period shall be configurable on per camera basis. The

system shall allow both retention based and as well as fife based deletion

policy.

Investigation and Forensic Analysis

The solution shall provide the following process and investigation capabilities:

• Bookmarking: The solution shall allow the user to bookmark any Event clip

for ready reference at any later point of time.

• Critical event Tagging: The solution shall allow the user to tag critical Event

clips so that they do not get removed from the storage based on

FIFO/Retention period settings.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 58 of 150

• Video Digging: It should be possible to navigate across multiple camera

views simultaneously in a systematic way. By a simple copy-paste

operation, it should be able to synchronize replays for any two or more

cameras. On spot investigation of activities in the scene, with orchestrated

use of Sitemap, Message Window and Virtual Matrix, it should give real

flavour of a truly intelligent IP-based video surveillance system. It should be

able to follow movements of people, vehicles and other objects across

multiple cameras in the archived video systematically and quickly, in a time

synchronized fashion.

• Video summarization: It should be possible for the software to summarize

the video based on activities in the scene, thus generating a video clip of

much smaller duration to capture activities during a larger span of time.

Automatic Number Plate Recognition Software (ANPR)

• The ANPR system shall be pre-integrated with the NVMS under a unified

user interface and management console.

• The System shall automatically detect the license plate in the captured

video feed in real-time.

• The system shall perform OCR (optical character recognition) of the license

plate characters (English alpha-numeric characters in standard fonts).

• The System shall store JPEG image of vehicle and license plate and enter

the license plate number into DBMS database along with date timestamp

and site location details.

• System should be able to detect and recognize the English alpha numeric

License plate in standard fonts and formats of four wheelers, two-wheelers

and three wheelers.

• The system shall be robust to variation in License Plates in terms of font,

size, contrast and colour and should work with good accuracy in Indian

conditions.

• The system should have option to input certain license plates according to

category like "Wanted", "Suspicious", “Stolen", and “Expired" etc. by

authorized personnel.

• The system should have an option to add new category by authorized

personnel.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 59 of 150

• The system should have option to update vehicle status in specific category

by authorized personnel. E.g. on retrieval of stolen vehicle, system entry

should be changed from "Stolen" to "Retrieved".

• System should have option to specify maximum time to retain vehicle

records in specific categories

• The System should allow the user to search for appearance of any

particular vehicle given its License plate number.

• The system should allow the user to search for vehicles based on its colour.

• The system should have the integrated Red Light Violation Detection

application on top of ANPR application.

• RLVD System also detects the Signal Status and captures the RED light

violation events and sends notification to the Central Control Room

Application in real time.

Face Recognition System

Face Recognition System (FRS) shall be designed for identifying or verifying a person

from various kinds of photo inputs from digital image file to video source. The system

shall offer logical algorithms and user-friendly, simple graphical user interface making it

easy to perform the facial matching

The system shall be able to broadly match a suspect/criminal photograph with

database created using photograph images available with Passport, CCTNS, and

Prisons, State or National Automated Fingerprint Identification System or any other

image database available with police/other entity.

The system shall be able to:

i) Capture face images from CCTV feed and generate alerts if a blacklist match is

found.

ii) Search photographs from the database matching suspect features.

iii) Match suspected criminal face from pre-recorded video feeds obtained from

CCTVs deployed in various critical identified locations, or with the video feeds

received from private or other public organization’s video feeds.

iv) Add photographs obtained from newspapers, raids, sent by people, sketches

etc. to the criminal’s repository tagged for sex, age, scars, tattoos, etc. for

future searches.

v) Investigate to check the identity of individuals upon receiving such requests

from Police Stations.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 60 of 150

The facial recognition system shall be enabled at cameras identified by the Authority.

The facial recognition system shall be provided by the SI in line with the requirement

specified in the RFP.

Required Video Analytics

Functions Specifications

Integrated Video Analytics

It should provide an integrated video analytics system that provides

functionalities like :

Behavioural Analytics

Motion detection

Trip wire

Object removal

Object abandonment

Tailgate detection

Face capture

Camera Move/Blind

Camera Movement Stop for PTZ Camera

Multi-zone: the user should be able to set multiple alerts on a single

camera field of view

Region of Un-Interest: The user should be able to indicate multiple

regions of un-interest in a camera to mask out high false alarm

zones

Scheduling Alerts: All alerts that are set by a user should be

scheduled to operate on a schedule of choice by the user (day of

week, hour of day, etc.)

Setting Alerts: Users with the right privilege should be able to

configure the alerts on any camera from any browser

Storing and Retrieving Alert Definitions : Should have alerts that are

active on a camera are archived in the database and become

persistent for a given camera, even if the camera and engine are

restarted

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 61 of 150

Functions Specifications

Annotating/Archiving Alerts: User should be able to annotate an

alert with additional information and save the alert for future

reference

Searching Alerts : User should be able to search through user-

archived alerts or current database for a text string, which can be

the name of the alert or the comment entered by a user

Alert Priority: Any alert should be assigned a different priority level.

The priority level can be used to search and sort through alerts in

the forensic mode.

Alert Auto Play: Any alert that is defined as priority “Urgent” should

trigger an auto-play of the video. And the critical alerts should

automatically start playing on the user interface - as soon as the

alert occurs.

Adjudication: User should be able to intercept an incoming alert,

annotate it and determine if the alert will display onto a common

dashboard such as a video wall.

The real-alerts generated by this video analytics system should

automatically be listed in the Command & Control Centre

application’s list of events & incidents. Also able to send SMS alerts

to designated officials in case of emergency/high severity incidents.

Should be an open extensible framework for event based

surveillance

Should provide Centralized monitoring of real-time alerts across

geographic locations

Should be Scalable & reliable system that Seamlessly integrates

with existing ONVIF compliant CCTV infrastructure

Should provide Real-time event analysis engine that is capable of

supporting a variety of video/image analysis technologies and

should provide:

Standard Plug-in Interfaces

Extensible Meta-Data Interfaces

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 62 of 150

Functions Specifications

Real-time Alert Interfaces

Compound Alert Interfaces

Real-time Actuation Interfaces

Extensive forensic search enhancements to support people search

capabilities.

Event detection and searching based on actual measurements such

as object length, height, size, and speed.

Detect and search objects of interests with multiple colours (bigger

selection and better colours).

should have improved detection rate and reduced false positive rate

for abandoned packages (and other alert detection) in typical city

and mass transportation environments.

should provide consistent seasonal analytics accuracy

performance.

Mandatory Features of Video Analytics

People search: Should have the ability to do single attribute and

combined attribute search on a person's features or clothing, such

as baldness, hat, glasses, sun glasses, hair colour, skin tone,

texture, etc., and up to three colours combination search on torso

area with 13-colour palette.

Should provide tricolour combinational search capability on upper

and lower body areas with 13-colour palette for clothing.

Should provide enhancements to optimize detection rate and

reduce false positives for critical and specialized video analytics for

city counter terrorism operations and crime investigation such as

abandoned object detection, and face detection, which enhances

face recognition integration.

Should provide enhancements to optimize detection rate and

reduce false positives for critical and specialized video analytic

alerts for rail and subway security and safety, such as rail crossings

in undesignated areas.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 63 of 150

Functions Specifications

Should provide enhanced analytics capability to handle crowded

scenes and challenging environmental conditions, such as lighting,

shadows, reflections, and clouds.

Should provide capability for event detection and searching based

on actual world measurements (for example, object length, height,

size, and speed).

Should provide enhanced ability to detect and search objects of

interests (such as cars, buses, trucks, etc.,) with multiple colours

(bigger selection and better colours).

Should provide Improvements to analytic installation, configuration,

and tuning in order to reduce deployment time while enhancing alert

accuracy.

Should provide ability to run multiple frameworks on a single

physical server for improved scalability.

The Operator UI to be flexible and have following mandatory

features

Should be customizable to meet the specific needs and operational

processes of a given user environment, and to support unique

requirements specific to forensic search and alert response.

Should provide integration with existing Jharkhand Police Global

Information System (GIS) functionality to allow for event displays on

maps. (GIS will be provided by PHQ). The GIS map for Ranchi will

be provided by Police HQ Jharkhand .

Should enable new analytic functionality, such as people search

and augmented colour support.

Should be able to deliver native federated proxy capabilities where

several Intelligent Video Analytics instances can be federated

together into a seamless user experience.

Should allow the system administrator to enable all or a portion of

the channels (cameras) for single sign-on, alert passing, forensic

searching, and adjudication (alert dis-positioning) between

instances to specific or all operators.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 64 of 150

6.1 Schedule of Supply

S.No Name of Goods or Related Services Unit of

Measurement

Quantity

1 IR IP HD 20X PTZ Camera with all accessories Nos 42

2 IR HD Bullet Camera with all accessories Nos 476

3 2 MP ANPR Camera, 5-50 mm full HD License

with IP 66 rated outdoor housing , external IR

illuminator of 100 Mtrs. range

Nos 94

4 RLVD Camera with IP66 rated outdoor housing Nos 94

5 Local Processor at Intersection Nos 23

6 VMS Solution with Analytic features and 5years

Software support, Customization , maintenance

Nos 1

7 Core L3 Switch In Command Centre on Active -

Active mode connection

Nos 2

8 Access Switch 24Port 10/100/1000 L2

Manageable

Nos 3

9 Manageable Layer-2 Industrial grade Switch 8 Port

10/100 PoE and 2 SFP Ports for outdoor locations

Nos 195

10 NMS Software Support Upto 1000 Devices

(Complete Solution)

Nos 1 set

11 Firewall with min 4 Nos 10G Ports Nos 2

12 IP 55 Enclosure/Rack with Accessories Nos 170

13 42U Rack with IP KVM Switch, KVM Console and

all Accessories

Nos 3

14 30KVA Online UPS with 48000VAH Battery bank Nos 2

15 20KVA Online UPS with 32000VAH Battery Bank Nos 1

16 1KVA On line UPS for Outdoor Junction with

3200VAH Battery bank with Surge protection

Nos 170

17 Silent DG- 120 KVA with AMF Control Panel Nos 2

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 65 of 150

S.No Name of Goods or Related Services Unit of

Measurement

Quantity

18 SM 6 Core Indoor Unitube, Gel filled cable Mtrs 500

19 LiU 24 Ports with loaded LC Connectors and all

accessories (including rack mounting kit, Pigtails,

3mtr patch cords for all ports)

Nos 4

20 Patch Panel, Patch Cord for UTP Cabling NW Lump-sum Lump-

sum

21 Cat-6 Outdoor Cable, Outdoor conduit and Tie Mtrs 23,000

22 Outdoor Armed Shape Pole with erecting Nos 471

23 Servers for Project Components Nos 11

24 Storage 1400TB Nos 2

25 Tape Library Nos 1

26 62 PPM Heavy duty Printer Nos 1

27 Work Station Intel Core i7with Graphics Card Nos 35

28 Commercial Display with min. 55 inch display

screen

Nos 15

29 Video Wall with Controller: Main Display (5x2) Nos. 1 Set

30 Video Wall with Controller: VIP Display (2x2) Nos. 1 Set

31 5.0 Tr PAC for Data Centre Server farm area Nos 2

32 2.5 Tr Comfort AC for Command Control Centre,

NOC and UPS room

Nos 12

33 Project Manager Nos 1

34 Shift Engineer Nos 9

35 Instructor/Trainer for training of Police Staff for on

different components of the project

Nos 1

36 Manpower for FMS and Preventive Maintenance

Activities at field locations

Nos 4

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 66 of 150

S.No Name of Goods or Related Services Unit of

Measurement

Quantity

37 Site preparation for Data Centre with installation of

PAC, FM200 fire suppression system, Access

Control, DC surveillance and DG.

Lump-sum Lump-

sum

38 Site preparation with 30cubicals (with desk &

chair) for Surveillance Control Room

Lump-sum Lump-

sum

39 Additional Items if any to make the bidder

proposed solution completely functional

Note: The above given materials & quantities are minimum. It is bidders’

responsibility to provide the actual quantity and additional material is if required

any to make their proposed solution complete and functional with full capacity.

6.2 Detailed Specifications

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

1 IR IP HD 20X PTZ Camera with all

accessories

Camera Type : PTZ

PAN& Tilt Angle: PAN:360°; Tilt:0°-90°

ONVIF : Profile S Compliant

Signal to Noice Ratio: ≥50db

Certification : CE, UL, FCC

Onboard Storage: Minimum 128GB with class6 or

higher from day one ( during

downtime of the connectivity to

server, captured data should be

stored locally and the same

should automatically upload into

the server after restoring of

connectivity)

Image Sensor : 1/3" Progressive Scan CMOS or

better

Resolution : 1920x1080

Frame rate : 25fps

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 67 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

Compression : H.264 or superior, MJPEG

WDR : 100db or better

Streaming : Dual Stream

Alarm : 02I/p, 01 relay O/p

Network Port : RJ45 10/100 Base T

Protocol : TCP, HTTP, HTTPS, SMTP,

SNMP, NTP, RTP, RTSP, SSL,

802.1x, QoS, DNS, ICMP, UPNP,

DDNS, IP v4 & v6

Remote Administration: Remote configuration and

status using web based tool

Lens : F1.6; focal length: for 20x Optical

zoom

Focus : Both Auto and Manual

Face Detection

Illumination / Sensitivity: Colour: 0.5 lux; Mono:

0.05 lux.

IR Distance : 100Mtrs or better

Day and Night : YES

Audio Compression : G.711 or better

Two way Audio : Required

Input / Output : 1in and 1out

Protection : Ik10 & IP66 enclosure

Operating Temperature: 0° - 50° C

PoE/PoE+ : Required from day1

2 IR HD Bullet Camera with all

accessories

Camera Type : Fixed box/ Bullet

ONVIF : Profile S Compliant

Certification : CE, UL, FCC

Onboard Storage: Minimum 128GB class6 or

higher from day one (during

downtime of the connectivity to

server, captured data should be

stored locally and the same

should automatically upload into

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 68 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

the server after restoring of

connectivity)

Image Sensor : 1/3" Progressive Scan CMOS or

better

Resolution : 1920x1080 at 25fps or higher

Compression : H.264 or superior, MJPEG

WDR : 100db or better

Streaming : Dual Stream

Alarm : 01I/p, 01 relay O/p

Network Port : RJ45 10/100 Base T

Protocol : TCP, HTTP, HTTPS, SMTP,

SNMP, NTP, RTP, RTSP, SSL,

802.1x, QoS, DNS, ICMP, UPNP,

DDNS, IP v4 & v6

Remote Administration: Remote configuration and

status using web based tool

Lens : 2-10mm

Focus : Both Auto and Manual

Dynamic Noise Reduction: 3D

Illumination / Sensitivity: Colour: 0.3 lux

IR Distance : 30Mtrs or better

White Balance : Yes

Wide Dynamic Range: 65db or higher

Day and Night : ICR

Audio Compression : G.711 or better

Two way Audio : Required

Input / Output : 1in and 1out

Protection : IP66 enclosure

Operating Temperature: 0° - 50° C

PoE : 12V, 24V IEEE 802.3af Class 3

3 2 MP ANPR Camera, 5-50 mm full

HD License with IP 66 rated outdoor

housing , external IR illuminator of

ONVIF : Profile S Compliant

Certification : CE, UL, FCC

Onboard Storage: Minimum 128GB class6 or

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 69 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

100 Mtrs. range higher from day one (during

downtime of the connectivity to

server, captured data should be

stored locally and the same

should automatically upload into

the server after restoring of

connectivity)

Image Sensor : 1/3" Progressive Scan

Resolution : 1920x1080

Compression : H.264 or superior, MJPEG

WDR : 100db or better

Alarm : 02I/p, 01 relay O/p

Network Port : RJ45 10/100 Base T

Protocol : TCP, HTTP, HTTPS, SMTP,

SNMP, NTP, RTP, RTSP, SSL,

802.1x, QoS, DNS, ICMP, UPNP,

DDNS, IP v4 & v6

Remote Administration: Remote configuration and

status using web based tool

Lens : 10/16 mm

Focus : Both Auto and Manual

Illumination / Sensitivity: Colour: 0.5 lux; Mono:

0.05 lux.

IR Distance : 30Mtrs or better

Day and Night : Yes

Audio Compression : G.711 or better

Two way Audio : Required

Input / Output : 1in and 1out

Protection : Ik10 & IP66 enclosure

Operating Temperature: 0° - 50° C

PoE : Required

Video Analytics: Motion detection, Tampering

alarm, Intrusion, Crossing line, Object counting,

Object removal, Object desertion

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 70 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

Image Enhancement: Backlight compensation /

2D+3D DNR / Defog / Exposure control / AGC /

White balance / Privacy masking /Sharpness / EIS

/ Pivot

4 RLVD Camera Standard ONVIF compliant

Minimum 2 MP IP cameras with 5-50 mm

megapixel lens.

Certification : CE, UL, FCC

Onboard Storage: Minimum 128GB class6 or

higher from day one (during downtime

of the connectivity to server, captured

data should be stored locally and the

same should automatically upload into

the server after restoring of

connectivity)

Image Sensor : 1/3" Progressive Scan

Resolution : 1920x1080

Compression : H.264 or superior, MJPEG

The Camera should be able to stream MJPEG

video at 25 fps for 2 MP resolutions.

One camera should cover at least 3.5 meter width

of lane, and capture the license plates of vehicles

which violates the traffic signal and moving at a

speed of 0 to 120 km/hr.

Capture at least 5 snaps showing clearly that the

vehicle is crossing the stop line whenever the

signal is RED.

Should be integrated with traffic signal

30 watt Outdoor IP 66 Speaker required with

digital Amplifier for continues Pre- recorded /Live,

announcement of all location or Selected Location

Microphone for making announcement from

control room

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 71 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

5 Local Processor at Intersection � The system must run on a Commercial Off the

Shelf Server (COTS). Outdoor IP 66 Quad

core processor based server should be able to

cover at least 8 lanes.

� The system must be based on open platform,

and should run on Linux or Windows

Operating System.

� The System should work with 4fps video per

RLVD camera.

6 VMS Solution with Analytic features

and 5years Software support,

Customization , maintenance

� As detailed in Section - 6

7 Core L3 Switch In Command Centre

on Active -Active mode connection

� Should be modular multilayer switch with

minimum 7 slots

� Should have redundant supervisory

engine/CPU from day one

� Switch should have dual hot swappable power

supplies from day one

� Switch should be loaded with 16 x 10G SFP

SR ports, 4 x 10G SFP LR ports, 48 x

10/100/1000BaseT ports. All ports should be

loaded from day one.

� Switching Capacity 500Gbps

� Throughput 370Mpps

� Should be work in Active - Active Clustering

� Power: 230 V 50Hz

� Operating Temperature: 0° - 50°C

� Certification: EAL / NDPP

8 Access Switch 24Port 10/100/1000

L2 Manageable

� Should have 24 x 10/100/1000 Base-T port

and 2 x SFP port. All ports should be loaded

from day one.

� Switching Capacity 52Gbps

� Throughput: 35Mpps

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 72 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Layer-2 Manageable Switch

� Operating Temperature: 0° - 50°C

� Certification: EAL / NDPP

9 Manageable Layer-2 Industrial

grade Switch 8 Port 10/100 PoE

and 2 SFP Ports for outdoor

locations

� Industrial Grade Switch

� RJ45 10/100Tx PoE ports - 8Nos from day one

� 1G SFP – 2Ports ( ports should be loaded

from day one for BSNL links)

� Console Port: RJ 45 or equivalent

� Mac address table – min 7000

� Switching capacity 5.6Gbps

� Throughput 4Mpps

� IP 30 Metal Case, IP Access security, port

security, DHCP Server, IP Binding per Port,

IEEE 802.1x, VLAN IEEE 802.1Q, GVRP,

Port-based VLAN

� SNMP v1/v2c/v3, Web, Telnet, CLI, Statistic,

MAC Address Table, SNTP, Syslog,

Notification with E-mail Alert, SNMP Trap,

RMON

� IGMP Snooping or Query for multicast, Port

trunking, IEEE 802.1p QoS/ToS/DSCP/CoS/ ,

802.3x flow control, Port Mirroring, LLDP,

Real-time trace, IGMP

� Support Standards: IEEE 802.3, IEEE 802.3u,

IEEE 802.3AB, IEEE 802.3z, IEEE 802.3x,

IEEE 802.3ad, IEEE 802.1d, IEEE 802.1p,

IEEE 802.1Q.

� Operating Temperature: 0° - 65°C

� Power: 230V 50Hz

10 NMS Software Support Upto 1000

Devices (Complete Solution)

� Should have Network Inventory polling

capability for IP Network nodes, and all the

other SNMP capable devices in the network

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 73 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Should have powerful administration control

� Detailed performance monitoring and

management

� Should have extensive fault management

capabilities with Real time Event and Alarm

notifications , System Logs and Audit trials

� Creation and management of security and

QOS policies

� Scheduled Device configuration back-up and

restore functionality

� Automatic Detection of configuration changes

for easy trouble shooting and Isolation

� Should support 3rd party devices and end

points

� Should have the functionality of Group

provisioning / Scheduled configuration roll out

management

� Should have the ability to customize the NMS

dash boards as per the requirements

� Should have the ability to create group of

devices

� Should have extensive Event notification

capability

� Should provide the flexibility to the network

administrator to assign task to an Individual

network engineer and assign ownership / track

the status of the issue resolution

� Should provide device uptime% history report

for desired period

� All the required Hardware / Software licenses

for the NMS solution should be proposed by

the bidder

11 Firewall with min 4 Nos 10G Ports � 2U appliance based security platform / UTM

should be simultaneously capable of providing

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 74 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

firewall, inline intrusion prevention, IPSec and

SSL VPN Services.

Storage: 500GB

� 4Nos of 10G SFP ports

� Dual hot swappable power supplies

� Should provide high availability support.

� Firewall + IPSEC VPN + SSL VPN

� Performance

� Firewall throughput: 20000 Mbps or

better

� IPS throughput: 4500 Mbps or better

� Minimum Stateful Packet Inspection

Concurrent firewall sessions/

connections: 7 Million or better

� Minimum new firewall

sessions/connections per second:

120000 or more

� Comply/support industry standards,

� Support without detailed Specification

additional external solution, hardware or

modules such as IPSEC VPN, SSL VPN.

� Utilize inbuilt hardware/software VPN

acceleration for IPSEC (DES, 3DES, AES)

encryption/decryption and SSL

encryption/decryption.

12 IP 55 Enclosure/Rack with

Accessories

� Should be IP 55 Rated Floor Mount and

Vandal Proof Design Device.

� Should be constructed based on nine fold

CRCA metal profile with a front sheet steel

door with 3point locking system to ensure the

security of the cabinet. Side and wall panels

should be double wall constructed with fixed

bolts internal to the cabinet.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 75 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Should have integrated Splice tray to manage

the different Security device connectivity and

cable manager.

� Base/Plinth including two screw-fastened

gland plates for cable entry will be inherent in

the overall cabinet design.

� Cabinet should have minimum 2 fans with

Front door have Air inlet.

� Painting: Electro-phoretic dip coat priming to

20 Microns and then powder coated to RAL

7035 textured pure polyester (PP) to 80 to 120

Microns.

� Bidder has to provide suitable size metallic

Junction box for all the sites (where cameras

will be installed) for UPS , battery switch and

any other peripherals for operations of

cameras

� All the in&out cables must be concealed and

laid underground as applicable.

� Should be ROHS compliant.

13 42U Rack with IP KVM Switch,

KVM Console and all Accessories

� 42U in Height.

� Racks manufactured out of steel sheet

punched, formed, welded and Powder coated

� Standard for Racks configuration will be

welded frame with Vented side panel and top

cover

� Should have Front Glass Door and Metal door

at Rear.

� Provision to mount racks on Floor

� Dimensions: 800MM Wide & 1000MM Deep

with required 19" adaptor Kit.

� Should have Numbered U positions,

� Powder coated finish

� Should have Proper Grounding & Bonding

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 76 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� KVM tray with 1U foldable & retractable

display unit with complete KVM switch set.

� Should have Fan module Mount Provision on

top Cover with 4 Fan Housing unit

� PDU: 2 Nos. 1Ph, 230V, 32A, Zero U standard

Vertical rack mount power distribution unit with

12 X Indian Round Pin 5/15A, 16A MCB X 2

Circuits- PDU Rating 7.3KVA

� Should have minimum 2 Nos. Horizontal Cable

Organizer with Plastic Loops.

� Should have provision for cable entry Exit from

Both top & Bottom.

� Should provide all accessories with complete

set of mounting hardware.

14 30KVA Online UPS with 48000VAH

Battery bank.

� 30KVA/27KW(with 0.9pf) ,True Online Double

conversion

� Both Rectifier and Inverter shall be IGBT

Based

� Must have inbuilt isolation transformer at the

output side

� Input: 415V, 3Phase, 4Wire

� Permissible Input Voltage Range: 300 -

480VAC

� Output: 230V AC +/-1%

� O/P Waveform: Pure Sine wave

� Protections Required: Input Under & Over

Voltage, DC Under & Over Voltage, Input

current limit, Battery Under voltage, Battery

deep discharge.

� Battery Bank: 48000VAH with SMF/VRLA

Batteries to provide 1hr backup with full load

15 20KVA Online UPS with 32000VAH

Battery bank

� 20KVA/18KW(with 0.9pf) ,True Online Double

conversion

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 77 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Both Rectifier and Inverter shall be IGBT

Based

� Must have inbuilt isolation transformer at the

output side

� Input: 415V, 3Phase, 4Wire

� Permissible Input Voltage Range: 300 -

480VAC

� Output: 230V AC +/-1%

� O/P Waveform: Pure Sine wave

� Protections Required: Input Under & Over

Voltage, DC Under & Over Voltage, Input

current limit, Battery Under voltage, Battery

deep discharge.

� Battery Bank: 32000VAH with SMF/VRLA

Batteries for 1hr backup time with full load.

16 1KVA On line UPS for Outdoor

Junction with 3200VAH Battery

bank with Surge protection

� 1KVA/900W(with 0.9pf) True Online Double

conversion UPS system with IGBT based

rectifier

� Must have inbuilt isolation transformer at the

output side

� Input: 230VAC

� Permissible Input Voltage Range: 190 -

250VAC

� Output: 230V AC +/-1%

� O/P Waveform: Pure Sine wave

� Protections Required: Input Under & Over

Voltage, DC Under & Over Voltage, Input

current limit, Battery Under voltage, Battery

deep discharge.

� Battery Bank capacity: 3200VAH with

SMF/VRLA Batteries

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 78 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

17 Silent DG- 120 KVA with AMF

Control Panel

� 120 KVA Auto Starting Silent DG Set mounted

on a common base frame with AVM (Anti-

Vibration) pads, residential silencer with

exhaust piping, complete conforming to ISO

8528 specifications and CPCB certified for

emissions.

� Engine: Radiator cooled, multi cylinder, 1500

RPM diesel engine, with electronic/manual

governor and electrical starting arrangement

complete with battery.

� Alternator: Self-exciting, self-regulating type

alternator rated at 0.8 PF or better, 415 Volts,

3 Phase, 4 wires, 50 cycles/sec, 1500 RPM,

Windings of 100% Copper, class H insulation,

Protection as per IP 23.

� AMF Panel should be fitted inside the

enclosure, with the following meters/

Indicators/ Essentials:

- Incoming and outgoing voltage

- Current in all phases

- Frequency

- KVA and power factor

- Time indication for hours/minutes of

operation

- Fuel Level in fuel tank, low fuel indication

- Emergency Stop button

- Auto/Manual/Test selector switch

- MCCB/Circuit breaker for short-circuit and

overload protection

- Control Fuses, Earth Terminal

- Any other switch, instrument, relay etc.

essential for Automatic functioning of DG

set with AMF panel

� The DG set shall be provided with acoustic

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 79 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

enclosure / canopy to reduce the sound level

and to house the entire DG set (Engine &

Alternator set) assembly outside (open-air).

� The enclosure must be weather resistant

powder coated, with insulation designed to

meet latest MOEF/CPCB norms for DG sets,

capable to withstand Ranchi climate.

� The enclosure must have ventilation system,

doors for easy access for maintenance, secure

locking arrangement.

� It should be sufficient and suitable for

containing fuel for minimum 12 hours

continuous operation, Complete with level

indicator, fuel inlet and outlet, air vent, drain

plug, inlet arrangement for direct filling and set

of fuel hoses for inlet and return.

� Fuel should be provided and maintained by SI

and the cost of fuel will be reimbursed by

Jharkhand Police upon submission of bills.

18 SM 6 Core Indoor Unitube, Gel

filled cable

� 6 Core, Single Mode, Indoor Unitube, Gel filled

Cable

� Attenuation: @ 1310nm - 0.45 db/KM;

@1500nm - 0.4 dB/KM

� Tensile rating: 1200N

� Maximum Crush resistance: 3000N

� Operating Temperature: -40 Degree C to +60

Degree C

19 LiU 24 Ports with loaded LC

Connectors and all accessories

(including rack mounting kit,

Pigtails, 3mtr patch cords for all

ports)

� 19-inch, Rack mounted Fiber optic LiU/patch

panel

� Height: 2 U

� No. of fibers: 48

� Grounding: 2 Nos. of earthing lugs, pre-loaded

� Cable Management rings: Front and rear cable

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 80 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

management rings, pre-loaded

� 24-port adapter plates: 4 / 4 Max.

� Fiber Optic adapter plate: 24-port, SC-Style,

SM & MM

� Attenuation Max of 0.75 dB per mated

pair

20 Patch Panel, Patch Cord for UTP

Cabling NW

� PCB based, Unshielded Twisted Pair, TIA /

EIA 568-B.2

� Ports: 24

� Port arrangement: Modules of 6-ports each,

arranged 1port x 6.

� Category: Category 6

� Circuit Identification Scheme Icons on

each of 24-ports

� Port Identification 9mm or 12mm

Labels on each of 24-ports (to be included in

supply)

� Height: 1 U (1.75 inches)

� Durability: Should be durable for at least 5

years

� Modular Jack: 750 mating cycles

� Wire terminal (110 block): 200 termination

cycles

� Accessories: Strain relief and bend limiting

boot for cable

� Materials : Housing Poly phenylene

oxide, 94V-0 rated

� Wiring blocks: Polycarbonate, 94V-0 rated

� Jack contacts: Phosphorous bronze, plated

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 81 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

with 1.27micro-meter thick gold

� Panel: Black, powder coated steel

� Up gradable to intelligent System: Panel

Should be up gradable to intelligent system

without changing the panel using Retrofit

Solution

� Performance Characteristics to be provided

along with bid Attenuation, NEXT, PS

NEXT, FEXT and Return Loss

21 Cat-6 Outdoor Cable, Outdoor

conduit and Tie

� Applicable Standard: Outdoor Purpose with

HDPE Outer Jacket with Steel Tape for

ruggedized purpose

� Cable Shielding: Cat 6 Cable should be

protected by Steel Tape Armour and shall be

use for direct burial application.

� All cables at field locations/signal points must

be concealed (i.e. inside the pole or

underground laying shall be done by SI)

� Should have Double HDPE Sheath for Higher

strength.

� Bend Radius: <1" around 24 mm

� Application: Direct burial & anti rodent cable

for Outdoor Camera Installation.

22 Outdoor Armed Shape Pole � Type: Hot dip golvanised after fabrication with

silver coating of 86 micron

� Height: 6 meters or higher, as per

requirements for different types of cameras &

site conditions

� Diameter: Minimum 100mm diameter pole

(bidders to choose larger diameter for higher

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 82 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

height).

� Bottom base plate: minimum base plate of

size: 300mm x 300mm x 15mm

� Foundation: Casting of civil foundation with

foundation bolts (J Bolt), to ensure vibration

free erection (basic aim is to ensure that

video feed quality is not impacted due to

winds in different climatic conditions and also

from vibration caused due to heavy vehicles

on road).

� Successful bidder is to take prior approval

from Jharkhand police for foundation drawing.

� Supply and fixing of 40mm dia, 2/3mtrs Long

single arm bracket with suitable pole sleeves

suitable for fixing of cameras including S /F of

suitable nuts, bolts, washers etc. as required

for camera installation.

� Protection: Lightning arrestors with proper

grounding.

� Sign-Board and Number Plate.

� The length / design / cantilever of the Pole

will be as per location and site requirement

23 Server for project components � Type of Server: 2U Rack server with all

accessories including kits & cables.

� Type of Processor:- x86

� 2 X 2.6GHz Octa core; 20 M Cache

� Memory:- 32GB DDR4

� Hard Disk:- 3x600GB 10k Hot Pluggable SAS

drives or higher

� RAID: 0,1,3,5

� Networking:- 10G FC Dual Ports

� CD/DVD:- DVD ROM (it is required at chases

level internal/external)

� Diagnostics: - Displays specific failed

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 83 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

component

� Should be compatible to Windows and Linux

operating systems

� Bidder can use open source or licensed

software for all the components of the project

� In case of bidder proposing license based

software solution, Bidder has to supply all the

required licences and its cost should be

bundled in bidder’s commercial proposal. All

the licenses should be issued in the name of

Jharkhand police.

� Pre-Installed OS

� Server management software should be

provided. Management software should

support integration with popular virtualization

platform management software like vCenter,

SCVMM and RedHat RHEV

� In case of licensed software bidder has to

provide .The license for the software will be in

the name of Jharkhand police

24 Storage 1400TB � The Storage System should have a dual

controller configuration running in an active-

active mode with automatic failover

capabilities in case of one controller failure.

� It should support NAS and SAN

Simultaneously without NAS Gateway.

� Should be provided with 96 GB cache across

the two controllers (48 GB per controller).

� It should have the ability to protect data on

cache. Cache should be mirrored and battery

/ Super capacitors backed. Cache backup

should be at least 72 hours.

� It should support RAID Levels 0, 1, 5, 50, 6,

10.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 84 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� It should support FC, iSCSI, FCoE, NFS &

CIFS Protocols

� The Storage system should be provided with

8 x 10 Gbps (with fibre transceiver modules)

unified host ports across the controllers

� The storage system should support 2.5" &

3.5" SAS, SATA HDD & SSD. The storage

system should have support for 12 Gbit/s

SAS drives.

� The storage system should be scalable to

300 drives or higher.

� The storage system should be offered with

180 x 8 TB 7.2K rpm SAS/SATA/SSD/NL-

SAS HDD with additional 10% drives as

global / dedicated hot-spares

� Proposed storage should integrated with

Domain Controller and LDAP

� Proposed storage should support Quota

Management based on users

� GUI based and web enabled administration

interface for configuration, storage

management.

� Storage should be provided with System

management tools Web GUI, CLI, SNMP,

SMI-S, IPV6, Email notification, wake on LAN

� Should offer real time performance

monitoring tools giving information on CPU

utilization, volume throughput, I/O rate and

latency.

� Storage management software must be able

to manage access controls, user accounts

and permission roles

� Should Support for industry-leading operating

system platforms including: HP-UX, IBM-AIX,

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 85 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

Microsoft Windows, LINUX, SUN Solaris,

Vmware.

� The System shall support fully Redundant &

Hot Swappable Fans & Power Supplies.

There shall be support for Non Disruptive

Microcode Update & Non Disruptive Parts

Replacement.

� Compliances: CE, FCC, CSA, RoHS, WEEE

� Power: 100-240 V AC, 50-60 Hz

� Rack Mountable: 15U Rack form factor with

rail kits for 19" rack mount

25 Tape Library � The Tape Library shall come along with

Ultrium 6 Drive. Minimum 24 Cartridge slots

� 160MBPS Native through put.

� Minimum 20 TB of Native Data Capacity and

40.0 TB of Compressed Capacity.

� Interface: 8Gb Fibre Channel Interface

� Should provide with necessary backup

software to take online back up from all

storage, Unix Servers and Windows servers.

26 62 PPM Heavy Duty Printer � Print speed: Up to 62 PPM

� Print quality: Up to 1200 x 1200 dpi

� Duty cycle: Up to 2,00,000 pages (monthly,

A4)

� Print technology: Laser

� Connectivity: 1 Hi-Speed USB 2.0, 1 Gigabit

Ethernet

� Memory 512 MB

� Paper handling input: 100-sheet multipurpose

tray 1; 500-sheet input tray 2

� Paper handling output: 500-sheet output bin;

100-sheet rear output bin

27 Work Station Intel Core i7with Processor: Equivalent or better of Intel i7 E6300 –

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 86 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

Graphics Card 3.10GHz, 8-MB Cache

Memory: 4GB DDR3 @ 1333MHz

Hard Disk: 500 GB SATA

Display: 24” Display

Network: Integrated 10/100/1000 Mbps Ethernet

OS: Pre installed Microsoft Windows 7 with

Restore / Recovery s/w ,OS CD and

documentation CD with each PC (in absence of

OS CD, OEM pack of OS to be supplied),

Integrated (on board) High Definition Audio

controller with internal speaker

Others: Min 52x SATA CD ROM (OEM make)

28 Commercial Display with min. 55

inch display screen

� Diagonal Size: 55"

� Light Source: LED

� Resolution: 1920*1080

� Display Colours: 8 bit - 16.7M

� Input Terminals: 1x Digital DVI-I ( include

Analog RGB ) , 1x Digital HDMI , 1x BNC

CVBS video, 1x RS232C Dsub-9, 1x RS422

RJ45, 1x Ethernet RJ45

� Output Terminals: 1x Digital DVI-D, 1xRS422,

RJ-45

� Power Supply: AC 100 - 240 V, 50Hz

� All accessories including cables and wall

mount kit

29 Video Wall with controller: Main

Display (5x2)

Video Wall:

� Cubes of 72" in a 5x2 configuration complete

with covered base stand.

� 1920 x 1200 native resolution

� IP based control to be provided and IR remote

control also should be provided for quick

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 87 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

access.

� Screen to Screen Gap shall be ≤2 mm

� Screen should have an anti reflective glass

backing to prevent bulging

� Control BD Input terminal:

o Input: Digital DVI, HDMI, Analog RGBHV

or YPbPr, and Analog Dsub-15

o Output: Digital DVI

� Video wall should be equipped with a cube

control & monitoring system

� System should have web browser architecture

� Should be able to control & monitor individual

cube , multiple cubes and multiple video walls

� Provide video wall status including Source ,

light source ,temperature, fan and power

information

� Should provide a virtual remote on the screen

to control the video wall

� Input sources can be scheduled in " daily",

"periodically" or "sequentially" mode per user

convenience

� System should have a quick monitor area to

access critical functions of the video wall

� User should be able to add or delete critical

functions from quick monitor area

� Automatically launch alerts, warnings, error

popup windows in case there is an error in the

system

� Automatically notify the error to the

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 88 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

administrator or user through a pop up window

� Should be able to provide an error message in

three sections: a) Problem area b) Error

Module Location c) Error Module Image

� Status log file should be downloadable in CSV

format as per user convenience

� Power: 100-240V @ 50/60 Hz

Display Controller:

� Controller to control 14 displays with 14

outputs ,4 Universal input and 8 Video in along

with necessary software’s

� Shall display multiple source windows in any

size, anywhere on the wall

� 19” industrial Rack mount with Lockable front

door to protect drives

� Embedded Dual-port Gigabit Ethernet

� Power: 100-240V @ 50/60 Hz

Wall Management Software:

� Software should enable the user to display

multiple sources in any size and anywhere on

the display wall.

� It should support for auto source detection

� Should support for Video, RGB, DVI, Desktop

Application and Remote Desktop Monitoring

Layouts

� Should able to Save and Load desktop layouts

from Local or remote machines

� All the Layouts should be scheduled as per

user convenience

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 89 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Should support auto launch of Layouts

according to specified time or event by user

and shall support layout preview option

� Software should provide live preview of video

wall

� Work space allocation: System should provide

functionality to the administrator to define and

allocate work space for a particular operator or

a group of operators when working on a Video

wall

� System should support SNTP function

30 Video Wall with controller: VIP

Display (2x2)

Video Wall:

� Cubes of 72" in a 2x2 configuration complete

with covered base stand.

� 1920 x 1200 native resolution

� Cube should be equipped with a built in dual

redundant power supply

� The inbuilt power supply should be hot

swappable

� IP based control to be provided and IR remote

control also should be provided for quick

access.

� Screen to Screen Gap shall be ≤2 mm

� Screen should have an anti reflective glass

backing to prevent bulging

� Control BD Input terminal:

o Input: Digital DVI, HDMI, Analog RGBHV

or YPbPr, and Analog Dsub-15

o Output: Digital DVI

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 90 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Video wall should be equipped with a cube

control & monitoring system

� System should have web browser architecture

� Should be able to control & monitor individual

cube , multiple cubes and multiple video walls

� Provide video wall status including Source ,

light source ,temperature, fan and power

information

� Should provide a virtual remote on the screen

to control the video wall

� Input sources can be scheduled in " daily",

"periodically" or "sequentially" mode per user

convenience

� System should have a quick monitor area to

access critical functions of the video wall

� User should be able to add or delete critical

functions from quick monitor area

� Automatically launch alerts, warnings, error

popup windows in case there is an error in the

system

� Automatically notify the error to the

administrator or user through a pop up window

� Should be able to provide an error message in

three sections: a) Problem area b) Error

Module Location c) Error Module Image

� Status log file should be downloadable in CSV

format as per user convenience

� Power: 100-240V @ 50/60 Hz

Display Controller:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 91 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

� Controller to control 14 displays with 14

outputs ,4 Universal input and 8 Video in along

with necessary software’s

� Shall display multiple source windows in any

size, anywhere on the wall

� 19” industrial Rack mount with Lockable front

door to protect drives

� Embedded Dual-port Gigabit Ethernet

� Power: 100-240V @ 50/60 Hz

Wall Management Software:

� Software should enable the user to display

multiple sources in any size and anywhere on

the display wall.

� It should support for auto source detection

� Should support for Video, RGB, DVI, Desktop

Application and Remote Desktop Monitoring

Layouts

� Should able to Save and Load desktop layouts

from Local or remote machines

� All the Layouts should be scheduled as per

user convenience

� Should support auto launch of Layouts

according to specified time or event by user

and shall support layout preview option

� Software should provide live preview of video

wall

� Work space allocation: System should provide

functionality to the administrator to define and

allocate work space for a particular operator or

a group of operators when working on a Video

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 92 of 150

S.No Name of Goods or Related

Services

Technical Description, Specifications and

Standards

wall

� System should support SNTP function

31 5 Tr PAC for Data Centre Server

farm area

� Capacity: 5Tr

� Temperature Requirements: 20 ± 2 Degree

Centigrade

� Relative Humidity (RH) requirements: Ambient

RH levels shall need to be maintained at 50%

± 5 non-condensing.

� Temperature & Relative Humidity Recorders:

Records of events for about past 7 days shall

be recorded and presentable whenever

required by Police Department

32 2.5 Tr Comfort AC for Command

Control Centre, NOC and UPS room

� Capacity: minimum 2.5 Tons

� Cooling Capacity: minimum 30000 BTU / Hr

� Noise Level: < 50 dB

� Operation: Remote Control

� Power: 230VAC , 50Hz

6.3 SLA Requirement

Service Level Agreement (SLA) is the agreement between Jharkhand Police and the

successful/selected bidder for the project. Jharkhand Police would monitor the

compliance of the SLA at every review meeting. SLA defines the responsibility of the

vendor in ensuring the project performance based on the agreed Performance

Indicators as detailed in the Agreement. This section defines various Service Level

Indicators for Ranchi City Surveillance Project.

The table below summarizes the indicative Performance Indicators for the services to

be offered by the implementation agency / SI. The equipment and services availability

should be recorded electronically (through NMS including uptime %) and physically by

the SI / Operator.

S. No. Indicative SLA Parameter SLA Target

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 93 of 150

1

Round the clock availability of all Surveillance Cameras

(including RLVD and ANPR Cameras) in a Quarter of year

i.e. three months for QGR calculation.

99%

2 Round the clock availability of “Outdoor Switches, Control

Room Switches, Firewall, NMS Software” during a Quarter of

year for QGR calculation.

99%

3 Round the clock availability of “Servers (VMS, VA, RLVD,

ANPR, Backup, NMS, NAS, & Other), Workstation, Display”

during a Quarter of year for QGR calculation.

99%

4 Round the clock availability of “Control Room (CCC) UPS

and DG Power” during a Quarter of year for QGR calculation. 100%

5 Round the clock availability of “Outdoor UPS Power” during a

Quarter of year for QGR calculation. 99%

6 Availability of tech. personnel for (8hrsX365days) logging

calls and problem rectification 98%

11.3.1 Network Operations Management

The operator is required to provide a contact number and this number shall

act as a SPOC (Single Point of Contact) for all the equipments, software and

services related issues reported by the staff or any other related

stakeholders of this surveillance project.

S.No Severity Issue Resolution Time

1 Level 1 Within 4 hours of occurrence

2 Level 2 Within 8 hours of occurrence

3 Level 3 Within 24 hours of occurrence

11.3.2 Severity Level Definition

Level 1:

The service / network outage, security or performance related issues

impacting the services availability/performance and leading to

unavailability of whole system.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 94 of 150

Level 2:

The service / network outage, security or performance related issues

impacting the services availability/performance and leading to

unavailability of the services at one or more locations

Level 3:

The network outage, security or performance related issues

impacting the network availability/performance and leading to

unavailability of the services from one or more cameras.

Note: Failing in restoring the affected services within stipulated time will

attracts penalty of Rs.1,000/- per instance per day and this will be

additional to the penalties mentioned in clause 6.5.

11.3.3 Measurement of SLA

The monitoring & measurement of SLA and audit shall be performed by the

Jharkhand Police identified third party agency and independent of the Project

Service Provider.

The successful bidder shall establish a Network Management System (NMS)

for monitoring and measurement of the SLA parameters identified for the

project. The NMS implemented for the project shall conform to the open

network management standards such as Simple Network Management

Protocol (SNMP) and Remote Monitoring (RMON) features.

The successful bidder cum service provider shall provide the NMS logs from

time to time for monitoring and audit the SLA parameters identified for the

surveillance project operations. The Jharkhand Police reserves the right to

periodically change the measurement points and methodologies it uses

without notice to the Service provider of the project.

6.4 Penalties

The implementation agency / successful bidder shall be paid QGR as per the

services (i.e. availability) provided to Jharkhand Police

Description Availability Penalty

Round the clock availability of all

Surveillance Cameras (including RLVD

and ANPR Cameras) and Outdoor

Within SLA Nil

Between 98% to <99% 5% of the

components QGR

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 95 of 150

switches in a Quarter of year i.e. three

months for QGR calculation.

Between 97% to <98% 10% of the

components QGR

Between 96% to <97% 20% of the

components QGR

Between 95% to <96% 25% of the

components QGR

Less than 95% No payment

Round the clock availability of “Control

Room Switches, Firewall, NMS Software”

during a Quarter of year for QGR

calculation.

Within SLA Nil

Between 98% to <99% 5% of the total

QGR

Between 97% to <98% 10% of the total

QGR

Between 96% to <97% 20% of the total

QGR

Between 95% to <96% 25% of the total

QGR

Less than 95% No payment

Round the clock availability of “Servers

(VMS, VA, RLVD, ANPR, Backup, NMS,

NAS, & Other), Workstation, Display”

during a Quarter of year for QGR

calculation.

Within SLA Nil

Between 98% to <99% 5% of the total

QGR

Between 97% to <98% 10% of the total

QGR

Between 96% to <97% 20% of the total

QGR

Between 95% to <96% 25% of the total

QGR

Less than 95% No payment

Round the clock availability of “Control

Room (CCC) UPS and DG Power” during

a Quarter of year for QGR calculation.

Within SLA Nil

Between 99% to <100% 5% of the total

QGR

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 96 of 150

Between 98% to <99% 10% of the total

QGR

Between 97% to <98% 20% of the total

QGR

Between 96% to <97% 25% of the total

QGR

Less than 96% No payment

Round the clock availability of “Outdoor

UPS Power” during a Quarter of year for

QGR calculation.

Within SLA Nil

Between 98% to <99% 5% of the

components QGR

Between 97% to <98% 10% of the

components QGR

Between 96% to <97% 20% of the

components QGR

Between 95% to <96% 25% of the

components QGR

Less than 95% No payment

Availability of tech. personnel for

(8hrsX6days per week) logging calls and

problem rectification

Within SLA Nil

Between 97% to <98% 5% of the total

QGR

Between 96% to <97% 10% of the total

QGR

Between 95% to <96% 20% of the total

QGR

Between 94% to <95% 25% of the total

QGR

Less than 94% No payment

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 97 of 150

6.4.1 Operational Penalties

In the event the Service provider is unable to meet any one of the SLA

parameters defined in this RFP & corrigendum for 10% or more of the

operational Ranchi City Surveillance project during two quarters in a year or

four quarters during the five years of the contract, Jharkhand Police reserves

the right to terminate the contract.

Note:-

• If the original equipments are replaced by a temporary substitute

equipment/s within resolution period, the penalty will not be charged for

one week from the date of substitution /replacement. If the same is not

repaired/ replaced within one week, the penalty at the above rate will be

charged thereafter for one week and the same shall be 2 (two) times

thereafter. If Penalty amount is more than payable of the QGR, then

balance will be recovered from QGR/PBG.

• If the total penalty reaches an amount equal to or more than 10% of the

order value, the same shall invoke from the PBG and the process of

termination of service as defined in the RFP may be initiated by

Jharkhand Police.

6.4.2 Penalties for misuse

In case of misuse of data / network / equipment at the instance of Bidder, the

penalty imposed on the Bidder, without prejudice to GoJ other remedies

under the Agreement shall be 200% of the final bid amount under the

Agreement and also GoJ may terminate the Agreement.

7 Special Conditions of Contract

7.1 Responsibility Matrix

S.No Activity JH Designated

Agency SI

1 Preparation of RFP for the Selection of Agency. √

2 Tender Process for the Selection of Agency √

3 Site Identification √

4 Site Handover √ √

5 Site Survey and Preparation √

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 98 of 150

S.No Activity JH Designated

Agency SI

6 Delivery, and Installation of the CCC and Field

equipments/spares √

7 Monitoring the Installation and Commissioning of

the CCC equipment and field equipment √ √

8 Acceptance Tests (Partial & Final Acceptance) √ √

9 Onsite Inspection and Verification of Acceptance

Tests √ √ √

10 Issue of Final Acceptance Test Certificate √

11 Using of the Commissioned Surveillance System √

12

Management and Maintenance of all the

commissioned project equipment including

software

13 Centralized Monitoring

from CCC √

14 Periodical Generation Of CCC operations log,

NMS report and storing √

7.2 Acceptance Test

The acceptance of the CCC and field equipment (camera, switch, UPS, Poles, civil

work, etc.,) in accordance with the requirements in this RFP shall be conducted.

After successful testing by any party as authorised by Jharkhand Police, a Final

Acceptance Test Certificate shall be issued by Jharkhand Police to the Bidder. The

date on which Final Acceptance certificate is issued shall be deemed to be the date

of successful commissioning of Command & Control Centre (CCC) and all the field

sites.

The test shall include the following:

1) All Civil, electrical, UTP, etc., are completed as per the industry standard and

minimum specifications.

2) All hardware and software items must be installed at particular site as per the

specifications.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 99 of 150

3) Availability of all the defined services shall be verified. The SI shall be

required to demonstrate all the features/facilities/functionalities as mentioned

in the RFP and the proposed solution.

4) The SI will arrange the test equipment required for performance verification

and shall also provide documented test results. (Eg. Bidder should arrange

Variac at site for testing UPS I/p range and O/p variations)

5) Bidder shall be required to demonstrate all the

features/facilities/functionalities as mentioned in the RFP and technical

proposal.

Bidder can request to initiate the acceptance test process for a lot of minimum 50

sites at a time. The final acceptance certificate will be released after acceptance of

all the components of the project.

Any delay by the Bidder in the Final Acceptance Testing shall render the Bidder

liable to the imposition of appropriate Penalties.

7.3 Performance Security for Operations

Bidder shall furnish Performance Guarantee to Jharkhand Police for an amount

equal to 10% of the arithmetic sum of the bid amount for five years according to the

agreement, within 15 days after releasing of LOI as per the format enclosed in the

RFP for Performance Bank Guarantee

The Performance Guarantee shall be valid for a period of five year and six months

and the Jharkhand Police may forfeit this Performance Guarantee for any failure on

part of Bidder to complete its obligations under the agreement.

The Performance Guarantee shall be denominated in Indian Rupees and shall be

in the form of a Bank Guarantee issued by a scheduled bank located in India with

at least one branch office in Ranchi in the format provided by the tenderer.

The Performance Guarantee shall be returned to the Bidder within 30 days of the

date of successful discharge of all contractual obligations at the end of the period

of the Agreement by Jharkhand Police. In the event of any amendments to

Agreement, the Bidder shall within 15 days of receipt of such amendment furnish

the amendment to the Performance Guarantee as required.

7.4 Force Majeure

Neither party shall be responsible to the other for any delay or failure in

performance of its obligations due to any occurrence commonly known as Force

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 100 of 150

Majeure which is beyond the control of any of the parties, including, but without

limited to, fire, flood, explosion, acts of God or any Governmental body, public

disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes,

lockouts or other labour disputes, insurrections, civil commotion, war, enemy

actions. If a Force Majeure arises, the Bidder shall promptly notify Tenderer in

writing of such condition and the cause thereof. Unless otherwise directed by

Tenderer, the successful bidder shall continue to perform his obligations under the

contract as far as is reasonably practical, and shall seek all reasonable alternative

means for performance not prevented by the Force Majeure event. The successful

bidder shall be excused from performance of their obligations in whole or part as

long as such causes, circumstances or events shall continue to prevent or delay

such performance.

7.5 Implementation Timelines

S.No Activity Time Frame Total Time Frame

1 LOI (Letter of Intent) issuance by

Jharkhand Police.

T0

2 Submission of PBG by Successful

bidder

T0 + 2Weeks = T1 T0 + 14Days

3 Issuance of Purchase Order by

Jharkhand Police

T1 + 1week = T2 T0 + 21Days

4 Agreement Signing by Jharkhand

Police & Bidder

T2 + 2weeks = T3 T0 + 35Days

5

Site Survey (for CCC & Camera

Sites/ Locations) and Submission

of Report

T2 + 2weeks T0 + 35Days

6

Site preparation with completion of

civil works and Non-IT

Equipments commissioning

T3 + 5weeks T0 + 70 Days

7 Hardware procurement and

delivery at respective sites

T3 + 8weeks = T4 T0 + 91 Days

8 Completion of entire Surveillance

System Commissioning

T4 + 4Weeks = T5 T0 + 119 Days

9 Acceptance Test T5 + 2Weeks T0 + 133 Days

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 101 of 150

S.No Activity Time Frame Total Time Frame

10 Training to Police Personnel T6 + 1 Week T0 + 140 Days

11 Onsite warranty for Hardware &

Software

5 Years from the

date of Acceptance

Certificate issued

by Jharkhand

Police

12 Operational support and

maintenance

7.6 Liquidated Damages

Subject to clause for Force Majeure, if the bidder fails to complete the project

deliverables within scheduled timelines or the extended date or if any.

1) Vendor repudiates the contract before completion of the work, the

Jharkhand Police at its discretion may without prejudice to any other

right or available remedy, may recover 1% per week subject to a

maximum of 6% (Six percent) of the total project cost from the Vendor

as Liquidated Damages (LD). If the delay continues further (i.e. beyond

6weeks) Jharkhand Police may terminate the contract.

2) In the case it leads to termination, the Jharkhand Police shall give 30

days’ notice to the vendor of its intention to terminate the contract and

shall so terminate the contract unless during the 30 days notice period

the vendor initiates remedial action acceptable to the Jharkhand Police.

The Jharkhand Police may without prejudice to its right to affect recovery by any

other method deduct the amount of liquidated damages from any money belonging

to the vendor in its hands (which includes the Jharkhand Police right to claim such

amount against vendor’s Performance Bank Guarantee) or which may become due

to the vendor. Any such recovery or liquidated damages shall not in any way relieve

the vendor from any of its obligations to complete the works or from any other

obligations and liabilities under the Contract.

7.7 Taxes and Duties

a) All the taxes, duties, levy and all other charges applicable and shall be

valid for delivery on for basis to the designated delivery points. All

payments will be subjected to tax deduction at source as

applicable/required at the prevailing tax rates.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 102 of 150

b) Jharkhand Police shall not pay any increase in duties, taxes and

surcharges and other charges on account of any revision, enactment

during the period of validity of the Bids and also during the contract period.

The decision of Jharkhand Police in this regard will be final and binding

and no disputes in this regard will be entertained.

7.8 Payment Terms

No advance payments shall be done by Jharkhand Police under any circumstance.

The selected Bidder shall be paid only on completion of milestones at the rates

specified by the bidder and agreed upon.

Jharkhand Police shall make payment after the successful

implementation/completion of every milestone of any given phase when the bidder

claims for payment with the following supporting document:

1. Acceptance certificate by Jharkhand Police

2. SLA compliance report as prepared by the vendor and approved by

consultant

3. All supporting documents like the delivery challans, bills, invoices etc.

4. Submission of the CCC and Field equipment operations log and NMS

report

5. Biometric Attendance report duly certified by competent authority of

FMS/ support staff

The following table represents the milestones and payment component laid down

for the following project:

Phase Milestone Payment

Implementation

(i.e. Supply,

Installation and

Commissioning)

Delivery, installation and commission of entire

Hardware, software and active and passive

Networking Components (at CCC and all

Camera sites) and Jharkhand Police acceptance

certificate (AT) issuance.

50% of the

total

Project

Cost

Operations and

Maintenance

Technical manpower deployment and providing

FM Services for a period of 5 years from the

date of Jharkhand Police AT certificate

issuance.

50% of the

total

project

cost in 20

QGRs as Comprehensive onsite warranty and AMC for a

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 103 of 150

Phase Milestone Payment

period of 5 years per SLA

report

7.9 Intellectual Property Rights

All intellectual property rights for the work performed under this RFP as far as data

is concerned shall lie with Jharkhand Polices. This clause is applicable to all data in

any form or format designed and developed for Jharkhand Police under this RFP

by the Bidder. The Bidder shall not use such data for any other purpose during and

after the term of contract.

7.10 Indemnity

Successful bidder/SI shall indemnify, protect and save Jharkhand Police against all

claims, proceeding, liabilities, losses, costs (including legal costs), damages,

expenses and action suits, resulting from infringement of any patent, trademarks,

copyrights, any other statutory infringements in respect of all the hardware /

software supplied by them or expenses whatsoever arising out of or resulting from

any loss or damage to the property or personnel of Jharkhand Police, relating to

the performance of the Project whether or not such loss or damage is caused or

contributed to by negligence or other default of SI / vendors or their Authorized

User.

7.11 Validity of Licenses

Bidders should guarantee that any software supplied to Jharkhand Police and to

any other location as part of the contract mentioned in this RFP are licensed and

legally obtained. Licenses supplied for all components including all hardware and

software should be “Permanent, Perpetual and Lifetime Licenses”, which should

enable the department to use the same without any restrictions during the project

as well as after the contract with the selected Bidder is over.

7.12 The Insurance Coverage

The responsibility to maintain adequate insurance coverage on comprehensive all

risk basis at all times during the project period in all respects shall be that of the

bidder alone.

Goods supplied under the contract shall be also fully insured on all risks including

fire, theft, flood, earth quake and other natural calamities at bidder own cost basis

during inland transit up to destination defined in the purchaser’s country. The

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 104 of 150

supplier must insure the goods in an amount equal to 110% of CIF/EXW price of

goods.

7.13 Approval / Clearances

Necessary approvals/ clearances from concerned authorities (like District

Administration, Municipalities, Public Works Department (PWD), Department of

Building Construction, State Electricity Board etc.), as required, shall be obtained

by bidder although Jharkhand Police will facilitate bidder for the same, and the cost

involved in the same must be included in bid.

7.14 Arbitration

i. All disputes, differences, claims and demands arising under the contract

shall be referred to arbitration of a sole arbitrator to be appointed by the

mutual consent of both Parties. All arbitration will be held in Ranchi.

ii. If the parties cannot agree on the appointment of the Arbitrator within a

period of one month from the notification by one party to the other of

existence of such dispute, then the Arbitrator shall be nominated by the GoJ

(Govt. of Jharkhand). The provisions of the Arbitration and Conciliation Act,

1996 will be applicable and the award made there under shall be final and

binding upon the parties hereto, subject to legal remedies available under the

law. Such differences shall be deemed to be a submission to arbitration

under the Indian Arbitration and Conciliation Act, 1996, or of any

modifications, Rules or re-enactments thereof.

7.14.1. Governing Laws

i. This Agreement shall be covered and construed in accordance with Laws

of India including without limitation, the relevant Central and State Acts

and Rules, Regulations and Notifications issued and amended there

under from time to time.

ii. Courts at Ranchi shall have the jurisdiction in case of litigation between

the parties.

7.15 Guarantee

The goods/equipments ordered for supply / delivery must be new and should be

from the manufacturer's current product line. The vendor should guarantee that the

Goods supplied are new, unused and conform to technical specifications of design,

materials and workmanship mentioned in the quotation. The Supplier should also

guarantee that the Goods supplied should perform satisfactorily as per

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 105 of 150

requirements mentioned in the specification during implementation and operation &

maintenance period. All hardware and software must be supplied with their

originals along with complete original printed documentation and licenses

7.16 Exit Management

1. Upon completion of the contract period or upon termination of the agreement

for any reasons, the successful bidder shall comply with the following:

a) Notify to Jharkhand Police forthwith the particulars of all Project Assets;

b) Deliver forthwith actual and constructive ownership and possession of

the assets free and clear of all Encumbrances and execute such

deeds, writings and documents as may be required by Jharkhand

Police for fully and effectively divesting the successful bidder of all of

the rights, title and interest of the successful bidder in the project;

c) Comply with the divestment requirements set out in this RFP in case if

termination of this agreement is due to Jharkhand Police event of

default, Indirect Political Event or Political Event the Successful bidder

shall have implemented the maintenance schedule as well as any

repairs pointed out by the Independent Consultant in its Operations &

Maintenance Inspection Report prior to date of Termination Notice. In

case of Termination due to Non-Political Force Majeure Event, the

Divestment Requirements shall be agreed between Jharkhand Police

and the Successful bidder; and

d) Pay all transfer costs and stamp duty applicable on handing back of

project assets except in case the Project is being transferred due to

Jharkhand Police of Default, Indirect Political Event, Political Event or

expiry of Concession period, where Jharkhand Police shall be

responsible for transfer costs and stamp duty, if any. For clarification of

doubt, transfer costs in this Clause relate to taxes and duties

applicable at transfer of the Project, if any.

2. Subject to clauses of exit management, upon completion of the contract period

or upon termination of the agreement, the successful bidder shall comply and

conform to the following Divestment Requirements in respect of the Project:

a) All Project Assets including the hardware, software, documentation and

any other infrastructure shall have been renewed and cured of all

defects and deficiencies as necessary so that the Project is compliant

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 106 of 150

with the Specifications and Standards set forth in the RFP, Agreement

and any other amendments made during the contract period;

b) The Successful bidder delivers relevant records and reports pertaining

to the Project and its design, engineering, operation, and maintenance

including all operation and maintenance records and manuals

pertaining thereto and complete as on the Divestment Date;

c) The Successful bidder executes such deeds of conveyance, documents

and other writings as the Jharkhand Police may reasonably require to

convey, divest and assign all the rights, title and interest of the

Successful bidder in the Project free from all Encumbrances absolutely

and free of any charge or tax unto the Jharkhand Police or its

Nominee; and

d) The Successful bidder complies with all other requirements as may be

prescribed under Applicable Laws to complete the divestment and

assignment of all the rights, title and interest of the project, free from all

Encumbrances absolutely and free of any charge or tax to Jharkhand

Police or its nominee.

3. Not earlier than 3 (three) months before the expiry of the contract Period but

not later than 30 (thirty) days before such expiry, or in the event of earlier

Termination of the contract, immediately upon but not later than 15 (fifteen)

days from the date of issue of Termination Notice, the Independent Consultant

as nominated by Jharkhand Police shall verify, in the presence of a

representative of the Successful bidder, compliance by the Successful bidder

with the Divestment Requirements set forth in the RFP in relation to the

Project and, if required, cause appropriate tests to be carried out at the

successful bidder’s cost for determining the compliance therewith. If either

Party finds any shortcomings in the Divestment Requirements, it shall notify

the other of the same and the Successful bidder shall rectify the same at its

cost.

4. Upon the Successful bidder conforming to all Divestment Requirements and

handing over actual or constructive possession of the Project to Jharkhand

Police or a person nominated by Jharkhand Police in this regard, Jharkhand

Police shall issue a certificate substantially in the form set forth in RFP, which

will have the effect of constituting evidence of divestment of all rights, title and

lien in the Project by the Successful bidder and their vesting in Project

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 107 of 150

pursuant hereto. State Government shall not unreasonably withhold issue of

such certificate. The divestment of all rights, title and lien in the Project shall

be deemed to be complete on the date when all the Divestment Requirements

have been fulfilled or the Certificate has been issued, whichever is earlier, it

being expressly agreed that any defect or deficiency in any Divestment

Requirement shall not in any manner be construed or interpreted as restricting

the exercise of any rights by State Government or its nominee on or in respect

of the Project on the footing as if all Divestment Requirements have been

complied with by the Concessionaire.

7.17 Termination of Service

7.17.2. Termination by Client

The Client reserves the right to suspend any of the Services and/or

terminate this Agreement in the following circumstances by giving 30 days

notice in writing:

i. In case bidder becomes the subject of bankruptcy, insolvency,

winding up, receivership proceedings; or

ii. In case client finds illegal use of connections, hardware, software

tools that are dedicated to the Client only.

iii. In case the bidder falls in the last category of SLA (i.e. imposed

penalty is >/= 25% of QGR amount) parameter in any Two

consecutive quarters or three quarters in five years.

7.17.3. Termination for Default

(i). The client may, without prejudice, to any other remedy for breach of

contract (including forfeiture of Performance Security), by written

notice of default sent to the bidder, terminate the contract in whole

or in part if:

• The bidder fails to deliver any or all of the obligations within

the time period(s) specified in the contract, of any extension

thereof granted by the client, or

• The bidder fails to perform any other obligation(s) under the

contract.

(ii). In the event the Client terminates the Contract in whole or in part,

they may procure, upon such terms in such manner, as it deems

appropriate, goods similar to those undelivered, and the bidder shall

be liable to pay excess cost of such similar goods to the client. This

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 108 of 150

liability will be in addition to forfeiture of performance guarantee and

any other legal proceedings, which the Client may initiate.

7.18 Bankruptcy and Insolvency

Jharkhand Police can terminate the contract if the bidder becomes bankrupt and/or

losses the desired state of insolvency with a notice of 15 days. The Jharkhand

Police, in such cases of termination, will not be responsible for any loss or financial

damage to the service provider resulted due to the termination. The Jharkhand

Police will also, in such cases have the right to recover any pending dues by

invoking the performance bank guarantee or any such instrument available with the

department.

7.19 Maintenance of Equipment

The selected Bidder shall ensure that services of a professionally qualified

personnel is available for providing comprehensive on-site maintenance and

administration (on 24 X 7 basis) of hardware and software for a period of five years

(hardware and system software).

In the event of network break down or failures at any stage, protection available,

which would include the following, shall be specified.

i. Diagnostics for identification of hardware failures

ii. Recovery/restart network

The Bidder should maintain stock of critical components to meet SLA. The

comprehensive maintenance would be inclusive of all spares need to be replaced.

The Bidder shall guarantee the availability of spares for a period of at least five

years in respect of all the hardware and software.

7.20 Handing over

At the end of the operation and maintenance services period, Jharkhand Police

may exercise its option to renew the AMC and FMS with the existing vendor or may

invite fresh bids for subsequent AMC and FMS.

If handover is required to any other System Integrator other than the vendor, at the

end of the existing contract period or otherwise, the vendor would be responsible

for handing over the complete hardware including know-how documentation

records and all such relevant items that may be necessary for the transition

process.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 109 of 150

Jharkhand Police reserves the right to quarterly extend the contract period after

completion of the agreement period; and Jharkhand Police will pay for such

extended period on prorata basis.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 110 of 150

ANNEXURES

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 111 of 150

Annexure – A: Camera Sites/ Locations

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

1 Radiun (Kachahari)

Chowk Round 30 feet 4 1 8 8

2 Jail Chowk Round 30 feet 4 1 8 8

3 Ranchi women sainik

college Straight 20 feet 1 0 0 0

4 East jail More T 20 feet 1 0 0 0

5 Ranchi women

college Arts Block Straight 20 feet 1 0 0 0

6 Hariom Tower Straight 20 feet 2 0 0 0

7 Lalpur Chowk/

Agrasen Chowk Round 30 feet 4 1 8 8

8 Dagradoli Chowk Round 30 feet 3 1 0 0

9 Kantatoli Round 30 feet 4 1 4 4

10 Bahu Bazar Chowk Round 30 feet 3 0 0 0

11 Chutia Thana Straight 40 feet 2 0 0 0

12 Railway Station Triangle 40 feet 4 1 0 0

13 Khadgarha Bus

Station (Entry point) T 40 feet 1 0 0 0

14 Petrol Pump

Khardgarha Exit Point Straight 40 feet 1 0 0 0

15 Sirum toli chowk Round 40 feet 4 1 6 6

16 Munda Chowk Triangle 40 feet 3 0 0 0

17 Govt. Bus Stand T 20 feet 1 0 0 0

18 Big Bazar Straight 40 feet 2 0 0 0

19 Sujata Chowk / Lala Round 30 feet 4 1 2 2

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 112 of 150

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

lajpat rai chowk

20 P.P. Compound Road Straight 30 feet 1 0 0 0

21 Church Complex Straight 30 feet 2 0 0 0

22 Sainik market Straight 30 feet 2 0 0 0

23 Ratan P.P. Chowk Round 30 feet 4 0 0 0

24 Malha Toli T 30 feet 1 0 0 0

25 Public Urdu Library T 30 feet 1 0 0 0

26 Daily Market Thana Straight 30 feet 2 0 0 0

27 Lake Road Bangla

School T 20 feet 1 0 0 0

28 Firayalal Chowk /

Albert Akka Chowk Round/5 40 feet 5 1 0 0

29 Saheed Chowk Triangle 30 feet 3 1 0 0

30 Mahila Thana Straight 20 feet 1 0 0 0

31 Kotwali Thana Straight 20 feet 1 0 0 0

32 Xavier College Straight 20 feet 1 0 0 0

33 Misson Chowk Round 20 feet 0 1 0 0

34 St. Jhon's

Intermediate college Straight 40 feet 2 0 0 0

35 Karbala Chowk Round 30 feet 4 0 0 0

36 Plaza Chowk Round 20 feet 4 0 0 0

37 Karamtoli Chowk Round 40 feet 4 1 8 8

38 Morabadi Road near

SSP Awas T 20 feet 1 0 0 0

39 SSP Awas Chowk Round 30 feet 4 1 0 0

40 Sajahanand Chowk Round 40 feet 4 1 8 8

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 113 of 150

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

41 Ratu Road / New

market Chowk Round 40 feet 4 1 8 8

42 Gonda Thana Straight 40 feet 2 0 0 0

43

Reliance

Fresh/Rliance Mart

Kake Road

Straight 40 feet 2 0 0 0

44 Premson's Road

Mandir chowk Triangle 40 feet 3 0 2 2

45 Gandhi Nagar more T 40 feet 2 0 0 0

46 Chandi chowk Straight 40 feet 2 0 2 2

47 Kanke Thana Straight/T 20 feet 1 0 0 0

48 Hot Lips Chowk Round 40 feet 4 1 0 0

49 ATI More Round 30 feet 4 1 0 0

50 Raj Bhawan More Triangle 30 feet 1 0 0 0

51 Raj Bhwan Gate 1 Straight 30 feet 1 0 0 0

52 Javir Hussain Park Triangle 30 feet 2 1 0 0

53 Nagababa Khatal Triangle 30 + 20

feet 4 1 0 0

54 DC Awas near

morabadi Triangle 30 feet 3 0 0 0

55 State guest house Triangle 40 feet 3 0 0 0

56 RIMS Gate 2,

Bariyatu Straight 40 feet 2 0 0 0

57 RIMS gate 1 Straight 40 feet 2 0 0 0

58 Briyatu Thana Straight 40 feet 1 0 0 0

59 Booti More Round 40 feet 4 1 4 4

60 Khelgaon More Triangle 40 feet 3 0 0 0

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 114 of 150

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

61 Khelgaon Thana Straight 40 feet 1 0 0 0

62 Kokar Chowk Triangle 20 feet 3 0 0 0

63 Sadar Thana Straight 20 feet 1 0 0 0

64 Lowadih Chowk Straight 30 feet 2 0 0 0

65 Durga Soren Chowk Round 60 feet 4 1 0 0

66 Namkum Thana Straight 40 feet 2 0 0 0

67 Sadabahar Chowk Triangle 30 feet 3 0 0 0

68 Nepal House Straight 30 feet 3 0 0 0

69 Rajendra Chowk Round 40 feet 3 1 0 0

70 Mecon Circle Triangle 30 feet 3 1 0 0

71 Highcourt Circle Triangle 30 feet 3 1 0 0

72 Chhanda Chowk Triangle 20 feet 3 0 0 0

73 Doranda Thana Straight 20 feet 1 0 0 0

74 A.g More Triangle 40 feet 3 0 4 4

75 Nirmala College Straight 20 feet 1 0 0 0

76 Hinoo Chowk Triangle 20 + 20

feet 3 1 6 6

77 Birsa Chowk Triangle 40 feet 3 1 6 6

78 HEC Gate Triangle 40 feet 3 1 6 6

79 Jagarnath pur Thana Straight 40 feet 1 0 0 0

80 Dhurba Glochakkar Round 40 feet 4 1 0 0

81 Dhurba Thana Straight 30 feet 1 0 0 0

82 Private Bus Stand Round 30 feet 4 1 0 0

83 Project Building Straight 40 feet 1 0 0 0

84 DGP Office Straight 40 feet 2 0 0 0

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 115 of 150

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

85 Chandni Chowk near

DGP office Round 40 feet 0 1 0 0

86 TUPUDANA Round 40 feet 4 1 0 0

87 JAP1 Straight 30 feet 1 0 0 0

88 Kadru Over Bridge Straight 20 feet 2 0 0 0

89 Argora Thana Straight 15 feet 2 0 0 0

90 Argora Chowk Round 40 feet 4 1 4 4

91 Kathal More Round 20 feet 4 0 0 0

92 Kantitar More Round 20 feet 4 0 0 0

93 Nagri Thana Straight 20 feet 1 0 0 0

94 ITI Bus Stand Straight 30 feet 2 0 0 0

95 Pisca More Triangle 20 feet 3 0 0 0

96 Ram vilash petrol

pump Straight 20 feet 1 0 0 0

97 Sukhadev Nagar

Thana Straight 20 feet 1 0 0 0

98 Lalpur Thana Straight 20 feet 1 0 0 0

99 Kishore Yadav Chowk Round 20 feet 4 1 0 0

100 Antu Straight 20 feet 3 1 0 0

101 Command & control

room

Straight/c

ampus 40 feet 2 1 0 0

102 Rock Garden Straight 60 feet 1 1 0 0

103 Jagarnath Temple Round/Fi

eld 20 feet 2 2 0 0

104 Mausiwadi (Jagarnath

Temple) Straight 20 feet 1 1 0 0

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 116 of 150

S.No Location Name Junction

Type

Approx.

Road

width

Fix

cameras

PTZ

Cameras RLVD ANPR

105 Jagarnathpur temple

Chowk Triangle 40 feet 2 1 0 0

106 Airport Straight 40 feet 2 0 0 0

107 Satellite Chowk Round 40 feet 4 1 0 0

108 Harmoo Chowk Round 40 feet 4 0 0 0

109 Muktidham Triangle 40 feet 2 0 0 0

110 Kishoreganj Two

roads 40 feet 2 0 0 0

111 Pharimandir 40 feet 4 0 0 0

112 Pharimadir Ratu road

side Straight 20 feet 3 0 0 0

113 Sidhu kanu More Triangle 30 feet 3 0 0 0

114 Mohrawadi Chowk Round 30 feet 4 1 0 0

115 Marwari College Straight 20 feet 1 0 0 0

TOTAL 279 42 94 94

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 117 of 150

Annexure – A: ContdF

S.No Location Name Junction

Type

Approx. Road

width in

Meter

No. of Fix

cameras

1 Patel Chowk Triangle 20 3

2 Divyani Chowk T 20 3

3 Bariyatu More (Mohrawadi

Side) T 20 3

4 Bariyatu Mid Way Straight 15 2

5 Bariyatu More

(RIMS Side) T 20 3

6 Cheshyer Home Rd. T 40 3

7 Rani Bagan T 20 3

8 Khelgaon L 40 3

9 Jail More T 40 3

10 Ranchi Central Jail Straight 30 3

11 Jora Talab-1 L 20 3

12 Jora Talab-2 L 20 3

13 Hill View Hotel More Cross 40 4

14 Pahari Mandir West T 20 3

15 Amar Veer Budhu Chowk Triangle 15 3

16 Choona Bhatta Cross 10 4

17 Shastri Chowk Cross 20 4

18

BSNL More (Marwari

College) Cross 10 4

19 Bara Talab T 15 3

20 Marwari College (Boys) Straight 15 2

21 Bara Talab Himpidhi T 15 3

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 118 of 150

S.No Location Name Junction

Type

Approx. Road

width in

Meter

No. of Fix

cameras

22 Mukti Gas Agency T 15 3

23 Goshala Straight 40 2

24 Mukti Dham Setu Straight 40 2

25 Kartik Uraon Chowk Straight 40 2

26

Mid of Sahjanad Harmu

Chowk Straight 40 2

27 Din Dayal Chowk Triangle 40 3

28 JVM Office More T 40 3

29 Dibdih Briedge-1 Straight 40 3

30 Dibdih Briedge-2 Straight 40 3

31 Alkapuri Straight 40 2

32 Nirwachan Aayog Straight 40 3

33 Hawai Nagar Rd. No. 3 Straight 30 2

34 Hawai Nagar

(Dolphinose Resturant) Straight 30 2

35 Hawai Nagar Rd. No. 15 Straight 30 2

36

Hatiya Rly. Station More

(Hawainagar Side) Traingle 40 3

37 Hatiya Rly. Station -1 T 40 3

38 Hatiya Rly. Station -2 T 40 3

39 Singh More T 40 3

40 Swarnrekha Briedge Straight 40 2

41 Bari Ghaghara Straight 40 2

42 Shanti Rani School

Ghaghra Straight 40 2

43 Kusai Colony (SBI) Straight 40 2

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 119 of 150

S.No Location Name Junction

Type

Approx. Road

width in

Meter

No. of Fix

cameras

44 Jharkhand Elec. Board Straight 40 2

45 Police Association Office Triangle 40 3

46 HEC Plant Gate Round 30 3

47 JEDCL, HEC T 40 3

48 Shopping Complex, HEC Straight 40 2

49 JSCA Stadium More T 40 3

50 Kendriya Vidhyalaya T 40 3

51 Vidhanshabha T 40 3

52 Hotel Green Acere L 30 2

53 Meteorological Centre Straight 40 2

54 Premsons True Value Straight 40 2

55 Kadru Over Briedge

underpass T 15 3

TOTAL 150

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 120 of 150

Annexure – B: Template for Pre-Bid Conference Queries

RFP purchase receipt no:

Date:

Name of the Bidder:

Address:

Telephone Nos:

Fax No:

Mobile No:

Email ID:

Sl

No:

Page

No. in

the RFP

Section

No:

Clause No: Particulars of the

query / clarification

Remarks

1

2

3

4

Authorized Signatory

Designation

(If the queries / clarifications are submitted through e-mail, the bidder should send the queries

/ clarifications through official e-mail IDs only.)

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 121 of 150

Annexure – C : Site Not Ready (SNR) Certificate Template

1. Agency / Vendor Name

2. Project Name

3. Purchase Order No. & date

4. Equipment Name

5. Date of delivery

6. Date of 1st Visit for installation

7. Site not ready reason

8. Tentative date of site being ready for

installation

9. Contact detail of vendor for getting

equipment installed, if site get ready.

10. Certificate There is no delay on the part of vendor in

getting the equipment installed

11.

Name of User/ Department Official site in charge:

Designation:

Signature:

(with official seal)

Date:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 122 of 150

Annexure – D: Installation Certificate

1. Agency/ Vendor Name

2. Project Name

3. Purchase Order No. & date

4. Equipment Name & Description

5. Equipment Serial No. 1)

2)

3)

6. Date of delivery

7. Date of intimation of call for installation /

site readiness information

(in case of SNR)

8. Installation Date

9. Certificate Equipment (As per ordered configuration)

has been installed successfully

10. Name of User/ Department Official site in charge:

Designation :

Signature:

(with official seal)

Date:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 123 of 150

Annexure – E : Bid Letter (Prequalification cum Technical) Template

Date: dd/mm/yyyy

To,

<< Address>>

Reference: Tender Number ]]. Dated ]]

Sir,

We hereby declare:

i. We are the authorized agents of the manufacturers / developer of the hardware /

networking equipment and system software proposed in our solution.

ii. That we are equipped with adequate maintenance and service facilities within India

for supporting the offered equipment and software. Our maintenance and service

facilities are open for inspection by representatives of Jharkhand Police.

We hereby offer to supply the equipment / system software and provide the services at the

prices and rates mentioned in the attached commercial bid.

In the event of acceptance of our bid, we do hereby undertake:

i. To supply the equipment / system software and commence services as stipulated

in the schedule of delivery forming a part of the attached technical bid.

ii. We affirm that the prices quoted are inclusive of delivery, installation, and

commissioning charges and all taxes.

We enclose herewith the complete Technical Bid as required by you. This includes:

1. Bid particulars

2. This bid letter

3. Proposed Surveillance system architecture, detailed technical solution, details of

equipment and services offered

4. Proposed Project Plan and Implementation Schedule

5. Statement of deviation from requirement specifications

6. Statement of deviation from tender terms and conditions

7. Schedule of delivery

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 124 of 150

8. Warranty for the period of 5 years for all the equipments / system software supplied

through this RFP

9. Manufacturer’s authorization form(s)

We agree to abide by our offer for a period of 180 days from the last date of submission of

commercial bid prescribed by Jharkhand Police and that we shall remain bound by a

communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the

conditions of the contract applicable to the tender. We do hereby undertake to provision as per

these terms and conditions. Apart from that agree to abide by the following:

a. We shall give benefit of any price reduction found by the time of placing the supply

order.

b. We agree to accept partial order if it is placed.

c. We have quoted rates of items for Five (5) years comprehensive on-site (COS)

warranty, with spares and labor charge.

d. In case the item quoted is imported, direct shipment of the entire machine/item

including add-ons from OEM, is ensured & would be provided. It is undertaken that no

item supplied is used/reprocessed or refurbished in any manner either in part or

otherwise.

e. The above document is executed on ___/__/yyyy at (place) _______ and we accept

that if anything out of the above information is found wrong, our tender shall be liable

for rejection.

f. We hereby undertake that all the components/parts/assembly are original and no

duplicate parts are used in the entire manufacturing process.

There are no deviations from the RFP document of the tender.

We hereby certify that the Bidder is a Directorate and the person signing the tender is the

constituted attorney.

Bid Security in the form of a Demand Draft / Bank Guarantee issued by ______________

(bank), valid till ___/___/_____ (dd/mm/yyyy), for an amount of Rupees 1.00 Crore (One

Crore) is enclosed in the cover containing pre-qualifying requirements.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid,

together with your written acceptance thereof and notification of award of contract, shall

constitute a binding contract between us.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 125 of 150

Signature of Bidder (with official seal)

Date

Name

Designation

Address

Telephone

Fax

E-mail address

Details of Enclosures: Index Page Nos

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 126 of 150

Annexure – F: Template for Undertaking of Authenticity

Date: dd/mm/yyyy

To,

I.G. Police (Provision),

office of the D.G. & I.G.,

DPRD Building,

Dhurwa, Ranchi -834004

Subject: Supply, Installation, Commissioning & Maintenance of Ranchi City Surveillance

Project.

Ref: 1. Your LOI No ]]]]]]]].dated]]].....

With reference to Ranchi City Surveillance Project being implemented/ quoted to you

vide our invoice no. / Quotation no. /order no. cited above.

We hereby undertake that all equipments and other items shall be original new

components/parts/assembly only, from respective OEMs of the products and that no

refurbished/duplicate/second hand Hardware equipments and other items are being used or

shall be used.

In case of default and we are unable to comply with above at the time of delivery or

during installation, we agree to take back the items without demur, if already supplied and

return the money if any paid to us by your in this regard.

We (IT Company/ Integrators name) also take full responsibility of both Parts & Service

SLA as per the content even if there is any defect by our authorized Service

Centre/Reseller/Sl. etc.

Authorized Signatory:

Name:

Designation:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 127 of 150

Annexure – G: Bidder profile

Sr. No Details

1 Name of the Firm

2 Registered Office address

Telephone Number

Fax Number

e-mail

3 Correspondence/ contact address

4 Details of Contact person

(Name, designation, address etc.)

Telephone Number

Fax Number

e-mail

5 Is the firm a registered company? If yes, submit

documentary proof.

Year and Place of the establishment of the

Company

6 Former name of the company, if any.

7 Is the firm

� Government/ Public Sector Undertaking

propriety firm

� partnership firm (if yes, give partnership

deed)

� limited company or limited corporation

� member of a group of companies (if yes,

give name and address, and description of

other companies)

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 128 of 150

� subsidiary of a large corporation (if yes give

the name and address of the parent

organisation) If the company is subsidiary,

state what involvement if any, will the parent

company have in the project.

8 Is the firm registered with sales tax department? If

yes, submit valid sales tax registration certificate.

9 Is the firm registered for service tax with Central

Excise Department (Service Tax Cell)? If yes,

Submit valid service tax registration certificate.

10 Is the firm registered under Labour Laws Contract

Act? If yes, submit valid registration certificate.

11 Attach the organizational chart showing the

structure of the organization including the names of

the directors and the position of the officers.

Total number of employees

12 Number of years of experience:

13 Are you registered with any Government/

Department/ Public Sector Undertaking (if yes, give

details)

14 How many years has your organization been in

business under your present name? What were

your fields when you established your organization?

When did you add new fields (if any)?

15 What type best describes your firm? (documentary

proof to be submitted)

· Manufacturer

· Supplier

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 129 of 150

· System Integrator

· Consultant

· Service Provider (pl. specify details)

· Software Development

· Total solution provider (Design, Supply,

Integration, O&M)

· IT Company

16 Number of Offices / Project Locations

17 Do you have a local representation /office in

Jharkhand? If so, please give the address and the

details of staff, infrastructure etc in the office and

no. of years of operation of the local office

18 Please give details of Key Technical and

Administrative staff who will be involved in this

project, their role in the project, their Qualifications

& experience and the certification attained from

network product vendor. (documentary proof to be

submitted)

19 Is your organization has SEI –CMM / ISO 9000

certificates? If so, attach copies of the certificates.

State details, if certified by bodies, other than that

stated.

20 List the major clients with whom your organization

has been/ is currently associated.

21 Were you ever required to suspend a project for a

period of more than three months continuously after

you started? If so, give the names of project and

reasons for the same.

22 Have you in any capacity not completed any work

awarded to you? (If so, give the name of project and

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 130 of 150

reason for not completing the work)

23 In how many projects you were imposed penalties

for delay? Please give details.

24 The bidder shall disclose details pertaining to all

contingent liabilities, claims, disputes, matters in

appeal & in court and any pending litigation against

the bidder. If nil, an undertaking from the bidder/

prime member of the consortium mentioning the

same.

25 Whether your organisation has Bank’s certificate of

solvency. If yes, submit documentary proof.

26 Have you ever been denied tendering facilities by

any Government/ Department/ Public sector

Undertaking? (Give details)

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 131 of 150

Annexure – H: Manufacturer’s / Developer of System Software Authorisation Form

Date: dd/mm/yyyy

To,

Reference:

Sir,

We _______________________, (name and address of the manufacturer / developer) who

are established and reputed manufacturers / developer of __________________ having

factories / developed centers at __________________ (addresses of manufacturing /

development centers locations) do hereby authorize M/s _______________________ (name

and address of the bidder) to bid, negotiate and conclude the contract with you against the

above mentioned tender for the above equipment manufactured / system software developed

by us.

Yours faithfully,

For and on behalf of M/s __________________________(Name of the

manufacturer/ developer of system software)

Signature

Name

Designation

Address

Date

Directorate Seal

Note: This letter of authority should be on the letterhead of the concerned manufacturer /

system software developer and should be signed by a person competent and having the

power of attorney to bind the manufacturer / developer.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 132 of 150

Annexure – I: Firm Experience template

Assignment Name:

Location within Country: Professional Staff Provided by Your

Firm

Name of Client: No. of Staff:

Address: No. of Staff-Months; duration of

assignment

Start Date (Month/Year): Completion Date

(Month/Year):

Approx. Value of Services :

Name of Associated Consultants, if any:

No. of Months of Professional Staff,

provided by Associated Consultants:

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions

performed:

Narrative Description of Project:

Description of Actual Services Provided by Your consultant :

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 133 of 150

Annexure – J: Team Composition and Task Assignment

Name Qualifications Year of Experience Area of Expertise Task & Position

Assigned

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 134 of 150

Annexure – K: Curriculum Vitae for Proposed Staff

1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. Education [Indicate college/university and other specialized education of staff

member, giving names of institutions, degrees obtained, and dates of obtainment]:

6. Membership of Professional Associations:

7. Other Training [Indicate significant training since degrees under 5 - Education were

obtained]:

8. Countries of Work Experience: [List countries where staff has worked in the last ten

years]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking,

reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every

employment held by staff member since graduation, giving for each employment (see

format here below): dates of employment, name of employing organization, positions

held.]:

From [Year]: To [Year]:

Employer: Positions held:

Detailed Tasks Assigned

[List all tasks to be performed under this

assignment]

Work Undertaken that Best Illustrates

Capability to Handle the Tasks Assigned

[Among the assignments in which the staff

has been involved, indicate the following

information for those assignments that best

illustrate staff capability to handle the tasks

listed under point 11.]

Name of assignment or project:

Year:

Location:

Client:

Main project features:

Positions held:

Activities performed:

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes myself, my qualifications, and my experience. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 135 of 150

Date:

[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 136 of 150

Annexure – L: Bank Guarantee Format for EMD

To,

I.G. Police (Provision),

office of the D.G. & I.G.,

DPRD Building,

Dhurwa, Ranchi -834004

Whereas........................... (Hereinafter called “the Bidder”) has submitted its Bid

dated...................... (Date of submission of Bid) for “Supply, Implementation, Commissioning

& Maintenance of Ranchi City Surveillance Project of the Tender NIT No: ________/17 dated:

_____/_____/2017 issued by I.G. Police (Provision) Office of the D.G. & I.G., DPRD Building,

Dhurwa, Ranchi-834004, (hereinafter called “the Bid”).

Whereas as per Clauses of the Bid, the Bidder is required to furnish a bank guarantee

as Earnest Money Deposit from a scheduled commercial bank (Bank Guarantee)

In consideration of the fact that the Bidder is our valued customer and the fact that the

bidder has submitted the Bid, we, (name and address of the bank), (hereinafter called “the

Guarantor Bank”), has agreed to bind ourselves, our successors, and assigns to irrevocably

issue this Bank Guarantee and guarantee as under

NOW THIS GUARANTEE WITNESSETH: -

1. If the Bidder

(a) Withdraws its Bid proposal during the period of Bid validity specified by the Bidder

on the Technical Proposal Cover Letter; or

(b) Having been notified of the acceptance of its Bid I.G. Police (Provision), Ranchi,

Jharkhand during the period of Bid Proposal validity.

i. Fails or refuses to enter into the Contract; or

ii. Fails or refuses to furnish the performance guarantee, in accordance with the

Terms of Reference of the Tender document issued to the Bidder.

The Guarantor Bank shall immediately on demand pay I.G. Police (Provision), office

of the D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 without any demur and

without pay I.G. Police (Provision), Ranchi, Jharkhand having to substantiate such

demand a sum of Rs ______________(Guaranteed Amount).

2. The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the

demand made by I.G. Police (Provision), office of the D.G. & I.G., DPRD Building,

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 137 of 150

Dhurwa, Ranchi -834004, notwithstanding any objection or dispute that may exist or arise

between the I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,

Ranchi -834004 and the Bidder or any other person.

3. The demand of I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,

Ranchi -834004 on the Guarantor Bank for the payment of the Guaranteed Amount, shall

be deemed as the final proof of fulfillment of the conditions stipulated in (1) above.

4. This Guarantee shall be irrevocable and shall not be discharged except by payment of

the above amount by us to I.G. Police (Provision), office of the D.G. & I.G., DPRD

Building, Dhurwa, Ranchi -834004 and our liability under this Guarantee shall be

restricted to the Guaranteed Amount being Rs_____________).

5. If it is necessary to extend this Guarantee on account of any reason whatsoever, we

undertake to extend the period of this Guarantee on the request of the Bidder under

intimation to I.G. Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa,

Ranchi -834004.

6. To give full effect to the Guarantee contained herein, I.G. Police (Provision), office of the

D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 shall be entitled to act as if the

Guarantor Bank is the principal debtor in respect of claims against the Bidder and the

Guarantor Bank hereby expressly waives all its rights of surety-ship and other rights, if

any, which are in any way inconsistent with any of the provisions of this Guarantee.

7. Any notice by way of demand or otherwise may be sent by special courier, telex, fax,

registered post or other electronic media to our address as afore-said and if sent by post,

shall be deemed to have been given to us after expiry of 48 hours when the same has

been posted.

8. Our liability under this Guarantee will continue to exist until a demand is made by I.G.

Police (Provision), office of the D.G. & I.G., DPRD Building, Dhurwa, Ranchi -834004 in

writing or up to and including One Hundred and Eighty (180) days after the period of the

Bid Proposal validity, i.e. up to ________yyyy, and any demand in respect thereof should

reach the Bank not later than the above date.

Dated ]]]]]]]]. this ]]]]]].. Day ]]]..yyyy

Yours faithfully,

For and on behalf of the ]]]]. Guarantor Bank,

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 138 of 150

Annexure – M: Template for Un-prised Detailed Bill of Material

S.No Item Make Model Part No. Description of the line

Item

Line

Item Qty

Total

Qty

Remarks

1

2

3

4

5

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 139 of 150

Annexure – N: Bid letter – Commercial

Date: dd/mm/yyyy

To,

Reference:

Sir,

We hereby declare:

i. We are the authorized agents of the manufacturers / developer of system software

of all the equipment / system software proposed in our solution.

ii. That we / our principals (manufacturer / developers) are equipped with adequate

maintenance and service facilities within India for supporting the offered equipment

/ system software. Our maintenance and service facilities are open for inspection

by representatives of Jharkhand Police.

We do hereby undertake that, in the event of acceptance of our bid, the supply of equipment /

system software and commencement of services shall be made as stipulated in the schedule

of delivery forming a part of the attached technical bid.

In the event of acceptance of our bid, we do hereby undertake that:

iii. To supply the equipment / system software and commence services as stipulated

in the schedule of delivery forming a part of the attached technical bid.

iv. We affirm that the prices quoted are inclusive of delivery, installation, and

commissioning charges and all taxes.

We enclose herewith the complete Commercial Bid as required by you. This includes:

1. This bid letter

2. Bid particulars

3. Commercial quote

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 140 of 150

We agree to abide by our offer for a period of 180 days from the last date of submission of

commercial bid prescribed by Jharkhand Police and that we shall remain bound by a

communication of acceptance within that time.

We have carefully read and understood the terms and conditions of the tender and the

conditions of the contract applicable to the tender. We do hereby undertake to provision as per

these terms and conditions.

a) There are no commercial deviations.

b) There are no deviations from the terms and conditions of the tender.

We hereby certify that the Bidder is a Directorate and the person signing the tender is the

constituted attorney.

Bid Security in the form of a Demand Draft / Bank Guarantee issued by ______________

(bank), valid till ___/___/_____ (dd/mm/yyyy), for an amount of Rupees One Crore is enclosed

in the cover containing pre-qualifying requirements.

We do hereby undertake, that, until a formal contract is prepared and executed, this bid,

together with your written acceptance thereof and notification of award of contract, shall

constitute a binding contract between us.

Signature of Bidder (with official seal)

Date

Name

Designation

Address

Telephone

Fax

E-mail address

Details of Enclosures: Index Page Nos

1.

2.

3.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 141 of 150

Annexure – O: Commercial Quote

S.No Name of Goods or Related Services

Unit of Measurement

Qty. (A)

Unit Rate in INR

Inclusive 5yrs AMC

(B)

Taxes (C)

Unit Rate Inclusive all Taxes (D=B+C)

Total Cost for

5yrs (E=DxA)

1 IR IP HD 20X PTZ

Camera with all

accessories

Nos 42

2 IR HD Bullet Camera

with all accessories

Nos 476

3 2 MP ANPR Camera,

5-50 mm full HD

License with IP 66

rated outdoor housing ,

external IR illuminator

of 100 Mtrs. range

Nos 94

4 RLVD Camera with

IP66 rated outdoor

housing

Nos 94

5 Local Processor at

Intersection

Nos 23

6 VMS Solution with

Analytic features and

5years Software

support, Customization

, maintenance

Nos 1

7 Core L3 Switch In

Command Centre on

Active -Active mode

connection

Nos 2

8 Access Switch 24Port

10/100/1000 L2

Nos 3

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 142 of 150

S.No Name of Goods or Related Services

Unit of Measurement

Qty. (A)

Unit Rate in INR

Inclusive 5yrs AMC

(B)

Taxes (C)

Unit Rate Inclusive all Taxes (D=B+C)

Total Cost for

5yrs (E=DxA)

Manageable

9 Manageable Layer-2

Industrial grade Switch

8 Port 10/100 PoE and

2 SFP Ports for outdoor

locations

Nos 195

10 NMS Software Support

Upto 1000 Devices

(Complete Solution)

Nos 1 set

11 Firewall with min 4 Nos

10G Ports

Nos 2

12 IP 55 Enclosure/Rack

with Accessories

Nos 170

13 42U Rack with IP KVM

Switch, KVM Console

and all Accessories

Nos 3

14 30KVA Online UPS

with 48000VAH Battery

bank

Nos 2

15 20KVA Online UPS

with 32000VAH Battery

Bank

Nos 1

16 1KVA On line UPS for

Outdoor Junction with

3200VAH Battery bank

with Surge protection

Nos 170

17 Silent DG- 120 KVA

with AMF Control Panel

Nos 2

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 143 of 150

S.No Name of Goods or Related Services

Unit of Measurement

Qty. (A)

Unit Rate in INR

Inclusive 5yrs AMC

(B)

Taxes (C)

Unit Rate Inclusive all Taxes (D=B+C)

Total Cost for

5yrs (E=DxA)

18 SM 6 Core Indoor

Unitube, Gel filled cable

Mtrs 500

19 LiU 24 Ports with

loaded LC Connectors

and all accessories

(including rack

mounting kit, Pigtails,

3mtr patch cords for all

ports)

Nos 4

20 Patch Panel, Patch

Cord for UTP Cabling

NW

Lump-sum

Lump-sum

21 Cat-6 Outdoor Cable,

Outdoor conduit and

Tie

Mtrs 23,000

22 Outdoor Armed Shape

Pole with erecting

Nos 471

23 Servers for Project

Components

Nos 11

24 Storage 1400TB

Nos 2

25 Tape Library

Nos 1

26 62 PPM Heavy duty

Printer

Nos 1

27 Work Station Intel Core

i7with Graphics Card

Nos 35

28 Commercial Display

with min. 55 inch

display screen

Nos 15

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 144 of 150

S.No Name of Goods or Related Services

Unit of Measurement

Qty. (A)

Unit Rate in INR

Inclusive 5yrs AMC

(B)

Taxes (C)

Unit Rate Inclusive all Taxes (D=B+C)

Total Cost for

5yrs (E=DxA)

29 Video Wall with

Controller: Main Display

(5x2)

Nos. 1 Set

30 Video Wall with

Controller: VIP Display

(2x2)

Nos. 1 Set

31 5.0 Tr PAC for Data

Centre Server farm

area

Nos 2

32 2.5 Tr Comfort AC for

Command Control

Centre, NOC and UPS

room

Nos 12

33 Project Manager

Nos 1

34 Shift Engineer

Nos 9

35 Instructor/Trainer for

training of Police Staff

on different

components of the

project

Nos 1

36 Manpower for FMS and

Preventive

Maintenance Activities

at field locations

Nos 4

37 Site preparation for

Data Centre with

installation of PAC,

FM200 fire suppression

system, Access

Lump-sum

Lump-sum

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 145 of 150

S.No Name of Goods or Related Services

Unit of Measurement

Qty. (A)

Unit Rate in INR

Inclusive 5yrs AMC

(B)

Taxes (C)

Unit Rate Inclusive all Taxes (D=B+C)

Total Cost for

5yrs (E=DxA)

Control, DC

surveillance and DG.

38 Site preparation with

30cubicals (with desk &

chair) for Command

Control Centre

Lump-sum

Lump-sum

39 Additional Items if any

to make the bidder

proposed solution

completely functional

Total Project Cost for 5Years (Inclusive of all taxes)

Amount in words:

50% of the Total Project cost

50% of the Total Project cost

Amount per QGR

Terms of Payment:

1. 10% of Total bid amount as Performance Bank Guarantee should be discharged by the

bidder in response to LOI issuance by Jharkhand Police.

2. 50% of the bid amount will be paid to the bidder after the commissioning of the all

equipment and facilities at all locations and Acceptance Certificate issued Jharkhand

Police. (“Commissioning” means physical and technology infrastructure both to be

commissioned and systems should be ready for production environment).

3. Quarterly payment (i.e. 50% of the bid amount in 20 QGRs) will be paid to the bidder in

arrears after adjusting the SLA parameters.

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 146 of 150

4. The amounts indicated should be final after all taxes, cess, levy, duties, insurance till

the time of commissioning, transport, cartage, installation, and commissioning.

5. Conditional bids will be not accepted and will be summarily rejected.

Witness Bidder

Signature Signature

Name Name

Designation Designation

Address Address

Directorate Directorate

Date Date

Directorate Seal

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 147 of 150

Annexure – P: Performance Bank Guarantee Format (PBG)

To,

______________________

______________________

______________________

Whereas ...........................(hereinafter called “the Bidder”) has submitted its Bid dated

...................... (date of submission of Bid) for execution of Ranchi City Surveillance Project for

Jharkhand Police in terms of the Tender dated ]]]]. issued by IG Police (Provision),

Office of DG & IG of Police Jharkhand, DPRD Building, Dhurwa, Ranchi – 834004,

(hereinafter called “the Bid”).

Whereas as per Section * Clause * of the Bid, the Bidder is required to furnish a bank

guarantee as Performance Guarantee from a scheduled nationalised bank (Bank Guarantee)

In consideration of the fact that the Bidder is our valued customer and the fact that they have

submitted the Bid, we, (name and address of the bank), (hereinafter called “the Guarantor

Bank”), has agreed to bind ourselves, our successors, and assigns to irrevocably issue this

Bank Guarantee and guarantee as under

NOW THIS GUARANTEE WITNESSETH: -

1. If the Bidder

(a) Having been notified of the acceptance of its Bid by the IG Police (Provision),

Ranchi, during the period of Bid Proposal validity:

(i) Fails to perform as per the contract obligations.

(ii) On invoking of Section * Clause *** “Termination for Default”; and /or on

invoking of Section * Clause * “Exit Management Schedule”.

The Guarantor Bank shall immediately on demand pay the IG Police (Provision),

Ranchi, without any demur and without the IG Police (Provision), Ranchi, having to

substantiate such demand a sum of Rs ____ Lakhs (________ Lakhs) (Guaranteed

Amount).

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 148 of 150

2. The Guarantor Bank will make the payment of the Guaranteed Amount forthwith on the

demand made by the IG Police (Provision), Ranchi, notwithstanding any objection or

dispute that may exist or arise between the IG Police (Provision), Ranchi,, and the Bidder

or any other person.

3. The demand of the IG Police (Provision), Ranchi, on the Guarantor Bank for the payment

of the Guaranteed Amount, shall be deemed as the final proof of fulfillment of the

conditions stipulated in (1) above.

4. This Guarantee shall be irrevocable and shall not be discharged except by payment of the

above amount by us to the IG Police (Provision), Ranchi, and our liability under this

Guarantee shall be restricted to the Guaranteed Amount being Rs ___ Lakhs (________

Lakhs).

5. If it is necessary to extend this Guarantee on account of any reason whatsoever, we

undertake to extend the period of this Guarantee on the request of the Bidder under

intimation to the IG Police (Provision), Ranchi.

6. To give full effect to the Guarantee contained herein, the IG Police (Provision), Ranchi,

shall be entitled to act as if the Guarantor Bank is the principal debtor in respect of claims

against the Bidder and the Guarantor Bank hereby expressly waives all its rights of surety-

ship and other rights, if any, which are in any way inconsistent with any of the provisions of

this Guarantee.

7. Any notice by way of demand or otherwise may be sent by special courier, telex, fax,

registered post or other electronic media to our address as afore-said and if sent by post,

shall be deemed to have been given to us after expiry of 48 hours when the same has

been posted.

8. Our liability under this Guarantee will continue to exist until a demand is made by the IG

Police (Provision), Ranchi, in writing or up to and including 5 year 6months from the date

of signing of contract, i.e. up to ________yyyy, and any demand in respect thereof should

reach the Bank not later than the above date.

Dated ]]]]]]]]. this ]]]]]].. day ]]]]..yyyy.

Yours faithfully,

For and on behalf of the ]. Guarantor Bank,

(Signature)

Designation

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 149 of 150

(Address and Common Seal of the bank

Note: To be executed at the time of Signing of Contract by the Selected Vendor

NIT No:07/2017-18 RFP for Ranchi City Surveillance Project

Page 150 of 150